Loading...
HomeMy WebLinkAboutContract 54352FORT WORTH all IV" CITY SECRETP�1`i CONTRACT FOR THIS CONS`➢-'RUC'h'MN OF 2011.8 BOND YEAR 3 CONTRACT 12 City ?troject No. I M 474 Betsy Price David Cooke -(Mayor City Manager Chris Harder, PE Director, Water Department William Johnson Director, Transportation and Public Works Department Prepared for The City of Fort Woe 11-h TranspoT°tat ors and Public Works m d!1 Watery Deparlmvr,t 2020 Pacheco Koch Tx. Reg. Engineering Firm F469 4 ,�w 1 d4i Arl. 61 .°+a. a�acrae.............a°evnoa p JONATHAN C. IRETON ov FORTWORTH,.,. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page I of SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 0011 13 Invitation to Bidders 04/06/2020 0021 13 Instructions to Bidders 04/24/2020 0032 15 Construction Project Schedule 07/20/2018 0035 13 Conflict of Interest Statement 02/24/2020 0041 00 Bid Form 03/09/2020 00 42 43 Proposal Form Unit Price 01 /20/2012 0043 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 004511 Bidders Prequalifications 07/01/2011 0045 12 Pre ualification Statement 07/01/2011 0045 13 Bidder Prequalification Application 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Minority Business Ente rise Goal 06/09/2015 00 52 43 Agreement 09/06/2019 0061 13 Performance Bond 07/01/2011 0061 14 Payment Bond 07/01/2011 0061 19 Maintenance Bond 07/01/2011 0061 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 03/09/2020 00 73 00 Stipp I em entary Conditions 03/09/2020 Division 01 - General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 2500 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 3120 Project Meetings 07/01/2011 01 32 16 Construction Progress Schedule 07/01/2011 01 3233 Preconstruction Video 07/01/2011 01 3300 Submittals 12/20/2012 01 35 13 Special Project Procedures 12120/2012 01 4523 Testing and Inspection Services 03/09/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Si na e 07/01/2011 01 6000 Product Requirements 03/09/2020 01 6600 Product Storage and Handling Requirements 07/01/2011 01 7000 Mobilization and Re -mobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 7123.01 Attachment A. Survey Staking Standards 02/01 /2017 01 7423 Cleaning 07/01/2011 Of 77 19 Closeout Requirements 07/01/2011 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 2019 Bond Year 3 Contract 12 Project No. 101474 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 01 7823 Operation and Maintenance Data 12/20/2012 01 7839 Project Record Documents 07/01 /2011 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents 3471 13.01 1 Special Provision to Standard Specification 34 71 13 Traffic 12/13/2019 Control Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: htt[)://fortworthtexas.eov/ti)w/contractors/ or ht�c:,agys.fortworthtexas.gor1Pro* ectResourcesl Division 02. - Exictinu Conditions Date Modified 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal nivi.sion 113 - Conerete 03 30 00 Cast -In -Place Concrete 0 3 1 2 0334 16 Concrete Base Material for Trench Repair 03 8000 Modifications to Existing Concrete Structures Division 26 - Electrical Division 31 - Earthwork 31 1000 Site Clearing 31 23 16 Unclassified Excavation 31 2323 Borrow 31 2400 Embankments 31 2500 Erosion and Sediment Control 34-36-00 Gffb3ian-s 3i4� RirFy Division 32 - Exterior imnrovements 3201 17 Permanent Asphalt Paving Repair 3201 18 Tempor2a Asphalt Paving Repair 3201 29 Concrete Paving Re air 32 11 23 Flexible Base Courses CITY OF FORT WORTH 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECTFTCATION DOCUMENTS Project No. 101474 Revised March 9, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 32 11 29 Lime Treated Base Courses 2 11 3 3' 32 1216 Asphalt Paving 3244-7-3 Asphalt 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 1373 Concrete Paving Joint Sealants H 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 1723 Pavement Markings 32 1725 Curb Address Painting 32-3441 3 r-t,a4H >re, ees-- ,� ,te� 3-2--3-1,26 Wife R. fleer .,..,1 !_..te., 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro -Mulching, Seeding,and Sodding 2 93 A 2 Trees Mid 814Pd4.6 Division 33 — Utilities 33 01 30 Sewer and Manhole Testing 3301 31 Closed Circuit Television CCTV Inspection 3303 10 Bypass Pumping of Existing Sewer Systems 33-04 -0 joint Bonding and Eleetfiettl kolution 3 9 1 1 GE)1 .6sion control Towt CWtii4ng 33--044-2 33 nn4n 8 3 0 cn Gleaning of SeweF MaiRS 3305 10 Utility Trench Excavation Embedment and Backfill 3.r3464 3305 13 Frame, Cover and Grade Rings -Cast Iron 33 05 13.01 Frame Cover and Grade Rings -Composite 3305 14 Adjusting Manholes, inlets, Valve Boxes, and Other Structures to Grade 33-0546 !-'(.ner-„te Water t7.,,,ltr 33-0-5--T Gone -ete G04af:8 3.3 �r�--n9-5--29 3445� Steel Casing Ripe 305B Rand T-tinne 34-05-24 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 11 05 Bolts, Nuts, and Gaskets 334440 CITY OF FORT WORT[ 1 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised March 9, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of6 33-H42 334443 33 12 10 Water Services 1-inch to 2-inch iT 33-1240 Resilient Seated Gate Vak�e 344-z 33 1240 Fire Hydrants 33 4-50 34-42-60 standEffd Blow off Valve 33 31- 2 33 3 ,3 33-34-1-5 High Density Polyethylene Pipe fef Smitafy Sewef (HDPE) 3331 20 Polyvinyl Chloride PVC Gravity Sanitary Sewer Pipe � 2�T pifle 33 3, 4� �z Sanitary Sewerm Slip Linit+g 33-3a-23 33 31 50 Sanitary Sewer Service Connections and Service Line 34-34-70 3339 10 Cast -in -Place Concrete Manholes 33 39 20 Precast Concrete Manholes 3 Zn 3n �o 3✓3--39 49 33 3960 Epoxy Liners for Sanitary Sewer Structures 334444 39-414-2 33�--rv� �-vvnn 44 46-0-2 Tro eh Dt -a nivivinn 'i4 - Trnncnnrtntinn 94-41--1-A Traffie Signals 34 4I, ,nn, 3n n, � 34 n, ,n nz 3441 11 Temporary Traffic Signals 3441 13 Removing Traffic Signals z" 341 ,, , , �o z4 4 20 , �on-r CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Projeu No. 101474 Revised March 9, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2 4 n y 20 m �n --r-`-ova n i 2-n n� �-r 3441 30 Aluminum Signs 3471 13 Traffic Control Appendix Page 5 of 6 GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTi1 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No, 101474 Revised March 9, 2020 0005 10-1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 o f 1 1 SECTION 00 05 10 2 MAYOR AND COUNCIL COMMUNICATION (M&Q 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 END OF SECTION CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMFNiS Project No. 101474 Revised July 1, 2011 8/12/2020 M&C Review CITY COUNCIL AGENDA DATE: 8/11/2020 REFERENCE NO.: CODE: C TYPE: Official site of the City of Fart Worth, Texas a RT WORTH Ir— **M&C 20- LOG NAME: 202018CIPC12- 0526 MCCLENDON PUBLIC CONSENT HEARING: NO SUBJECT. Authorize Execution of a Contract with McClendon Construction, Inc., in the Amount of $2,359,594.50 for Combined Street Paving Improvements and Sanitary Sewer Main Replacements for 2018 Bond Year 3 Contract 12 Project, Adopt Appropriation Ordinances and Update the FY2020-2024 CIP (COUNCIL DISTRICT 6) RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with McClendon Construction, Inc., in the amount of $2,359,594.50 for combined street paving improvements and sanitary sewer main replacements for the 2018 Bond Year 3 Contract 12 project (City Project No. 101474); 2. Adopt the attached Appropriation Ordinance adjusting appropriations in the Sewer Capital Legacy Fund by increasing receipts and appropriations in the 2018 Bond Year 3 Contract 12 project, in the amount of $897,010.00 and reducing receipts and appropriations in the Unspecified project (City Project No. UNSPEC) by the same amount; and 3. Adopt the attached Appropriation Ordinance adjusting appropriations in the 2018 Bond Program Fund by increasing appropriations in the 2018 Bond Year 3 Contract 12 project, in the amount of $2,171,603.00 and reducing appropriations in the Street Construction/Reconstruction/Rehabilitation Programmable Project (City Project No. PB0001) by the same amount. DISCUSSION: This Mayor and Council Communication (M&C) is to authorize a construction contract for sanitary sewer and paving improvements on approximately 1.97 lane miles for the 2018 Bond Year 3 Contract 12, on the following streets: Street From To Burgess Drive [Westhaven Drive Wentworth Street Darla Drive [—W—esthaven Drive Wentworth Street Everest Drive Eesthaven Drive Wentworth Street Albermarble Drive [Westhaven Drive Wentworth Street W. Cleburne Road S. Hulen Street 140 feet South of Meadowknoll Drive The Transportation & Public Works Department's share on this contract is $1,619,213.50. The paving funds for this project are included in the 2018 Bond Program. Available resources within the General Fund will be used to provide interim financing until debt is issued. Once debt associated with the project is sold, bond proceeds will reimburse the General Fund in accordance with the statement expressing Official Intent to Reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance No. 23209-05-2018) and subsequent actions taken by the Mayor and Council. The Water Department's share on this contract is $740,381.00 will be available in the Sewer Capital Legacy Fund of the project (City Project No_ 101474). apps.dwnet.org1councll_packet1mc_review.asp?ID=28095&counci Id ate=811112020 113 8/12/2020 M&C Review The project was advertised for bid on May 21, 2020, and May 28, 2020, in the Fort Worth Star - Telegram. On June 25, 2020, the following bids were received: Bidder _::] Amount Time of Completion McClendon Construction, Inc. $2,359,594.50 300 Calendar Days Stabile & Winn, Inc. IF $2,597,782.30 Jackson Construction, Ltd. 1 $2,785,910.0011 FNH Construction, LLC $3,050,739.25 PAVECON $3,158,516.75 !1 Omega Contracting, Inc. 1 $3,225,218.55 1 In addition to the contract amount, $591,038.00 (Sewer: $119,610.00, Paving: $471,428.00) is required for project management, material testing and inspection and $117,980.50 (Sewer: $37,019.00, Paving: $80,961.50) is provided for project contingencies. This project will have no impact on the Transportation & Public Works nor on the Water Departments' operating budget when completed. The sanitary sewer component of this project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. Appropriations for the sanitary sewer and paving improvements for 2018 Bond Year 3 Contract 4 project by Fund will consist of the following: Existing Additional Fund Appropriations Appropriations Project Total 2018 Bond Program - Fund 34018 $248,906.00 $2,171,603.00 $2,420,509.00 Water & Sewer Capita! Projects - Fund 56002 $175,840.00 $175,840.00 Sewer Capital Legacy - Fund 59607 $897,010.00 $897,010.00 Project Total $424,746.00 1 $3,068,613.00 1 [$-3,493,359.00 *Numbers rounded for presentation purposes. MIWBE OFFICE: McClendon Construction Co., Inc. is in compliance with the City's BIDE Ordinance by committing to 31% MBE participation and documenting good faith effort. McClendon Construction Company, Inc. identified several subcontracting and supplier opportunities. However, the firms contacted in the areas identified did not respond or did not submit the lowest bids. The City's MBE goal on this project is 101%. The 2018 Bond Program funding was included in the 2020-2024 Capital Improvement Plan for project P130001. In order to administratively track the spending of all funding sources in one project, appropriation ordinances are needed to move appropriations from the programmable project to the jointly funded static project. This action will update the 2020-2024 Capital Improvement Plan. This project is located in COUNCIL DISTRICT 6. FISCAL, INFORIVIATIONXERTIPICATION: The Director of Finance certifies that funds are currently available in the Unspecified and Street Construction/Recon/Rehab Programmable projects within the 2018 Bond Program and Sewer Capital Legacy funds and upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the Sewer Capital Legacy and the 2018 Bond Program funds for the 2018 Bond Yr 3 - Contract 12 project to support the approval of the above apps.cfwnet.org/council_packeUmc_review.asp?ID=28095&councildate=8/11 /2020 213 8/12/2020 MSC Review recommendations and execution of the contract. Prior to an expenditure being incurred, the Transportation & Public Works and Water Departments have the responsibility of verifying the availability of funds. TO Fund Department Account Project Program Activity Budget Reference; Amount ID I I ID I I I Year I (Chartfield 2) FROM Fund Department Account I Project I Program I Activity Budget Reference # I Amount ID ID Year Chartfield 2 Submitted for City Manager's Office by_ Oriiglnating Department Head: Additional Information Contact: ATTACHMENTS 101474- 2018CIPC12-MCCLENDON - MAP 01.pdf 101474- 2018CIPC12-MCCLENDON - MAP 02.pdf 202018CIPC12-MCCLENDON funds avaiLdocx 202018CIPC12-MCCLENDON 34018 A020.docx 202018CIPC12-MCCLENDON 59607 A020r.docx Dana Burghdoff (8018) William Johnson (7801) Maged Zaki (5448) C17Y OF FORT WORTH Transportation* and Public Works SANITARY SEWER AND PAVING IMPROVEMENTS 2018 Rand Year 3, Contract 1 City Project No. 101474 ADDENDUM NO. 1 Unit 1-- Sanitary Sewer Unit 2 — paving trnprovements Addendum No I Issued: June 02, 202D Bid Rereipt Revised Date: June 25, 2020 This Addendum founts part of the Specificatlons and Contract Documents and modifies f e crigfnal Specifications and Contract Documents. Bidders sha11 anknowledge ivicelpt of this Addendumn in the space provided below and acknowledge recelpt on the outer envelope in your bld. Failure to acknowledge receipt of #his addendum could subject the bidder to dIsquelificetion, Tha Specifications end Contract Documents for City Project No. 101474 are hereby reviser) by this Addendum No, 1 as foilaws; Specifications Section 00 11 13 —INVITATION TO BIDDERS to be REPLACED in its entirety with attached revised Invlta#ion to Bidders. Changes to the original incIude: RECEIPT OF BIDS - Thuwsday, J;rne 26, 2020 until 1:30 P.M. PRE1311) CONFERENCE — DATE: June 5, 2020 TIME, 10:01} a.m. This Addendum No, 1 forms part of the Speclficatlons and Contract D=irnents for the above referenced project and modifies the original Project Manual & Contract documernts of same. Acknowledge your receipt of Addendum Na- 1 by completing the raquested information at the following locations: (1 ) in the space provIded In Section 00 41 00, 11d Form, Page 3 of 3, and (2) indicate in upper case letters on the outside of yoUr sealed bid envelope "REEIVED AND A GKIVOWLEDGED ADDENDUM NO. ?" Include a signed cop} of Addendum No. I in the sealed bld envelope at the time of bid submittal. Failure to acknowledge receipt of Addendunn No. 1 below could cause the subject bidder to be considered 'NONRESPONSIVE". resulting in disqualification. Addendum No. 1 William Johnson RECEJAT O' Fp D' Director, Transportation and Public Warks Mary Nanny h5 :f4niIVI'.I.• 6y_ — BY .� iUl ry Manna, P,E, C.o pony: �� f � IMerlm Program Manager Addopidum No.1 2018 BaPid Year 3 Contract 12 A-1 CPN 10147+4 0411 13 IN V I"PA'1 ION TO aIL)M Fla pn4� I CkO s>I�C.'T>m 0)" .11 1E3 it t'3'A'r10- f TO SiDDERS RE, CEWTDFBIDS Due to thr. COVID 19 Emurgency deciare:d by the {lily 4)f Fort Worth a d until the etne;t-gency deQlaradoa, as arn=&A is rescinckW. %uale�J' bids for the convarucationbfCPN 101474. 2018 19oud Year 3 Con troe1 12 ("Project") wi11 be received by the City of Fort Worth PurchM1Fig Office until 1.30 PAL M,Thu rsday, ,fuse 2StIt, 202G aq further di=rlbed he ld w: City ofFort North Porchasi ng TA vision 200 1'exaa Street Fort Worth, 'Texas 76102 Bids-wili be accepted bye: t. 'LIS Mall at the adc v1 m above. 2. By courier, liedLx or hand delivory from 8:30-1.30 on Tlmrsdays only at 41a South Enj Lobby of City I.IaII lo.�ated at 200 Tcxus stivt:t. fort Worth. Texas 76102. A Purchasing Dzpaf[tnczt staff peso will be available to ac. 01A tail} bid and provide a Mina 9tamprd receipt; nr 3. If the bidder desizrs to submit the bid on a day or 0rne other than the degiviawd 171mrMay, dw bidder must contua the Purchosing Department dUrInE normal working Iiours at 817-392- 462 to make an sppointment to meet a Putchatqittg DePu tmollt einployze at tho South End Lobby o f City Hal 11oQaiw d at 200 Texas Street, .Fart Worth, Texn-q 7 W2, where the bid(s) will hu received and limeldate st mpM-as abovo. Bids wit E bo opcneZ hubf1cly and read aluud at 2:00 PM CS`f' J11 the City Council Chatnme s and broadcast through live mane and C• FW public television whivll can bo accertsud at htt ,,Hf vcv[btcxas, vl ' v , The general public wilI not be allowed in the C iCyr Councill C;ltaimber�, In addition, .in lieu ofdelivf:ring comple:tOd MBE ful'ins tole tFl� pa-?!oct to the Purchasing Office, bidden shaiI Itt iI the cunupicted MBE l;`o=-; Lu t1Yd CAY Project Molxt3ger no later than 2:00 p.M. on the st r.vund Citybusinq.5 day affar tha Enid opening date, extIwuvc of ihie bid opening data. GE, NEI ILAL DE, SCI 111 TION OF WORK The m>i<jur wurk veilI consist of the (approxii aN) following; E ,100 SY of 6" end S" concmie pavement, 17,200 SY of 8" l i me treatad base, 3,100 LF of 8" sewer Pipe, 6,000 S F of 4" conaeb,- 5idtcwalk, and 20 Sanitary Sower Mnnlwlrs, Located on the following $tral:ts, 1b]bc1 rznarle Dr., Burgess Dr., Darki Dr., and Everest De (bamer n Weg1haven Dr. and Wentworth St..) and W4 ,,st Cleburne 1W., from Soutli FIulen St to Meade knolI Dr. r:RF,UALMCATI0N The improvements itteluded in this pt-oject must be performed by a contraCor who i�; pxx— quaiil:ied by the City at the time of bid opening, The prmedureq for qugIificadan-and pre- quali#i+ atlarr are outlined In thu 8ulJon 00 21 13 — I STRiIC'i IONS I'D BID1 ERS. CM Ur PD1VJ' WORTH Addond" I S"1'IcNDAR.D C:ONSfRUCTxCIJ Sp�LMCfAUO X DDCUMF%r 2018 5ond YeIr 3 Cuntrosl Tomporadly RevAcd Aprl3 n, 020 duo T�i COVM19 Hmcrgcncy 1213rq*LTie. 101474 W 111-1 INVITATION TO AIDDM Nge 2 of 3 DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding end Contilaot DaGur rents YnAy be exam ipied or obtained on-1 Inv by visiting the City ofFurt Wordi's Pumhning, Division vwebsite at ht1pJJwww.f6rtwofthtCXaS.gnVJP.w0ghmIn a OcLing on the link to thc: arive-rtised project fttld= un the City's alectmaic documebt management and co.Naboration system site, The Contract Docurrferils may be downlpaded, viewed, and printed by interested contlaclors arid/or "pp Lim. Collies of the Bidding grid ('oiltmet Documents may b, ptpr6ased from Pacheco Koch C:onsttlti.ng Engineers, Inc. 4060'Rryant Irving Road. Cart Worth, Texas 76109. The cast: ofBWing and Contract Dwumen is: Sot of iiidding and Contract Docurnetzts with Wl ii17c drawings: 120 Set ofBiGddin:gand Contract Documents v+ilhhalf size (if available) drawings: W PREBID CONFE, RENCE A probfd con-forejwr may be held as discus scd in Scatfun 00 21 13 - INSTRUCTION S TO Ek EDDERS at the HlowIng date, sad tame via a web V0d4ic=iU9 application: DATE, ,Ion 5', 2020 TIME: 10:00 n.M. I f a prebid eunferencc will bo huld oniiner via -a wab- conferenci ng applicatioji, iiryitations will be distributed rllrectly to thoaz� who have sulxmitted Expressionn of lnterest. In the project to the City Project Macaga andlur the Design Engiineor. The presentation given at. ihcc prcbid coiYkrence and slay questions -and acww= provided at this prabid conference will be issued as an Addeudurn to the call for hicks. CnVS R GHT O ACCEPT OR REJECT BIDS City reserves the light to waive Irregularlties nod to accept or reject bfd.4. AWARD City will uwavd A conlrnt to the Bidder presenting thL, lowest price, qua Iiiicatlom; and vumpete,ncies considered. All inquiries relative to; flips procumment should ba addressed to the f'ollowin AM- Maged Z01, Ptit PMP, City of Tort Worth E-mail: maged.2.aki Fnrtwnrthtex,w.g9v Phone. 817-35 -3448 AND/ Attu. Suby Varughese, PE , City oif'Fort Worth Emil: suby,vstxighcset nrtworthtexas.gov Phone: 17-392-7903 ANDIOR Alb, .ionadvEm Ireton, RE, Pacheco [Cosh Consulting Engil-reers, into. Email: jii'eton( pkce.oum Phone: 817-412-7155 CITY oiz F47RT Y1C1 IV Addendum I g t ANiJARt] CONS;AUCTION SV.I'i:QiCAnON DOCUMENT 201 # J*d Yrar 3 bmhpd Te Mpondly Apvi!zd Aj61 k 2020 J110 W COV113 k) R*sFffwY I2. Pn)JCC7 Nn- 1(} 14141 00 11 13 Fege 3 or) EXPRESSION OF INT'E RS-U, YV To enqurc biddem at-c kept ups to date of fttiy :16W ilttarmation pertinent to this p1.0je0t or the COVID19 em agency doolsrrat1oti. as amendW, as it may relate to this project, bid&n.q aav mquesce(lto emaii Bxpmstaions oflnterest In this pi-oaureniont to the City Project Mzmager akid the Design Engineer, 'rho en3aiI should uralude tho bidder's aompany na11w, contact persall, that individu is email address and plione number. All Addenda will be distribKltvd directly to those v h►l have.exprv. d an interest In the ptvc:ure-mentand wilt also 6e postpad in tine C[ty of Port Wonli's puGdiaging w6bsite at hitpWfortworthtc as.90vlPLsrehasitigi PLAN HOLDERS 'ro you are; kept up to date of any new informntion pedhient to this pmject such as when in addonda is issued, download the Flan Hold1;r.Regis#tn#iar� form to your coinpKitea, Ctlxkl lete $nd emai I it to the City Project Manager or the Design Engineer. Tlip City Vvi jest Managm and design Engineer are rempomible to upload tile: Plans i folder Rogistmdon farm to tip Pl$nH6lders foidej- in BM60. Mail }your completed Plan Holder ftegistratian form to them IIited in INQUIRIES above. ADVERTISEME, NT DATES May 21, 2020 END OF A TION i:r1'Y OF I'01P ' WORTH A,idondum 9 1 5.1•A KDARD CONSTRUUION SPECiCj ATZON DOCUMI T 2016 HoW Y(w a Cont O Tempori%Hly Ravieed ApcA 54 O O:duo to COVID]9 E mergmay I Pnn cd KEK 101474 CITY OF FORT WORTH Transportation and Pubhic Works SANITARY SEWER AND PAVING IMPROVEMENTS 018 Band Year 3, Contract 1 City Project No, 101474 ADDENDUM 1`40. 2 Unit X — Sanitary Sewer unit 2 -- Paving I'm pro vements Addendum No 2 issued. June 26, 2020 Bid Receipt Date: June 25, 2020 This Addendum forms part of the SpecilfrcaUons and Contract Documents and modifies the original pedficatlons and Contract € ucurnents, Bidders shell acknowledge receipt of this Addendum in (lie space provided I)elow anti acknuwledcge receipt on the muter envelope In yb�.+r bid. failure to acknovwledga receipt of this adcis nd{gym 0ouId subieet the bidder to dlsqualification. The Specifications and Contract Documents for City Project No. 10.1474 are hereby revised by thJs Addendum No. 2 as follows; Specifications Section 00 4243 —PROPOSAL FORMto be REPLACED In Its entirety with thL, attached revised Silt Proposal Changes to the original Include: - Unit I- Item 15. Adders (2" HMAG on 6" Plnxbase) to the Temporary Asphalt Paving Repair Description. Traffic Control plans (Sheets 54 and 65) have been revised to (54JR1 and 55131). This Addendum No_ 2 fauns part of the Specifications and Contract Documents ror the above, ref8renced projerJt and madifles the arig inaI Praject Manual & Contract documents of same, AcknD ledge your receipt of Addendum No. 2 by cornpleting the requested fnformatlon at the foflovwfng locations. (1) In the space prodded In Section 00 41 00, 61d Furm, Page 3 of 3, and () Indicate In diaper case letters on the cuts ide of your sealed bid envelope Include a signed copy of Addendum No. 2 In the sealed bid envelope at the time of bid submlttsl. failure to achfiovwledge receipt of Addendum No. 2 below could clause the subject bidder to be constdered "NONRESPONSIVE", resWting In d€squallfication. Addendum No. 2 1+olliam Johrrsvn, REC EIPT AC KNOWLFE GED' Director, Transportation and Public Works nl7arh.iyr,efyM.yr.u�i Mar I-lar�r a ;n7n4i laic 1471 fay. Mary Fianna. P.E. Oorrr n . +Ar_ . nterim Program Manager Y A-7 Addendurn No. 2 2018 Bond Year Contract 12 CPN 3.01474 00 41 1? 131D PIII]POSdr. Fmm t A 2 13ECTIOAP 00 42 d 3 FF QQMSAL F;ORM UNIT PRICE BID Bidder's Application r'[ojcd J lum Ir111}rlll 4nel 1%wow 13idldtt lima No. tramGdpdPn YgOffcwHon .9mk5rm Nci Unfl or hieeywa ald i iwnFily T.fnli Friar Rid VnOlc EToll f 8wn11jHr 3turr fro ljVMr3tenis I 333 J ,d J J 5 .3311 I 3 3I l2 3 3 i 2l} [,F' 3 T53 9 3334.I401 *Mmholo 3 34Ifl 11.51;to EA 20 3 13339.WOl Eperxy ]f "atwle Lfroar 33 39 64 YID 17 J �_f3p, J OU3 4'Iro 1Jo d� Mn�drolo y' IJr 33G33 3� VDo t7 f 3131.3101 dP d wcr .1WAu wink 2-WECksnuu[ J1 11 10 r3h A6 6 7165_0112 Coucrzlo C UElu 33 M 17 EA 2 7 3300t{s] TMLuh "Wey 313Q,41U LIT Et 334)5_11147 MMrLh[31DA! lklll7t�, Wi f 33 QS 14 FA 9 13101.0lul blTwitaleVoRvumInking 13D130 Lek 20 14 3301_0002 poet-curvfu_ arfm 130111 13 1151 j} !� x91,3T01181oc1tSodPiacomstll _1 . — ... .. I 321913 t+l Oi in Sy. Y'Y 20D Art hddmfum I t7JT 4P PIH9T ayMn: 30kn nliW YCw ] [:uijru t! T7-A?#pAiocowpWLPC► mSPLQ7P ATOPRF wCUMEH 9 I!myKdNn.10ITA Vona Tta'uhled'�1074t�4 . 04141 nm PgixtMAi, Nq2 ur '1 SECTION OQ 42 A9 PROPOSAL FORM UNIT PRICE BID Bidder's Appiication JNAr W 91M Inimm4Llon Jai Al A JY,Vnrnl flidGel llm J4LL Pmu47Plflm ;CpediicutitllLSuchilm Nu. ilnll uf. MexeYGP ilid QU9RptY L'�m f'd��o. J#JJ Ynlbc 32 3305,01Q7 '3305d4 91 353$.Gl J J V10C Bnk m,oht wlCa-n=r DCoHol- 3105 I-0 �A JG 34 331G-flOflfi 4' #'i LPoderdrain, 6 31480 L$ IUD 35 .1441.+I I03 FurulsJoTndMll 119um ti i e 01001111 MMPM � Hjt. W. 3444 30 HA 14 .}b 74d1_41JO Rm u4 rmO Rm'dkhtell Sion F m l ■nd Rmt .344130 fh # 37 347t_OOD1 Trai%cCLonlrat 3471 J3 MO d 33 _ 9999'_UUnl fWrriuFFremRAMP, 7 MUD 32-1124 HK I 39 9499:444$ ediscollmucaun Lrini1 Ad' nlmoor �Tmi iion 3) O5 II I.8 I $7�9Q S700d,04 4fr 99p9,0M3 C+nmrrucl.onAtiowanrs 1I,W ODQ4o L$ 1 #1 LOR.Go isP0% rluo arTi•' WEE trail L1 11Jr1 Sumn4n4� �.. _ Auivro-i11;fafll J50-Total Un111# T%ii.t phi t 1lo31 1- Vuli lly rrSnoV SLcrluN A+had� CRY 09 Fnr4T WMTIL 201 F cuW YeWa "14ML.J STAN!u"CWi9IYWW om%TwmCAmu",-Q!hiEHr6 F',41��an,ioulril. Frm ilar0al 1ll11012.4 LI jovVIN03 C tk%IAA QNOQ BIOL Y � O pr �� �qgd AO ip Ful - gag 3 E o 3 4 . 11 r it g g S � -�RNi� O d h su Yu Oa p w S i e o Hg t 8.5i ad °O 1 € 1 R OWN�6sa� - . 1S HIMOM1iV3M 01 4 �aa CA 4 m � IS H.L UOM.1.N3'M 0 r 00 11 13 INVITATION TO BIDDERS Page 1 of3 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Due to the COVIDI9 Emergency declared by the City of Fort Worth and until the emergency declaration, as amended, is rescinded, sealed bids for the construction of CPN 101474: 2018 Bond Year 3 Contract 12 ("Project") will be received by the City of Fort Worth Purchasing Office until 1:30 P.M. CST, Thursday, June 18th, 2020 as further described below: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth, Texas 76102 Bids wilt be accepted by: I . US Mail at the address above, 2. By courier, FedEx or hand delivery from 8:30-1:30 on Thursdays only at the South End Lobby of City Hall located at 200 Texas Street, Fort Worth, Texas 76102. A Purchasing Department staff person will be available to accept the bid and provide a time stamped receipt; or 3. If the bidder desires to submit the bid on a day or time other than the designated Thursday, the bidder must contact the Purchasing Department during normal working hours at 817-392-2462 to make an appointment to meet a Purchasing Department employee at the South End Lobby of City Hall located at 200 Texas Street, Fort Worth, Texas 76102, where the bid(s) will be received and time/date stamped as above. Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers and broadcast through live stream and CFW public television which can be accessed at http://fortworthtexas.gov/fwty/. The general public will not be allowed in the City Council Chambers. In addition, in lieu of delivering completed MBE forms for the project to the Purchasing Office, bidders shall e-mail the completed MBE forms to the City Project Manager no later than 2:00 p.m. on the second City business day after the bid opening date, exclusive of the bid opening date. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: 16,100 SY of 6" and 8" concrete pavement, 17,200 SY of 8" lime treated base, 3,100 LF of 8" Sewer Pipe, 6,000 SF of 4" concrete sidewalk, and 20 Sanitary Sewer Manholes. Located on the following streets: Albermarle Dr., Burgess Dr., Darla Dr., and Everest Dr (between Westhaven Dr. and Wentworth St..) and West Cleburne Rd., from South Hulen St to Meadowknoll Dr, PREQUALIFICATION The improvements included in this project must be performed by a contractor who is pre - qualified by the City at the time of bid opening. The procedures for qualification and pre - qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. CITY OF FORT WORTH 2019 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Project No. 101474 Temporarily Revised April 6, 2020 due to COVID 19 Emergency 0011 13 INVITATION TO BIDDERS Page 2 of 3 DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http:/,'www.fortworthtexas. gov,'purchasing_/ and clicking on the link to the advertised project folders on the City's electronic document management and collaboration system site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Copies of the Bidding and Contract Documents may be purchased from Pacheco Koch Consulting Engineers, Inc. 4060 Bryant Irving Road, Fort Worth, Texas 76109. The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $120 Set of Bidding and Contract Documents with half size (if available) drawings: $80 PREBID CONFERENCE A prebid conference may be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: June 0, 2020 TIME: 9:00 a.m. If a prebid conference will be held online via a web conferencing application, invitations will be distributed directly to those who have submitted Expressions of interest in the project to the City Project Manager and/or the Design Engineer. The presentation given at the prebid conference and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. CITY'S RIGHT TO ACCEPT OR REJECT SIDS City reserves the right to waive irregularities and to accept or reject bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. INQUIRIES All inquiries relative to this procurement should be addressed to the following.- Attn: Maged Zaki, PE, PMP, City of Fort Worth Email: maged.zaki@fortworthtexas.gov Phone: 817-392-5448 AND/OR Attn: Suby Varughese, PE, City of Fort Worth Email: ruby.varughese@fortworthtexas.gov Phone: 817-392-7803 AND/OR Attn: Jonathan Ireton, PE, Pacheco Koch Consulting Engineers, Inc. Email: jireton@pkce.com Phone: 817-412-7155 CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Project No. 101474 Temporarily Revised April 6, 2020 due to COVID19 Emergency 0011 13 INVITATION TO BIDDERS Page 3 of 3 EXPRESSION OF INTERSEST To ensure bidders are kept up to date of any new information pertinent to this project or the COVID] 9 emergency declaration, as amended, as it may relate to this project, bidders are requested to email Expressions of Interest in this procurement to the City Project Manager and the Design Engineer. The email should include the bidder's company name, contact person, that individuals email address and phone number. All Addenda will be distributed directly to those who have expressed an interest in the procurement and will also be posted in the City of Fort Worth's purchasing website at http:/ifortworthtexas.gov/purchasing/ PLAN HOLDERS To ensure you are kept up to date of any new information pertinent to this project such as when an addenda is issued, download the Plan Holder Registration form to your computer, complete and email it to the City Project Manager or the Design Engineer. The City Project Manager and design Engineer are responsible to upload the Plans Holder Registration form to the Plan Holders folder in BIM360. Mail your completed Plan Holder Registration form to those listed in INQUIRIES above. ADVERTISEMENT DATES May 21, 2020 May 28, 2020 END OF SECTION CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION ❑OCUMFNT Project No, 101474 Temporarily Revised April h, 2020 due to COVIDI9 Emergency SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms 0021 13 INSTRUCTIONS TO BIDDERS Page I of 10 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalified shall not be opened and, even if inadvertently opened, shall not be considered. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: hqns://apps.lortworthtexas.gov/ProjectResources/ 3.1.1. Paving — Requirements document located at; ht s://a s.fortworthtexas. ov/ProiectResources/ResourcesP/02%20- %20Constructi on%2ODocumentsiContractor%2OPrequal ifi cation/TP W%2OPaying %20Contractor%2OPrequal ifi cati on%2OPro gram,`P REGUA L IF IC ATION%20RE O U I REM ENTS%20FOR%20PA V rNG% �2000NTRACTORS.pdf 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at; CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Project No, 101474 Temporarily Revised April 24, 2020 due to COV0I9 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 2 ul' 10 https: //apps.fortworthtexas. gov/Prof ectResourc es/Resources P/02%20- %20Constru cti on%2ODocum en is/Con tractor%2 OPreq.ual i fi cati on/TPW %2ORoadwa y%20and%2OPedestrian%2OLighting%2OPrequalification%2OProgram/STREET% 20LIGHT%20PREQUAL%20.REQMNTS.pdf 3.1.3. Water and Sanitary Sewer Requirements document located at; htti2s: / /apes. fortworthtexas. gov/Prof ectResourc es/ResourcesP/02%2 0- %20Constructi on%2ODocuments/Contractor%2OPrequali ficati on/Water%20and%2 OSanita °/ 2OSewer°/ 2OContractor%2OPre ualification%2OPro ram/WSS%2 re dual%20requirements.pdf 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALiFICATiONS. 3.2.1.Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.2.2.TEMPORARY PROCEDURES DUE TO COVID-19: A Bidder whose prequalification has expired during the time period where a valid emergency order is in place (federal, state, local) and for 30 days past the expiration of the emergency order with the furthest expiration date by day and month, will not be automatically disqualified from having the Bidder's bid opened. A Bidder in this situation will have its bid opened and read aloud and will be allowed 5 business days (close of business on the 5i1' day) to submit a complete prequalification renewal package. Failure to timely submit, or submittal of an incomplete package, will render the Bidder's bid non -responsive. If the prequalification renewal documents show the Bidder as now not -qualified, the bid will be rendered non- responsive. A Bidder may not use this exception to seek a prequalification status greater than that which was in place of the date of expiration. A Bidder who seeks to increase its prequalification status must follow the traditional subiuittallreview process. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. CITY OF FORT WORTH 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Projcct No. 101474 Temporarily Revised April 24, 2020 due to COVID19 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 10 Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder shall: 4.1.1. Examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. Omitted 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and al l drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.7. Perform independent research, investigations, tests, borings, and such other Irteans as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. On request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. CITY OF FORT WORTH 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Project No. 101474 Temporarily Revised April 24, 2020 due to COVIDI9 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 10 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for Rill and complete information upon which the proposal is to be based. It is understood that the submission of a proposal is prima -facie evidence that the Bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00 Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder Oil request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and fiirnishing the Work. CITY OF FORT WORTt1 2018 Rond Ycar 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Project No. 101474 Temporarily Revised April 24, 2020 due to COVID 19 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 10 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. S. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for pennanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: Maged Zaki, PE, PMP, City of Fort Worth Email:maged.zaki@fortworthtexas.gov Phone: 817-392-5448 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. CITY OF FORT WORTH 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Project No. 10t474 Temporarily Revised Apri[ 24, 2020 due to COVID19 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 10 6.3. Addenda or clarifications may be posted via the City's electronic document management and collaboration system at htip:i/fortworthtexas.gov/tpw/contractors/ 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award, City may consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award wilt be retained by City until final contract execution. S. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form, 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 01 25 00 of the General Requirements, CITY OF FORT WORTH 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Project No. 101474 Temporarily Revised April 24, 2020 due to COVIDt9 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 10 11. Subcontractors, Suppliers and Others 11.1 In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 12-201 1 (as amended), the City has goals for the participation of minority business and/or small business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the MBE and SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Forrn and/or Good Faith Effort Form with documentation and/or Joint Venture Form as appropriate. The Forms including documentation must be received by the City no later than 2:00 P.M. CST, on the second business day after the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documentation was received. Failure to comply shall render the bid as non- responsive. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. in the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, written in ink in both words and numerals, for which the Bidder proposes to do the work contemplated or fiirnish materials required. All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals, the price in written words shall govern. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Project No. 101474 Temporariiy Revised April 24, 2020 due to COVIDI9 Emergency 0021 13 INSTRUCTIONS TO BIT)DFRS Page 8 of 10 12.7. Bids by joint ventures shall be executed by each joint venture in them anner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be tilled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of 14. Modification and Withdrawal of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. After all Bids not requested for withdrawal are opened and publicly read aloud, the Bids for which a withdrawal request has been properly filed may, at the option of the City, be returned unopened. 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. 15. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Project No. 101474 Temporarily Revised April 24, 2020 due to COVIDl9 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 10 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalities not involving price, contract time or changes in the Work with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4, Contractor shalt perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. CITY OF FORT WORTH 2018 fiond Ycar 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Project No. 101474 Temporarily Revised April 24, 2020 duc to COVIDI9 Emergency 00 21 to' INSTRUCTIONS TO BIDDERS Page 10 of 10 17.7. A contract is not awarded until formal City Council authorization, if the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 17.7. ].The contractor is required to fill out and sign the Certificate of Interested Parties Form 1.295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at httns:i/www.ethics.state.tx.us/data/forms/1295/12.95.ndf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Certificates of insurance, and all other required documentation. 18.2. Failure to execute a duly awarded contact may subject the Contractor to penalties. 18.3. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH 2O19 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Project No. 101474 Tcnipurariiy Revised April 24, 2020 due to COVID 19 Emergency 003215-0 CONSTRUCTION PROGRESS SCHEDULE. SECTION 00 3215 CONSTRUCTION PROJECT SCHEDULE PARTI- GENERAL 1.1 SUMMARY Page I of 10 A. Section includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Project Schedule B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limitedto. 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements D. Purpose The City of Fort Worth (City) is committed to delivering quality, cost-effective infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a properly structured schedule with accurate updates. This supports effective monitoring of progress and is input to critical decision making by the project manager throughout the life of the project. Data from the updated project schedule is utilized in status reporting to various levels of the City organization and the citizenry. This Document complements the City's Standard Agreement to guide the construction contractor (Contractor) in preparing and submitting acceptable schedules for use by the City in project delivery. The expectation is the performance of the work follows the accepted schedule and adhere to the contractual timeline. The Contractor will designate a qualified representative (Project Scheduler) responsible for developing and updating the schedule and preparing status reporting as required by the City. 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. 2. Non-compliance with this specification is grounds for City to withhold payment of the Contractor's invoices until Contractor achieves said compliance, 1.3 REFERENCES A. Project Schedules Each project is represented by City's master project schedule that encompasses the entire scope of activities envisioned by the City to properly deliver the work. When the City contracts with a Contractor to perform construction of the Work, the Contractor CITY OF FORT WORTH 2018 Bond Year 3 Contract 12 STANDARD SPECIFICATION Project No. 101474 Revised JULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 2 of I0 will develop and maintain a schedule for their scope of work in alignment with the City's standard schedule requirements as defined herein. The data and information of each such schedule will be leveraged and become integral in the master project schedule as deemed appropriate by the City's Project Control Specialist and approved by the City's Project Manager. Master Project Schedule The master project schedule is a holistic representation of the scheduled activities and milestones for the total project and be Critical Path Method (CPM) based. The City's Project Manager is accountable for oversight of the development and maintaining a master project schedule for each project. When the City contracts for the design and/or construction of the project, the master project schedule will incorporate elements of the Design and Construction schedules as deemed appropriate by the City's Project Control Specialist. The assigned City Project Control Specialist creates and maintains the master project schedule in P6 (City's scheduling software). 2. Construction Schedule The Contractor is responsible for developing and maintaining a schedule for the scope of the Contractor's contractual requirements. The Contractor will issue an initial schedule for review and acceptance by the City's Project Control Specialist and the City's Project Manager as a baseline schedule for Contractor's scope of work. Contractor will issue current, accurate updates of their schedule (Progress Schedule) to the City at the end of each month throughout the life of theirwork. B. Schedule Tiers The City has a portfolio of projects that vary widely in size, complexity and content requiring different scheduling to effectively deliver each project. The City uses a "tiered" approach to align the proper schedule with the criteria for each project. The City's Project Manager determines the appropriate schedule tier for each project, and includes that designation and the associated requirements in the Contractor's scope of work. The following is a summary of the "tiers". 1. Tier 1: Small Size and Short Duration Project (design not required) The City develops and maintains a Master Project Schedule for the project. No schedule submittal is required from Contractor. City's Project Control Specialist acquires any necessary schedule status data or information through discussionswith the respective party on an as -needed basis. 2. Tier 2: Small Size and Short to Medium Duration Project The City develops and maintains a Master Project Schedule for the project. The Contractor identifies "start" and "finish" milestone dates on key elements of their work as agreed with the City's Project Manager at the kickoff of their work effort. The Contractor issues to the City, updates to the "start" and "finish" dates for such milestones at the end of each month throughout the life of their work on theproject. 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration The City develops and maintains a Master Project Schedule for the project. The Contractor develops a Baseline Schedule and maintains the schedule of their respective scope of work on the project at a level of detail (generally Level 3) and in CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD SPECIFICATION Project No. 101474 Revised JULY 20, 2018 003215-0 CONSTRUCTION PROGRF..SSSCIIFDUI.F. Page 3 of] 0 alignment with the WBS structure in Section 1.4.1-1 as agreed by the Project Manager. The Contractor issues to the City, updates of their respective schedule (Progress Schedule) at the end of each month throughout the life of their work on theproject. C. Schedule Types Project delivery for the City utilizes two types of schedules as noted below. The City develops and maintains a Master Project Schedule as a "baseline" schedule and issue monthly updates to the City Project Manager (end of each month) as a "progress" schedule. The Contractor prepares and submits each schedule type to fulfill their contractual requirements. Baseline Schedule The Contractor develops and submits to the City, an initial schedule for their scope of work in alignment with this specification. Once reviewed and accepted by the City, it becomes the `Baseline" schedule and is the basis against which all progress is measured. The baseline schedule will be updated when there is a change or addition to the scope of work impacting the duration of the work, and only after receipt of a duly authorized change order issued by the City. In the event progress is significantly behind schedule, the City's Project Manager may authorize an update to the baseline schedule to facilitate a more practical evaluation of progress. An example of Baseline Schedule is provided in Specification 00 32 15.1 Construction Project Schedule Baseline Example. 2. Progress Schedule The Contractor updates their schedule at the end of each month to represent the progress achieved in the work which includes any impact from authorized changes in the work. The updated schedule must accurately reflect the current status of the work at that point in time and is referred to as the "Progress Schedule". The City's Project Manager and Project Control Specialist reviews and accepts each progress schedule. In the event a progress schedule is deemed not acceptable, the unacceptable issues are identified by the City within 5 working days and the Contractor must provide an acceptable progress schedule within 5 working days after receipt of non -acceptance notification. An example of a Progress Schedule is provided in Specification 00 32 15.2 Construction Project Schedule Progress Example. 1.4 CITY STANDARD SCHEDULE REQUIREMENTS The following is an overview of the methodology for developing and maintaining a schedule for delivery of a project. A. Schedule Framework The schedule will be based on the defined scope of work and follow the (Critical Path Methodology) CPM method. The Contractor's schedule will align with the requirements of this specification and will be cost loaded to reflect their plan for execution, Overall schedule duration will align with the contractual requirements for the respective scope of work and be reflected in City's Master Project Schedule. The Project Number and Name of the Project is required on each schedule and must match the City's project data. B. Schedule File Name CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD SPECIFICATION Projcct No. 101474 Revised JULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 4 or10 All schedules submitted to the City for a project will have a file name that begins with the City's project number followed by the name of the project followed by baseline (if a baseline schedule) or the year and month (if a progress schedule), as shown below. • Baseline Schedule File Name Format: City Project Number _Project Name Baseline Example: 101376 North Montgomery Street HMAC_Baseline • Progress Schedule File Name Format: City Project Number Project Name YYYY-MM Example: 101376 North Montgomery StreetHMAC_2018_01 • Project Schedule Progress Narrative File Name Format: City Project Number _Project Name _PN_YYYY-MM Example: 104 376_North Montgomery Street HMAC_PN_2018_01 C. Schedule Templates The Contractor will utilize the relevant sections from the City's templates provided in the City's document management system as the basis for creating their respective project schedule. Specifically, the Contractor's schedule will align with the layout of the Construction section. The templates are identified by type of project as noted below. • Arterials • Aviation • Neighborhood Streets • Sidewalks (later) • Quiet Zones (later) . • Street Lights (later) • Intersection Improvements (later) • Parks • Storm water • Street Maintenance • Traffic • Water D. Schedule Calendar The City's standard calendar for schedule development purposes is based on a 5-day workweek and accounts for the City's eight standard holidays (New Years, Martin Luther King, Memorial, independence, Labor, Thanksgiving, day after Thanksgiving, Christmas). The Contractor will establish a schedule calendar as part of the schedule development process and provide to the Project Control Specialist as part of the basis for their schedule. Variations between the City's calendar and the Contractor's calendar must be resolved prior to the City's acceptance of their Baseline project schedule. E. WBS & Milestone Standards for Schedule Development The scope of work to be accomplished by the Contractor is represented in the schedule in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the development of the schedule activities and shall be imbedded and depicted in the schedule. CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD SPECIFICATION Projcct No. 101474 Revised .{ULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 5 of t 0 The following is a summary of the standards to be followed in preparing and maintaining a schedule for project delivery. Contractor is required to utilize the City's WBS structure and respective project type template for "Construction" as shown in Section 1.4.H below. Additional activities may be added to Levels I - 4 to accommodate the needs of the organization executing the work. Specifically the Contractor will add activities under WBS XXXXXX.80.83 "Construction Execution" that delineates the activities associated with the various components of the work. 2. Contractor is required to adhere to the City's Standard Milestones as shown in Section 1.4.I below. Contractor will include additional milestones representing intermediate deliverables as required to accurately reflect their scope ofwork. F. Schedule Activities Activities are the discrete elements of work that make up the schedule. They will be organized under the umbrella of the WBS. Activity descriptions should adequately describe the activity, and in some cases the extent of the activity. All activities are logically tied with a predecessor and a successor. The only exception to this rule isfor "project start" and "project finish" milestones. The activity duration is based on the physical amount of work to be performed for the stated activity, with a maximum duration of 20 working days. If the work for any one activity exceeds 20 days, break that activity down incrementally to achieve this duration constraint. Any exception to this requires review and acceptance by the City's Project Control Specialist. G. Change Orders When a Change Order is issued by the City, the impact is incorporated into the previously accepted baseline schedule as an update, to clearly show impact to the project timeline. The Contractor submits this updated baseline schedule to the City for review and acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the following: 1. Time extensions associated with approved contract modifications are limited to the actual amount of time the project activities are anticipated to be delayed, unless otherwise approved by the Program Manager. 2. The re-baseliued schedule is submitted by the Contractor within ten workdays after the date of receipt of the approved Change Order. The changes in logic or durations approved by the City are used to analyze the impact of the change and is included in the Change Order. The coding for a new activity(s) added to the schedule for the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the work of the Change Order. Revisions to the baseline schedule are not effective until accepted by the City. H. City's Work Breakdown Structure CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD SPECIFICATION Project No. 101474 Revised JULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 6 or 1 o WBS Code WBS Name XXXXXX Project Name XXXXXX.30 Design XXXXXX.30.10 Design Contractor Agreement XXXXXX.30.20 Conceptual Design (30%) XXXXXX.30.30 Preliminary Design (60%) XXXXXX.30.40 Final Design XXXXXX.30.50 Environmental XXXXXX.30.60 Permits XXXXXX.30.60.10 Permits - identification XXXXXX.30.60.20 Pen -nits - Review/Approve XXXXXX.40 ROW & Easements XXXXXX.40.10 ROW Negotiations XXXXXX.40.20 Condemnation XXXXXX.70 Utility Relocation XXXXXX.70.10 Utility Relocation Co-ordination XXXXXX.80 Construction XXXXXX.80.81 Bid and Award XXXXXX.80.83 Construction Execution LX.80.85 inspection LX.80.86 Landscaping XXXXXX.90 Closeout XXXXXX90.10 Construction Contract Close-out XXXXXX.90.40 Design Contract Closure I. City's Standard Milestones The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. Activity ID Activity Name Design 3020 Award Design Agreement 3040 Issue Notice To Proceed - Design Engineer 3100 Design Kick-off Meeting 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3150 Peer Review Meeting/Design Review meeting (technical) 3160 Conduct Design Public Meeting 41 (required) 3170 Conceptual Design Complete 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3250 Conduct Design Public Meeting #2 (required) 3260 Preliminary Design Complete CITY OF FORT WORTH 2018 Bond Year 3 Contract 12 STANDARD SPECIFICATION Project No. 101474 Revised 7ULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE, Page 7 of 10 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3330 Conduct Design Public Meeting #3 (if required) 3360 Final Design Complete ROW & Easements 4000 Right of Way Start 4230 Right of Way Complete Utility Relocation 7000 Utilities Start 7120 Utilities Cleared/Complete Construction Sid and Award 8110 Start Advertisement 8150 Conduct Bid Opening 8240 Award Constriction Contract Construction Execution 8330 Conduct Construction Public Meeting #4 Pre -Construction 8350 Construction Start 8370 Substantial Completion 8540 Construction Completion 9130 Notice of Completion/Green Sheet 9150 Construction Contract Closed 9420 Design Contract Closed 1.5 SUBMITTALS A. Schedule Submittal & Review The City's Project Manager is responsible for reviews and acceptance of the Contractor's schedule. The City's Project Control Specialist is responsible for ensuring alignment of the Contractor's baseline and progress schedules with the Master Project Schedule as support to the City's Project Manager. The City reviews and accepts or rejects the schedule within ten workdays of Contractor's submittal. Schedule Format The Contractor will submit each schedule in two electronic forms, one in native file format (.xer, .xml, .mpx) and the second in a pdf format, in the City's document management system in the location dedicated for this purpose and identified by the Project Manager. In the event the Contractor does not use Primavera P6 or MS Project for scheduling purposes, the schedule information must be submitted in .x1sor .x1sx format in compliance with the sample layout (See Specification 00 32 115.1 Construction Project Schedule Baseline Example), including activity predecessors, successors and total float. 2. Initial & Baseline Schedule The Contractor will develop their schedule for their scope of work and submit their initial schedule in electronic form (in the file formats noted above), in the City's document management system in the location dedicated for this purpose within ten workdays of the Notice of Award. CITY OF FORT WORTH 2018 Bond Year 3 Contract 12 STANDARD SPECIFICATION Project No. 101474 Revised 7ULY 20, 2018 0032I5-0 CONSTRUCTION PROGRESS SCHEDULE Paec 8 of 10 The City's Project Manager and Project Control Specialist review this initial schedule to determine alignment with the City's Master Project Schedule, including format & WBS structure. Following the City's review, feedback is provided to the Contractor for their use in finalizing their initial schedule and issuing (within five workdays) their Baseline Schedule for final review and acceptance by the City. 3. Progress Schedule The Contractor will update and issue their project schedule (Progress Schedule) by the last day of each month throughout the life of their work on the project. The Progress Schedule is submitted in electronic form as noted above, in the City's document management system in the location dedicated for this purpose. The City's Project Control team reviews each Progress Schedule for data and information that support the assessment of the update to the schedule. in the event data or information is missing or incomplete, the Project Controls Specialist communicates directly with the Contractor's scheduler for providing same. The Contractor re -submits the corrected Progress Schedule within 5 workdays, following the submittal process noted above. The City's Project Manager and Project Control Specialist review the Contractor's progress schedule for acceptance and to monitor performance and progress. The following list of items are required to ensure proper status information is contained in the Progress Schedule. • Baseline Start date • Baseline Finish Date • % Complete • Float • Activity Logic (dependencies) • Critical Path • Activities added or deleted • Expected Baseline Finish date • Variance to the Baseline Finish Date B. Monthly Construction Status Report The Contractor submits a written status report (referred to as a progress narrative) at the end of each month to accompany the Progress Schedule submittal, using the standard format provided in Specification 00 32 15.3 Construction Project Schedule Progress Narrative. The content of the Construction Project Schedule Progress Narrative should be concise and complete to: • Reflect the current status of the work for the reporting period (including actual activities started and/or completed during the reporting period) • Explain variances from the baseline on critical path activities • Explain any potential schedule conflicts or delays • Describe recovery plans where appropriate • Provide a summary forecast of the work to be achieved in the next reporting period. C. Submittal Process CITY OF FORT WORTH 2018 Bond Year 3 Contract 12 STANDARD SPECIFICATION Project No. 101474 Revised JULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 9 ONO ® Schedules and Monthly Construction Status Reports are submitted in Buzzsaw following the steps outlined in Specification 00 32 15.4 Construction Project Schedule Submittal Process. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules or construction status reports are required from the Contractor. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS ]NOT USEDI 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS ]NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the Contractor's Project Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the Contractor's scope of work. C. The Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similarprojects. 1.10 DELIVERY, STORAGE, AND HANDLING ]NOTUSED] 1.11 FIELD [S.ITE] CONDITIONS ]NOT USED] 1.12 WARRANTY [NOT USED] 1.13 ATTACHMENTS Spec 00 32 15.1 Construction Project Schedule Baseline Example Spec 00 32 15.2 Construction Project Schedule Progress Example Spec 00 32 15.3 Construction Project Schedule Progress Narrative Spec 00 32 15.4 Construction Project Schedule Submittal Process PART 2 - PRODUCTS ]NOT USED PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD SPECIFICATION Project No. 101474 Revised JUL,Y 20, 2019 003215-0 CONSTRUCT►ON PROGRESS SCHEDULE Page 10 of 10 Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell initial Issue CITY OF FORT WORTH 2018 Bond Year 3 Contract 12 STANDARD SPECIFICATION Projcet No. 101474 Revised JfJLY 20, 2018 0032 15.1 - 0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE.. EXAMPLE Pagel oP5 SECTION 00 32 15.1 CONSTRUCTION PROJECT SCHEDULE — BASELINE EXAMPLE PART1- GENERAL The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the baseline for the project. This version of the schedule is referred to as a "baseline" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a baseline schedule. See CFW Specification 00 32 15 Construction Project Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised JULY 20, 2019 0032 15.1 -0 CONSTRUCTION PROGRESS SCI IEDUI,E - BASELINE EXAMPLE Pagc 2 or 5 - --------- ! -- -------- - ------------- - ----- ... ...... ----------- L --------- 1 ---- ----- i ....... - ----------------------- ----- ------------- --------- ---------- - -------- ----------- 6—q - - - - - - - - - - - --------- - - - - - - - - ---------- I -AM uu NI LA $4 0 Frti d. H N V 2 v aA N a e drh .1 v! .8 -a Ti 419 4? R .1 o a fl 4 pV-4 c sl x Mi 01 u A F c n 0i M it 19 D s p A w IM4 PRO III 9 - k CITY OF FORT WORTH 20 18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFTCATTON DOCUMENTS Prgjcct No. 101474 Revised JI JLY 20, 2018 0032 15.1 -0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 3 ol'5 4 ----------- 4------ --.-1 ----- - ---- -------- - - I ---------- -------------- --- ---------- ---------- --------- - --------- ---------- ---------- -------- --------- E-- J—.— ry r -------------- --III IF 7 ---------------- ------ - - ---------- r -------- - - - -------- 7-- ---------- T-- --------- --------- ; Al h Igo r, 20 NNNg V t -1: 11 11 7 yuyr 11 t r C? 2e A Feb 41 4 Z 'el CD 51 g 51 v 2-0� v .2 n 0 }O a u q E 2 E u rh u -4 u 116 � t � e1 m 8 �i t% L!r ' CITY OF FORT WORTH 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Rcvised JULY 20, 2018 0032 15.1 -0 CONSTRUCTION PROGRESS SCHEDULE — BASELrNE EXAMPLE Page 4 of 5 --4 ---------- -- -------- ---------- ---------- 7 Ic- r.T - ----------- T- ----------------- T .2 V Ir 0 � % �_ ƒ \/§�� OL � } � � 7� � & iv & 2 e ,�.�. ,k % � |2 2 � � 7 )\� } � $i ■ � _ ���K � § a CL ����% CITY OF FORT WORTH 20 19 Bond Yeaf 3 Contract 12 STANDARD CONSTRUCTION SPF.C[F[CATION DOCUMENTS Project No. 101474 Revised JTULY 20, 2018 0032 15.1 - 0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 5 of 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 20t8 M. Jarrell Initial Issue CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. I01474 Revised JULY 20, 2018 0032 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page I or4 SECTION 00 32 15.2 CONSTRUCTION PROJECT SCHEDULE — PROGRESS EXAMPLE 1604.4 694NOW7.1I The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the progress for the project. This version of the schedule is referred to as a "progress" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a progress schedule. See CFW Specification 00 32 15 Construction Project Schedule for details and requirements regarding the Contractor's project schedule. CITY Or FORT WORTH 2OI8 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised JULY 20, 2018 0032 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 2 of 4 .I --------- - ----------'------=--------- ------------- _________._F______.__i_._-____r_ --------'=---------- =-'-------------------------------- e-- ------'---------�--- I I -------- y'________.'----------- '_.______'�._______y_________.________'---------- .r.•y.r+ i.+..� j I I I --i i i L9--------- M t - - -' - - t- --------- -' 1-' - - 1------- J- - - ................... ......... 1._......J._..__._.1... ;. Tre N U oTW 0 C y o + 'Y !4 N rY w{ !{ .r.l r I 4'4.•Y rl s-1 n {Y +1 N N'N to Ek •N N N N fY+! Ek dM N N r� r rl 4A Si II rl .I 4 r. LY x. i+l IYIY o i a lA ? 67 + {p r r { F1 R R I F b I.] iiEJ �Y r, rr% 4.L ILIA lei 1, i eiilL� it a�l iY iI 5�1 �i �I Si A.Y r r� SY iW g{ r I F r{ JL I�ikih 8 .11 y } 11Y �Wyrrylti�'{;' r Y " lCL U b ., rY rl r �� FI I{i I I i3 - �1 r� 1•I •• a s' M w r.l17n w ■_ •n uq5 qa Ir. +I :W ++ n + i'!1 sq Q � � �y •. . B� � �: � �� � ii i. - " r r 1 f o o a 1 a cl.". ,� N r, .•I � CI ti r .� :I ' ' 1 l f !' 1 .rl ' 1' 1. f l r 1. JI • • .! A f A ff f. b a o o n o a` n a a b o A a s n o o a o 0 o n �{ + �. OO •la G ri ��II ��yy �9 p `� .IR I] al • �. 11 ,u•Iw r1.YJ rt Cl " r 16r 4. A.'- � litka ,R Fi 1tii '-''L'I � t' C Ir I E'• 'TMk rl aFFyx..11.'kii]'.a.,'3Q-1 :q.�a.. J Y� h.O ttll �� - r 15 iyy��Y 4 9 •� 7ijr�y.; i II�.1^ ilk •J CIj���rll 1 IJ� I}*�{ 1��Y I .' .� II�� oo rrtt rl } {{jj{ 'I�:J/1 � I[+71 1^'p1I „4` �_ i •'+rJ A � Ti � � +! ►'! � � t..+ CITY OF FORT WORTH 2O18 Bond Ycar 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 161474 Revised JULY 20, 2018 Cm 9L CL 0032 15.2 - U CONSTRUCTION PROGRESS SCHEDULE — PR0GRFSS EXAMPLF Page 3 of 4 - - — — '----------------------'----i --------:------- :---------:----- —•-----•------ ....._..._ _.....__. l.._.......T _--------- i - i i ------i--------------------------- I N i■ �i ri N'eY N N• 7 r1,N N N•N.r1 A'1�-R N ,'x •.V el at 'N N N �I n,N- 'av,fi ry F�•il FI av'ay an r ., � . 12F 18 . t3 91 . npppl� r 8 0 qWWI I I: �. m ©v }�k�Y p z 1�1 �n71 y ',I r iso es yn 7a {."Y- vai ie a � �• L� n a� � I ,� xf f ,1S � =R "' � � ,�4 �I Q � � � � r1 i rY_Yr � „ •may ��� �}1i�fr,i rFi� itY- �NY�4� ? SSA —� •'��I"�'.�i'f r�i� � � iY ry �.=1 � � 1� N r41 ` l5-Y l�' � # f•1 � l9 � � eV. ' 'i .' .r �. ' �� ,Nil 41 U m W a IY r, * moTrf A F 471 P T a a I0 a T � I T m ¢It•F .N _ f 1 {fy#iY i5 C�AII 21 !r i t 4 5 iY �,pam ua 4 - _m'u$ aa5lYYhm mm_ o�nfl w n I VJ ►' r! �� �+i � � t� a i•j I I . � � �1�y � � � � � �j � ,��f, y� i � � � �n I"r+i , .. - 11 k�fry°-i� Ycf'+ ')�c� o �G+i i� ., .• sCl :Ill 1N fy S a f/i a' i5 6 � ,a � ° � xa` a a a Its I f� ui�1•��� �r ��7�► r5 a 4 at � Y � �' � 'Y �•� V CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised JULY 20, 2019 003215.2-0 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 4 of4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. J21TCII initial Issue CITY OF FORT WORTH 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised JULY 20, 2018 00 32 15.3 - 0 — PROGRESS NARRATIVE Page 1 of 1 SECTION 00 32 15.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Date Issued: Project Name: Company Name: City Project No: Engineer's Project No: City Project Manager: Engineer's Project Manager: M. LISC VI dt;L§Vi1I@S dGGVIF1PII5IIUU III III@ UV[JVflII1IJ. 1JUHVU. 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) d. List of actIVities to be accompiisned in the next reporting period 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) 1. Dist any actual delays and provide recovery actions 1. (insert text here) 2. (insert text here) 3. (insert text here) City of Fort Worth, Texas Construction Project Schedule Narrative Report for CFW Projects TPW Official Release Date: 7.20.2013 Page 1 of 1 0032 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL. PROCESS Page I of 7 SECTION 00 32 15.4 CONSTRUCTION PROJECT SCHEDULE SUBMITTAL PROCESS PART1- GENERAL The following inforination provides the process steps for the Contractor to follow for submitting a project baseline or progress schedule for a capital project to the City of Fort Worth, See CFW Specification 00 32 15 Construction Project Schedule for details and requirements regarding the Contractor's project schedule. If you are not a registered CFW Buzzsaw user, please email or contact: Fred (iriffin, Buzzsaw Administrator City of Fort Worth Fred,Griffin@fortworthgov.org 817-392-8868 Using your registered username and password log into the City's Buzzsaw Site bttps://pro-iecti)oint.buzzsaw.com/client/fortworth;;ov [-• A -.h.1 � Navigate to your Project Folder. Verify that your Project ID and Project Name are consistent with Project Folder Name. Navigate to the Schedule Directory under your Project Folder. The 00701-Flaxseed Drainage Improvements project is used for illustration. CITY OF FORT WORTH 2O18 Banc! Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised JULY 20, 2018 0032 15.4 - 0 CONSTRUCTION PROURRSS SCIIRDULR— SUBMITTAL, PROCESS Page 2 or 7 tje gnt ge+. *XM a� ^a• tl +ad - , Jr to 31 PAY' I�%aRwarthgav J - 4.1 twnitI tiP I _ar j Iytiw, I j i —I Bid Fanu �jrhedcdp5lnde%.xls Fred Griffin 16,384 MKroSaRExtel W.,. i Bid Responses + canslru tw i J con Atoms ;j cmvaccc% correspondence + �I �.*-ry f�MiridiSwrMiIH+H �i + �} Pra)ect Orawings Pubk Meetings + =Jl flea) Prgxrty j ULKes M OBFJ5 -vIbm W4¢6 Ee &&-istc' 00705-c-b.. W.W1--ertrd AIL - - Q1A n0706 -; Wagrs M EIrstar Fnr. 1 21 WME UIGin 5M%pj EE CLOIrr NY DD730-Saoitary S- rrr RMvh COrWiw 00755-waa+LL ad ,AkJ4LW w iU . 0076a -Oaks Road - : rani kvrt it y . 00778 -le6aw Channel 00787 - C�Mbwy Road -1W. V i Tvlr k� Inc: h setdrKi �Imch 1'wm�da; v*�w i Y �n-wnlr cbm4. ! secr�lei onwfwd[t INia t�i Two files will be uploaded for each submittal. A native schedule rile format either Primavera .xer or MS Project .mpp and a PDF version of the schedule will be uploaded Verify that the file name contains the 5-digit Project ID, Project Name, and Submittal Date and follows the standard naming convention. Initial schedule submittal will be labeled as `Baseline' for example: 00701-FlaxseedDrainageImprovements-Baseline Schedule submittal updates will be labeled with Schedule Submittal Date `YYYY MM' for example: 00701-FlaxseedDrainageImprovements-2009 01 Expand or select the Schedules folder and add both the native file and PDF file to the directory. From the Toolbar Select -Add Document CITY OF FORT WORTH 2019 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised 7ULY 20, 2018 Fn Es}t M. .-.1% H:y '. _1J •W y �Ilsa Q Oran T5 EvL3JW J6 Note * Link Folder 00 32 154 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 3 of 7 00701- Flaxseed Drainage Iniprovem _j Rd Forms _�j Bid Responses 1 Cunstruchoa -r, Consultants Contractor ,y Correspondence C j General Contract Documents pnd Spew +- Cl Project i)rawwvs + ZI Public MeeWvs r Real Property Schedules Index.xls [� Utilities + 1p 00705 - Urban Villages Centre! Cluster Six F r ie.� 00105 - Urban Vitlages Central Cluster Saul +4 l3 00706 - Urban Wages SE Cluster Berry -Rh +: q 00706 -tfrban Villages SE Cluster Near Ea5 00730 - Sarntary Sewer Rehab Contract U + 00755 - Mesquite Rd 2004 GIP Year 1 [Des +, 00768 - rkrks Road - Bryant Irvin to Granhl 00778 -Lebow Channel 00786 - summer Creek. Sycemore Schoof w } { fwdmu _ Schedules Irdex.xls Fred Griffin 16,384 Kaosofr Select Browse and go to the location of the files on your desktop. Select Open .-I ,%,� _JSdpct=wrrs Wnot In Itx pnyjerY ath vhr. Y1w ea+ Am mzl L. a iln ,i 4v7lut frp§WW-A O s�a.ce .. Dow& r -r':rtNYN! 1t1OTSEnr.�'IF Ft4i.LCitlp'I �F4ndR:.l'W:r I — — st�d�r M"01 A %Werg I �l3 _'b +1 low eaaa" Valem"P Vr# r 9F 1`7— �7/Kf+7Ft�Vk.TF;u j+wlyw'xech l5odarr+ft � L.tvbt�ivMrerta�....1 'w'i�w�#wtail _ .%m Cie A G: ifimb. 2d1F Cti�is `ra'o„p �[d ■erFd d11. C�o-0k HNlML%1N1 _V♦:1 onkMW40E fr Ja 71 ILW&Dart 0OffW&ff fla.M--A Xi KM F.i1 a, V - d q,..&Ufel ui21E.Adi .-cwRiomml�R � Ih1111E 1 ��aal'*FtR�t-il 9P W rdn"rrrat;tww : V F: re a[,r Z&Ca %prWakamUr'du 'OF:r 7:is e.c st4 i*.frE wf t< T:1711 t �los n.jpG iLoz 7n. ds Out e9aol, NeifAee" li 4ss�t V' le FI 1-:.115=r I .. A _1 The file will appear in the Suzzsaw Add to Project — Select Documents window Select Next. CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised JULY 20, 2018 0032 15.4 - 0 CONSTRUCTTON PROGRESS SCHEDULE— SUBMITTAL PROCESS Page 4 of 7 Do not select Finish at this time. set ad&indc tdbMWtoMwpmp&weir9ke,TwuHalsoaddkadDuLuuk3mlR W.ite-(aphane¢. �J Seaact C,QrRnnc. -, r ChWAIMents AltachCmwrnk shls.a fgeL{G11 hfu.1#.SIR ��67+�i+ldce±r'24eciM7e,n[n_97d9sii9.aer GYw,w....L9ud.. 1Fif1.. 74.25b WdDpmd MIRMDYn r- r - 1 W.,1. I F.rJ, ,. }r."I Fi..4' .. You will be placed into the Attach Comment window to enter a record into the Project Schedule Submittal Log. Enter the Project TD-Project Name -Submittal in the Subject Line. Type Submittal and Company Name into the Comment window along with Contact Name and Contact Phone Number. Select Next. c c� � Qrale 8 {n+nd*llk Tdl b[{ry11ES 11+! ��%ln 6eia�n e`rd ilY1 d7ar�9 Ilern For Mef il�rq added, 1!w akc� In ap6nr,� 'a1�x:t aacuments � �Od Wmrink 10. n7w *1i'lrdgi 1fAtla[fi�ornment 11 f / A I or, +N .3 � I sergE9ai Srbxui ]IE711!-FldtYtrJ�'aWpdnl(r�Lgen ie�'le NDbflmbon rw.ac,', Name Phone pdate Schedule Submittal fi-om'Compary Name' for work performed up to January 31, 2009 0-9tact Name ontact Phanel f Phh CITY OF FORT WORTH 2019 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECTFTCATTON DOCUMENTS Project No. 10.1474 Revised JULY 20. 2018 003215A-0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 5 of 7 You will be placed into the Send Email Notification window. Select To and the Select Recipients window will appear with a list of Project Contacts. Select the Project Manager as the To Recipient and the Project Controls Group as the Copy Recipient. _I „I r-iti..l�rl..rl�n�•..+��.••.++14wwr+�.r.rlw�.—•- r+l W • .. W uan. i s 14'i4 Lr� �z ►itiF�i4". �r�tr� �af"il i4.a.nA M1i r' •4h1 • . Y' ri R� � �u M,. Wri � JV P .. Nl.. 1"e. 1• G, cx _ n•1... oP. ,ell .V 1 Cs 1J,' i... Y P.. PSI ill. A+1�4 M.nlf• Select the Paste Comment button to copy the Comment into the body of the email Select Finish. CITY OF FORT WORTH 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised JULY 20, 2018 rliY,t Documents I dtle[ri Comment )send Emald ITUM'rwnan M AM 003215.4-0 CONSTRUCTION PROGRESS SCIIE.DULE — SUBMITTAL PROCESS Page 6 of 7 0 !;-,nd —4 toall Nrr11'*er {V"Lwd fin the 14T" rritr -A I�nslr nuk��nl � TA.. 1!�-r Ifin s 1 � Pwa r C";! T. r 51bJe[11Ie :ontact Name :ortact k=e Jpdate Schedule Submittal frrm'Company Name' For work performed sp to Anuary 31, 2009 ::ontact Name :ontactPhone CAX�L KeFpJ The schedule file is uploaded to the directory. An email is sent to the City's Project Manager and Project Control Specialist. sI - 3z1 09si x P xU >aApw ti 42 M- o �anFw-. + JhLa P� J J --00— v u L—h.4 J i'TRLswQ • ��I�G ME!'F-Q + J wny.ir i IZ, IV, tr.. `ayir Lii, +4b Nh1.11J5,�yYY{tCisYr�F4.- r w3m %~ Y 04tiFY 5rt�+ArLf.r,a4�rr�{- 1 bS RI JML t*&A 1564LV 1w J'� . . J411MIf� - + —A&"w 4F7VJplf Y �ibrt Mti. ry.:7�1 �s Ir i.VJGw+� Upload the PDF hie using the same guideline. END OF SECTION CITY OF FORT WORTH 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No, 101474 Revised JULY 20, 2018 0032 15.4 - 0 CONSTRUCTION PROGRESS SCIIEDULE —SUBMITTAL PROCESS Page 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial ISSUC CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised JULY 20, 2018 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 003513-I CONFLICT OF INTEREST AFFIDAVITSTATEMENT Page I of I SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire of certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercises discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Office Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. htti2s://www.ethics.state.tx.us/data/fonns�conflict/C[Q.Pdf https://www.cthics.state.tx.us/data/forms/conflict/C[S,pdf 0 CIQ Form is on file with City Secretary 0 CIQ Form is being provided to the City Secretary 0 CIS Form does not apply 0 CIS Form is on File with City Secretary 0 CIS Form is being provided to the City Secretary BIDDER: 35 36 37 Company 38 39 40 Address 41 42 43 City/State/Zip 44 46 Signature: Title: END OF SECTION (Please Print) (Please Print) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Februaiy 24, 2020 2019 Bond Year 3 Contract 12 Project No. 101474 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by M.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 pate 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), vocal 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. 1J Name of vendor who has a business relationship ' h local governmental entity. _. 7 7 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. / l- Na a 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? 71 Yes =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? El Yes dNo 6 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. 61 Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as descri ed in Section 17 03(a)(2)(13), excluding gifts described in Section 176.003(a-1). 7 � 25 c-) Si atu a of vendorToinj business with the governmental entity Date Form provided by TWas Ethics Commission www.ethics.state.tx.us Revised 11130/2015 CONFLICT OF INTEREST OUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code may be 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 F4 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 00 41 00 BID FORM Page 1 of s SECTION 00 4100 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: 2018 Bond Year 3 Contract 12 City Project No.: 101474 UnitslSections: Unit I Sanitary Sewer Improvements Unit II Paving Improvements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid_ 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 401474 Form Revised March 9, 2020 00 41 00 BID FORM Page 2of9 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) b. Sewer Collection System, Urban/Renewal, S-inches and smaller 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 300 days days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work (and/or achievement of Milestones) within the times specified in the Agreement. 6. Attached to this Bid The following documents are attached to and made a part of this Bid: .;s This Bid Form, Section 00 41 00 b: Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. Proposal Form, Section 00 42 43 "endor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) . requalification Statement, Section 00 45 12 O�Zonflict of Interest Statement, Section 00 35 13 *lf necessary, CIQ or CIS forms are to be provided directly to City Secretary Jr 'Any documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Form Revised March 8, 2020 6.3. Total Bid 7. Bid Submittal This Bid is submitted on 6-25-20 Respec ully submit By: nature) Justin Blair (Printed Name) Title: Secretary Treasurer Company: McClendon Constrution Co., Inc. Address: PO Box 999 Burleson, TX 76097 State of Incorporation: TX Email: iblair(Mmcclendonconstruction.com Phone: 817-295-0066 END OF SECTION 0041 00 BID FORM Page 3 of 9 $2,359,594.50 by the entity named below. Receipt is acknowledged of the Initial following Addenda: Addendum No. 1: Addendum No. 2: No. 4: Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised March 9, 2020 2018 Bond Year 3 Contract 12 Project No. 101474 00 42 43 BID PROPOSAL Page 4 of 9 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidders proposal Bidlist Item No. Description Specification Section No. unit of Bid Measure Quantity Unit Price Bid Value Unit 1 Sanitary Sewer Improvements 1 13331 A115 8" Sewer Pipe, Acceptable Backfill, PVC, SDR 26 33 11 10, 33 31 12, 33 3120 LF 3,153 $90.00 $283,770.00 2 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 20 $3,900.00 $78,000.00 3 3339.0001 Epoxy Manhole Liner 33 39 60 VP 17 $250.00 $4,250.00 4 3339.1003 4' Extra Depth Manhole (>6' Depth) 33 39 10,33 39 20 VF 17 $162.00 $2,754.00 5 3331.3101 4" Sewer Service with 2-Way Cleanout 3331 50 EA 86 $900.00 $77,400.00 6 3305.0112 Concrete Collar 3305 17 EA 2 $350.00 $700.00 7 3305.0109 Trench Safety 3305 10 LF 3,153 $2.00 $6,306.00 8 3305.0107 Manhole Adjustment, Minor 3305 14 EA 2 $850.00 $1,700.00 9 3301,0101 Manhole Vacuum Testing 33 01 30 EA 20 $200.00 $4,000.00 10 3301.0002 Post -CCTV Inspection 33 01 31 LF 3,153 $3.00 $9,459.00 11 3292.0100 Block Sod Placement 32 19 13 SY 200 $6.00 $1,200.00 12 3291.0100 6" Topsoil 3291 19 CY 40 $30.00 $1,200.00 13 3211.0113 8" Flexible Base, Type A, GR-1 32 01 29 SY 243 $35.00 $8,505.00 14 3201,0614 Conc Pvmt Repair, Residential 3201 29 SY 243 $90.00 $21,870A0 15 320L0400 Temporary Asphalt Paving Repair (2" HMAC on 6" Flex Base) 3201 18 LF 4,185 $33,00 $138,105.00 16 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 3201 17 SY 170 $8600 $14,620.00 17 3201.0113 6' Wide Asphalt Pvmt Repair, Residential, Permanent 3201 17 LF 24 $58.00 $1,392.00 18 13125.0101 SWPPP > 1 acre 31 25 00 LS 1 $6,000.00 $6,000.00 19 0241.2201 Remove 4' Server Manhole 0241 14 EA 9 $350.00 $3,150.00 20 0171.0102 As -Built Survey (Sewer) 01 7123 LS 1.0 $3,000.00 $3,000.00 21 0171.0101 Construction Staking (Server) 01 71 23 LS 1 $7,000.00 $7,000.00 22 3471.0001 Traffic Control 3471 13 MO 4 $4,000.00 $16,000.00 23 19999.0001 Contruction Allowance (Sewer) 00 00 00 LS I 1 $50,000.00 $50,000.00 Sub -Total Unit 1 $740,381.00 Unit II Paving Improvements 1 0171.0101 Construction Staking (Paving) 017123 LS 1 $12,000.00 $12,000.00 2 0241.0100 Remove Sidewalk 0241 13 SF 455 $1.00 $455.00 3 0241.0300 Remove ADA Ramp 0241 13 EA 4 $165.00 $600.00 4 024 L0401 Remove Concrete Drive 0241 13 SF 15,685 $2.00 $31,370.00 5 0241.1000 Remove Cone Pvmt 0241 15 SY 14,096 $9.001 $126,864.00 6 0241.1100 Remove Asphalt Pvmt 0241 15 SY 2,000 $8.00 $16,000.00 7 0241.1300 Remove Conc Curb & Gutter 0241 15 LF 50 $2 00 $100.00 8 3110.0101 Site Clearing 31 1000 SY 200 $15.00 $3,000.00 9 3110.0102 6"-12" Tree Removal 31 1000 BA 6 $500.00 $3,000.00 10 3123.0101 Unclassified Excavation by Plan (Roadway) 31 23 16 CY 3,000 $20.00 $60,000.00 11 3124.0101 Embankment by Plan 31 24 00 CY 115 $25.00 $2,875.00 12 3125.0101 SWPPP ? 1 acre 31 25 00 LS 1 $5,80000 $5,800.00 13 3211,0400 Hydrated Lime (36 LB/SY) 32 11 29 TN 320 $170.00 $54,400.00 14 3211.0502 8" Lime Treatment 32 1129 SY 17,150 $5.00 $85,750.00 15 3212.0401 HMAC Transition 3212 16 TN 20 $200.00 $4,000.00 16 13213.0101 6" Cone Pvmt 32 13 13 SY 13,315 $48.50 $645,77750 17 3213.0103 8" Cone Pvmt 32 13 13 SY 2,839 $60.50 $171,759.50 18 3213.0301 4" Conc Sidewalk 32 1320 SP 6,270 $7.00 $43,890.00 19 3213,0401 6" Concrete Driveway 321320 SF 15,685 $900 $141,165,00 20 3213.0501 Barrier Free Ramp, Type R-1 32 1320 EA 1 $2,000.00 $2,000.00 21 3213,0504 Barrier Free Ramp, Type M-2 32 1320 EA 1 $1,800.00 $1,800.00 22 13213.0506 Barrier Free Ramp, Type P-1 32 1320 EA 2 $1,800.00 $3,600.00 23 3213.0509 Barrier Free Ramp, Type C-2 32 13 20 EA 1 $2,550.00 $2,550.00 24 3216,0101 6" Cone Curb & Gutter 32 13 20 LF 50 $45.00 $2,250.00 25 3217.0002 4" SLD Pvmt Marking HAS (Y) 32 17 23 LF 1,145 $2.50 $2,862.50 26 3217.0501 24" STD Pvmt Marking HAE (W) 32 17 23 LF 360 $9.50 $3,420.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Vann Revised 20120120 Addcndum 2 2018 Rand Year 3 Cowact 12 Project No. 101474 00 42 43 BID PROPOSAL Page 5 of 9 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value 27 3217.2103 REFL Raised Marker TY lI-A-A 32 17 23 EA 17 $5.00 $85.00 28 321T5001 Curb Address Painting 321725 EA 87 $70.00 $6,090.00 29 3291.0100 6" Topsoil 3291 19 CY 385 $30.00 $11,550.00 30 13292.0100 Block Sod Placement 32 19 13 SY 3,090 $6.00 $18,540.00 31 3305.0108 Miscellaneous Structure Adjustment (Water Meter) 33 05 14 EA 15 $150.00 $2,250.00 32 3305.0107 Manhole Adjustment Minor 3305 14 EA 2 $500.00 $1,000.00 33 3305.0111 Valve Box Adjustment w/ Concrete Collar 3305 14 EA 16 $150.00 $2,400,00 34 3346.0006 4" Pipe Underdrain, Type 6 33 46 00 LF 100 $25.00 $2,500.00 35 3441.4003 Furnish/install Alum Sign Ground Mount City Std. 34 41 30 EA 14 $600.00 $8,400.00 36 3441,4110 Remove and Reinstall Sign Panel and Post 34 41 30 EA 9 $350.00 $3,150.00 37 3471.0001 Traffic Control 3471 13 MO 6 $4,500.00 $27,000.00 38 9999.0001 Barrier Free Ramp, Type MOB P-1 32 13 20 EA 1 $1,900.00 $1,900.00 39 9999.0002 Miscellaneous Utility Adjustment (Irrigation) 3305 14 LS 1 $7,000.00 $7,000.00 40 9.999.0003 Contruction Allowance (TPW) 00 00 00 LS 1 $100,000.001 $100,000.00 Sub -Total Unit 11 $1,619,213.50 Bid Summary Sub -Total Unit 1 $740,381.00 Sub -Total Unit11 $1,619,213.60 Total Bid (Unit 1 + Unit 11) $2,359,594.50 END OF SECTION Addendum 2 CITY OF FORT WORTH 2O19 Bond Y 3 Co."ut 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Pmjmi No. 101474 Corm Revia d 20120120 BID MONO Conforms with The American Institute of Architects, A,I.A. Document No. A939t1 KNOW ALL BY THESE PRESENTS, That we, McClendon Construction Company, Inc. 648 Memorial Plaza Burleson Texas 76024 as Principal, hereinafter called the Principal, andthe Merchants Bonding Company Mutual _ , of 101 F. Park; Blvd., #600, Plano, TX 75074 , a corporation duly organized under the laws of the State of Iowa , as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fort Worth as Obligee, hereinafter called the Obligee, in the sum of *** FIVE PERCENT OF TOTAL AMOUNT BID MY PRINCIPAL' Dollars ( 6% TAM ) , for the payment of which sum well and truly to be made, the said Principal and the said Surety, Find ourselves, our heirs, executors, adnunistrators, successors and assigns, jointly and severaiiy, firnuy oy these presents. WHEREAS, the Principal has submitted a bid for 2018 Mond Year 3 - Contract 12 (Various Locations) .... .... NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another patty to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 20th day of Witness Witness June 2020 N cCLENDON CONSTRUCTION CO., INC. P.O. Box 999 Burleson, Texas 76097 (817) 295-0066 Fax (817) 295-6796 June 25, 2020 To Whom it May Concern: Re: Signature Authorization Dear Sir or Madam, Justin Blair is are acting officer of McClendon Construction Co., Inc., holding the seat of Secretary Treasure, and is authorized to sign documents, including bids and contracts, on behalf of McClendon Construction Co., Inc. Si Y" -. Dan McClendon President. ERCHA 1,\4T- BONDING COMPANYF- 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 (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Andrew Addison; Bettyl Reeh; Bryan K Moore; Gary Wayne Wheatley; Michael D Hendrickson their true and lawful Attorney(s)-in-Fact, to sign its name as surely(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 -Attorney 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 adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "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 11th day of February 2020 ` 11.ili.14" �PA/y►'©'., ° MERCHANTS BONDING COMPANY (MUTUAL) y �® A•. : . 43`' 4 `�.+• �4 MERCHANT NATIONAL BONDING, INC. tv 2003 ; �0 1933 ;,y ; By mil' i c�P '•.V� • '�.•' `! President STATE OFIOWA •••■''■■■■_■�`,' ••4p!!!•°! COUNTY OF DALLAS ss_ On this 11th day of February 2020 before me appeared Lary 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. APLIAJ s POLLY MASON z e ! a � Commission Number 750576 My Commission Expires ,cylg. January 07, 2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) 1, William Warner, Jr., 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 25th day of June 2020. �E 2003 1933 S ecretary S. POA 0018 (1/20) ��'/'•■�■ ;.■■■O` °! • , l.p.! ° • MJA'kYrt t+ li-O N D I N G COMPANY IMPORTANT NOTICE E 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's toll -free telephone number for information or to make a complaint at: 1-800-878-8171 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 Pax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us 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 (1/09) 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page a of 1 SECTION 00 43 37 VENDOR COMPLIANCE. TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of Stair~ l4pue of Mar* , our principal place of business, are required to be ., - - percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of . . . , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of rmur company or our parent company or majority owner is in the State of Texas.I BIDDER: McClendon Constrution Co., Inc. PO Box 999 Burleson, TX 76097 END OF SECTION By: Justin Blair (Signature) Title: Secretary Treasurer Date: CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.101474 Form Revised 20110627 004511-I BIDDERS PREQUALIFICATIONS Page 1 of 3 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS L Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31 st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/ and fill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dtib.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. 2018 Bond Year 3 Contract 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS Revised July 1, 2011 Project No. 101474 0045 11 -2 131DDERS PREQUAI.IFICATIONS Page 2 of 3 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S, dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6) The accountant's opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm's opinion. It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (9) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital current assets — current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. b. Bidder Prequalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) in those schedules where there is nothing to report, the notation of "None" or "NIA" should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Bid a. The City shall be the sole judge as to a contractor's prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 Bend Year 3 Contract 12 Revised July 1, 2011 Project No. 101474 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. if a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION 2018 Bond Year 3 Contract 12 CITY Of FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Project No.101474 004512 BID FORM Page 9 of 9 SECTION 00 4512 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalit•ied contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Concrete Paving Construction/Reconstruction McClendon Construction Co., Inc. 7/31/2021 (15,000 square yards and GREATER) Sewer Collection System, Urban/Renewal, 8-inches and Excel 4 Construction, LLC 10/31/2020 smaller The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalifred for the work types listed. BIDDER: McClendon Constrution Co., Inc. By:.Iustin PO Box Box 999 _ J Burleson, TX 76097 (Signature) �itle: Secretary Treasurer Date: 6 - ;' 5 -aU END OF SECTION CITY OF FORT WORTH 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.101474 Form Revised 20120120 FoRTWORTH. SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Name under which you wish to qualify Individual Limited Partnership General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 200 TEXAS STREET FORT WORTH, TEXAS 76102-631 1 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 0045 13 BIDDER PREQUALIFTCATION APPLICATION Page 2 of g BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify yourfirm: {Check the block(s) which are applicable Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequaiified. MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling -- 36-inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches —36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised March 9, 2020 0045 13 BIDDER PREQUALIFICATION APPLICATION Page 3 orS MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches andsmaller X Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24 inches and smaller Sewer Cleaning, 42-inches and smaller Sewer Cleaning, All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 squareyards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $ 1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 squareyards) X Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH 2018 Band Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised March 9.2020 00 4s 13 BIDDER PRFQUALIFICATIONAPPLICATTON Page 4 ol'8 1. List equipment you do not own but which is available by renting i DESCRIPTION OF EQUIPMENT I NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business 3. How many years of experience i had: construction work has your organization (a) As a General Contractor: (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY -COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER *If requalifying only show work performed since laststatement. 5. Have you ever failed to complete any work awarded to you?_ If so, where and why? 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised March 9,2020 0045 13 BIDDER PREQUALIFICATIONAPPLiCATION Page 5 org In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. I NAME OF FIRM OR COMPANY I DETAILED ADDRESS I 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that personas a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORT] I 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised March 9, 2020 0045 13 BIDDER PREQUALIFICATIONAPPLICATION Page h of CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: Date of incorporation Charter/File No. President Vice Presidents If a partnership: State of Organization Date of organization is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Secretary Treasurer Limited Partners (if applicable) LIMITED LIABILITY COMPANYBLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. t01474 Revised March 9, 2020 14. Equipment 0045 13 BIDDER PREQUAL IF [CATION APPLICATION Page 7 of 8 TOTAL ITEM QUANTITY ITEM DESCRIPTION BALANCE SHEET VALUE 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 Various - TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised March 9, 2020 0045 13 BIDDER PRLQUALIFICATION APPLICATION Page 8 o f 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any infonnation, while this statement is in force, necessary to verify sal qstatement. being duly worn, deposes and says that 1 /she is the T' - .011 1"AS�M the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firin Name: cb &(C®n ' C:6or% (1—Ae) , Signature; MISTY WEBB f� x; Jo '-V-Notary PubH6, State Of Texas 'v: g Comm. Expires 01-09.2022, 28t338467 Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised March 9, 2020 00 45 26 - 1 CONTRACTOR COMPLIANCE WITSI WORKER'S COMPENSATION LAW Page 1 of y.ar:�i�l rIM91I11r,IS-T11 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 101474. Contractor further certifies that, pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 12 Company ( ease Print) 13 14 ` C) So)& Ctgq Signature: 15 Address 17 UV-J `��n , �fi 1 kDf 1 Title: 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 BEFORE ME, the undersigned authority, on this day personally appeared 26 t)ftn r0C 1p.6aC> f1 , known to me to be the person whose name is 27 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as 28 the act and deed of MCLAenC6n6DA5hrUn for the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 32 12080 33 34 35 ���uittrri MISTY VIf�I�l3 Y AL'.'' 36 ?z',pldote�ry PtLblfG. 5tatg at®x�� Notary Public i and for the State of Texas = ' Comm. Expires 61-09-2022. 37 �f': of :'� NotaryID 126038467 rtntxt�` _ 38 END OF SECTION 39 CITY OF FORT WORT[ I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 2018 Bond Year 3 Contract 12 Project No. 101474 2 3 4 5 6 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 00 45 40 - 1 Minority Business Enterprise Specifications Page 1 of 2 SECTION 00 45 40 TEMPORARY REVISION 4/6/2020 (COVID-19) Minority Business Enterprise Specifications APPLICATION OF POLICY If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is applicable. POL_1CY STATEMENT It is the policy of the City of Fort Worth to ensure the frill and equitable participation by Minority Business Enterprises {MBE} in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. MBE PROJECT GOALS The City's MBE goal on this project is 10% of the total bid value of the contract (Base bid applies to Parks and Commun ity Services). Note: If both MBE nil SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATION On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the assigned City of Fort Worth Project Manager or Department Designee, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall EMAIL the MBE documentation to the assigned City of Fort Worth Project Manager or Department Designee. A faxed copy will not be accepted. 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Temporarily Revised April 6, 2020 due to COVID19 Emergency 4 004540-2 Minority Business Enterprise Specifications Page 2 of 2 5. Joint Venture Form, if goal is inet received no later than 2:00 p.m., on the second City business or exceeded, day after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 7 Any Questions, Please Contact The BDE Office at (817) 392-2674. 8 END OF SECTION In CITY OF FORT WORTI I 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Temporarily Revised April 6, 2020 due to COVIDI9 Emergency 00 52 43 - 1 Agreement Page 1 of SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on s� 4 202Dis made by and between the City of Forth Worth, a Texas home rule municipality, ecting by and through its duly authorized City Manager, ("City"), and McClendon Construction Company. Inc., authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City 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: 2018 Bond Year 3 Contract 12 Project No. 101474 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of Two Million, Three -Hundred Fitly -Nine Thousand, Five -Hundred Ninety -Four and 501100 Dollars ($ 2,359,594.50). Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work will be complete for Final Acceptance within 300 days after the date when the Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City 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 City Six Hundred Fifty Dollars ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised 09/06/2019 005243-2 Agreemciri Page 2 of 5 1. This Agreement. 2. Attachments to this Agreement: a. Bid Force 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD For1n(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions, 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. /.TM=� 191110051►11111TKN6 U91191 1.2 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its 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. CITY OF FORT WORTH 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised 09/06/2019 005243-3 Agreement Pagc 3 of 5 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 alleLred or proven that all or some of the damages being sought were caused, in whole or in part, by any act omission or ne li ence of the ci Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 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 City. 7.3 Successors and Assigns. City 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 binding upon CITY 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. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Prohibition On Contracts With Companies Boycotting Israel. Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised 09/06/2019 005243-4 Agreemcnt Page 4 of 5 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the terin of the contract. 7.8 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as we]I as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. T9 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.10 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. SIGNATURE PAGE TO FOLLOW CITY OF FORT WORTH 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised 09/06/2019 00 52 A3 - 5 Agreement Page 5 of IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: McClendon Construction City of Fort Worth Company, Inc. By: By: ?&I 1 re J�wl Dana Burghd Interim Assi nt Ci anager Dan enclon Name) zozo zo (Printed Date 0 Title Attest: PO Box 999f� Address City SecretaryLAT Burleson Texas 76097 City/State/Zip (Seal) Date CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 09/06/2019 M&C: do- 052C Date: 8 - I 1 - �20 Forth 1295 No.: � b�1*', ".(09 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Maged Zaki, PE, PMP Professional Engineer Approved as to Form and Legality: 7_� � ci ,d ram- tale) �a. xozo n:zs cor; Douglas W. Black Assistant City Attorney IV William Johnson, Dijkctor Transportation & Pqblic Works L RECORID I)epai trka ff. SECRETARY i''ii- WOO 'H, D 2018 8 pnd Year 3 Contract 12 005243-5 Agreement Page 5 of 5 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: McClendon Construction City of Fort Worth Company, Inc. By: By: jg4aKi`r`e Dana Burghdoff _wa8a n (Printed Name) ,pm%`kaem- Title PO Box 999 Address Burleson, Texas 76097 City/State/Zip Date CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 09/06/2019 Interim Assistant City Manager Date Attest: City Secretary (Seal) M&C: Ro-y52 Date: g1 r1 .?b Form 1295 No.: Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. ft. Maged Zaki, PE, PMP Professional Engineer Approved as to Form and Legality: Douglas W. Black Assistant City Attorney N William Johnson, Diy6ctor OFFICIAL RECC)RI) Transportation & P lic Works De 201 eE'TX.Tkt I i Project No. 10197 I 0001 13 _ 1 PERFORMANCE, BOND Pagc I of 2 Bond Number TXC611796 1 SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, McClendon Construction Company, Inc., known as "Principal" herein and 8 Merchants Bonding Company [Mutual] , a corporate surety(sureties, if more than 9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 10 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created I I pursuant to the laws of Texas, known as "City" herein, in the penal stun of, Two Milli n Three- 12 Hundred Fifty -Nine Thousand Five -Hundred Ninety -Four and 5011 QQ Dollars ($ 2,359,594,50), 13 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the 14 payment of which sure well and truly to be rnade, we bind ourselves, our heirs, executors, 15 administrators, successors and assigns, jointly and severally, firmly by these presents. 16 WHEREAS, the Principal has entered into a certain written contract with the City 17 awarded the AA6 day of -A 5 20;?a, which Contract is hereby referred to and 18 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 19 labor and other accessories defined by law, in the prosecution of the Work, including any Change 20 Orders, as provided for in said Contract designated as 2018 Bond Year 3 Contract 12, Project No. 21 101474, 22 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 23 shall faithfully perform it obligations under the Contract and shall in all respects duly and 24 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 25 specifications, and contract documents therein referred to, and as we] I during any period of 26 extension of the Contract that may be granted on the part of the City, then this obligation shall be 27 and becorne null and void, otherwise to remain in full force and effect, 28 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 29 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 30 Worth Division. CITY OF FORT WORTH 20t8BondYear 3Contract 12 STANDARD CONSTRUCTION SPECrFtCATTON DOCUMENTS Project No. 101474 Revised July 1. 2011 0001 13-2 PERFORMANCE BO=`ID Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all Liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by ditty authorized agents and officers on this the day of 6 e b('u c- c' , 20 2v. 7 8 9 10 II 12 13 14 Is 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 Witness as to rety PRINCIPAL: MCCI C n t •uction Company, In BY: Signature r) Name and Title Address: PQ Box 999 Bur1cs_Qa,_Tcxas 76097 SURETY: iE Bonding Company [Mutual] Re , Attorney_ -in-Fact Name and Title Address: PO Box 14498 Des Moines, IA 50306 Telephone Number:210.697.2230 *Note: If signed by an officer of the Surety Company, there trust be on file a certifted extract froth 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 2O18 Bond Year 3 Contract 1.2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No, 101474 Revised July 1, 2011 Bond Number TXC611796 0061 14 - 1 PAYMENT BOND Page I oft I SECTION 00 61 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, McClendon Constnletion Company, Inc., known as "Principal" herein, and 8 Merchants Bonding Company [Mutual] a corporate surety 9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 1 I corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 12 penal sum of Two Million, Three -Hundred 1 iffy -Nine Thousand Five -Hundred Ninety -Four and 13 501100 Dollars (S 2 359,594.50), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for the payment of which sure well and ttrttly be made, we bind ourselves, 15 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 16 presents: 17 j I WHEREAS, Principal has entered into a certain written Contract with City, awarded the f� 18 "Tn day of A(A IZI kA65r20 :20 , which Contract is hereby referred to and 19 matte a part hereof for all purposes as if folly set forth herein, to furnish all materials, equipment, 20 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 21 said Contract and designated as 2018 Bond Year 3 Contract 12, Project No. 101474. 22 NOW, T"EREFORE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all ironies owing to any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Cade, as amended) in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. 27 This bond is trade and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 011 CITY OF FORT WORTH 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised July 1. 2011 0061 14-2 PAYMENT BOND Page 2 or2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the day of 3 �er btu , 20 4 A -r"rt: c-r. ATTEST: ft f, � 0#1 ou'. 5 6 7 8 9 10 12 Witness as to . rety PRINCIPAL: McClendon Construction Company, Inc. B S>aO2 ignature DW 19OA��L1 Name and Title Address: PO Box 999 _Burleson, Texas 26097 SURETY: Merchant Bonding Com any [Mutual] BY: S natur Betty J. fteh, Attorney -in -Fact Name and Title Address. PO Box 14498 Des Moine% 1A 50306 Telephone Number: 210.697.2230 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 froth its mailing address, both must be provided. The date of the bond steal I not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS Project No. 101474 Revised July 1. 2011 Bond Number TXC611796 006119-I hIA1NTENANCE BOND Page 1 00 I SECTION 00 61 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we McClendon Construction Company. -Inc. known as "Principal" herein and 8 Merchants Bonding Company [Mutual] , a corporate surety (sureties, if more than 9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 10 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created I I pursuant to the laws of the State of Texas, known as "City" herein, in the sum of Two Million, 12 Thr -Hun red Fifty -Nine Thousand Five -Hun r Ninety -Four and 5.01100 Dollars 13 (S2.359.594.50), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 14 Texas, for payment of which sum well and truly be made unto the City and its successors, we 15 bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally. 16 firmly by these presents. 17 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the 4t day of _ KAlu5 20,o , which Contract is hereby 20 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 21 materials, equipment Iabor and other accessories as defined by law, in the prosecution of the 22 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 23 the "Work") as provided for in said contract and designated as 2018 Bond Year 3 Contract 12, 24 Project No. 101474; and 25 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will 28 remain free from defects in materials or workmanship for and during the period of two (2) years 29 after the date of Final Acceptance of the Work by the City ("Maintenance Period."); and 30 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 32 upon receiving notice from the City of the need therefor at any time within the Maintenance 33 Period. 34 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011. 2018 Bond Year 3 Contract 12 Project No. 101474 1 2 3 4 5 6 7 9 10 Il 12 13 14 15 16 17 18 19 0061 19-2 MAINTENANCE BOND Page 2 of 3 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by 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 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 CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2018 Bond Year 3 Contract 12 Project G, 101474 0061 19-3 MAINTENANCE BOND Page 3 or3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 1 1 4h day of t�or�.ac 3 ,20' a. 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 2 EST: 3 31 32 $4twokammq Witness 33 34 ,,"_ 35 " Witness as ta(urety 36 37 38 39 40 41 PRINCIPAL: mcC o Construction Company, Inc. 13 Signature C6+ Name and Title Address: PO Box 999 Stlrhoson. Texas 76097 SURETY- Merchayjs Bonding Co any [Mutual] BY: Sign re Betty J. R e , Attorney -in -Fact NarK and Title Address: PO Box 14498 Des Moines IA 50306 Telephone Number: 210.697.2230 `Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws shaving 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 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No, 101474 Revised July 1, 2011 F,c 67s BONDING COMPANY. POWER OF ATTORMPY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies') do hereby make, constitute and appoint, individually, Andrew Addison; Betty J Reeh; Bryan K Moore; Gary Wayne Wheatley; Michael D Hendrickson; Patricia Ann Lyttle their true and lawful Attorney(s} in -Fact, to sign its name as surety(ies) and to execute, sea] 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 -Attorney 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 adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -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 seat 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 auk 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 Attorney -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 11th day of February 2020 • •r•rnrr�rb r o°°� ..°ea xVLG Co. • �.• o A MERCHANTS BONDING COMPANY (MUTUAL) CO ®�': m �i1Va{�09�a 11(EI3CI�IANT NATIONAL BONDING, INC. W. a`�':� mom" �: � q-�'''• -Q- �.•-era ° �. 2003 ;� 1233 : �o By �� ,�r "•• •',.A�',r .°9., ,.•��Bq° President STATE OFIOWA .r`.rrnF•••*••• ®°aaoeoQoa COUNTY OF DALLAS ss, On this 11th day of February 2020 before me appeared Larry Taylor, to me personally known, who being by me duty swom 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. oil I At S, PO LY MASON o Commission Number 750576 d, ° ° ° '� My Commission Expires January 07, 2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) 1, William Warner, Jr., 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 Wkness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this day of ar�u'urr aao--- a �' 2003 4 �� 1933 �. 0 � •V. Secretary ::0 °�) . We •r``rrrr.u.••.�••a a p POA 0018 (1I20) o Q M 1, f-) A N I'S 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's 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) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us 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 (1/09) 0061 25 - 1 CERTIFICATE OF INSURANCE Page 1 of I SECTION 00 61 25 2 CERTIFICATE OF INSURANCE 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 END OF SECTION CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised July 1, 2011 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CONTRACTOR'S BLANKET ADDITIONAL INSURED ENDORSEMENT o FORM A This endorsement modifies insurance provided underthe following: COMMERCIAL. GENERAL LIABILITY COVERAGE PART Policy Number CPP2111179 Agency Number 0755324 Policy Effective Bate 01/31/2020 Policy Expiration slate Date Account Number 01/31/2021 01/31/2020 Named Insured Agency Issuing Company McClendon Construction Company, Inc. I B T X - LAS COLINAS AMERISURE MUTUAL INSURANCE COMPANY 1. a. SECTION II -WHO IS AN INSURED is amended to add as an additional insured any person or organization whom you are required to add as an additional insured on this policy under written contractor written agreement relating to your business. b. The written contractor written agreement must (1) Require additional insured status for a time period during the term of this policy; and (2) Be executed prior to the "bodily injury", "property damage", or "personal and advertising injury" leading to a claim under this policy. C. If, however: (1) "Your work" began under a letter of intent or work order; and (2) The letter of intent or work order led to a written contractor written agreement within 30 days of beginning such work; and (3) Your customer's customary contracts require persons or organizations to be named as additional insureds; we will provide additional insured status as specified in this endorsement. 2. The insurance provided under this endorsement is limited as follows: a. That person or organization is an additional insured only with respect to liability caused, in whole or in part, by: (1) Premises you: (a) Churn; (b) Rent; (c) Lease; or (d) Occupy; (2) Ongoing operations performed by you or on your behalf. Ongoing operations does not apply to "bodily injury" or "property damage" occurring after: (a) All work to be performed by you or on you r behalf for the additional insured(s) at the site of the covered operations is complete, including related materials, parts or equipment (otherthan service, maintenance or repairs); or (b) That portion of "your work" out of which the injury or damage arises is put to its intended use by any person or organization other than another contractor working for a principal as a part of the same project. Includes copyrighted material of Insurance Services Office, Inc. CG 70 851015 Pages 1 of 3 (3) Completed operations coverage, but only if: (a) The written contractor written agreement requires completed operations coverage or "your work" coverage; and (b) This coverage part provides coverage for "bodily injury" or "property damage" included within the "products -completed operations hazard". However, the insurance afforded to such additional insured only applies to the extent permitted by law. b. If the written contract or written agreement: (1) Requires "arising out of" language; or (2) Requires you to provide additional insured coverage to that person or organization by the use of either or both of the following: (a) Additional Insured —Owners, Lessees or Contractors—ScheduledPersonOrOrganization endorsement CG 2010 10 01; or (b) Additional Insured —Owners, Lessees or Contractors —Completed Operations endorsement CG 20 37 10 01; then the phrase "caused, in whole or in part, by" in paragraph 2.a. above is replaced by "arising out of'. c. If the written contract or written agreement requires you to provide additional insured coverage to that person or organization by the use of: (1) Additional Insured —Owners, Lessees or Contractors —Scheduled Person Or Organization endorsement CG 20 10 07 04 or CG 20 10 0413; or (2) Additional Insured — Owners, Lessees or Contractors —Completed Operations endorsement CG 20 37 07 04 or CG 20 37 0413; or (3) Both those endorsements with either of those edition dates; or (4) Either or both of the following: (a) Additional Insured —Owners, Lessees or Contractors —Scheduled Person Or Organization endorsement CG 2010 without an edition date specified; or (b) Additional Insured —Owners, Lessees or Contractors —Completed Operations endorsement CG 20 37 without an edition date specified; then paragraph 2.a. above applies. d. Premises, as respects paragraph 2.a.(1) above, include common or public areas about such premises if so required in the written contract orwritten agreement. e. Additional insured status provided under paragraphs 2.a.(1)(b) or 2.a.(1)(C) above does not extend beyond the end of a premises lease or rental agreement. f. The limits of insurance that apply to the additional insured are the least of those specified in the: (1) Written contract; (2) Written agreement; or (3) Declarations of this policy. The limits of insurance are inclusive of and not in addition to the limits of insurance shown in the Declarations. g. The Insurance provided to the additional insured does not apply to "bodily injury", "property damage", or "personal and advertising injury" arising out of an architect's, engineer's, or surveyor's rendering of, orfailure to render, any professional services, including but not limited to: (1) The preparing, approving, or failing to prepare or approve: (a) Maps; (b) Drawings; (c) Opinions; Includes copyrighted material of Insurance Services Office, Inc. Page 2 of 3 CG 70 85 10 15 (d) Reports; (e) Surveys; (f) Change orders; (g) Design specifications; and (2) Supervisory, inspection, or engineering services. h. SECTION IV —COMMERCIAL GENERAL LIABILITY CONDITIONS, paragraph 4. Other Insurance is deleted and replaced with the following: 4. Other Insurance. Coverage provided by this endorsement is excess over any other valid and collectible insurance available to the additional insured whether: a. Primary; b. Excess; C. Contingent; or d. On any other basis; but if the written contract or written agreement requires primary and non-contributory coverage, this insurance will be primary and non-contributory relative to other insurance available to the additional insured which covers that person or organization as a Named Insured, and we will not share with that other insurance. 1. If the written contract or written agreement as outlined above requires additional insured status by use of CG 20 10 11 85, then the coverage provided underthis CG 70 85 endorsement does not apply except for paragraph 2.h. Other Insurance. Additional insured status is limited to that provided by CG 20 10 1185 shown below and paragraph 2.h. Other Insurance shown above. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM E) This endorsement modifies insurance provided underthe following: COMMERCIAL GENERAL LIABILITY COVERAGE PART, SCHEDULE Name of Person or Organization: Blanket where required by written contractorwritten agreementthat the terms of CG 20 10 1185 apply. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. CG 20 10 1185 Copyright, Insurance Services Office, Inc., 1984 j. The insurance provided by this endorsement does not apply to any premises or work forwhich the person or organization is specifically listed as an additional insured on another endorsement attached to this policy. I ncl udes copyrighted mate rialof Insurance Services. Off ce, Inc. CG 70 85 10 15 Pages 3 of 3 NAMED INSURED: MCCLENDON CONSTRUCTION COMPANY, INC. POLICY NUMBER: CPP2111179 THIS ENDORSEMENT CHANCES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CONTRACTOR'S GENERAL LIABILITY EXTENSION ENDORSEMENT TABLE OF CONTENTS Page 1. Additional Definitions 9 2. Aggregate Limits Per Location 7 3. Aggregate Limits Per Project 6 4. Blanket Contractual Liability — Railroads 3 5. Broadened Bodily Injury Coverage 10 6. Broadened Knowledge Of Occurrence 8 7. Broadened Legal Liability Coverage For Landlord's Business Personal Property 7 8. Broadened Liability Coverage For Damage To Your Product And Your Work 10 9. Broadened Who is An Insured 3 10. Co -Employee Bodily Injury Coverage for Managers, Supervisors, Directors or Officers see provision 9, Broadened Who Is An Insured, paragraph 2.a. 1 4 11. Contractual Liability — Personal And Advertising Injury 3 12. Damage To Premises Rented To You — Specific Perils and Increased Limit 7 13. Designated Completed Projects — Amended Limits of Insurance 11 14. Extended Notice Of Cancellation And Nonrenewal 8 15, Incidental Malpractice Liability 6 16. Increased Medical Payments Limit 7 17. Mobile Equipment Redefined 9 18. Nonowned Watercraft 3 19. Product Recall Expense 2 20. Property Damage Liability — Alienated Premises 2 21. Property Damage Liability — Elevators And Sidetrack Agreements 2 22. Property Damage Liability — Property Loaned To The Insured Or Personal Property In The Care, Custody And Control Of The Insured 2 23. Reasonable Force — Bodily Injury or Property Damage 10 24. Supplementary Payments 3 25. Transfer Of Rights Blanket Waiver Of Subrogation) S 26. Unintentional Failure To Disclose Hazards S Includes copyrighted material of Insurance Services Office, Inc. CC 70 63 0417 Page 1 of 11 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Under SECTION I — COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY, paragraph 2. EXCLUSIONS, provisions 1. through 6. of this endorsement are excess over any valid and collectible insurance (including any deductible) available to the insured, whether primary, excess or contingent (SECTION IV — COiIAMERCIAL GENERAL LIABILITY CONDITIONS, paragraph 4. Other Insurance is changed accordingly). Provisions 1. through 6. of this endorsement amend the policy as follows: 1. PROPERTY DAMAGE LIABILITY — ALIENATED PREMISES A. Exclusion j. Damage to Property, subparagraph (2) is deleted. B. The following paragraph is deleted from Exclusion j. Damage to Property; Paragraph (2) of this exclusion does not apply if the premises are "your work" and were never occupied, rented or held for rental by you. 2. PROPERTY DAMAGE LIABILITY— ELEVATORS AND SIDETRACK AGREEMENTS A. Exclusion j. Damage to Property, paragraphs (3),(4), and (6) do not apply to the use of elevators. B. Exclusion k. Damage to Your Product does not apply to: 1. The use of elevators; or 2. Liability assumed under a sidetrack agreement. 3. PROPERTY DAMAGE LIABILITY— PROPERTY LOANED TO THE INSURED OR PERSONAL PROPERTY IN THE CARE, CUSTODY AND CONTROL OF THE INSURED A. Exclusion j. Damage to Property, paragraphs (3) and (4) are deleted.. B. Coverage under this provision 3. does not apply to "property damage" that exceeds $25,000 per occurrence or $25,000 annual aggregate. 4. PRODUCT RECALL EXPENSE A. Exclusion n. Recall of Products, Work or Impaired Property does not apply to "product recall expenses" that you incur for the "covered recall' of "your product". This exception to the exclusion does not apply to "product recall expenses" resulting from: 1. Failure of any products to accomplish their intended purpose; 2. Breach of warranties of fitness, quality, durability or performance; 3. Loss of customer approval or any cost incurred to regain customer approval; 4. Redistribution or replacement of "your product', which has been recalled, by like products or substitutes; 5. Caprice or whim of the insured; 6. A condition likely to cause loss, about which any insured knew or had reason to know at the inception of this insurance; 7. Asbestos, including loss, damage or clean up resulting from asbestos or asbestos containing materials; 8. Recall of "your product(s)" that have no known or suspected defect solely because a known or suspected defect in another of "your product(s)" has been found. B. Under SECTION III — LIMITS OF INSURANCE, paragraph 3. is replaced in its entirety as follows and paragraph 8. is added: 3. The Products -Completed Operations Aggregate Limit is the most we will pay for the sure of: Includes copyrighted material of Insurance Services Office, Inc. Page 2 of 11 CC 70 63 0417 a. Damages under COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY because of "bodily injury" and "property damage" included in the "products -completed operations hazard" and b. "Product recall expenses". $. Subject to paragraph 5. above [of the CGL Coverage Form], $25,000 is the most we will pay for all "product recall expenses" arising out of the same defect or deficiency. 5. NONOWNED WATERCRAFT Exclusion g. Aircraft, Auto or Watercraft, paragraph (2) is deleted and replaced with the following: (This exclusion does not apply to:] (2) A watercraft you do not own that is: (a) Less than 75 feet long; and (b) Not being used to carry any person or property for a charge; 6. BLANKET CONTRACTUAL LIABILITY — RAILROADS Under SECTION V — DEFINITIONS, paragraph C. of "Insured Contract" is deleted and replaced by the following: C. Any easement or license agreement; Under SECTION V — DEFINITIONS, paragraph f.(1) of "Insured Contract" is deleted. 7. CONTRACTUAL LIABILITY — PERSONAL AND ADVERTISING INJURY Under SECTION I — COVERAGE B., paragraph 2. Exclusions, paragraph e. Contractual Liability is deleted. 8. SUPPLEMENTARY PAYMENTS Under SECTION I — SUPPLEMENTARY PAYMENTS — COVERAGES A AND B, paragraph 1.b. is deleted and replaced with the following: 1. b. Up to $5,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 9. BROADENED WHO IS AN INSURED SECTION II — WHO IS AN INSURED is deleted and replaced with the following: 1. If you are designated in the Declarations as: a. An individual, you and your spouse are insureds, but only with respect to the conduct of a business of which you are the sole owner. b. A partnership or joint venture, you are an insured. Your members, your partners, and their spouses are also insureds, but only with respect to the conduct of your business. C. A limited liability company, you are an insured. Your members are also insureds, but only with respect to the conduct of your business. Your managers are insureds, but only with respect to their duties as your managers. d. An organization other than a partnership, joint venture or limited liability company, you are an insured. Your "executive officers" and directors are insureds, but only with respect to their duties as your officers or directors. Your stockholders are also insureds, but only with respect to their liability as stockholders. Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 0417 Page 3 of 11 2. Each of the following is also an insured: a. Your "volunteer workers" only while performing duties related to the conduct of your business, or your "employees," other than either your "executive officers," (if you are an organization other than a partnership, joint venture or limited liability company) or your managers (if you are a limited liability company), but only for acts within the scope of their employment by you or while performing duties related to the conduct of your business. However, none of these "employees" or "volunteer workers" are insured for: (1) "Bodily injury" or "personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co -"employee" while in the course of his or her employment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co -"employee" or volunteer worker as a consequence of paragraph (1)(a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraphs (1)(a) or (b) above; or (d) Arising out of his or her providing or failing to provide professional health care services except as provided in Provision 10. of this endorsement. Paragraphs (1)(a), (1)(b) and (1)(C) above do not apply to your "employees" who are: (1) Managers; (ii) Supervisors; (111) Directors; or (iv) Officers; with respect to "bodily injury" to a co -"employee". (2) "Property damage" to property: (a) Owned, occupied or used by; (b) Rented to, in the care, custody or control of, or over which physical control is being exercised for any purpose by you, any of your "employees," "volunteer workers", any partner or member (if you are a partnership or joint venture), or any member (if you are a limited liability company). b. Any person (other than your "employee" or "volunteer worker"), or any organization while acting as your real estate manager. c. Any person or organization having proper temporary custody of your property if you die, but only; (1) With respect to liability arising out of the maintenance or use of that property; and (2) Until your legal representative has been appointed. d. Your legal representative if you die, but only with respect to duties as such. That representative will have all your rights and duties under this Coverage Form. e. Your subsidiaries if: (1) They are legally incorporated entities; and (2) You own more than 50% of the voting stock in such subsidiaries as of the effective date of this policy. If such subsidiaries are not shown in the Declarations, you must report them to us within 180 days of the inception of your original policy. Includes copyrighted material of Insurance Services Office, Inc. Page 4 of 11 CG 70 63 0417 f. Any person or organization, including any manager, owner, lessor, mortgagee, assignee or receiver of premises, to whom you are obligated under a written contract to provide insurance such as is afforded by this policy, but only with respect to liability arising out of the ownership, maintenance or use of that part of any premises or land leased to you, including common or public areas about such premises or land if so required in the contract. However, no such person or organization is an insured with respect to: (1) Any "occurrence" that takes place after you cease to occupy or lease that premises or land; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. g. Any state or political subdivision but only as respects legal liability incurred by the state or political subdivision solely because it has issued a permit with respect to operations performed by you or on your behalf. However, no state or political subdivision is an insured with respect to: (1) 'Bodily injury", "property damage", "personal and advertising injury" arising out of operations performed for the state or municipality; or (2) "Bodify injury" or "property damage" included within the "products -completed operations hazard." h. Any person or organization who is the lessor of equipment leased to you, to whom you are obligated under a written contract to provide insurance such as is afforded by this policy, but only with respect to their liability arising out of the maintenance, operation or use of such equipment by you or a subcontractor on your behalf with your permission and under your supervision. However, if you have entered into a construction contract subject to Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code with the additional insured, the insurance afforded to such person(s) or organization(s) only applies to the extent permitted by Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code. No such person or organization, however, is an insured with respect to any "occurrence" that takes place after the equipment lease expires. i. Any architect, engineer, or surveyor engaged by you under a written contract but only with respect to liability arising out of your premises or "your work." However, if you have entered into a construction contract subject to Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code with the additional insured, the insurance afforded to such person only applies to the extent permitted by Subchapter C of the Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code. No architect, engineer, or surveyor, however, is an insured with respect to "bodily injury," "property damage," or "personal and advertising injury" arising out of the rendering of or the failure to render any professional services by or for you, including: (1) The preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys, change orders, designs or specifications; or (2) Supervisory, inspection, or engineering services. This paragraph I. does not apply if a separate Additional Insured endorsement providing liability coverage for architects, engineers, or surveyors engaged by you is attached to the policy. If the written contract or written agreement requires primary and non-contributory coverage, the insurance provided by paragraphs f. through L above will be primary and non-contributory relative to other insurance available to the additional insured which covers that person or organization as a Named Insured, and we will not share with that other insurance. 3. Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the end of the policy period; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 0417 Page 5 of 11 C. Coverage S does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. d. Coverage A does not apply to "product recall expense" arising out of any withdrawal or recall that occurred before you acquired or formed the organization. 4. Any person or organization (referred to below as vendor) with whom you agreed under a written contract to provide insurance is an insured, but only with respect to "bodily injury" or "property damage" arising out of "your products" that are distributed or sold in the regular course of the vendor's business. However, no such person or organization is an insured with respect to: a. 'Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement. b. Any express warranty unauthorized by you; C. Any physical or chemical change in "your product" made intentionally by the vendor; d. Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; e. Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of "your products"; f. Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the "your product"; g. "Your products" which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor. h. "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (1) The exceptions contained in subparagraphs d. or f.; or (2) Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. This paragraph 4. does not apply to any insured person or organization from which you have acquired .your products", or any ingredient, part, or container, entering into, accompanying or containing "your products". This paragraph 4. also does not apply if a separate Additional Insured endorsement, providing liability coverage for "bodily injury" or "property damage" arising out of "your product" that is distributed or sold in the regular course of a vendor's business, is attached to the policy. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. . 10. INCIDENTAL MALPRACTICE LIABILITY As respects provision 9., SECTION II — WHO 1S AN INSURED, paragraph 2.a.(1)(d) does not apply to any nurse, emergency medical technician or paramedic employed by you to provide medical or paramedical services, provided that you are not engaged in the business or occupation of providing such services, and your "employee" does not have any other insurance that would also cover claims arising under this provision, whether the other insurance is primary, excess, contingent or on any other basis. Under SECTION III — LIMITS OF INSURANCE, provisions 11. through 14. of this endorsement amend the policy as follows: 11. AGGREGATE LIMITS PER PROJECT The General Aggregate Limit applies separately to each of your construction projects away from premises owned by or rented to you. Includes copyrighted material of Insurance Services Office, Inc. Page 6 of 11 CC 70 63 0417 12. AGGREGATE LIMITS PER LOCATION The General Aggregate Limit applies separately to each of your locations, but only when required by written contract or written agreement. As respects this provision 12., your locations are premises you own, rent or use involving the same or connecting lots or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. However, your locations do not include any premises where you, or others acting on your behalf, are performing construction operations. 13. INCREASED MEDICAL PAYMENTS LIMITS A_ SECTION III — LIMITS OF INSURANCE, paragraph 7., the Medical Expense Limit, is subject to all the terms of SECTION III — LIMITS OF INSURANCE and is the greater of: $10,000; or 2. The amount shown in the Declarations for Medical Expense Limit. B. This provision 13. does not apply if COVERAGE C MEDICAL PAYMENTS is excluded either by the provisions of the Coverage Form or by endorsement. 14. DAMAGE TO PREMISES RENTED TO YOU — SPECIFIC PERILS AND INCREASED LIMIT A. The word fire is changed to "specific perils" where it appears in: 1. The last paragraph of SECTION I —COVERAGE A, paragraph 2. Exclusions; 2. SECTION IV, paragraph 4.b. Excess Insurance. B. The Limits of Insurance shown in the Declarations will apply to all damage proximately caused by the same event, whether such damage results from a "specific peril" or any combination of "specific perils." C. The Damage To Premises Rented To You Limit described in SECTION III — LIMITS OF INSURANCE, paragraph 6., is replaced by a new limit, which is the greater of: 1. $1,000,000; or 2. The amount shown in the Declarations for Damage To Premises Rented To You Limit. D. This provision 14. does not apply if the Damage To Premises Rented To You Limit of SECTION I — COVERAGE A is excluded either by the provisions of the Coverage Form or by endorsement. E. "Specific Perils" means fire; lightning; explosion; windstorm or hail; smoke; aircraft or vehicles; riot or civil commotion; vandalism; leakage from fire extinguishing equipment; weight of snow, ice or sleet; or "water damage". "Water damage" means accidental discharge or leakage of water or steam as the direct result of the breaking or cracking of any part of a system or appliance containing water or steam. 15. BROADENED LEGAL LIABILITY COVERAGE FOR LANDLORD'S BUSINESS PERSONAL PROPERTY Under SECTION I -- COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY, 2. Exclusions, j. Damage to Property, the first paragraph following paragraph (6) is deleted and replaced with the following: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire) to a landlord's business personal property that is subject to, or part of, a premises lease or rental agreement with that landlord. The most we will pay for damages under this provision 15. is $10,000. A $250 deductible applies. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, provisions 16. through 18. of this endorsement amend the policy as follows: Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 0417 Rage 7 of 11 16. BROADENED KNOWLEDGE OF OCCURRENCE Under 2. Duties In The Event Of Occurrence, Offense, Claim, Or Suit, paragraph a. is deleted and replaced and paragraphs e. and f. are added as follows: a. You must see to it that we are notified as soon as practicable of an 'occurrence" or an offense, regardless of the amount, which may result in a claim. Knowledge of an 'occurrence" or an offense by your "employee(s)" shall not, in itself, constitute knowledge to you unless one of your partners, members, "executive officers," directors, or managers has knowledge of the "occurrence" or offense. To the extent possible, notice should include: (1) How, when and where the 'occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the 'occurrence" or offense. e. If you report an "occurrence" to your workers compensation carrier that develops into a liability claim for which coverage is provided by this Coverage Form, failure to report such an "occurrence" to us at the time of the "occurrence" shall not be deemed a violation of paragraphs a., b., and c. above. However, you shall give written notice of this 'occurrence" to us as soon you become aware that this "occurrence" may be a liability claim rather than a workers compensation claim. f. You must see to it that the following are done in the event of an actual or anticipated 'covered recall' that may result in "product recall expense": (1) Give us prompt notice of any discovery or notification that "your product" must be withdrawn or recalled. Include a description of "your product" and the reason for the withdrawal or recall; (2) Cease any further release, shipment, consignment or any other method of distribution of like or similar products until it has been determined that all such products are free from defects that could be a cause of loss under the insurance. 17. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Paragraph 6. Representations is deleted and replaced with the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and C. We have issued this policy in reliance upon your representations. We will not deny coverage under this Coverage Form if you unintentionally fail to disclose all hazards existing as of the inception date of this policy. You must report to us any knowledge of an error or omission in the description of any premises or operations intended to be covered by this Coverage Form as soon as practicable after its discovery. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or nonrenewal. 18. TRANSFER OF RIGHTS (BLANKET WAIVER OF SUBROGATION) Paragraph 8. Transfer of Rights Of Recovery Against Others To Us is deleted and replaced with the following: 8. If the insured has rights to recover all or part of any payment we have made under this Coverage Form, those rights are transferred to us. The insured must do nothing after loss to impair them.. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. However, if the insured has waived rights to recover through a written contract, or if "your work" was commenced under a letter of, intent or work order, subject to a subsequent reduction to writing with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this Coverage Form. 19. EXTENDED NOTICE OF CANCELLATION AND NONRENEWAL Includes copyrighted material of Insurance Services Office, Inc. Rage 8 of 11 CG 70 63 0417 Paragraph 2.b. of A. Cancellation of the COMMON POLICY CONDITIONS is deleted and replaced with the following: b. 60 days before the effective date of the cancellation if we cancel for any other reason. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 9. When We Do Not Renew is deleted and replaced with the following: 9. When We Do Not Renew a. We may elect not to renew this policy except, that under the provisions of the Texas Insurance Code, we may not refuse to renew this policy solely because the policyholder is an elected official. b. If we elect not to renew this policy, we may do so by mailing or delivering to the first Named Insured, at the last mailing address known to us, written notice of nonrenewal, stating the reason for nonrenewal, at least 60 days before the expiration date. If notice is mailed or delivered less than 60 days before the expiration date, this policy will remain in effect until the 61 st day after the date on which the notice is mailed or delivered. Earned premium for any period of coverage that extends beyond the expiration date will be computed pro rata based on the previous year's premium. C. If notice is mailed, proof of mailing will be sufficient proof of notice. d. The transfer of a policyholder between admitted companies within the same insurance group is not considered a refusal to renew. 20. MOBILE EQUIPMENT REDEFINED Under SECTION V — DEFINITIONS, paragraph 12. "Mobile equipment", paragraph f. (1) does not apply to self-propelled vehicles of less than 1,000 pounds gross vehicle weight that are not designed for highway use. 21. ADDITIONAL DEFINITIONS 1. SECTION V — DEFINITIONS, paragraph 4. "Coverage territory" is replaced by the following definition: "Coverage territory" means anywhere in the world with respect to liability arising out of "bodily injury," "property damage," or "personal and advertising injury," including "personal and advertising injury" offenses that take place through the Internet or similar electronic means of communication provided the insured's responsibility to pay damages is determined in a settlement to which we agree or in a "suit" on the merits, in the United States of America (including its territories and possessions), Puerto Rico and Canada. 2. SECTION V— DEFINITIONS is amended by the addition of the following definitions: "Covered recall" means a recall made necessary because you or a government body has determined that a known or suspected defect, deficiency, inadequacy, or dangerous condition in "your product" has resulted or will result in "bodily injury" or "property damage". "Product Recall expenses" mean only reasonable and necessary extra costs, which result from or are related to the recall or withdrawal of "your product" for- a. Telephone and telegraphic communication, radio or television announcements, computer time and newspaper advertising; b. Stationery, envelopes, production of announcements and postage or facsimiles; C. Remuneration paid to regular employees for necessary overtime or authorized travel expense; d. Temporary hiring by you or by agents designated by you of persons, other than your regular employees, to perform necessary tasks; e. Rental of necessary additional warehouse or storage space; f. Packaging of or transportation or shipping of defective products to the location you designate; and g. Disposal of "your products" that cannot be reused. Disposal expenses do not include: (1) Expenses that exceed the original cost of the materials incurred to manufacture or process such product; and Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 0417 Page 9 of 11 (2) Expenses that exceed the cost of normal trash discarding or disposal, except as are necessary to avoid "bodily injury" or "property damage". 22. REASONABLE FORCE — BODILY INJURY OR PROPERTY DAMAGE Under SECTION I — COVERAGE A., paragraph 2. Exclusions, subparagraph a. Expected Or Intended Injury is deleted and replaced with the following: [This insurance does not apply to:] a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 23. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK A. Under SECTION I —COVERAGE A., paragraph 2. Exclusions, exclusion k. Damage to Your Product and exclusion I. Damage to Your Work are deleted and replaced with the following: [This insurance does not apply to:] k. Damage to Your Product "Property damage" to "your product" arising out of it or any part of it, except when caused by or resulting from: (1) Fire; (2) Smoke; (3) "Collapse"; or (4) Explosion. For purposes of exclusion k. above, "collapse" means an abrupt falling down or caving in of a building or any part of a building with the result that the building or part of the building cannot be occupied for its intended purpose. I. Damage to Your Work "Property damage" to "your work" arising out of it or any part of it and included in the "products -completed operations hazard". This exclusion does not apply: (1) If the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor; or (2) If the cause of loss to the damaged work arises as a result of: (a) Fire; (b) Smoke; (C) "Collapse"; or (d) Explosion. For purposes of exclusion I. above, "collapse" means an abrupt falling down or caving in of a building or any part of a building with the result that the building or part of the building cannot be occupied for its intended purpose. B. The following paragraph is added to SECTION III — LIMITS OF INSURANCE: Includes copyrighted material of Insurance Services Office, Inc. Page 10 of 11 CG 70 63 0417 Subject to 5. above [of the CGL Coverage Form], $100,000 is the most we will pay under Coverage A for the sum of damages arising out of any one "occurrence" because of "property damage" to "your product' and "your work" that is caused by fire, smoke, collapse or explosion and is included within the "product -completed operations hazard". This sublimit does not apply to "property damage" to "your work" if the damaged work, or the work out of which the damage arises, was performed on your behalf by a subcontractor. 24. BROADENED BODILY INJURY COVERAGE Under SECTION V -- DEFINITIONS, the definition of "bodily injury" is deleted and replaced with the following: 3. "Bodily injury" a. Means physical: (1) Injury; (2) Disability; (3) Sickness; or (4), Disease; sustained by a person, including death resulting from any of these at any time. b. Includes mental: (5) Anguish; (6) Injury; (7) Humiliation; (8) Fright; or (9) Shock; directly resulting from any "bodily injury" described in paragraph 3.a. C. All "bodily injury" described in paragraph 3.b. shall be deemed to have occurred at the time the "bodily injury" described in paragraph 3.3. occurred. 25. DESIGNATED COMPLETED PROJECTS — AMENDED LIMIT'S OF INSURANCE When a written contract or written agreement between you and another party requires project -specific limits of insurance exceeding the limits of this policy; A. for "bodily injury" or "property damage" that occurs within any policy period for which we provided coverage; and S. for "your work" performed within the "products -completed operation hazard"; and C. for which we previously issued Amendment Of Limits Of Insurance (Designated Project Or Premises) CG 71 94 either during this policy term or a prior policy term; and D. that designated project is now complete; the limits of insurance shown in the CG 71 94 schedule will replace the limits of insurance of this policy for the designated project'and will continue to apply for the amount of time the written contract or written agreement requires, subject to the state statute of repose of the project location. These limits are inclusive of and not in addition to the replaced limits. Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 0417 Page 11 of 11 POLICY NUMBER: CA2111178 COMMERCIAL AUTO CA 7165 09 11 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE DEAD IT CAREFULLY. DESIGNATE® INSURE® - PRIMARY NON-CONTRIBUTORY COVERAGE WHEN REQUIRED BY INSURED CONTRACT OR CERTIFICATE This endorsement modifies insurance provided under the BUSINESS AUTO COVERAGE FORM The provisions of the Coverage Form apply unless changed by this endorsement. This endorsement identifies person(s) or organization(s) who are "insured" under the Who Is An Insured Provision of the Coverage Form. This endorsement changes the policy on the inception date of the policy, unless another date is shown below. Endorsement Effective: Countersigned By: 01 /31/2020 Named Insured: McClendon Construction Company, Inc. (Authorized Representative) (No entry may appear above. If so, information to complete this endorsement is in the Declarations.) 1. Section II — Liability Coverage, A. Coverage, 1. Who Is An Insured is amended to add: Any person or organization with whom you have an "insured contract' which requires: i. that.person or organization to be added as an "insured" under this policy or on a certificate of insurance; and ii. this policy to be primary and non-contributory to any like insurance available to the person or organization. Each such person or organization is an "insured" for Liability Coverage. They are an "insured" only if that person or organization is an "insured" under in SECTION II of the Coverage Form. The contract between the Named Insured and the person or organization is an "insured contract'. 2. Section IV— Business Auto Conditions, B. General Conditions, 5. Other Insurance, paragraph d. is deleted and replaced by the following for the purpose of this endorsement only: d. When coverage provided under this Coverage Form is also provided under another Coverage Form or policy, we will provide coverage on a primary, non-contributory basis. Includes copyrighted material of Insurance Services Office, Inc. with its permission. NAMED INSURED: MCCLENDON CONSTRUCTION COMPANY, INC. POLICY NUMBER: CA2111178 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, TEXASADVANTAGE COMMERCIAL AUTOMOBILE 13ROAD FORM ENDORSEMENT This endorsement modlfles Insurance provided under the RUSINESSAUTO COVERAGE FORM W11h respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. The proMium forlhis endarsamant is $ A250.00 1, BROAD FORAM INSURED SECTION 11- LIABILITY COVERAGE, A.1, WI}q InAri Inm mad iRamendoil Inythe add'ilinn of thn Intl nWlnq- d. Any organization you newly acquire or ionnF other than a partnership, joint venture or Ilmtted liability company, and over which you maintain ownership or majority interest, will quallry as a Named Insured. However, (1) Coverage under this provision Is afforded only until the end of the policy period; (2) Coverage does not apply to "accidents" or "loss" that occurred before you acquired or Formed the organizallon; and (3) Coverage does not apply to an organization that Is an "Insured" under anyolher policy or would be an "Insured' but for its termination or the exhausting of Its limit of insurance. e. Any"employee" ofyours rming: (11 A covered "auto" you do not own, hire or borrow, or a covered "auto" not owned by the "employee" or a member of his or her household, while performing duties related to the oonduct of your lousiness or your personal affairs; or (2) An "auto" hired or rented under a contract or agreement In that "employee's' name, with your permission, while performing duties retatedto the conduct of your business. However, your 'employee" does not qualify as an Insured under this paragraph (2) while using a covered "auto" rented from you orfrom any member o€the "employee's" household. f, Your members, if you are a limited liability company, while using a covered "auto" you do not awn, hire or borrow and while performing duties related to the conduct of your business or your personal affairs. Auypiwsun or oixianixallon with wA(lM }'n4r sgr+)e In a writlerr CEntraci, WPIROn aijedenioril ttr po mil, kt provide Inararance such as Is afforded uncierlhia paflcy, but only WIIh Iuspecl to your wvorwd "rlulufi"- This provision does not apply; (1) Unless the written contractor agreement Is executed or the permit Is issued prior to the ' bodify Injury" or "properly damago"; (2) To any person or organizatlon Included as an Insured by an endorsement or in the Declarations; or (3) To any lessor of "autos" unless: (a) The lease agreement requires you to provld a direct primary insurance for the lessor; (b) The "auto" is teased without a driver, and Includes copyrlghted material of Insurance Services Office, Inc. CA 71181109 Page 1 of 5 (c) The lease had not expired. Leased "autos" covered under this provision will be considered covered "autos" you own and not covered "autos" you hint. h. Any legally incorporated organization or subsidiary in which you own more than SO% of the voting stock on 1he effective date of this endorsement. This provision does not apply to "bodily injury" or "property damage" for which an "Insured* Is also an insured under any other automobile policy or would bean Insured under such a policy, but for Its terminatloh or the exhaustion of its limits ofinsuranee, unless such poicy was written to apply specifically In excess of this policy. 2. COVERAGE EXTENSION$- SUPPLEMENTARY PAYMENTS Under Seetion II o LIABILITY COVERAGE, A2.a. Supplementary Payments, paragraphs (2) and (4) are deleted aril replaced as follows; (2) Up to $2,500 for the cost of ball bonds (Including bonds for related traffic law vloiallons) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the"Insured" at our request, including ac(ual loss of earnings up to $SD0 a day because of time off from work. 3. AMENDED FELLOW EMPLOYEE EXCLUSION Under SECTION 11-LIABILITY COVERAGE, S. EXCLUSIONS, paragraph 5. Fellow Employee Is deleted and replaced bylhe Following: a. Follow Employee "Bodily Injury" to: a. Any fellow "employee" of the "insured" arising out of and In the course of the fellow "employee's" employment or while performing duties related to the conduct of your business. However, thls exclusion does nut apply to your "empl©yees" that are officers, managers, supervisors or above. Coverage is excess over any other callactlble Insurance. lb. The spa use, child, parent, brother or sIsle rof that toIlaw employee" as a consequence of pare raph a. above. 4, HIRED AUTO PHYSICAL DAMAGE COVERAGE AND LOSS OF USE EXPENSE A. Under SECTION III -PHYSICAL DAMAGE COVERAGE, A. COVERAGE, the fol lowing is added: If anyof your owned covered "autos" are covered for Physical Damage, we will provide Physical Damage coverage to "autos" that you or your "employees" hire or borrow, under your name or the "employee's" name, for the purpose or doing your work. WE) will provide coverage equal to the broadest physical damage coverage applicable to any covered "auto' shown In the Declarations, item Three, schedule of Covered Autos You Own, or on any endorsements amending this schedule. B. under SECTION III -PHYSICAL DAMAGE COVERAGE, AA. Coverage Extensions. paragraph b. Loss Of Use Expenses is deleted and replaced with the following: b. Lass Of Usa Expenses For Hired Auto Physical Damage, we will payexpenses forwhich an "insured" becomes legally responsible to payfor loss of use of a vehicle rented or hired without a driver, under awritten rental contractor agreement. We will pay for loss of use expenses it caused by: (1) Other than collision, only, lfthe Dedamtlons indicate that Camprehenslve Coverage Is provided for any covered "auto'', Includes oopyrlghted material of Insurance -Services Office, Inc. Paget of CA71'18ill 09 (2) Specifled Causes of Loss, only if the declarations indicate that Specified Causes Of Loss Coverage is provided for -any covered "auto"; or (3) Collision, only if the Declarations indicate that Collision Coverage Is provided for any covered "auto". However, the most we will payfor any expenses for loss of use Is $30 per day, to a maximum of $2,000. C. Under SECTION IV —BUSINESS AUTO CONDITIONS, B. General Conditions, 5. Other Insurance, paragraph b. Is replaced by the fallowing: b. For Hired Auto Physical Damage, the following are deemed to bs covered "autos" you own.- 1. Any covered "auto" you lease, hire, rent or borrow, and 2. Any covered "auto" hired or rented by your°employees"undera contract in that Individual "employee's" name, with your permission, while parforming duties related to the conduct of your business_ However, any"auto" that is leased, hired, rented or borrowed with a driver Is not a covered "auto', nor Is any "auto" you hire from any of your "smpioyses", partners (if you area partnership), members (it you are a Itmlied liabilitycompany), or members oftheir households. S. LOAN OR LEASE GAP COVERAGE Under SECTION II1—PHYSICAL DAMAGE COVERAGE, A. COVERAGE, the foilov ing is added: If covered "auto" Is owned or leased and it we provide Physical Damage Coverage on it, we will pay, in the event of a covered total "loss", any unpaid amount due on the lease or loan for a covered "aufo", less: (a) The amount paid under the Physical Damage Section of the policy; and: (b) Any: (1) Overdue lease or loan payments Including penalties, Interest or other charges resulting from overdue payments at the lime of the "loss"; (2) Financial penalties Imposed under lease for excessive use, abnormal wear and tear or high mileage; (3) Costs for extended warranties, Credit I_Ife Insurance, Health, Acrldent or Disability Insurance purchased with the loan or lease; (4) Security deposits not refunded by a lessor; and (5) Carry-over balances from previous loans or leases. 6. RENTAL REIMBURSEMENT` Under SECTION III e PHYSICAL DAMAGE COVERAGE, A.4. Coverage Extensions, paragraph a. Transportation Expenses Is deleted and replaced by the following: a. Transportation Expenses (1) We will pay up to $75 per day to a maximum of $2,000 for transportation expense Incurred by you because of covered "loss'. We will Pay only far those covered "autos" for which you carry Golllsion Coverage or either Comprehensive Coverage orSpeclftedCauses of•LossCnverage. Wowillpay for transportation expenses Incurred during the period beginning 24 hours after the covered "loss" and ending, regardless of the polloy's expiration, when the covered "auld' is returned to use or we payfor its "loss", This coverage Is Ih addition to the otherwise applicable coverage you have on a covered "nuts". No deductibles apply to this coverage. Includes copyrighted material of Insurance Services Office, Inc. CA711811tag Page 3of5 (2) This coverage does not apply while there Is a spare or reserve "auto" available to you for your operation_ y. AIRSAGCOVERA09 Under SECTION III -PHYSICAL DAMAGE, B. EXCLUSIONS, paragraph 3. Is deleted and replaced by the fol lowlrry: 3. We will not pay for "loss!' caused byor resulting from any of the following unless caused byother "loss° that is covered bythIs insurance: (1) Wear and tear, freezing, mechanical or electrical breakdown. However, this exclusion does not Include the discharge of an alrbag, (2) Blowouts, punctures or other road damage to tires. & GLASS REPAIR --WAIVER OF DEDUCTIBLE Section III —PHYSICAL DAMAGE COVERAGE, D. Deductible Is amended to add the following: No.deductible appliesto glass damage If the glass Is repaired ratherthan replaced. 9. COLLISION COVERAGE —WAIVER OFDEDUC1113LE Under Section Ili d PHYSICAL DAMAGE COVERAGE, D. Deductible Is amended to add the foil owing: When there Is a loss to your covered "auto" Insured for Collision Coverage, no deductible will apply if the loss was caused by a colllslon with another "auto" Insured by us. 10. KNOWLEDGE OF ACCIDENT Under SECTION IV o BUSINESS AUTO CONDITIONS, A. Loss Conditions, 2. Duties In The Event Of Accident, Claim, Suit Or Loafs, paragraph a. is deleted and replayed by the following: a. You must see to itthatwe are notified as soon as practicabla of an "accl lene, claim, "sulk" or "loss". Knowledge of an "accident", claim, "suit" or "loss" byyour "employees" shall not, in Itself, constitute knowledge to you unless one of your partners, executive officers, directors, managers, or members (if you area limited liability company) has knowledge of the "accident", claim, "sult"or'lloss". Notice should include: (1) How, when and where the "accident" or "loss" occurred; (a) The "Insured's" name and addrass, and (3) To the extent possible, the names and addresses of any injured persons and witnesses. III TRAN SFER OF RIGHTS ISLANK-ET WAIVFRO SUEROGATICN) [Ender SECTION IV o BUSINESS AUTO CONDITIONS, A. Loss Conditions paragraph S. Transfer Of Rights Of Recovery Against Others To Us is deleted and replaced by the following: 56 Transfer Of Rights Of RecoveryAgalnet Others To Us If any person or organization to orfor whom we make payment underthis Cove rage Form has rights to recover damages from another, those iights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing alter "aaufdenr` or "loss" to Impair them. However, ifthe "Insured" has waived rights to recover through a written contract, or If your work was commenced under a letter of Intent or workorder, subject to a subsequent reduction in willing with customers whose customary contracts require_ a waiver, we waive any right of reeeverywe may have under this Coverage Form, Includes copyrighted material of Insurance Services Office, Inc. Page 4 of 5 CA 711811 09 12. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Under SI=CTION IV - BUSINESS AUTO CONDITIONS, R. General Conditions, paragraph 2. Concealment, Mi Isre presentation Or Fraud is amended by the addition of the following. We will not deny coverage under this Coverage Form If you unintentionally fall to disclose all hazards existing as of the inception date of this policy. You must report to us any knowledge of an error or omission in your representations as soon as praclicable after Its discovery. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non -renewal. 13, SLA MET COVERAGE FOR CEITTAtN OPERATIONS 114 COWNECTIC111 WITH RAILIiWS When required by written contract or wriiten agreement, the definition of "insured contract" is amended as follows: The exception contained In paragraph 1-1.3. relating to construcllon or demolition operations on or within 50 Net of a rafIroad; and Paragraph H.M. are deleted vrlth respect to the use of a covered "auto" in operations for, or affecting, a railroad, Includes copyrighted material of Insurance Services Office, Inc. CA 711811 Oa Page 5 of 5 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 6-14) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium: The premium charge for this endorsement shall be @ @ @ percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 01 /31 /2020 Policy No. WC2000080 Endorsement No. WC 42 03 04 B Named Insured:' McClendon Construction Company, Inc. Premium Insurance Company WC 42 03 0-4 B (Ed. 06-14) Countersigned by Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. NAMED INSURED: MCCLENDON CONSTRUCTION COMPANY, INC. POLICY NUMBER: CPP2111179 THIS ENDORSEMENT CHANGES HE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION, NONRENEWAL OR MATERIAL GRANGE -THIRD PANTY This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESSAUTO COVERAGE FORM BUS] NESSAUTO PHYSICAL DAMAGE COVERAGE FORM COMMERCIAL GENERAL LIABILITY COVERAGE FORM COMMERCIAL UMBRELLA LIABILITY COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM PRODUCTSICOMPLETED`OPERATIONS LIABILITY COVERAGE FORM TRUCKERS COVERAGE FORM Subject to the cancellation provisions of the Coverage Form to which this endorsement is attached, we will not: 1. Cancel; 2. Nonrenew; or, 3. Materially change (reduce or restrict) this Coverage Form, except for nonpayment of premium, until we provide at least 6o days written notice of such cancellation, nonrenewal or material change. Written notice will be to the person or organization named in the Schedule. Such notice will be by certified mail with return receipt requested. This notification of cancellation, nonrenewal or material change to the person or organization named in the Schedule is intended as a courtesy only. Our failure to provide such notification will not: 1. Extend any Coverage Form cancellation date; 2. Negate the cancellation as to any insured or any certificate holder; 3. Provide any additional insurance that would not -have been provided in the absence of this endorsement; or 4. Impose liability of any kind upon us. This endorsement does not entitle the person or organization named in the Schedule to any benefits, rights or protection under this Coverage Form. SCHEDULE Dame Of Person Or Organization Mailing Address Any person or organization holding a certificate of insurance issued The address shown for that person or organization in for you, provided the certificate: that certificate of insurance 1. Refers to this policy; 2. States that notice of: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; will be provided to that person or organization; 3. Is in effect at the time of the: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; and 4. Is on file at your agent or broker's office for this policy IL 70 66 07 14 - BLKT NAMED INSURED: MCCLENDON CONSTRUCTION COMPANY, INC. POLICY NUMBER: CA2111178; WC2000080 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY U Number of Days Notice 30 For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation is Increased to the number of days shown In the Schedule above. If this policy is cancelled by us we will send the Named Insured and any party listed in the following schedule notice of cancellation based on the number of days notice shown above. SCHEDULE Name of Person or Organization The Name of Person or Organization Is any person or organization holding a certlflcate of Insurance issued for you, provided the certificate. 1. Refers to this policy; 2. States that notice of: a. Cancellation; b. Non renewal; or c. Material change reducing or restricting coverage; will be provided to that person or organization; 3. Is in effect at the time of the: a. Cancellatlon; b. Nonrenewal; or c. Material change reducing or restricting coverage; and 4. Is on file at your agent or brokers office for this policy. Mailing Address The Mailing Address is the address shown for that person or organization in that certificate of insurance. IL70450507-BLKT STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: MWV119,2020 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 — Definitions and Terminology.......................................................................................................... 1 1.01 Defined Terms............................................................................................................................... 1 1.02 Terminology..................................................................................................................... ...6 Article2 Preliminary Matters......................................................................................................................... 7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time; Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................ 8 2.05 Preconstruction Conference.........................................................................................................8 2.06 Public Meeting.............................................................................................................................. 8 2.07 Initial Acceptance of Schedules.................................................................................................... 8 Article 3 Contract Documents: Intent, Amending, Reuse .................. 3.01 Intent................................................................................... 3.02 Reference Standards........................................................... 3.03 Reporting and Resolving Discrepancies ............................. 3.04 Amending and Supplementing Contract Documents......... 3.05 Reuse of Documents........................................................... 3.06 Electronic Data................................................................... ......................................................... 8 ......................................................... 8 ...........................................I............19 ......................................................... 9 ......................................................10 .......................................................10 .......................................................11 Article 4 Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points........................................................................................................... 11 4.01 Availability of Lands..................................................................................................................1 l 4.02 Subsurface and Physical Conditions ...................................... .12 ................................................... 4.03 Differing Subsurface or Physical Conditions ........................ ......12 4.04 Underground Facilities...............................................................................................................13 4.05 Reference Points.........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5 Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6 — Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Maeuli9,2020 6.02 Labor; Working Hours................................................................................................................ 20 6,03 Services, Materials, and Equipment...........................................................................................20 6.04 Project Schedule........................................................................ 6.05 Substitutes and "Or -Equals" ..................................................... 6.06 Concerning Subcontractors, Suppliers, and Others .................. 6.07 Wage Rates................................................................................ 6.08 Patent Fees and Royalties......................................................... 6.09 Permits and Utilities.................................................................. 6.10 Laws and Regulations.............................................................. 6.11 Taxes.............................................................................. 6.12 Use of Site and Other Areas ..................................................... 6.13 Record Documents.................................................................... 6.14 Safety and Protection................................................................ 6.15 Safety Representative................................................................ 6.16 Hazard Communication Programs ............................................ 6.17 Emergencies and/or Rectification .............................................. 6.18 Submittals................................................................................... 6.19 Continuing the Work.................................................................. 6.20 Contractor's General Warranty and Guarantee ......................... 6.21 indemnification.......................................................................... 6.22 Delegation of Professional Design Services ............................. 6,23 Right to Audit............................................................................. 6.24 Nondiscrimination...................................................................... .......................................... 21 .......................................... 21 .......................................... 24 .......................................... 25 .......................................... 26 .......................................... 27 .......................................... 27 .......................................... 28 .......................................... 28 .......................................... 29 .......................................... 29 ......................................... 30 ......................................... 30 ......................................... 30 .......................................... 31 ......................................... 32 ......................................... 32 ....................................... 33 ......................................... 34 ......................................... 34 ......................................... 35 Article 7 - Other Work at the Site...................................................................................................................35 7.01 Related Work at Site................................................................................................................... 35 7.02 Coordination................................................................................................................................36 Article 8 - City's Responsibilities................................................................................................................... 36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due............................................................................................................................36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 inspections, Tests, and Approvals.............................................................................................. 36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program............................................................................................... 37 Article 9 - City's Observation Status During Construction...........................................................................37 9,01 City's Project Manager............................................................................................................ 37 9.02 Visits to Site................................................................................................................................ 37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work.......................................................................................................... 38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Maeh9,2020 Article 10 Changes in the Work; Claims; Extra Work................................................................................ 38 10.01 Authorized Changes in the Work............................................................................................... 38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work.................................................................................................................................. 39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11 Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ......................41 11.01 Cost of the Work .............................. ..41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work.................................................................................................................. ....44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12 - Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays.......................................................................................................................................... 47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ......................48 13.01 Notice of Defects........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections.................................................................................................................. 48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................. ....49 13.06 Correction or Removal of Defective Work................................................................................ 50 13.07 Correction Period........................................................................................................................ 50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work............................................................................................. 51 Article 14 - Payments to Contractor and Completion.................................................................................... 52 14.01 Schedule of Values...................................................................................................................... 52 14.02 Progress Payments...................................................................................................................... 52 14.03 Contractor's Warranty of Title................................................................................................... 54 14.04 Partial Utilization................................................................................................. ......................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment.............................................................................................................................. 56 14.08 Final Completion Delayed and Partial Retainage Release........................................................56 14.09 Waiver of Claims........................................................................................................................ 57 Article 15 - Suspension of Work and Termination. 15.01 City May Suspend Work ...................... 15.02 City May Terminate for Cause ............ 15.03 City May Terminate For Convenience Article 16 - Dispute Resolution ....................... 16.01 Methods and Procedures .............. ................................................................................... 57 ................................................................................... 57 ................................................................................... 58 ................................................................................... 60 •.................................................................................. 61 ................................................................................... 61 CITY OF FORT WORT] I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revi5iDD: Match 9, 2020 Article17 Miscellaneous.............................................................................................................................. 62 17.01 Giving Notice.............................................................................................................................. 62 17.02 Computation of Times................................................................................................................62 17.03 Cumulative Remedies.................................................................................................................62 17.04 Survival of Obligations...............................................................................................................63 17.05 Headings...................................................................................................................................... 63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Pagc 1 o f G3 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. I . Addenda Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder The individual or entity who submits a Bid directly to City. 8. Bidding Documents The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - I GENERAL CONDITIONS Page 2 of63 12. Change Order —A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 13. City— The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 14. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. Contract Claim -----A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract CIaim. 18. Contract The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 19. Contract Documents Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract Price The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 21. Contract Time —The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 22. Contractor The individual or entity with whom City has entered into the Agreement. 23. Cost of'the Work —See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 3 of 63 24. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day A day, unless otherwise defined, shall mean a Calendar Day. 26. Director of Aviation The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Planning and Development The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. 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. 32. Effective Date of the Agreement The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 33. Engineer The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 35. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 36. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mareh9,2020 00 72 00 - I GENERAL CONDITIONS Page A of 63 37. 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. 38. General Requirements —Sections of Division I of the Contract Documents. 39. Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 40. Hazardous Waste --Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 41. 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. 42. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. Major Item -- An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 44. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. Notice of Award The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 46. Notice to Proceed A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 47. PCBs —Polychlorinated biphenyls. 48. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 49. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mmuh 9, 2020 0072 00 -I GENERAL CONDITIONS Page 5 of 63 50. 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. 51. Project The Work to be performed under the Contract Documents. 52. Project Manager —The authorized representative of the City who will be assigned to the Site. 53. Public Meeting An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 54. Radioactive Material Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 55. Regular Working Hours — Hours beginning at 7:00 a.m, and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 56. 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. 57. 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. 58. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 59. Site —Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 60. 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. 61. Subcontractor An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mairh 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 6 of 63 62, 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. 63. Successful Bidder The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 64. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 65. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions, 66. 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. 67. 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. 68 Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 69. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 70. Work The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 71. 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 1.023 through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Maieh 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 7 of 63 The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: I . The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mardi 9, 2020 00 72 00 - t GENERAL CONDITIONS Page 8 o!'63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 207 Initial Acceptance ofSrhedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9, 2020 00 72 00 -1 GENERAL CONDITIONS Page 9 of63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of'Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mareh9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 10 o 1' G3 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal, 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00720D-[ GENERAL CONDITIONS Page I I of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's on-line electronic document management and collaboration system site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of'Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFTCAT[ON DOCUMENTS Revision: March9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 12 of GS C. Contractor- shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drarl)ings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rcvisiow March9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have Rill responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shal I report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 007200-1 GENERAL CONDITIONS Page 15 u1'63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by 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 a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual 's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORT[ I STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS Revision: March 9, 2020 00 72 00 -1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 — BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions which Contractor is required to purchase and maintain. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mardi9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions b. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mateh9,2020 007200-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mmuh9,2020 007200-1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto', defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mawh 9, 2020 007200- 1 GENERAL CONDITIONS Pagc 20 o f G 3 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. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at Ieast two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRliCTTON SPECIFTCATTON DOCUMENTS Revision: March9,2020 007200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - i GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: if a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use ofsuhstituted materials or equipment. E. Citv's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.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 (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision,: March9,2020 00 72 00 - 1 GENERAL CONDITIONS Paac 24 ol'63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: it is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mod19, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2, shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. S. 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 3 l 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 uniting the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 007200-I GENERAL CONDITIONS Page 26 of63 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 Ith 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 he Maintained The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - [ GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City steal I pay al I charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents, it will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Arrny Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPEMICATION DOCUMENTS Revision: Mareh9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 28 of63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State ComptroIler's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 7871 1; or 2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.htmI 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 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 shal I not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is 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. CITY OF FORT WORTH STANDARI]CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 29 of G3 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 6.21, 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, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.1.4 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS Revision: March 9,2020 00 72 00 - I GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safely Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 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. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - i GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof, If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. ShouId the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.47). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.1 S.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Matuh 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section Of 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2020 oa7200-I GENERAL CONDITIONS Page 33 ol'63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mweh 9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 34 oF63 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 AN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6,22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMrNTS Revision: March9,2020 00 72 00 -1 GENERAL CONDITIONS Page 35 ol'63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits, C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title 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. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Marcia 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1, the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2, the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 4, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 37 of 03 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITV'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is identified in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Manager 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 Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager 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 Manager'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 Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Marrh9,2020 007200-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager 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 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORT[I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - I GENERAL CONDITIONS Page 39 or63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering- 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 1.0.0LA, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (Ili) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revl si or1: March 9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice.- 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claire for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mardi 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE I — COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.0 LB, and shall include but not be limited to the following items: Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTInN SPECIFICATION DOCUMENTS Revision: Mair119,202D 00 72 00 - I GENERAL CONDITIONS Fagc 42 or63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS Revision: Mamh 9, 2020 007200-I GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.I or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11,01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: it is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Match 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 4, 2020 00 72 00 - I GENERAL CONDITIONS Page 45 463 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and. Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 -- CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.13.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 1 1.01.A.4 and 1 1.0l .A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; March 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 47 of 53 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.I and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 1 1.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of'Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTFI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mairh 9, 2020 00 72 00 - E GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor, Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Majdi% 020 00 72 00 - 1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4, If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. I. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECTFTCATTON DOCUMENTS Revision: March 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 50 of63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision. Maiuh9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mairh 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 52 ol'63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents With respect to the Work; and City shal I be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - l GENERAL CONDITIONS Page 533 of 62 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation), 3. Processing any such payment will not thereby be deemed to have represented that: a, inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORT11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mardi4,2020 00 72 00 - 1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORT[ I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mardi 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2020 00 72 00 -1 GENERAL CONDITIONS Page 56 o1'63 14.07 Final Payment A. Application_for Payment.- 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Maich 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 57 oP63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011 established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences Iegal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Much%2020 00 72 00 - 1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.8, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 60 oC63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5, complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rcvision: Mari i9,2020 00 72 00 - 1 GENERAL. CONDITIONS Pale 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 -- DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Marth%2020 007200-1 GENERAL CONDITIONS Page 62 of 63 elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2, agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Tinges 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 Iast day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mareh9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 63 of'63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mardi 9, 2020 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 00 73 00 SUPPLEMENTARY CONDITIONS Page I or5 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-zlA l A Easement limits shown on the Drawing arc approximate and were provided to establish a basis for bidding. Upon receiving the final casements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of 04106/2020: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION NONE The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. CITY OF FORT WORTt1 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised March 9. 2020 0073 00 SUPPLEMENTARY CONDITIONS Page 2 of 5 SC-4.01A.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of 05/06/2020: EXPECTED UTILITY AND LOCATION OWNER Oncor Power Poles TARGET DATE OF ADJUSTMENT no The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4A2A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Summary of Test Holc information dated 1/22/2020, prepared by The Rios Group, a sub -consultant of Pacheco Koch, a consultant of the City, providing additional information on underground water and service conduits The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: NONE SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: NONE SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: NONE (3) Other: NONE SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each employee CITY OF FORT WORTH 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page oi'5 $500,000 Disease - policy limit SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B,, which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 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. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person 1 $500,000 Bodily Injury per accident / $100,000 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks NONE 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. 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: (1) General Aggregate: NA (2) Each Occurrence: NA CITY OF FORT WORTH 2018 Bond Year 3 Conuaet 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised March 9, 2020 0073 00 SUPPLEMENTARY CONDITIONS Page 4 of 5 Required for this Contract X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: 1, 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. 2. 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 -way, the Contractor may be required to provide separate insurance politics in the name of each railroad company. 3. 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. 4. 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. 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. 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. SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: Heavy and Highway Construction Projects A copy of the table is also available by accessing the City's website at: https://apps.fortworthtexas.gov/ProjectResources/ You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 — General Conditions SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: CITY OF FORT WORTH 2018 Bond Yeat 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 5 City of Fort Worth Street Use Permit iSWIM Permit SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: NONE SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of 04/06/2020 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION NONE SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authori None SC-8.01, "Communications to Contractor" The contractor shall start paving activities after utility work is complete in order to complete the project on time. SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Maged Zaki, PE PMP, or his/her successor pursuant to written notification from the Director of Transportation and Public Works. SC-13.03C., "Tests and Inspections" NONE SC-16.01C.1, "Methods and Procedures" NONE END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. 3/9/2020 D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's website. CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised March 9, 2020 SECTION 01 11 00 SUMMARY OF WORK PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 11 00- 1 SUMMARY OF WORK Page 1 of 3 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limitedto: 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. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 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 Any and ail 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 WORTII 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised December 20, 2012 01 11 00-2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroadpermit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public orprivate lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in theproposal. CITY OF FORT WORT] 1 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. l 01474 Revised December 20, 2012 01 11 00-3 SUMMARY OF WORK Page 3 of-') 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 [NOTUSED] 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 2019 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised December 20, 2012 SECTION 01 25 00 SUBSTITUTION PROCEDURES PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 01 25 00 - l SURSTITUTION PROCEDURES Page l of4 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 criteriaor 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 I — 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 placeof 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 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Projcct No. 101474 Revised July I, 2011 012500-2 SUBSTITUTION PROCEDURES Page 2 o1'4 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 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 r3) uomposmon or materzais or constriction e) 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. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection l . 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, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised July 1, 2011 01 2500-3 SUBSTITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. 5. 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 City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS INOT 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 INOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USEDI PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Projcct No. 101474 Revised July 1, 2011 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: 01 25 00 - 4 SUBSTITUTION PROCEDURES Pagc 4 of 4 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 othertrades? 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 as noted Address Date Telephone For Use by City: Approved City Recommended Recommended Not recommended Received late :A Rejected Date CITY OF FORT WORT[1 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATIONDOCLTMENTS Projcci No. 101474 Revised .Tiny 1, 2011 SECTION 01 3119 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY 01 31 l9 - I PRECONSTRUCTION MEETING Page 1 of 3 A. Section Includes: 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. 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 I 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 USEDI 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 eachrepresents. 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 I . A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. 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. Project Representative 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 2O18 Bond Year 3 Contract l2 STANDARD CONSTRUCTION SPECIFICATION Projcct No. 101474 DOCUMENTS 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 C. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. 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 perm its 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. MIWBE or MBEISBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments 1 CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION Project No. 101474 DOCUMENTS 01 31 19 - 3 PRFCONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USEDI 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 USEDI 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 1 CITY OF FORT WORTH 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION Project No. 101474 DOCUMENTS SECTION 01 31 20 PROJECT MEETINGS PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 01 31 20- 1 PROJECT MEETINGS Page 1 of 3 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: L 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. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity eachrepresents. 3. Meetings administered by City may be tape recorded, a. if recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held whenrequested by the City, Engineer or Contractor. B. Pre -Construction Neighborhood Meeting After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees CITY OF FORT WORTH 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised July I, 201 l 01 31 20-2 PROJECT MEETINGS Page 2 of3 a. Contractor b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre -construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. items which impede construction schedule d. Review of off -site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request CITY OF FORT WORTH 201 R Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECTFICATIONDOCUMF.NTS Project No. 101474 Revised July 1,2011 01 31 20 - 3 PROJECT MEETINGS Page 3 of3 p. Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 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 INOT USED] PART 2 - PRODUCTS [NOT USEDI PART" 3 - EXECUTION [NOT USED] END OF SECTION iRevision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised July 1, 2011 01 32 IG- 1 CONSTRUCTION PROGRESS SCHEDULE. Page] of5 SECTION 0132 16 CONSTRUCTION PROGRESS SCHEDULE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress Schedule 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance Document B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limitedto: 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 l . 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. Definitions 1. Schedule Tiers a. Tier 1 - No schedule submittal required by contract. Small, brief duration projects b. Tier 2 - No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3 - Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4 - Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with longdurations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier S - Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from theschedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No, 101474 Revised July 1, 2011 Ol 32 16-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 4. Schedule Narrative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Reference Standards 1. City of Fort Worth Schedule Guidance Document 1.4 ADMINISTRATIVE REQUIREMENTS A. Baseline Schedule 1. General a. Prepare a cost -loaded baseline Schedule using approved software and the Critical Path Method (CPM) as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost -loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reports. B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 3. Change Orders a. Incorporate approved change orders, resulting in a change of contract time, in the baseline Schedule in accordance with City of Fort Worth Schedule Guidance Document. C. Responsibility for Schedule Compliance 1. Whenever it becomes apparent from the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the City, make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: 1) A written statement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2) increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) increase the number of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog ofwork 4) Reschedule activities to achieve maximum practical concurrency of accomplishment of activities, and comply with the revised schedule 2. If no written statement of the steps intended to take is submitted when so requested by the City, the City may direct the Contractor to increase the level of effort in manpower (trades), equipment and work schedule (overtime, weekend and holiday work, etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. CITY OF FORT WORTH 2O19 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised July 1, 201 1 01 32 16 -3 CONSTRUCTION PROGRESS SCI IF.DULE Page 3 of D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 2. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of eitherthe Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised July 1, 2011 01 32 14-4 CONSTRUCTION PROGRESS WHEDULE Page 4 of 5 c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules Where work is to be performed under this Contract concurrently with orcontingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the othercontracts. a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. In case of interference between the operations of different contractors, the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 1.5 SUBMITTALS A. Baseline Schedule 1. Submit Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera (P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and bring in hard copy to the meeting for review and discussion. B. Progress Schedule 1. Submit progress Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit progress Schedule monthly no later than the last day of the month. C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process 1. The City administers and manages schedules through Buzzsaw. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. CITY OF FORT WORTH 2O18 Rond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised July i, 2011 01 32 10 - 5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS SNOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USEDI 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meetingthe standard of care for the construction industry for similarprojects. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD ISITEI CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION SNOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised July I, 2011 01 3233 - I PRECONSTRUCTION VIDEO Page 1 of2 SECTION 01 32 33 PRECONSTRUCTION VIDEO PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None, C. Related Specification Sections include, but are not necessarily limitedto: 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED[ 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF PORT WORTH 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised July I, 201 1 01 3233 - 2 PRECONSTRUCTTON VIDEO Page 2 o1'2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPEC IF WATION DOCUMENTS Project No. 101474 Revised July 1, 2011 SECTION 01 33 00 SUBMITTALS PARTI- GENERAL 1.1 SUMMARY A. Section includes: 01 33 00 - 1 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: l . 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 jNOT 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 stiff ciently in advance of the Work. CITY OF FORT WORTI1 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPF;CIFICATION DOCUMENTS Project No, 101474 Revised December 20, 2012 01 33 00 - 2 SUBMITTALS Pagc 2 of'A 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 1. 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 member each initial separate item or drawing submitted under each specific Section number. e. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A-2nd submission, B-3rd submission, C4th 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 constriction 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 l) "By this submittal, 1 hereby represent that 1 have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and 1 have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 t/z inches x l I inches to 8 t/2 inches x 1 Iinches. 2. Bind shop drawings and product data sheets together. 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 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised December 20, 2012 013300-3 SUBMITTALS Page 3 08 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 lirnitedto: 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 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 I . 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) l) 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 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. I01474 Revised December 20, 2012 01 33 00 - 4 SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed perfonnance carves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mi l I reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily liinitedto: 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 l 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 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPEC] F1CATiONDOCUMF.NTS Project No. 101474 Revised December 20, 2012 01 B00-5 SUBMITTALS Page 5 of S a. Shop Drawings 1) Distributed to the City 2) Copies a) S 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 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. t01474 Revised December 20, 2012 013300-6 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. 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 I 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 City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTI I 2019 Bond Ycar 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised December 20, 2012 013300-7 SUBMITTALS Page 7 of S 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. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. if review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED[ 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOTUSEDI 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USEDI 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE[ CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPEC IFICATIONDOCUMENTS Project No, 101474 Revised December 20, 2012 01 33 00 - 8 SURMITTALS Page 8 of S PART 2 - PRODUCTS INOT USED PART 3 - EXECUTION SNOT USEDI END OF SECTION 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 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised December 20, 2012 01 35 13- 1 SPECIAL PROJECT PROCI=DURES Page] of 8 I SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 L The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days I 1 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking I8 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 — General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) Additional Insurance 5) Insurance Certificates 6) Other requirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or from the construction of the Project. 2. Railroad Flagmen CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised December 20, 2012 01 35 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this item 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen 9 2) Flagmen 10 3) Other requirements associated with Railroad 11 3. All other items 12 a. Work associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this item. 14 11.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification, unless a date is specifically cited. 19 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 20 High Voltage Overhead Lines, 21 3. North Central Texas Council of Governments (NCTCOG) — Clean Constriction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 1. When work in the right-of-way which is under the jurisdiction of the Texas 26 Department of Transportation (TxDOT): 27 a. Notify the Texas Department of Transportation prior to commencing any work 28 therein in accordance with the provisions of the permit 29 b. All work performed in the TxDOT right-of-way shal l be performed in 30 compliance with and subject to approval from the Texas Department of 31 Transportation 32 B. Work near High Voltage Lines 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines (more than 600 volts measured between 35 conductors or between a conductor and the ground) shall be in accordance with 36 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. Equipment operating within 10 feet of high voltage lines will require the following 40 safety features 41 a. Insulating cage -type of guard about the boom or arm 42 b. Insulator links on the lift hook connections for back hoes or dippers 43 c. Equipment must meet the safety requirements as set forth by OSHA and the 44 safety requirements of the owner of the high voltage lines 45 4. Work within 6 feet of high voltage electric lines CITY OF FORT WORTH 2019 Bond Ycar 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised December 20, 2012 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 I a. Notification shall be given to: 2 1) The power company (example: ONCOR) 3 a) Maintain an accurate log of all such calls to power company and record 4 action taken in each case. 5 b. Coordination with power company 6 1) After notification coordinate with the power company to: 7 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 8 lower the lines 9 c. No personnel may work within 6 feet of a high voltage line before the above 10 requirements have been met. 1 I C. Confined Space Entry Program 12 1. Provide and follow approved Confined Space Entry Program in accordance with 13 OSHA requirements. 14 2. Confined Spaces include: 15 a. Manholes 16 b. All other confined spaces in accordance with OSHA's Pen -nit Required for 17 Confined Spaces 18 D. Air Pollution Watch Days 19 1. General 20 a. Observe the following guidelines relating to working on City construction sites 21 on days designated as "AIR POLLUTION WATCH DAYS". 22 b. Typical Ozone Season 23 1) May 1 through October 31. 24 c. Critical Emission Time 25 1) 6:00 a.m. to 10:00 a.m. 26 2. Watch Days 27 a. The Texas Commission on Environmental Quality (TCEQ), in coordination 28 with the National Weather Service, will issue the Air Pollution Watch by 3:00 29 p.m. on the afternoon prior to the WATCH day. 30 b. Requirements 31 1) Begin work after 10:00 a.m. whenever construction phasing requires the 32 use of motorized equipment for periods in excess of I hour. 33 2) However, the Contractor may begin work prior to 10:00 a.m. if: 34 a) Use of motorized equipment is less than I hour, or 35 b) If equipment is new and certified by EPA as "Low Emitting", or 36 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 37 alternative fuels such as CNG. 38 E. TCEQ Air Pen -nit 39 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 40 F. Use of Explosives, Drop Weight, Etc. 41 1. When Contract Documents permit on the project the following will apply: 42 a. Public Notification 43 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 44 prior to commencing. 45 2) Minimum 24 hour public notification in accordance with Section 01 31 13 46 G. Water Department Coordination CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised December 20, 2012 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 46 47 48 01 35 13 - 4 SPFCIAI. PROIECT PROCF.DURF.S Page 4 of 8 I . During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to deterrnine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. in the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) in addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. H. Public Notification Prior to Beginning Construction l , Prior to beginning constriction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending constriction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. 1. Public Notification of Temporary Water Service Interruption during Construction I . In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2018 Band Year 3 Contract 12 Project No. 101474 01 35 13 - 5 SPECIAL PROJECT PROCEDURES Page 5 ol'8 I b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 Exhibit B. 1 1 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 f. Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 J. Coordination with United States Army Corps of Engineers (USACE) 18 1. At locations in the Project where construction activities occur in areas where 19 USACE permits are required, meet all requirements set forth in each designated 20 permit. 21 K. Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areas where 23 railroad pen -nits are required, meet all requirements set forth in each designated 24 railroad permit. This includes, but is not limited to, provisions for: 25 a. Flagmen 26 b. Inspectors 27 c. Safety training 28 d. Additional insurance 29 e. insurance certificates 30 f. Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. 36 3. Railroad Flagmen 37 a. Submit receipts to City for verification of working days that railroad flagmen 38 were present on Site. 39 L. Dust Control 40 1. Use acceptable measures to control dust at the Site. 41 a. If water is used to control dust, capture and properly dispose of waste water. 42 b. If wet saw cutting is perfonned, capture and properly dispose of slurry. 43 M. Employee Parking 44 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised December 20, 2012 01 35 13 -6 SPECIAL PROJECT PROCEDURES Page b of 8 1 1.5 SUBMITTALS INOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL 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 INOT USED] 10 PART 3 - EXECUTION [NOT USED[ 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson I A.B — Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCF.Q Air Pennit CITY OF FORT WORT[1 2018 Bond Ycar 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 I3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 OE 35 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEMEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (917) 392. 3306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2019 Bond Year 3 Contract 12 Project No. 101474 1 EXHIBIT B 2 3 4 FORT WORTH Data: Of 35 13 - 8 SPECIAL PROJECT PROCEDURES Page 8 oF8 DOE no. ]Cxxx ftajact Iaaa: NOTICE Of TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL, BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALM.: MR, AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR_ (CITY INSPECTOR) AT (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR CITY OF FORT WORTH 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECTFTCATION DOCUMENT'S Project No. 101474 Rcviscd December 20, 2012 01 4523 TESTING AND TNSPECTION SERVICES Page l of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: I. Testing and inspection services procedures and coordination B. Deviations from this City of Port 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 external FTP site approved by the City. CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised Marcie 9, 2020 01 4523 TESTING AND INSPECTION SERVICES Page 2 ol'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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document managemcrnt system. CITY OF FORT WORTH 2018 Bond Year 3 ComracL 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised March 9. 2020 01 50 00 - 1 -TEMPORARY FACILITIES ANDCONTROLS Page 1 of4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: I. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site 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. 1.3 REFERENCES [NOT USED1 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies orauthorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No, 101474 Revised July 1, 2011 01 5000-2 TEMPORARY FACILITIES ANDCONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed frown these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised July I, 2011 01 50 00 - 3 TEMPORARY FACILITIES AND CONTROLS Pave 3 or4 1. Contractor is responsible for maintaining dust control through the duration of tile project. a. Contractor remains on -cal[ at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 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] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] 1 [RESTORATION] 3.6 RE -INSTALLATION 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 A. Temporary Facilities CITY OF FORT WORTH 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised July 1, 2011 01 5000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 oF4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 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 CITY OF FORT WORTH 2018 Bond Year 3' Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 RcvisedJuly 1,2011 OI5526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page I of 3 SECTION 01 SS 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 I General Requirements 3. Section 34 71 13 —Traffic Control 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 wilt 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 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 isrequired. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH 2018 Rood Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATIONDOCUMENTS Project No. 101474 Revised July 1, 2011 01 5526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of-3 1) Al low 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 1. 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 notdelayed. D. Removal of Street Sign 1. If it is determined that a street sign mast 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 Buzzsawwebsite. 1.S 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 INOTUSED] 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 201 S Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. In 1474 Revised July 1, 2011 01 55 2G - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFICCONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised July 1, 2011 01 57 13 - I STORM WATER POLLUTION PREVENTION Pagc I o1 3 SECTION 01 57 13 STORM WATER POLLUTION PREVENTION PARTI- 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 I 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 31 25 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 ADM.INISTRATIVE 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 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised July 1, 2011 01 57 13-2 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 31 25 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 TXR 150000 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 31 25 00 b) The Drawings c) TXR 150000 General Permit d) SWPPP e) TCEQ requirements 3. 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 31 25 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 01 33 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 forreview CITY OF FORT WORTH 201 S Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revisedlniy 1,2011 01 57 13-3 STORM WATER POLLUTION PREVENTION Page 3 of-1 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USEDI 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USEDI 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD ISITE[ CONDITIONS [NOT USED[ 1.12 WARRANTY [NOT USEDI PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED1 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT ❑JORTH 2019 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised July 1, 2011 SECTION 01 58 13 TEMPORARY PROJECT SIGNAGE PART 1 - GENERAL 1.1 SUMMARY 015813-1 TEMPORARY PROJECTSIGNAUE Page I of 3 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 limitedto: 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 INOT USED 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS INOT USED[ 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS INOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USEDI 1.11 FIELD (SITE] CONDITIONS [NOT USEDI 1.12 WARRANTY [NOT USED] 17l ►Y.1�!� 13�711Lrillll;� 2.1 OWNER -FURNISHED [ou] OWNER-SUPPLIEDPRODUCTS [NOT USED] 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 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised July 1, 2011 01 58 13 -2 TEMPORARY PROJECT SIGNAGE Page 2 ol' 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 I RESTORATION [NOT USED[ 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR[ SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 39 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 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised July 1, 2011 01 59 13 -3 TEMPORARY PROJECTSIGNAGE Page 3 of3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised July 1, 2011 O D110 Y [17►[IICIIIIII; PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 6000 PRODUCT REQUIREMENTS Page I 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 Iimited 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. A list of City approved products for use is available through the City's website at: https:/lapps.fortworthtexas.gov/ProjectResources/ and following the directory path; 02 - Construction Documents/Standard Products List B. 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. C. 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. D. 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. E. 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 SUBMITTALSANFORMATIONAL 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 2O18 Bond Year 3 Contract 12 STANDARD CONSTRICTION SPECIFICATION DOCUMENTS Project No, 101474 Revised Marcie 9, 2020 01 6000 PRODUCT REQUIREMENTS Pagc 2 uf2 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 10/1212 D. Johnson Modified Location of City's Standard Product List 3/9/2020 D,V, Magana Removed reference to Buzzsaw and noted that the City approved products list is acecssible through the City's website. CITY OF PORT WORTH 2OI8 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised March 9, 2020 01 66 00 - 1 PRODUCT STORAGE. AND I IANDLING REQUIREMENTS Page I of 4 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section includes: I . 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 limitedto: 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 [NOTUSED] 1.5 SUBMITTALS [NOT USED[ 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED1 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 2018 Bond Year.3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised July 1, 2011 010600-2 PRODUCT STORAGE. AND 11ANDI.INGREQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons orother 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 I . 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 minilnuiri 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 constriction 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 ofpremises. 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 WORT[1 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUM FNTS Project No. 101474 Revised July 1, 201 1 01 6600-3 PRODUCT STORAGE AND I IANDLING REQUIREMENTS Pagc 3 ol'4 1.11 FIELD [SITE] CONDITIONS INOT USEDI 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 lou] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior tounloading. 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 USEDI END OF SECTION CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Reviscd July 1, 2011 01 6600-4 PRODUCT STORAGE. AND HANDLINGRF.QUIREWNTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2019 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised July 1,2011 01 70 00 - 1 MOBILIZATION AND REMOBIL[ZATION Page 1 01' 3 1 SECTION 01 70 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from I location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel, equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be blade for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WORTH 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised November 22, 2016 01 7000-2 M0131LIZATION AND REMOBILIZATION Page 2 of 3 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment [Consult City Department/Division for direction on if 26 Mobilization pay item to be included or the item should be subsidiary. include the 27 appropriate Section 1.2 A. 1.] 28 Mobilization and Demobilization 29 a. Measure 30 1) This item is considered subsidiary to the various Items bid, 31 b. Payment 32 1) The work performed and materials furnished in accordance with this item 33 are subsidiary to the various items bid and no other compensation will be 34 allowed. 35 1.3 REFERENCES [NOT USED] 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 SUBMITTALS [NOT USED] 38 1.6 INFORMATIONAL SUBMITTALS ]NOT USED] 39 1.7 CLOSEOUT SUBMITTALS [NOT USED] 40 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 41 1.9 QUALITY ASSURANCE ]NOT USED] CITY OF FORT WORTH 2018 Bond Ycar 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised November 22, 2016 01 7000-3 MOBILIZATION AND REMOBILIZATION Pagc 3 of 3 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED' 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED[ 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1 1/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization, CITY OF FORT WORTH 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised November 22, 2016 01 71 23- 1 CONSTRUCTION STAKING AND SURVEY Page I of 8 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL 1.1 SUMMARY A. Section includes: 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 I General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) Measurement for this item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Construction Staking". 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. The price bid shall include, but not be limited to the fol lowing: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standard template. 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. As -Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "As -Built Survey". CITY OF FORT WORTH 2019 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised February 14,2018 01 71 23 -2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as -built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survey - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2, As -built Survey —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survey "Field Checks" — Measurements made after construction staking is completed and before constriction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References l . City of Fort Worth Constriction Staking Standards (available on City's Buzzsaw website) — 01 71 23.16.01 Attachment A Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latestrevision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A. The Contractor's selection of a surveyor must comply with Texas Government Code 2254 (qualifications based selection) for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 01 33 00. B. All submittals shall be received and reviewed by the City prior to delivery ofwork. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH 2O18 Rond Ycar 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised February 14, 2018 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit "Cut -Sheets" conforming to the standard template provided by the City (refer to 01 71 23.16.01 --- Attachment A — Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As -built Redline Drawing Submittal 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 Attachment A — Survey Staking Standards) . 2. Contractor shall submit the proposed as -built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shal I be made to the as -built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Constriction staking will be performed by the Contractor. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. 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. If City surveyors are required to re -stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re -stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be performed in order to constrict the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH 2O18 RomE Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised February 14, 2018 01 71 23 -4 CONSTRUCTION STAKING AND SURVEY Page 4 o 1' 8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously duringeonstriction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. it is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that constriction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including thefollowing: l) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable CITY OF FORT WORTH 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. I O 1474 Revised February 14, 2018 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates foreach b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater Not Applicable 1.1 Q DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART 2 - PRODUCTS A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner forreference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent(817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised February 14,2018 01 71 23 -6 CONSTRUCTION STAKING: AND SURVEY Page 6 of 8 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A.Tolerances: The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should notexceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .0. I ft tolerance. c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producingno more than 0.05ft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical locations shall be established from a pre -established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client's plans. irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for future reference. CITY OF FORT WORT€1 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised February 14, 2018 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of R 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION INOT USED[ 3.4 APPLICATION 3.5 REPAIR / RESTORATION AM the Contractor's work damages or destroys one or more of the control monumentslpoints set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey "Field Check" of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD loR] SITE QUALITY CONTROL A.It is the Contractor's responsibility to maintain all stakes and control data placed bythe City in accordance with this Specification. This includes easements and right of way, if noted on the plans. S. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3"party contracted surveyor are not intended to relieve the contractor of his/her responsibility foraccuracy. 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 CITY OF FORT WORTH 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 10I474 Revised February 14, 2018 01 71 23 - 8 CONSTRUCTION STAKING AND SURVEY Page 8 oi'8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1 A Quality Assurance; added PART 2 — PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTII 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised February 14,2018 FORT WV ORTH@ Section 01 71 23.01- Attachment A Survey Staking Standards February 2017 O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16A1 Attachment A_Survey Staking Standards.docx Page 1 of 22 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (htt onlinemanuals.txdot. ov txdotmanuals ess ess. df) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 917-392-7925. Table of Contents City of Fort Worth Contact Information Construction Colors III, Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VIL Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As -built Survey O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANC7.£ SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS PINK SANITARY SEWER IRRIGATION AND RECLAIMED WATER •' III. Standard Staking Supplies Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water -based Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/ Look for 'Zoning Maps'. Under 'Layers' , expand 'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment 1. A minimum of a 10 arc -second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment 1. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced -main water lines, and rough -grade only. No GPS staking for concrete, sanitary sewer, storm drain, final grade, or anything that needs vertical grading with a tolerance of 0.25' or less is allowed. D. Control Points Set All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate item with a stable base and of a semi -permanent nature. A rebar cap is optional, but preferred if the cap is marked 'control point' or similar wording. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. — If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base paint=North: 0, East=O C. Geoid model used, Example: GEOID12A O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01—Attachment A_Survey Staking Standards.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Projected Coordinate System: NAD_1983_StatePlane_Texas_North_Centra!_FIPS_4202_Feet Projection: Lambert_ Conformal —Conic False_Easting: 1968500.00000000 False —Northing: 65 61666.66666667 Central Meridian:-98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude —Of —Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format txt csv dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred Fife Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a project that has surface coordinates which must be translated: File 1: C1234 As -built of Water on Main Street Grid NAD83 TXSP 4202.csv O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 File 2: C1234_As-built of Water on Main Street —Project Specific Daturn.csv Example Control Stales Q:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 1016 d d J [17 � Q W J F— m � EL. = 100.00' m Ir 7 CL J _ J fIa � LLI J m U ' GP 1 N= 5000.00 a W 7 w Cy aU 0 I— z u) = o w � < _Z J LL- LLJ � C� m Lv E=5000.00 __-- V. Water Staring Standards O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 22 A. Centerline Staking— Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should be 3.S0' below the proposed top of curb line for 10" and smaller diameter pipes Vl. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 2S' interval II. Same grading guidelines as above Ill. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main Ill. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults I. Offsets should be perpendicular to the proposed water main IL RIM grades should only be provided if on plans Example Water Stakes O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 ry Ld 7'o/s�-Wfl- (Y w u� 7' 0/S (� wA A rk Z U-I d Y i M y t SFA=1+72-81 C-3-87 < iak7 EL- 1111,1V W 0 d LLJ W 0 r J � a IL W W �+ € o m Z r z o a 7-1 1� 9 � w w U ¢ H f[ 4 9; --3 Wes, mz O W4F- l! 46 [..r go 1 � r p r/i_ STAa4+GG F G-3.78 Ffl� z � 16f6 -� JMIQ p CyWa a�uYi� v z 4 �W a w 2 CO D 7 2 Z VI. Sanitary Sewer Staking O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 9 of 22 A. Centerline Staking — Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking— Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 2S' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes 1. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 22 C-i 0 W ~'o r=z h i Ui Example Sanitary Sewer Stakes >rrn +rP° I ^;V) c-im W f a � f. 1 4 � � O ��111 M x � 17' 0 f3 � � LL- iiJ LL _ L° F zw � Cs�r- �if 7 J FF _C: E? C CZ 'yp O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 11 of 22 VII. Storm Severer & Inlet Staki A. Centerline Staking — Straight tine Tangents I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet = 16.00' total length Ill. Recessed 10' Inlet = 20.00' total length IV. Standard double 10' inlet = 26.67' total length V. Recessed double 10' inlet = 30.67' total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor ll. Flowline grade should be on the lath/stake for each flowline and direction noted III. RfIVI grade should only be on the stake when provided in the plans O:\Specs-Stds Governance Process\Ternporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 Example Storm Inlet Stales FRONT (SIDE FACING ) a O r 1 BACK (WE FJtM0 HAW.) IDENTIFIE9 WHICH POINT ; END OF THE "NC BEING STAKED rWk W His nnaN INLET sTAnoN + (IF NOTED ON PLANS) �i { IDENTIFIES GRADE TO TOP OF CURB f O �— IDENTIFIES GRADE TO FL MINE r� t BACK J�ME FAONG H.6.W--j POINT �H o FAT (SIDE FACING ) r IDENTIFIES WHICH END OF THE YANG TA ITL DISTANCES FOR INL€TS STANDARD 10' 0 16' RE)MESED W 0 20' STANDARD DOUBLE 10' 0 26.67' HUB 1YITli TACK — — — — — — RECESSED DOUBLE 10= _30-6Y - - I I SAC]€ OF INLET ATANHOLE d I Rlra I 2l BF,fY 13F C1Jfi13 BSL K OF E!!RB FL{Y&INE — nJ74AJNE ,... EC1GE OF r,7%16AEWr FACE OF INLET FAKE OF'INLET a#Ti��Iu�lJ' Iti��SiaIIYI OF O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 22 EDGE OF PMEMENF— — Vill. Curb and Gutter Staking A. Centerline Staking — Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves Ill. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 22 Example Curb Gutter Stakes FRONT {SIDE FACING) 6 a FRONT IDENTIRN END etc FSDE FACING ep} POINT OFFff T cErr RONT (SIDE FACING rvrvT W QLMVATVRE Pc ; (ODE FACING f) wl I U aC C # C 4 CG a n I PT B}CK IDWIFIEs OFFSET 18 FO o r.14 RACK OF CNN6 OR Ffc 'G o (SIDE FkCIN ft.0�•Y/.} FOR Face OF CUPS r#r o a a F'['ANT # T 7ac III f I ii I �t IDELITIFlES GRADE M I I I I II (Tip � Tk TOP OF CUFF I NO 6RME ON HUB ELEVATION o + I I nwolux FUNT3 ! 1 I S - - TOP OF CURB BACK OF CUf:CE3 �F FACE a CURD-' I FLO &I NE EDGE OF PAVEMENT Example Curb & Gutter Stakes at Intersection O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 r j± & \A ,e n �` \. . . . ..}: .. ... .j u � § ! /kK § 2r( y[ - g�_� — -- §2k \ � �AULƒ k 2[ _ Z � ` �k§k . — — �X' .I L ) \, z move �k- - -� §a2M B t ■5/§ � T GUM AO _e _ S j[ � fx a=z x, ` f — 2� \ - 3 it _ A \�§ _= e! .._Lj 8§ O: pec a6 Governance P mces T mpoq a spec R e\C api Ib I ry C p Delivery Div 01\01 71 2I1 a1 Attachment A Su»ey Staking aandawsdox Page 16of22 IX. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item i above) Date: Staking Method: ❑ GPS LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS Standard City Cut Sheet ❑ TOTAL STATION City Project Number: Project Name: ❑ OTHER ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT # STATION OFFSET DESCRIPTION PROP. STAKED -CUT + FILL -LT/+RT GRADE ELEV. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 17 of 22 X. As -built Survey A. Definition and Purpose The purpose of an as -built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted. See section 1V. As -built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub -outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write ,IN,)— �' , to notify the City. 0;\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 r I . I i - - -- i , r 7- I 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.15.01—Attachment A —Survey Staking Standards.docx Page 20 of 22 s'!l 6Q2� ' I""W7. RNL�JYJi7i' !dA sm mmw - m*7 !FO'A aw .Sif+[fJrlpY}•FSOWL hVcR-tLirUl34J .b�SJ A rwe . LhiiA[L r•1.-'SZ.ifM St4Vr-+TAIr�JIJJI- It }3i I )rx rT'#V:AkZR L4y"'FE1J, ,.•...•..,F�..w�.-.. •FICi:+G45:'i AA7 f•1.t: Cs�'7•' VAIFi : 1.��vVPlil:Ai=FA 7iS6:.c7fi -• C'Ir ..Lmhfair FJICdin,..:•P xv 87dil.J125 f,Slrtr• - iE, ",/ FFur•: NrlYfGVf `.'. for AS �• C'4 bdf' b 7fiii4Vr ii�+! y�p��.t•r.'f4F V.StYk oil ter, uer 2 �`��� m 1 -r,�� • - A"r OtM... �� Yl �. \ a3�is_ t.•!f-_ iy. as 10 rxQf•Y_xihlhl- (ikl by i1''.TEfi' rR'' E.t137: Pt{I'£ VhI.VI; Z '` y 57�Srf3?d7 ffi'tY 40r A Fm•P67'Vt7{r. &t'hP s'rJ v-, &�': v :. f 4� r S4IluJt ci. 1 :tk n ue , ww-Y... +•r..-r. �-v wf,-,nrvrr, rti �. sYtio-rnm - ri"x rFtrAo cA r 58ip1 sr�s caaz5+,rx Ab f &Mid -Zug) &Uve hlx'+s"VERr.wv LrrIFr h&-D l 457 u' O' tr W&M FdT p;. !r. ; RWIO4a ,$ uw-: :r;Y 7JFj(A.i7.1&"WAFCR E% �xjls E•ik "+Sur$.ird t'r�tr74•C'r'la 1� II O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01—Attachment A —Survey Staking Standards.docx Page 21 of 22 23.16.01—Attachment A —Survey Staking Standards.docx Page 22 of 22 Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO. NORTHING EASTING EIFV, DESCRIP'00N 1 6946257 189 2296079.165 /26.09 5SMH RIM 2 1,941.1p.0 Sl9 s 2296062,141 725.668 6V RIM 3 WdItikI7.399 2296038,306 726.85 GV RIM 4 fi`146770582 2296011.025 723.388 SSMH RIM 5 694619S.23 229601y 116 722.123 GV RIM 6 6946J90.528 2296022,721 722.325 PH 7 -.: U. H 12 2295992.115 719,448 WM RIM 8 1-16002.267 9295919-133 113.331 WM RIM 9 9946003.056 :1971 13 418 713.652 CO RIM 10 6945UCW7 1195880.52 1.11 &6t iw1MH RIM 11 69459R6A74 2295869.89z 710.040 WM RIM 12 ti945395_i177 2295860.962 707 12 WM RIM 13 6945996.591 2295862.1.88 708.205 WM RIM L4 6945934.2116 3295841925 709.467 WM RIM 15 6945936.727 2295830.441 710.084 CO RIM 16 6945835.678 2.295799.707 707.774 5SP.AH RIM 17 6945817.488 2295827 011 708.392 SSMH RIM 18 6945759.776 2295758.643 7I I .7 in 4Sr,II-I im%A 19 6W5768.563 2295778.424 7W.UR6 6V RIM A) -.945743.318 2795188-392 710.631 GV RIM 21 1M.P.': 'V.Z?9 2295754.394 712.849 GV RIM 22 6945692.21 2295744.22 1115 trf$fi WAA 1411M 23 6945621.902 471. 7) t 76 WM RIM 24 6945643.407 :: ,'4`16.03 E'I.f37 CO RIM zS 6945571.059 ' 1'1'i65S.J95 127 5I4 SSMH RIM ' 26 6945530.499 "1--667.803 779 1 ? i WM RIM 27 6945519A34 ; r'95619.49 ' a) GRP VAt RIM 28 6945417.579 2295580.27 740.521 WM RIM 24 6945456 r51 2295643,145 116.451 CU RIM 30 6945187356 2295597A01 740,756 GV RIM 31 -.911�370.688 2295606.793 740.976 GV RIM 31 6945383.53 2295610..559 740A08 FH 33 694537..1.228 2295551.105 146.34 WM RIM 34 6945319,.365 22.95539.728 746,777 CO RIM 35 IS9A52ai.289 2295570-715 748.454 WM RIM 36 h'44S7! I .r14 2295544.626 749.59 55MH RIM 31 5451, U-043 2295529.30, 751 058 WM RIM 38 6945142.015 2295557.666 750.853 WM RIM 39 6945113 4115 2295520-335 751.81E WM RIM 40 +,-k.I''1J611J.u2 2295527.345 ?WSSMHRIM f' 41 6945041,024 129559 675 ". 1.79 WM RIM 42 6945038.878 7129t;552.147 751.88 WM RIM # � 43 6945006.397 7,z95518.135 752.615 WM RIM .Asm /* 44 6944944.187 2295520.635 752.801 WM RIM " f 45 ti4,i'014v,i.32 7?95556479 75z.156;M1tMRIM � 46 rm4iIwAi.416 ?19S534.397 752.986 SSMH RIM O:\Specs-Stds Governance Process\Temporary Spec Fiies\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 24 C. other preferred as -built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.15.01_Attachment A_Survey Staking Standards.docx Page 25 of 25 d Y L y3 yR vp x �R E � � s HII Ww��, D:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 26 of 26 SECTION 01 74 23 CLEANING PARTI- GENERAL 1.1 SUMMARY 01 7423- 1 CLEANING Page I or4 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 Forins 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS INOT 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 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised July I, 2011 01 7423 -2 CLEANING Page 2 ot'4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED[ PART 2 - PRODUCTS 2..1 OWNER -FURNISHED [011[ OWNER-SUPPLI.EDPRODUCTS [NOTUS.E.DI 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 INOT USED[ 3.4 APPLICATION [NOT USEDI 3.5 REPAIR/ RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD lou] 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 2O18 Bond Year 3 Contract t 2 STANDARD CONSTRUCTION SPEC IF ICATION DOCUMENTS Project No. t01474 Revised July 1, 2011 017423-3 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 toconstruction 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 andrubbish. 3. Confine construction debris daily in strategically locatedcontainer(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities e. 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 stone. C. interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels andother foreign materials from sight -exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean pennanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. S. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 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. CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised July 1, 20t I 01 74 23 - 4 CLEANING Page 4 of4 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] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTI I 2018 Bond Ycar 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Rcviscd July I, 2011 01 77 19- 1 CLOSEOUT REQUIREMENTS Page I of3 SECTION 01 77 19 CLOSEOUT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY 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 I — 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 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised July 1,2011 01 77 19-2 CLOSEOUT REQUIREMENTS Page 2 of.3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS INOT 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 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 7423. C. Final Inspection I . 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. 14andwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTIi 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPF..CIFICATION r)OCUMF..NTS Project No. 101474 Revised July I, 2011 01 7719-3 CLOSEOUT REQUIREMENTS Page 3 of3 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) f. 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 forpayment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [ok] 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 CITY OF FORT WORTH 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised July I, 2011 01 78 23 - 1 OPERATION AND MAINTENANCE DATA Page I oF5 SECTION 01 78 23 OPERATION AND MAINTENANCE DATA PARTI- GENERAL 1.1 SUMMARY A. Section includes: l . 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 limitedto: 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 limitedto: 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 USEDI t.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 01 33 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 Citypersonnel. 2. Format a. Size: 8 % inches x 1 I 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 WORT1d 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised December 20, 2012 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Paec 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) ldcntity 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 1. 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: l ) The name, address and telephone number of the subcontractor or instal ler 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 particularinstal Iation: a. Organize inconsistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Projcct No. 101474 Revised December 20, 2012 Of 7823-3 OPERATION AND MAINTENANCE DATA Page 3 of 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 frill 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 character] sties and limitingconditions 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 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMF,NTS Project No. t01474 Revised December 20, 2012 01 78 23 - 4 OPERATTON AND MATNTENANCE 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 ofpanelboards 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 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTTON SPECIFICATION DOCUM ENTS Project No, 101474 Revised December 20, 2012 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 I.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITES CONDITIONS [NOTUSED1 1.12 WARRANTY [NOT USED1 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION SNOT USEDI END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 — title of section removed CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised December 20, 2012 SECTION 01 78 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page t of 1.1 SUMMARY A. Section Includes: l . 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 limitedto: 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 USEDI 1.9 QUALITY ASSURANCE A. Accuracy of Records l . 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 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Projcct No. 101474 Revised July 1, 2011 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 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] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [ORI 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, I 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 I complete set of al I Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USEDI 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 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Rcviscd July 1,2011 01 7839-3 PROJECT RECORD DOCUMENTS Page 3 of 2. Preservation a. Considering the Contract cornpletion 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, in accordance with the intervals set forth in Section 01 71 23, 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 areasaffected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. 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. l ) 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 i inch, the centerline of each run of items. I) Final physical arrangement is determined by the Contractor, subject tothe 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 berelated 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 1. 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. CITY OF FORT WORTH 2O18 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPCCIF]CATION DOCUMENTS Project No. 101474 Revised July I, 201 1 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of4 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. 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] 3.5 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 OPCHANGE CITY OF FORT WORT[ 1 20l9 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised July ?, 2011 SP 34 71 13.01 TRAFFIC CONTROL Pagel of4 SPECIAL PROVISION TO STANDARD SPECIFICATION 34 7113 "TRAFFIC CONTROL For this Project, the Standard Specification 34 71 13 for Traffic Control (dated 11/22/2013) is amended with respect to the clauses cited below. No other clauses or requirements of this Standard Specification are waived or changed. Delete section 1.1. from Standard Specification 34 71 13 and replace with: 1.1 SUMMARY B. Installation of Traffic Control Devices and preparation of Traffic Control Plans, including moving, replacing, maintaining, cleaning and removing upon completion of the work, all temporary or permanent street closure barricades, signs, cones, lights or other devices required to handle traffic in conformance with the current edition of the Texas Manual of Uniform Traffic Control Devices and as indicated on the Drawings or directed by the Engineer or designated City representative. C. Deviations from this City of Fort Worth Standard Specification 1. As outlined in this Special Provision to Standard Specification 34 71 13. D. Related Specifications Sections include, but are not limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements Delete paragraph 1.2. from Standard Specification 34 71 13 and replace with: 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. installation of Traffic Control Devices 1) Measurement a) Traffic Control Devices for the project will be measured per month throughout the project duration regardless of the number of set-ups, locations or streets under construction. b. Payment a) The work performed and materials furnished in accordance with this Item and measured, as provided under "Measurement," shall be paid for at the unit price bid for "Traffic Control" under each Unit of Work (Water, Sewer, Paving, etc). No additional compensation is made for materials, equipment or labor required for this Item. b) No more than one month may be charged during the same 30 day period of a contract. Projects with multiple crews performing concurrent Units of Work (Water, Sewer, Paving, etc) will be paid for (one) month total, under the contractor's selected unit. The selected unit must have had active work during that period. CITY OF FORT WORTH DATE: 12/13/2019 2018 Bond Year 3 Contract 12 Project No. 101474 SP 34 71 13.01 TRAFFIC CONTROL. Page 2 nf4 SPECIAL PROVISION TO STANDARD SPECIFICATION 34 7113 TRAFFIC CONTROL c) The months for each Unit of Work will be approximated for bidding and can be adjusted during construction as the work progresses according to the Contractor's schedule. The Contractor's schedule shall reflect the project being complete within the project duration set by the contract. c. The work performed under this Item shall include, but not be limited to: 1) Traffic Control implementation 2) Installation 3) Maintenance 4) Adjustments 5) Replacements 6) Removal 7) Police assistance during peak hours d. Traffic Control Plan Changes: 1) Contractor driven changes to the sequencing, resources, or location of traffic control activities do not warrant additional cost for traffic control. 2) City requested changes to the scope or sequencing can be submitted as a change order with supporting documentation for review by the City. 3) During periods of inactivity the contractor must provide supporting documentation that additional traffic control was required based on current site conditions and was present at the site. Portable Changeable Message Board Signs a. Measurement a) Portable Changeable Message Board Signs for the project shall be measured per week regardless of the number of set-ups, locations or streets under construction. b. Payment a)The work performed and materials furnished in accordance to this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per week for "Portable Message Sign". c. The price bid and work performed under this item shall include, but not be limited to: a)Delivery of Portable Message Sign to Site b) Message updating c)Sign movement throughout construction d) Return of the Portable Message Sign post -construction 3. Preparation of Traffic Control Plans or details if not provided on the Drawings and applicable City Standard Traffic Control Detail is available at: http://fortwortlitex as.gov/up l oadedFi l es/Transportation_and_Publ ic_W or ks/Permits/TraffieControlPlans.pdf a. Measurement a)Traffic Control Plans for the project shall be measured throughout the contract time period and furnished by the Contractor. CITY OF FORT WORTH DATE: 12/13/2019 2018 Bond Year 3 Contract 12 Project No. 101474 SP 34 71 13.01 TRAFFIC CONTROL. Page 3 of4 SPECIAL PROVISION TO STANDARD SPECIFICATION 34 7113 TRAFFIC CONTROL b. Payment a)The work performed and materials furnished in accordance with this Item shall be subsidiary to the unit price bid for "Traffic Control". c. The work performed under this item shall include, but not be limited to: a)Preparing the Traffic Control Plans b) Adherence to City and Texas Manual on Uniform Traffic Control Devices (TMUTCD) c)Obtaining the signature and seal of a licensed Texas Professional Engineer for all Traffic Control Plans submitted to the City. d) Incorporation of City comments Delete paragraph 1.5.B, D, E and G from Standard Specification 34 71 13 and replace with: 1.5 SUBMITTALS B. Obtain a Street Use Permit from the Street Management Section of the Traffic Engineering Division, 311 W. 1 Oth Street. The Traffic Control Plan (TCP) for the Project shall be as detailed on the Traffic Control Plan sheets of the Drawing set if provided. A copy of the Traffic Control Plan shall be submitted with the Street Use Permit and upon approval uploaded to the City's BIM360 project page as a submittal. D. Contractor shall prepare Traffic Control Plans if required by the Drawings or Specifications. The Contractor will be responsible for having a licensed Texas Professional Engineer sign and seal the Traffic Control Plan sheets. Contractor, at his or her expense, shall prepare and submit for approval Traffic Control Plans where Contractor wishes to deviate from the approved set of Traffic Control plans if provided in the construction documents. E. Lane closures (including moving operations) that require a lane to be closed to through traffic for 24 hours or longer shall require a site -specific traffic control plan. G. Design Engineer will furnish standard details for traffic control. These are guidance and are not sufficient for a site specific traffic control plan for lane closures over 24 hours. Delete paragraph 1.5.G from Standard Specification 34 71 13. Delete paragraph 3.3.K from Standard Specification 34 71 13 and replace with; CITY OF FORT WORTH DATE: 12/ 13/2019 2018 Bond Year 3 Contract 12 Projeet No. 101474 SP 34 71 13.01 TRAFFIC CONTROL SPECIAL PROVISION TO STANDARD SPECIFICATION 34 7113 TRAFFIC CONTROL 3.3 INSTALLATION Page 4 o f 4 K. Contractor shall make arrangements, at his or her expense, for police assistance to direct traffic if traffic signal turn-ons, street light pole installation, or other constriction will be done during peak traffic times (AM: 7 am 9 am, PM: 4 pm - 6 pm). CITY OF FORT WORTH DATE: 12/ 13 /2019 2018 Bond Year 3 Contract 12 Project No. 101474 APPENDIX CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2019 Bond Year 3 Contract 12 Project No. 101474 CSC-4O®2 Subsurface and Pbysical Conditions THIS PAGE CLEFT INTENTIONALLY BLANK CITY OF FORT WORT[ 1 2018 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised July 1, 2011 WRT WORTH„ Project: CPN# 101474 Date Tested: 01 /29/2020 to 2/03/2020 Requested by: Maged Zaki k-.tty of rout vvurui Capital Delivery Division/Soil Lab 8851 Camp Bowie Blvd #300 Fort Worth, TX 76116 Laboratory Test Results for A Street Coring Project 02/ 10/2020 Phone: 817-392-7920 This report presents the results of a street coring project for (Sanitary Sewer and Paving Improvements for 2018 CIP year 3 Contract 12). Mr. Uday Bangale and Stephen Overton performed the cores, and subgrade lab tests. Mr. Zelalem Arega reviewed and approved the results. Darin Drive ffcsIIiayyit 1)ric to Wen [wiwrtb street) HOLE # 1 LOCATION: 80'W of Westhaven St 6.50" Concrete 3.00" Brown Sandy Clay 3.50" Brownish Grey Clay w/Gravel 3.00" Brown Clay HOLE # 2 LOCATION: 4708 Darla Dr (N/4) 9.00" Concrete 2.50" Stone, Gravel and Brown Sand 4.50" Brown Sandy Clay w/Gravel HOLE # 3 LOCATION: 4733 Darla Dr (S/4) 6.50" Concrete 3.00" Gravel w/Brown Sandy Clay 2.00" Reddish Brown Sand 2.00" Brown Clay 3.50" Brown Sandy Clay w/Gravel Aarxa 7 n¢ 4 t'ORT WORTH. 'Moo, LILY UI r UFL VV Ul Ut Capital Delivery Division/Soil Lab 8851 Camp Bowie Blvd #300 Fort Worth, TX 76116 Phone: 817-392-7920 HOLE #4 LOCATION: 4621 Darla Dr (N14) 5.50" Concrete 2.50" Brown Sand w/Gravel 7.00" Brownish Grey Clay Burgess Drive ('4 esthaven Drive to Wentworth Street) Hole #5 LOCATION: 801W of Westhaven Dr (N/4) 7.50" Concrete 9.00" Brownish Grey Clay HOLE #6 LOCATION: 4733 Burgess Dr (SI4) 5.75" Concrete 2.25" Reddish Brown Sand 8.00" Brownish Grey Sandy Clay Hole #7 LOCATION: 4729 Everest Dr (S/4) 5.25" Concrete 1.00" Sand & Gravel 5.75" Greyish Brown Clay w/Gravel 5.00" Greyish Brown Clay Hole #8 LOCATION. 4701 Everest Dr (S/4) 6.00" Concrete 1.00" Sand & Gravel 6.25" Greyish Brown Clay 3.75" Brown & Yellow Sand w/Brown Clay Parry 2 of 4 WRT WORTH. Hole #9 LOCATION: 4604 Everest (N/4) 4.50" Concrete (Broken) 2.50" Greyish Brown Clay 9.00" Greyish Brown lay Hole #10 LOCATION: 4706 Everest (N/4) ,ty "r rul VVVI ►l Capital Delivery Division/Soil Lab 8851 Camp Bowie Blvd #300 Fort Worth, TX 76116 5.25" Concrete 2.25" Pale Brown Sand w/ Gravel and Brownish Grey Clay 3.50" Greyish Brown Clay 5.25" Greyish Brown Clay Albermarle Drive (Westhaven Drive (u Wen h-vorth .SIree1) Hole #1 1 LOCATION: 4712 Albermarle Dr (N/4) 5.00" Concrete 1.00" Sand (Yellowish Brown) 3.50" Greyish Brown Clay 2.50" Brown Sandy Clay 4.00" Pale Brown Sandv Clav Hole #12 LOCATION: 100'W of Westhaven Dr (W/4) 5.75" Concrete 3.25" Sand & Brown Clay 5.00" Brownish Grey Clay w/Gravel 2.00" Dark Brown Clay W. Cleburne Road ( . Hulen Street to 140'.S of Meadow Knoll Drive) Hole #13 LOCATION: 120'S of Hulen St (W/4) 9.50" HMAC 3.50" Cement Treated Base 3.00" Base Material Phone 817-392-7920 P.a rro 3 n f 4 k-.uy ui rurf vvurui PORT WORTHt Capital Delivery Division/Soil Lab Phone: 817-392-7920 8851 Camp Bowie Blvd 4300 Fort Worth, TX 76116 Hole #14 LOCATION: 85'S of Meadow Knoll; Dr (E/4) 8,50" HMAC 7.50" Brown Clay Parry d of 4 tORT WORTH(, Capital Delivery Division Phone: 817-392-7920 Material & Geotechnical Services 8851 Camp Bowie Blvd #300 Fort Worth, TX 76116 Concrete Pavement Section Recommendations for W Cleburne Rd (S Hulen St. to 140' S of Meadow Knoll Dr.) 03/06/2020 Project: 22018 CIP year 3 Contract 12 CPN# 101474 This report presents the recommended concrete pavement section for W Cleburne Rd (S Hulen St. to 140'S of Meadow Knoll Dr.). Recommendations provided in this report are based on information obtained from core samples collected from this street. The concrete pavement design and analysis was based on the American Association of State Highway Officials (AASHTO) Guide for Design of Pavement Structures, 1993 Edition and 1998 Supplement. WinPAS 12 software, which is authorized by the City, was used in the analysis and design of the PCC pavement section. Plasticity Index (PI) test results for this street indicate that anticipated subgrade materials generally consist of clay material with high plasticity. It is recommended that the subgrade soil be scarified to a depth of 8 inches and mixed with a minimum of 36 lbs. per sq. yd. The treatment amount is based on one square yard (SY) of surface area and using a soil unit dry weight of 100 pounds per cubic foot for the 8 inches treatment depth. It is recommended that lime stabilization extend to at least one foot beyond pavement edges to aid in reducing pavement movements along the curb line due to seasonal moisture variations. The recommended lime application rate is the minimum required. Hence, Lime series should be conducted at the time of construction to determine the actual lime application rate. Also, soluble sulfate testing should be conducted at the time of construction to check for sulfate -induced heaving potential. we understand that the existing asphalt pavement will be milled off, exposing the subgrade soil. If the asphalt is mixed with the subgrade soil, the type of soil treatment and application rate could change. If the existing asphalt is mixed with the subgrade and the final subgrade is more than 50% asphalt millings, the stabilization additive may need to be Portland cement or Cem-Lime to bind the granular materials together. As described in the City of Fort Worth Pavement Design Manual, the anticipated annual traffic volume for the street classification of "Collector" will be about 100,000 Equivalent Single Axle Loads (ESALs) in one direction over a 25 year design life with 1.5 percent annual traffic growth. The estimated cumulative ESALs over the design life of the pavement is about 3,006,000. Using results of the core report and requirements of the City of Fort Worth pavement design manual, dated .January 2015, the following design parameters were used in the analysis and design of the PCC pavement section in WinPAS 12. pn"p I of CORT VYURTHa 41*10 %ALy UI f-VI L VVUI LII Capital Delivery Division/Soil Lab 8851 Camp Bowie Blvd #300 Fort Worth, TX 76116 Phone: 817-392-7920 Table 1: Summary of concrete oavement section recommendations for W Cleburne Rd. Total Rigid ESALs 3,006,000 Reliability 90% Overall Standard Deviation 0.39 Flexural Strength 620 psi Modulus of Elasticity 4,000,000 psi Load Transfer Coefficient 3.0 Modulus of Subgrade Reaction 221psi/in Drainage Coefficient 1.0 Initial PSI 4.5 Terminal PSI 2.25 Based on the projected traffic volume and design parameters, a minimum 8" section of Portland Cement Concrete is required for W Cleburne Rd. Table 2 below shows summary of the Portland concrete pavement section for the proposed street. Detailed analyses used to develop the summary in Table 2 are provided on page 3 in this report. Table 2: Summary of concrete oavement section recommendations for W Cleburne Rd. PCC Pavement Thickness 8 in Subgrade Lime Treatment Depth 8 in Lime Application Rate 36 lbs. per sq. yd.) Bar No. #3 -Reinforcing -Reinforcing Bar Spacing 18 in PCC should have a minimum 28-day compressive strength of 3,600 psi for machine placed paving and 4500 psi for hand placed paving as per the City spec requirements. Steel reinforcement, joints, and saw cutting should be in accordance with the City of Fort Worth Pavement Design manual. Paop 2 of 2 WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Project Name: CPN 4101474 - 2018 CIP year 3 Contract 12 Route: W Cleburne Rd (S. Hulen Street to 140'S of Meadow Knoll Drive) Location: Fort Worth, TX Owner/Agency: City of Fort Worth Design Engineer: Zelalem Arega Rigid Pavement DesignlEvaluation Concrete Thickness 7.98 inches Load Transfer Coefficient 3.00 Total Rigid ESALs 3,006,302 Modulus of Subgrade Reaction 221 psilin. Reliability 90.00 percent Drainage Coefficient 1.00 Overall Standard Deviation 0.39 Initial Serviceability 4.50 Flexural Strength 620 psi Terminal Serviceability 2.25 Modulus of Elasticity 4,000,000 psi Modulus of Subgrade Reaction (k-value) Determination Resilient Modulus of the Subgrade 4,118.0 psi Unadjusted Modulus of Subgrade Reaction 221 psilin Depth to Rigid Foundation > 10.00 feet Loss of Support Value (0,1,2,3) 0.0 Modulus of Subgrade Reaction 221 psilin. Friday, March 6, 2020 1:37:03PM Engineer: Zelalem Arega %GC-4004 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 2018 Bond Year 3 Contract 12 Project No. 101474 S} O r Cl N N 4 N CD e a m FG FL8d o a 3 R Y € �q JI v 3 O F F 2 Ary W 0 a ¢ N O o N cV U U N l I U N E!_ m mh 9 g r m rA K w 0 4 L m 'm m w m a�i O 0 -j a 2 � U � o a S CD N C)N N N N N U p y, m U 0 N � N N N N 'S o N J a o w 7 U- �` Q 1 c a m N N 41 LJ �7 N �J C a[] ® 'N C L O O u u O u O D u u O u O u O u :� Q ~ Y U 0 b co - U a r} y U)i a v a o` ` Syr++ yp ,74} Lo 4n i� h 00 +o �o 6m CG LLI T3 ■ N 41 U ,4RJ C U Q1 COD r •O LL gig O ` LL r' V Lq �9 0 L � g � F-- [i U- w C i opN Q N O N 0000000co p 6 a N N Lq H U N - E m a C n N p Z. 8 .n m cq C9 "? N cl LLr7 CCOO 7! u? U Z m 7 as co O U p fl}x Ln m o } O J H U � O J J++ U C] U © C L LO O tf M b y C) U N ~ .L 3 J 7. a' a m m N U m t C ° w I i s U C3 D U D C) d [l 11 m w [7 ai o [� C) o T m LL m N d 0- �- C ai Z Z` E .p ±D1 OD as CO Co 3 4iN co v Lo m ti c o Z ti 0. U U HL GC-6o06.D MMoony and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2019 Bond Year 3 Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 101474 Revised July 1, 2011 City Of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the total dollar value of the contract is $50,000 or more, then a MBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MBE PROJECT GOALS The City's MBE goal on this project is 10 % of the base bid value of the contract_ Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intert of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. T fie Gffernr shell deliver thA MSE C10CLlmnniarinn in person iu the appropriate arnployae of the purchasing division and abtain a dateRime receipt. Sucii GeLeipr s17all tav evidence that the Cily mceivad the documentarion in The tire$ allocatarf A faxed anchor emailed copy will nut be accepted 1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m., on the second City business day met or exceeded_ after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if participation is less than after the bid opening date, exclusive of the bid opening date. stated goak 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if no MBE participation: after the bid opening date, exclusive of the bid opening date_ 4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m., on the second City business day perform all subcontracting/supplier work: after the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day exceeded: after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON.R.ESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUME�iTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE- A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALfFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PER1013 WILL RESULT IN A pISQUALIFICAT]ION ,PERIOD OF THREE YEARS. I Any questions, please contact the MIWBE Office at (817) 212-2674. Rev. 2/10115 MOE Compliance Report of Fort Work 2018CIP Year 2 Contract 12 City Project No 101474 Bid Date: June 25. 2020 Mc LEE DON McClendon Consti-octiou Compnny, Inc 2018 CAP wear 2 CoatrraCt 12 OVERVIEW The follorAug netions were taken, by categoi=y, to sezure NIBS pzarficipation: Opportunity Category: Action Taken: Result: Sanitary Sewer, Prequalified Good Faith Effort No MBE bids received Haul -off Trucking Use only MBE's MBE Participation Sodding Use MBE Contractor MBE Participation Ready Mix Concrete Good Faith Effort No MBE bids received Rebar Supplier Good Faith Effort No MBE bids received Fuel Good Faith Effort No MBE Firms provided Aggregate/Topsoil Good Faith Effort No MBE Firms provided Portable Toilets Good Faith Effort No MBE Firms provided Project Signs, Barricades Good Faith Effort No MBE bids received Erosion Control Services Good Faith Effort No MBE bids received Striping and Markings Good Faith Effort No MBE bids received Street Sign Installation Good Faith Effort No MBE Firms provided Construction Staking Good Faith Effort One MBE submittal rec'd Tree Removal Good Faith Effort No MBE bids received Chemical Lime Good Faith Effort No MBE Firms provided Traffic Control/Barticades Good Faith Effort No MBE Firms provided FORT WORTH City of Fold Worth Minority Susinces Enterprise NIBS Subconttractors/Su 2liers Utilization Form McClendon Construction Co., tnc. 2018 CIP Year 2 Contract 12 10 3.48 % ATTACHMENT IA Pop 1 of 4 dc-Pecdho OWomr MMIIDBE N NON-MMIIDBE 06/25/2020 101474 Identify �9i su ontractom/suppliair's you will use on this project railure to complete this forrn. in its entirety with requated documentation, and reed by the Purchasing Division no later then 2:00 p.m. on the secord City business day after bid fining, exclusive of bid opening date, v All result in the bid Ding con ' non-rWor to bid moons. The undersigned Offwm agrees to enter intio a dal agrwmard vAidi the ICE ftm(s) lisled in this utilization sdwWule, conditioriml upon elan of a conbv t with Hie City of Fort Worms. The InterWorml anWor knowing mis reaentailon of facts is grounds for considengon of dimunliftation and vAll result in the bid being cDnsidl nonmreaponsive to bid sperm' nations. MBEs listed toward mecting the project goal crust be located In the six (0) county marftotplace at the time of bid or " busin as has a SignMeent Business Presence In the Marketplace. Markotpiace is the geographic area of Tarrant, Dallas. Denton, Johg on Parkerand Wise counties. Prime ®offs must o-dontify by tier lore] of all sum*actorsdsuppliers. Tier: means the IeW of submrdracting b-sl�a the prrinm conrazo-rl sultant i_e. a dlmd payment from ft prime cordmctar to a sub of r is aside 9 Liar, a payrtrant by a subwrdrac for to its suppbr is r�sidered 2nd tier. The prime contractor is raWnsible to prime proof of payment of all bored subcontractors icleriti ed as a MBE and rx r!2t #aw dollars toads meating the conbW owrrnrcr--d goal_ ALL MOE* MUST BE CERTIFIED BEFORE CONTRACT AWARD. Canifi1cation means those firms, located within the Marketplace, that have been determined to be a bondefide minority business enterprise by the North Contra! Texas Regional Certification Agency (NCTRCA} or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. it hauling i are afflized, the Cfiercr will be givan wit as long as the MBE listed owns and operates at least one fully licwaW and operatiortail frock to be cis@d on tip contract. The !FIRE may lease trudw from another MBE firm, including MSE owner -operate!, and reeve full MBE edit. The MBE may loam trucks ili-om non- ISEs, including ter -operated, but will only rewive credit for the fees and commissions eared by the MOE as outlined in the lease agreement. Rev. 2/10/15 ATTACHMENT I Page 2 of 4 Offerors are required to identify &II su4conbwtorslsuppliers, regardless of status: i.e., Wavfiiy niA nof4AERW MOE firms are to be listed first, use additional sheets if necessary. Please note Met only oer#W MBEs will be oovnted to meet an MBE goal. SUBCO f RACTORISUPPUM "c K!CA f) Company Ct nts T n ,ill 02taill Addrms Tefephonaft ! subcontmoung Supply 0 Work Purr;l ed ��Ilae Amount Erntall ciOwmct Person ► B E J Rubio Trucking 11 Haul Off $63,831.41 900 Co Rd 513 Trucking Alvarado, IX 76009 Juan Rubio 817/829-3711 No Fax C Green Scaping LIP Sodding $16,391.10 2401 Handley Ederville R Fort Worth, TX 76118 Stacy Geigenmiller 817-667-9299 sgeigenmillerftreensc apiriv. coca F E] � a Rev. 2110115 FoRTWORTH aTTACHMENTIA Page 3 of 4 Offerors are required to identify ALL— suboonhmetoWsuppliers, regardless of status; i.e., PArx lrty WW n*v#4BF.s. MBE firms are to be listed first use additional shoats if necessary. Pleases note ftt only cerfied MBEs vAll be counted to meet an MDE goal. SURCONYPACTORM lPPl_.IER XCTRCA Co`ripn"Y Haim T n l it Detail Addv@ft Yel�Siorielt"nx © ltl 9utcoritrceting �lo�i� suppiies PEfrcii� I�ellmr Amount Erfi8ll CoWnet POw. oil r [ E B E Excel 4 Const LLC 1 Sanitary Swer $W,895.00 PO Sox 4739 Improvements Ft Worth, TX 76164 Mike Plunk 817/457-3399 xl4@sbcglobal.net American Striping Co 'I Pavement $17,917.50 11551 Ravenview Road arlcings and Dallas, Tx 75253 William Richmond igns 972/557-3565 estimating@arnericanstriping. net Tarrant Concrete Co 1 Ready Mix 18,432.00 PO Sox 6194 Concrete Foci Worth, TX 76115 Kent Pendley 817/926-6660 kent@tarmntconcrote.com Bamsco Inc 1 Rebar and $74,398.05 5000 Blue Bound Road supplies Ft Worth, TX 76106 El F-1 Greg Forbes 817/740-2400 greg@bal'=rlscC.com US Lime 1 Dime Slur $49,600.00 PO Sox 201752 Dallas, TX 75320 ® �/ Kyle Riggs 817/223-3265 ProTex Environmental 1 Erosion Control $5,000.00 LLC PO Box 15161 Ft Worth, TX 76119 617/374-4742 Rev. V10115 �O T ORTH ATTACHMENT 1A Page 2 of 4 Offerors are required to identify &L subwnhzetorslsupPlisrs, regardless of status; i.e., l hzft rW rron-M!W,s_ BABE firms are to be listed first, use additionai sheets if necessary. Please note that only cerlified MBEs will be counted to meet an MBE goal. SUBCONTRACTChWUPPLIER NGT'RCA - - H a Company Line _ - -.. _ -- n fltll Address YolephcnWEax i e B w ® 3rr%wr tvncdnf1 11� L;fas�s SuPPllr. Pu Fci�sti U,MIap AMC-Unt mil Comet Pamm � E E ACT Saw Cutting 1 Joint Sealing $14,682.00 1527 Hwy 114 Grapevine, TX 76051 Aaron Mitchell 617/4702177 ing.com amitchell@actsawcutfing.com APAC-Texas Inc 1 Hot Mix Asphalt $1,420.00 1 Chisholm Trf Suite 450 Round Rock, TX 78681 817/336-0521 HJO Trucking, Inc 1 Topsoil $11,550.00 701 Denair St Ft Worth, TX 76111 r� �J 817/834-7181 Steven Rizo 1 Construction $13,231.00 PO Box 730 Staking Joshua, TX 76058 � 817/570-7520 srco@prodigy.net El L1 ® - Rev. 2/10115 f'"RT WORTH Total Dollar Amount ofOE SulbcontractorsJSupptuers I s 82,222.61 Total Dollar Amount of Non -MBE Subcontra ars/Suppliers I q 1,121,126.55 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS I s 1,233,3-48.06 ATTACHMENT I Paga 4 of 4 The Oftor will not make additions, deletions, or substitutions to this wed listt aftotA the prior approval of the MinorKy arm# Wcnm Suskms Enterprise Offica through the sub mi l of a Roquast for Approval of ChanWAddigoij fbm- i. Any unjusUMW change or deletion shall be a rnatoriai broach of contract and may rose t in dearrnord in accord %+ifh the procedures RtAlined in Ma ordinance. Tho 01kror shall submit a dctailed explanation of how the requested changeJa(Wition or deletion vAll affect the committed I~v�DE goal. If the detail explanation is not submitted, It will ~ the final compliance chat" ination. By a+ffi)ang a signature to this form, the Offeror further agrees to provide, directly to the City upon request, cornplbte and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files field by their company. The Offeror agrees to allow the transmission of interviews with ot-undrs, principals, officers, employees and applicable subcontractorstsuppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authored officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, Smote or Local lags concerning false statements. Arty failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. President Trw McClendon Construction Go., Inc. tympany ftme PO Box 999 Addro� Burleson, TX 76997 crr3,ffiftwop FrMshoo M C 0 4'e 44" L-a Sianalum Dan McClendon Gout Nair affitb (if dr mnt) 817/295®9066 ----------- Ta3aproo andfor Fax dan@mcclendonconstruction.com E-=rr AWross 06/26/2020 Rev. 2140115 2018 C1P Year 2 Contract 12 Clity Project No 101474 Good Faith Effort Documentation ATTACHNEW 9C Page f of 4 Fora`iI' on-r � - City of Fort Worth Minority Business Ernterrprige MSE Go0®1 i✓a�ith Effort F®rrm € FFFROR COMPANY NAMP.- chscrt upplicnid n 111adc to d--nacdWa McClendon Construction Co., Inc. oftmir �r3o.iacr ACE: MANID8E NW-MNVIDBE 2018 CIP Year 2 Contract 1 BIDDA 06125l20a0 C%ft WE Prol®ct Cv1: [offemes MBE Pn4 zt cm-21F. ~..Wnt PRWEC 1 NUMBER 10 % 3AS % 101474 N tits Offaw did nO or exceed to form. Ole P4&A ro Oftw EM eQr`�i pr3� this If the ofYeror's method of compliance with the MOE goal is bned upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation requirod by the City. Compliance with each item, 9 thru it bolow, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional andlor knowing roismprmentatlorvi of the fad or Intentional discrimination by the Offeror. Failure to completo this form, in its entirety wUh supporting decument0an, and rocalved key tho Purchasing ©rvWarr no laW then 2:0 p.m. on the smond City buisinmw day after hid opening, escitwive of bid ov*nhig date, will mault in tho bW Winn eAnsidetred non mneive to bid snecificadons. 4.] Pfeaca I" egck and ovevy subcontracting andfor supplier opportunity for tho completion of this project, myarrdiosa of 7=Amer it Is to be providetg by a i'ABE or nond1118E. 100 NOT UST NAMES OF I'1. Rf11On all ProjecW, the Offeror mug IM each subcontracting and or supplier opportun_Ity regardless of tier. (Use addidonni shoals, N necessarv) List of Subcontracting oppoetunklGa List of Surpplier®ppoi-Wnlflaa Sewer Construction Haul -Off Trucking Seeding and Sodding Ready -Mix Concrete Erosion Control Services Reba,r Striping and Markings Fuel Street Sign Installation Aggregate/Topsoil Construction Staking/Survey Portable Toilets Tree Removal Project Signs & Barricades Chemical Lima ATTACHMENT 9C Page 2 of 4 2.) Obtain a cumni (not riiov€t thmi two (2) tilo tlw 01 fvorit the bid opon [tuts) list of MW-3 subcontractors anolor suppilovz If0"I Wa M'w ILlfm[2 Wrllce. x Yes Dato of Listing ns / os 12020 H0 3.) Diet ycu solicit bids flat MOE firms, within the subcontracting and/or supplier areas prediotmly listud, at [cast ton calarldpi, day@ prior o bid apariing by mail, exclusive of the clay the bids are ©p8kia-d? x .Yes (If yeG, €fah UBE malt 1"na to Inclasds name of firm and addues a and a g&W copy of leer rrrailed.) no 4.) Did you solicit bids fawn MIRE firms, within the a ubcontmetlag @ndlor supplier areas previously listed, at least ten calundAr days prier to bid opening by telophone, encluolve of the days the bias we opened? Yes (If yr a, abmch list to inclu* of UBE flat, R2m eontuctssi, tsw= number and drAs mul tiffs of corrtrct) x V40 5.) Did you solicit bids from MSE firms, within the gubcontraicting and/or supplierareas pmv. iausly fisted, at toast ten calendar days prior to bid/ oponiwg by f€amimilea (fax), exclusive of they day tho bids are opened? Yea Of yee, Bch flat to Irrclufi i nSW. of UBE fri i, fax number and }& and UM of contra-L In additior4 if the fax is ra turned as mmkilveraafle, furl Owt °'undolivermbl9 eorrillm*0on" recanted must bo primal dlrecfty from #w fracalmlie for pmpor documentaftm Pallura to submit eonffnustien 8n%Hw wundspverahle corrermation" documentadan may rnn9ar th3 GFE non-mapensiva.) No 6.) Did you solicit bids ff M"E finis, within the oubcontracting andlaP uupplier areas previously listed, at I t ton calendar days prior to bid opening by email, exclusive of the day tho bl& are opened? x yes Of yam, Mwh omit canfimiatiasr to iawluds navu of USE firms. and 9m. In aWRIon, If an *moll is returned as undetkv mbW, Own but "rrblfv wb'-o no&&W" ra elpt moat hu pintad dimcdyr from tars orni All Zy WRI for proper docr+snwaM ex Fallure to submit cafffinirati m andror "r rrftfive MM0 rdgo" docurnentution may ruder the GFE rwn- rrsepamtm) No NOTE: The four milhads identilied IWve am accqftble for soliciting bids, and sech salected mef fad must be a"lled to fide applicsible conUaM The 01famr must document that either tat lead two aftmapto wore rma& using two of dw four nth g[ that at least GROW fr was me" using one of the four menthe In order to be d� rem to ths OmW Faith Effort roquiremont. NOTE: The Offeror MLMt Contact the gaft MOE ilk qmclfl@ to ofth oubcorr�c ing and supplier oppoutunay to be in Ipllan€* with quaidons 3 thresh G. 7.) ®id you provide plans and specifications?; to potential E` gEs? Yes X No li.) Did you provide the infor nintion m9airding the location of plans and speclficationsa In order to waist the M ®Est? x Yes No Rev. 2110115 ATTACHMENT 4C Page 3of4 0.) Did you preppie a quotation for the MOEs to bid on goodalservicels specific to their skill set? x yes (if y5s, tech all cow of quavtiom) R.0 10.) Vda6 the contact infoumtion on any of the flatings not valid? X yea Of ycn, aid zh rn%n inainenf cn that waa nat vdlA IN aye4r for VQ ri'?f;R .i ce to WdM5 the canm'dons M. o 11.)Subrnit documentation If MOE quotes were rejected. The documentation subirnittod should be In the ftiaim of an affidavit, include a detailed explanation of why the MOE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a b-Ona tide dispute concorning quotes, the Offeror will provide for confidential in -camera seco m to an Inopaction of any relevant documentation by City personnel. (Ply use addbb nsi &bseft N neceawy, and a ech ) comp,ppyName Tole hone Contact Person I Scopeof work Reg&-gon for Re ection Alliance GewaMces LLC 214/39$-M-60 Jesus Laiera Staking and Survey Provt�er was riot determirss� to be the mast highly qualified based on Sec 2254.00.9(aXI) of 01e Texas Gove"mant Code. ADVITtONAL IFiF®&M:EION: Pleaw provide additional information year feel will further explain your good and honest O fortw to obtain UBE panlelpation on this project. All listed WE's iwro first wrftclsd by ewiA tqh an ueachment &3&V apsak ins of work or m3Wals roved. If anW canted was unsuoo mN, fams lore Beni. if the MOE had no eronil, and a fax was urwuaneadW. a %r ivr was seed by pmatd wm. jw Ww and FiSE a warn wnffided successi i y by ai bast ow of draw ersthads. The Offeror further, agrees to provide, directly to they City upon request, complete and accurate Information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangemenIA submitted wAth this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files Held by their company that will substantiate the actual Mork performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City week for a period of not less than three (3) years and for initiating action under federal, State or Local lam concealing false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (f) year. ATTACH- E T iC Page 4 of 4 The undemignnd cerdfies that Rio Information provided and the P.M(o) lied wask-me contacted In good ftith. It io tutdoratood that any MBE(z) listed In M@chmont IC will 6-0 contacted and tiro reasons fbp not using Morn will be verified by the My's WWRE AGWorized algoatere -- Vii ateee President Titlo McClendon Construction Co., Inc_ Conlpny Hatoe PO Box 999 Addr Burleson, TX 76997 CRY/Statelft Coact Name and Title (if difti-aflt) 6 R 7.296-0066 817-20"066 pholle Hu"I [Ter Pax Imumberw dan@mcciendonconstruction.com Email Address - 06/2612020 Date Rev. V1 oil 5 2018 CIP Year 2 Contract 12 City Project No 101474 Good Faith Effort Documentation E Listings Reauests/ReDlies FoRTWORTH, June 2, 2020 Justin Blair McClendon Construction Company, Inc. PO Box 099 Burleson, Texas 760977 Dear Mr. Blair: This is in response to your requost for the attached listings to assist your company in seeping and utilizing sub -contractors and/or suppliers: Ca�tc�rt�r 8r��� uniQl�� u2Mdi Asphalt Paving Boring & Drilling Construction Cement Stabilization Concrete Cutting, Sawing, Coring Ili Sealing Construction Survey Construction, Water, Sewer, Pipe and Power Drainage Construction Erosion Control Services/Devices Excavation Peace material, Installation & Ornamental Work Guardrail Construction Inlet Construction Irrigation Services Joint Seal Landscaping ��r�4raet©r i��r��r►�l�r�i4f�r�o�eid� 237310: Asphalt Paving 238910: Core Drilling and Test Boring for Construction No MBE Fires Provided 238990: Concrete Sawing and Drilling 238990: Driveway Paving & Sealing 239990: Parking lot Paving and Sealing 541370: Land Surveying & Mapping Services 237110: Sewer Main, Pipe and Connection Construction; 237110: Sewer Construction 237110: Utility Line Construction; 237110: Water and Sewer Line and Related Structures Construction 237110: Storm Sewer Construction 237990: Drainage project construction 5G1730: Erosion control services 238910: Excavation Contractors 2361 0: Fence Installation 237310: Guardrail construction 237990: Drainage project construction 221310: Water Supply and Irrigation System 221310: Irrigation system Operation 238390: Concrete Coating, glazing and sealing 561730: Landscaping Services 661730: Landscape Contractors 561730: Landscape Installation Services DIVERSITY AND INCLUSION DEPARTIi'Ii NT flusIpM Egaity Division The City of Fort Worth * 818 Missouri Ave * Fort Worth, Texas 76104 817-392-2674 * Fax 917-392-2681 Lighting & Maintenance Services & Security Lighting Manhole Construction and/or Rehab Masonry Stone Setting & Related Work (pavers) Milling Pulverization Sac -ding & Sodding Street(Traffic Sign Installation Striping & (Markings Traffic & Transit Signal Installation Tree Trimming & Pruning SuRallier NnU-3111MIL11esl29>lr1lk d Aggregate: Sand, Gravel, Dirt, and Topsoil Asphalt & Asphaltic Mixtures for Paving Assembly & Wg. of Electric & Electrical Barricades, Traffic Cones and Other Devices Cement for Stabilization Chemical Lime Concrete (Redi-Mix) Fuel Suppliers Portable Toilet Debar Suppliers Road Bonet EN1 Signal Equipment Electrical Signs: (Project, Construction, Traffic) Traffic Control Signal, Poles, and Equipment 561730: Landscaping Services 238210: lighting system installation 237120: Manhole, oil, gas, construction 238140: Masonry Contractors 238140: Stonework (Masonry) Contractors No ANBE Firth Provided No UBE Firm Provided 561730: Hydro -seeding Services 661730: Lawn Care services (seeding, spraying) No MBE Firm Provided 237310: Painting lines on highway, stints, bridge 237310: Painting traffic lanes or parking lots 237310: Parking lot marking and line painting 238210: Traffic signal installation 561730: Tree Trimming Services 561730: Tree Services sllnnlieir 12 QKu ti ea Emlakd No USE Firm Provided No MOE Firms Fruvidead 33"119: Other Electronic Component Manufacturing No MBE Firms Provided No MOE Firms Provided No USE Finns Provided 327320: Ready -Mix Concrete Manufacturing & Distributing No USE Firm Provided No USE Firms Frvvided 332312: Concrete reinforcing bar 2338120: Rebar contractors No MBE Firm Provided No UBE FifflIS Provided 423990. Signs (except electronic) merchant wholesalers 334290: Traffic signals manufacturing DIVERSITY AND INCLUSION DEPARTMENT B!Mineu Equity Division The City of Fart Worth * 818 Missouri Ave * Fort Worth, Texas 76104 817-392-2674 * Fax 817-392-2681 The attached listings can be utilized up to two months from the date of this letter, per City of Fort Worth's Business Diversity Enterprise Ordinance #20020-12-2011. If additional commodities are needed within this 2-month period, please contact this office and your request will be processed immediately. If there is a particular vendor you believe is certified and the name does not appear on the listing, email the mvvbeoiffi2e(0'hbrtworthtexa q. v with the vendor name, The Business Equity Division 1will veriTy. Thank you for your interest and if we can be of further assistance, feel free to contact gas at (817) 392-2674. Sincerely, (W 646V q& _ a Administrative Technician Diversity & Inclusion Department Business Equity Division DIVERSITY AND INCLUSION DEPARTAUNTT Busipm Equity Division The City of Fort Werth * 818 Missouri Ave * Fort Worth, Texas 76104 817-392-2674 * Fax 817-392 2681 a to • �' u c !" A m y u E v c yp ❑ E m U m CL �a +Lm' yer o o oi u E v v Nu c - G � � � r•' 'III +'��', � � �? � O C � ap t°v - .0 ! N op Le lu d vt C O y H m 3+ b *+ *+ ry Q m Ecam u m r c� a �{: O N{ /m+f d, to 41 N Q C ❑ C F- V m - d1 N to IV ° m O rd Q�yy pppp (� rN r� v (_ umNi U L . G Y LL m 4 m r O a y 'a % W N cn u ti LA m d W L .-1 eY ei ri O a -I ' ei ri 1'H C d .� m m m G_ J rq N ao ao N, -- Cy0 V cc — ❑ m ¢ w sa+ m Q e•E C N PM R1 hN M Gp eh N ry .+ en fD Vci N1 .p/y N eUfi l0 INII - _ tO �l1 - aC. a^ ' 0' xx x �x x ee o— fl m m N N m 'w o u c m do d m � m m Y u h C .t' an d y: A io O m 2 Lo uNy� pGa11 E F}p+ yyi C• � C Clro a �, -- -: � - adi le ImLA I V m r N z c a m n " Y .. y w m y sn m c � .lm� � 1yy7 �J912 I JE co 3 c A. u mr v _ ai N c u v _ �. ° aS ip+ C c Nc a n C m Q p �N1 C�pJ yWN� .K. i yj x p 1y �' O E 6 {+may ❑ # y „ y�q�1 1O a , •, sD n n 8 �n C CA 0. .-1 10 N 7 e•I Y m SL ul o EE .121 °— o w n N A w m m `m m a o �1 - ::. m 7 F U w c m" a y m Q CMK E «eEEE y� N 3 y E v ar �� y � v01 r C7 Q Z C O aL+ N N °- A Y W c r c c E u c c �a m a d o m oC r u ¢ ep m r SEE u u M o d c c o m' IR1 C V V N d L N C C- a+ t € c 4 IL syi as rLi G❑ C t �-` U N � - C yy d ro m H ta U. a., c IL eL Ts Y n u U c t_ a N 2 u o ° toC°i u ° m o m fGQw Lea c 17�n - 0 - m m m m m g ¢ m �i n a u Q. 3 o u z 3 E ri �r. cg LL g 2 a cc r m l7 n .o u E a, E 4 r o c0� Lp Iq c a 4r° E C o ., .'- 3 o 2 N� m :. O u " -.. n L o °n m E _o � E b aE ' u , >.. u ,,.Ean W E ®yam sty, p�� COi � - r,, N � C •s.,.,� � o d � 3 T o 'd a o o E _w� �ro � A� vNr nas� 0 m n n W a `ar d++ f� tQ 1A he nl VI rn Sn N q q A .N.r n co LD h rh-1 ONO OD 00• Ln Lrb en ry G1 m N n T r4 ry as m N = pp h 1�1 4" h `a.Z IA N OI N O m VI N '- V : F� h .- HI N N M N R - a N _ to - - Vi � N CO N N .nd _ .�-� W h rhY r�•1 pNp 'm-1 . w�. v 6 - - 1A Ln pp p C6 �O � rl Q C N �-i N n on cp M N 4 Nem n �V M tttppp O - L+7 {A -- N to n i'�. .: h '. 1p 4O 1}x�� ul l6 fxx+ h xxh ��hqq axnC yXn� yh -42 CL lu fa :'. 1n v m m a a n 3 Yn d it Ag i z m _ uj m E�DL pQpp�� O v �pnp spparpp , LA .;,- n tn i11 1�'1 W �.: d 1p Q rp N _:- e•1 !•1 N m d 3 io .14 :' 7 - O 7 ' aj " d m -9 o it L° m m L7 V1 sc! '. T R Q VI O _ _. m �O r F _ LA OC C _ - C _ _ Y o d 'c3 c O L i•� �.� � w G � C ." G :d G � -c 6 •� '•S C C C U U r V - W V CIL 1 T _ m LU a QU' VHF Q u 5eL u CS _S4A QV C Z' m �! n 3 S A Gq . W D C � a H M v _ x x N : m .Z N c '- m a _ o � J � V QQV41 V QV4 00 GO '+ 06 W W ►• %a - N A - N q N w I IS IJD N W a4 N 40 Vr O d+ S 3 � K �n pp 3 3 N CD °n OR x 67 n n Q Z 9 n n x iu ^ a.. d � n 6� 7 1. p E d m m D y rn an mm G� n L Im a y 3 N R? rl A N M a - n Ob IV ►+ W O� ko unn r crn w 2 �5 o m o q c o d? x o yn 3 a 6 CL Lip. 6F co w v n W A r N L O T fo O 4 O CL y m p a d N s a 4 p �_ 3 o m A S c S O S 2 0. 1 �1 X X X X X X X ]~[ Q�11 �/V1 V V V V V V V V V V V V N C�y O N Y N N 1�+ Y N O N O w 00 W V. V O V W N m Op N �0 V ` O W N Fes.. � o w m w N V 2VVe V ai Ln.�p� toN f/1 O 3qD p (� =r W g S n o o o :30 3 a 2 9 � 3 n 3 � 3 � E u by c v Q �+ n � ID iv ppa, J 7 �- ,p21 o R CV - Off .• C m U - m Q -imp G W C y E -_ A .2 '. ad O a DO 3 7� ate+ _ �•. 7 GR 06 73 0 is g E o m °.9 o a o -�r E d o k A pNpLn o a .n ry M M O4 I` M1ulp h ry IA 0% mm gNlp {A pp q1 D�"f OM1y1 '.i rN, .ry.. M0�0, .:N O ,•S SM O1 M N 4R �-I �. 4f Q .r p � , .-1 .-i � sf� _•= 4 ry � fey 1p O U9f dye to _ �y1Q p �9yyp M 01 P en-- _':- W V 4 - Ln Im CD 1D 1D ul uT - ��1 u�f V7 tP ••:. of VI i+1 1 LA h h h yyh�( xh 14 0 SO 0 Y w - s C yyO ��jjd C C D! r�r N T 7 n fl N t d w N R m o o m LL A g o z v ca o o w µ o a o a s c> c3 z � a 3 ¢ c xlu iv c_o a m14 c �� vi o v r 5i x Vy' .� 1EQg� C m pery1 W a O 12 �' O m 7 W S -_ v1 2 W iA .n 0 LL Y 2 M1 U ve _ - K1 w w V 00 ni W .-1 �+! 'D O a +� 4 N Vf iD •m-1 4p VI�'•}f> W �p ', N 04 N r . C N 0 Y Ypp ACL 0. N+- d- m C Ir 3 G! C C y E E N '� U, pW N a w -LU u L � U O c to u r c a m a lu 2r d as O C Cc C 2 C O C u _ N � V is y o CL n ICL n N g o c� VI V W N cE:i 9 m u & w n F 4 t7 a 3w c:s 46H� Q Qt� E E m o a = aF V D 0 a C E L C m n t t� 4 O O N caa 4 Q E x' 0 O. q O V U of m c L� lua .Ld o Y m�J aN c N O Oi E 1 a c OEO m O N j V1 L ®1 in 10 CL It u c w E o foa E c E 9� Y to a i n w °m £ a E to w_ -; S E '®a n o a '� �' m emrl n n +°iu n �Cfmf � H n pN ai O 9Ln u',i N m m 4 n N v- mm Ln v°1 m oa oo MV � 01, � O; 0, D W cQ iV � w a0 00 On tlr'I � W 0O Qh �p6p n N hpn 1(r4 1cco pQQ N 1� R I". M m �h 171 m N N N Tof ONm t0 Th . CO riO aoD w KI N no Nb� 4�ev - enr� N a R 1z IZ A f+ N pCpG W CO Oti0 .R.. 0 - Y m T G�0 : v Cv Cv N 1Np � 9G - C0 C9 Oy0 O. O. YO1.. � V V- m m o m p� rhi - cpM� ��~yy 44 O Fj Ln �pah3 r. j D N N b h h n n n h n 1� T h it n ►� h A n LO 4 3 D R a a Aat cc W d Oa j u 2 F a 0 d 12 at a a 3 a^+1 Ile c /rQ1 VI ID W AC d K.G. N m m N ' 7 'C C A W U Q in d m ig u, a C1 Y L"'' 7 O h °e C W d u d ]C Z yips Z a m - m ? K ONw t ui - ui $ c�a ►d- 5 N Epp p Oast pp O N t�. p �Qj ryM a uN! M N R CO d d M h d 2 fl 00 �I7 A7 C W C t - µ N ro o m m o `o a O to v w U � is J ai y �i c a ri m o c t m Q J a w c c a r a8 u Udo c m c F'i c = IL.20 c c m a �° v c_ g d T� acr d J � c m ea S N£ a J a u m E .n n N t F u c tz 'Do c u c F. ° Ln 9 m' c 4 c Qadm t 2 u c O 4 v_O 13 a o c J d O c N c Q N d cmj OL W Q U �.J O LL ✓/ LL C7 :.7 V� U U� i C7 C C m 9 Y Jd 6 d G U/ H N Q N N 0 o E " 40 c u o f ea a C O p1O OVO Of! O E d y. N 'S r M L 01 O - m to a n 0 " c �' CL o qi 0 I W. c @i o a W- athe CL a E c? c _—c° cos u C.�^ E a3 6a �0 5 r, r04 F,i m ry A - N to la 0 � N 1 N m pv��+ N O m H w IYF - O n .n-1 .Ra N ._ LA N N _- D0 N W Ln M _= e4 r, 00 ei M N ii N 10 71 lI� A lb � n N frY N w N m r1 pap - N /Y N p - N rl M• -- 10 h to 00 OF e� ao V a1 V=_ m N m m V Q N R A n h h f� n F. M - R N n rl r'1 h �'1 wl N ri r-i rl •-1 .4 rn �- ` '+ r, as 00 00 Uy a a0yp s r 00 es rn It rlf IL r = L o 0 a 0 o c 0 3 3 3 3 m 0 @ #y 3 r C t (1 3 � l4 Z .. Q [7 LL LL LL LL LL CF% t - N } � C - 13 co dE u m r,e�r v n - m Ny m N v c z y Q 1 q 1 N R Q �1 L� �' Z Y } � - 7 O U 3 {O - P9 L _ t a u ^ T L l0 1a r R Q `a S c a In L L° s o m' L° c r m o 0) m d o �e ¢ y 5! m c E O= c c ao �c,oc a3 a m c u 2 •u J - J U c -5, li � a C yjy� - i<%• � F u a tn c c o c o d Y„ o u+ ? � c a u g � VV v ' 3i _ 4 Q O c C _ FED yhj 0 � o s f Q G O ccQ. ; a - O G E •g W c ay E N " p cl O ce p u m C u y E O pp N OD M C u $ Op en e4 C ret p g� y$n�, O ad do a m E9 •t .52 �1_ C m c IL m a d ? �J k V ac° yo 3 E d S a e`a +`mm�s a4i m rn m `r u� •' n Ol QMI m I 111 W - - N 'D en rS .i t * 1 m m N V pp IQ'1 m c U] h'S ul lNlf N N N Q IA M 1l1 = N N n (V Q N A Q N N n �p pp n N -N N g �p v v 9�p0 01 —ass ry ph 06 pT cc n a0 k4 {(UD Ln Mph [NV N O pm M n c"n O e�i (pm. ® 4 (Q�� lD R .Q-1 Q T W A f51 00 g9 L-n " CD q tpny[ � N Vt "r- r4 5m fens Ln 1n in M 1`�i +a'e n n m Ni. N W 1'�I OI fm*1 N GO ✓1 �P {O m m G0 Y1 Q eM1 �- VI R] N N f p ttiGGG 00 rev VF n n m /V Q N N N A N H Q N N 1, 7 N'N h N n ,w M1 M1 h .a M W M1 ry I'! n n W n W M A h n W a1 a a � v m v ,0. �. v W 01 0O, N O� y � �1• .N... � raw � W � N to O�0 N 1-4fMl1' N r�l ry N N : p O M1 ^ n In h tn0 h LAh T n Ln n O Z � or q; t C7 tf O Z A CO c C r8 m A Q cc +v m 16 m o i m o a a a a` a o 0 3 c� o o LL u a a Cc W n r � w 7 .Ni J N m a Ln N m o o Y 3 10 L 0 a v c' o rc C N G Q dim-7 d�-� L ell ie H 4 'i n m M .. aE M C.cti Q `�., n a., p ,Ln On inM O O .-� 7 +-+ sG inM1 M1 Q �O. q� eb off N O eneV •i Ln M1 +-1 Ln +-1 N n .y N N N y W C vi m 1 To dC O � W aqp C W 9 Z N c c u m z ui �^ Q c Q ro o 5 m C7 O eo g 4 4 a p ❑ u `� 3 p to y °� i m m gQp m 5 m O a CC W` V O U. W A¢ d W U e10 t3 >' c � c c 4 � O n a u C u J C dd p p v U C IO 3 C a C O J L C C p p d• {ee 1. 11 Oj IJ i 3 U C .p i up p `^ V y �r OC 2 V (H� Cep R OeL ig •`I �i C a C IV m N N VI F n�� p d 6 rL a a d- a a a u c as°i) eu y ua W ar z ww g N N n E V L q E aO V 0 r to U E A A u O p u (� c c 78 — IZ uo a S S N ai a rn �o IR rn impp p _ pp impp n n VR R a•1 Cy0 a Sam 8. O 0 0 � O V c 2 c a cc l�- d Ln Ln O N �{ in Ln tA '13o Q V7 N ; m Cc c E � n Go x gn F L C C W a o OC E 0 a or W tj W ! > C W W z H u cc 3 - J 2 � O C y CL a ¢ :�OL7 a Ic C R O C . 'L7 U_ J 7 J �'Vd W V' E H - `` H u - E y j y O E C `! op 4 yy c m 0 7 13 R n — Q -... �s-C-C W QQ _ Cf4. -41 N 4? m T N O N 14 N N R N R 10 1, 10 �fn n n n f OJ 0.L n ie V C i.7 fC o cc 0 C t7 � CV Qu o L N V VI ri T - •py '' N � a O O t u 0 g' Q r N r :-. Ln a W 00 to % n VA F tOJ a L c -W x a a N M u u w 7 m ID in -� O C -: N ii _. sm O -� EN R tA L O C z 5 omQ m yN L a C � h: c o = - E o c w o o 1 - .. m L E E.Em ICU 0�, � V W S v E o ° : �+ N a . V� Ys m c is s E A e 3 E a •I�a c �p 2 N yy i e R lj OL O - N U 40.1 M Lh m 1�� ~ m m L n rr - LA Ln u� rm ro - � W - ab rn LR O1 uh1 O�G cc N Ln a u} _ h N N ? N a1 Ol N t n m rn p.�pp.. O Q co E - h 1+'F - : - ti ~ N kn N M1 eOpi rA LA ... ry��• (+ N 01 'm 1T ly� pryp om, u0 ': to:., �J'j 1V Om1 tW /y �p �A N pp A Op r? [~R a1 1p r[ t0 ei •. ; �p _ .. W .-1 .� .-t N h h e-0 -' rl A h {p r1 i . tp - '' h I M g go N N �' N mm N [3 N A N -' p �D +-� 1m/1 h r4 I n Ln A = an to - to k h le 1p7p�� 1� Y � 2 D -.. p, g $7 cq Q m_ A A m _ '- Oc L m .' �q t d° o0 0 0� z ° o�° �o oQ :°a u oZ a � � C w m w? c T C c co a 2 y c N O N O m qp N c c A c o C3 C 2 SK O 3 '.� 13 y m v C spy S y L 'A '.. Z z ` A m a - m - 0 n d �N•y QW Rl N �.- - G1 N fr C 6.� 'i ra-I co w o O m m a a m a m m 9aj do Q c c .SLO+ - y a1 _ v�~i ar # y r a Z a u o y u Z Y O c ccm� w tg� u �� n as A3 2` %it u i -s u LLs � 8 V V Gt C C L G E _ u p E " u o a a a o u g P, E 3 3 q p «°0, c t d E c "- �; � u n 2 Nc a c to u °f c a �J �5 ob 7sR �' A N ti 3A C L wa 00 to m In �. w m il I" ahh . {Qryry p�pp �drn}m. ' �©p � rn ry m imp N e'M1 f+1 N � O InY Il N CO efl _ _ _ .-1 ryry [�1 r-1 n N n rhi It 1-4H A n ^ h m 431 W Lrb Oti N ao�q rl 7� 8 Ih M 0 to N n - Q °° - • uvi i A r 00 S1 R LO oo as V o y N CD N a, rl lf1 Ifl CO N y '' � � h _ N 'i n -- O Kl CD f" 01 N pl QI N al TYy7 �Q1�/ - n a fi fi a R h h Nm. i, N N ry I+l N ry .-I N rl h h h - ri h a N 4D h eY h MS �� pSy �6 � ct _ O1 a PAD ' - G1 q� a Y �Op� aC LE Ca 'l O� V O: kn M fMl -- m W N e0i " 4DD Q N ILA V' .ma d" v~l f�V rl W ri gQp N rl r1 �-'I O �"� �"I - O N N N rl rl e+ N ry !p V} V1 - la la Ln Sa ID VI V} I/1 V7 Vi LD ID VI 1!1 M n n n h n n M1 h h h h '- h h h h h !� h 1+ h n n r •s o 2 - a C a c x r v v o is m Le �cp 'i3 •�d a LL V Li w O 4 0.. ., ' a°C a 0 0 V rl m gm o w Z ix .. ` .A d} O n OM-0 — ro -'c vrvi O 0-0��5 ,:.rW a` In °[ eq O M1 Y N ec N Go s�ii co N v p N y E W n C C x m 0 m m '� �t m n o o x ir ro N N b x x c x O m m p N otn mo '^ `K S p�p� Q Q a C OO n co d- .+ a [1.' . n N n h LL N ap-I �-r .�-I N 61 m d 10 G V CL w to aIV . a �' r u Q` m d 3 F a v a` W i V V V 43) yp O C c c N 0 �, h'I 4 3 ° 'x o d R /n U a N c N j t} •� 1 Cc,C O� C IJ L _ ° y IY6i C .s C Q C D S V C c = 5f Qpc t S t�me°s o u 2 .N z3045 c d o t c uv uguu Aj u liYl V c c r a > o t N � � .J ✓i c� y •.. V Z o< Y Q a a' Q W V t� V W w Li N 7> y E V x — G o m E m �J o � o" E a � p y — Y a E E E p 00 y 8 r C� y G Si�{ c u O�G pH E a E -^ c� 7 E r m 00 �. p, 12 d U io q E= r 00 N I 9P E C N111 tl,E,L C ®f a U m p' 7 7 �,-.2 7 ED L° v c m `' �J u o .'°� :' o o E �, _ E 10 a t '-a Ll r c r �s a m n E a c E e '� c E— c s A "i+ a a T� E E c o E c? i s .. « E _ a E c� a ��Epp C71 tD 1Nn VAS m o n po°n oD O� w0 N M M -.. O h O�'1 �I co N n N m S m ryry 65 Q m W di Ln r - N h A of r N P4 Q r, pp A d' n . N !� �O _ Q m r+ tlQ N h N h R Wes, 01 N 00 e .0�G— W Q� V CPOo G N vs R3 +n h LA Ln ir! 0 an �i 8 []-0 C Gi m m ° n O N m - --.- f •, -- r] N �r N .r 00 .i M n sys - Y `t' ' «+ h' 1. .i N m d h ry m m ID M m N r op e'�i - di co kb to h v �r w n Ln a o f OI h 7 N N vl VI N m of In N f h ev N .+ a° 04 N m N eR r1 lO .... rp... �D Np 00 a N, 00. V OY CpO o0 066t QO E V OI ca rN.. v r0+0� pc emrl m r�1 ai N N c0�y6 ei ry u0f1 euV� O O N N pYp g V a;�7 n n h " n h yy ry,[ W h N M1 N M1 SD M1 9 ul �o M1 M1 h lu N u01 `D_ A M1 .'- uY v1 M1 P. Ln M1 P. !� - �h( x x� 3 3 3 m o Z C O t 3 3 A r 3 nl A ee ea eOpp Du -� = S O O ii ❑ Q L] Q Q m 0 U LL G Z N P L) 0 Q V3 � N z a m ^ S 2 7 = h UDO ",.., of rn rl 7 m ? a J m cr �p o N yc p� +4 m 'r oz rry�V.i W 4 Y O CQ ff 0 ri Gi L+ m m L4. W G1 NG a m C VWi 4 d�d�� i+ a d ^ i s a '-;:� d O s "mZ y� $ uwi Y W 7' . u"m°cc�7 O "' 3v° 'D a' x $ ag iQrJIv~i.3 cc �eu� O O Novo '^�0�'`� ',2a6 ern Nm a a N Q m .i atic f4 00_%D aim` a T 2O 7 Z N EE77 C W _ O N � C C a (D E J p C p m cn d 1 Q '�A E O � Q � 7 a n Am = -2 A i O OG A a C gg m u N A L u C di _� U K c� C U V C J U J u ^J N V z° o m o a c o L w E u o u u 16 c 2 � to �' � �' � O c c « in E 2 it a u ca � v J O 0 3 "" ' a J a A c d W « 'CL oo 2 2 2 u u �^ ;, s o - m d �Y a m 4 m 0� z o a H a a N E E d aj to m7 G c T. O u u a Ll m N O o tO O } eo U L N a �i Y Z O 2 oaC aC o� at F - � w l9 ( 4 N a 0 V V C ppd� �I C E a m g 0 Ln Ln K, co W a 2018 CIP Yeatia 2 Contract 12 City project No 101474 Good Faith Effort Documentation MBE Llstines Used ;:iN U,:mNF :ni ��o:0i n;aio i no i 0 iF vci Z C O O i O V 1 C T 10 C N 2 O s 3 L dno E n s n{ O s y O y 9 iL4• �lavn ^� m rD r co r m o fb Ol O_ O g CL P7 n 1% � � (a 0 L rn K nl i n y O O i fa6 m 7 7iO .y ^ 3 dr K 2L w 'o , F O 1 M. = N d g 3n p 3 � 7 11i n r 3 ID n m d�g �o.m.o s3 m o a m z O = N F n Q s m r, m Q o w o 7 3 , 0 1 0 = I 3 u w p 3 — c. A g d m A 7 ,t H et weVm_C. S O C m fD 3 1] CC 9 m p 3 2 W 91 OI 3 7 m sL 12 mp7� o m2 — Z � �Q 3 at 3 d D �^ Cg ylb N N Q+ ID N N 4 iZi 3 m iri a IC C in i m O ? IC o � v . S CL n a w O ev m O o Ir 3 K � 3 a 3 '"• 5 -00 O A.3 o N E m o m a 4MP ;w 3 n g a s � 0 M N N d 3 a n C 3 m 3 ams m ORZ. m = m F �_ _�_ �: �� o ''U. m ':+� :ai c: i � I !�f 1�! ;°fit �S u a d S4 C Q a n G O i�0 u e .Q ,� 3 u 0 t n G a rn r a N O N N W O ) ,) { �% � ; E @j 9 ms 1 LAI qN. -4 r, !A; A. tj z �E ■ �� o �� g� £ § e k » ° 2 | 7a K :§ { § 22 \ '$ ;k$ :b ■ _ § E | .$ $ �7 |k [Ln ® �( - [cn § ® . � § ,m_ : m !a .0 . | ;� . ,_ F,: !%D ) . ..... .......\ ' ,& I - ._ I )§ . � )tom § : a 2 - m ! _ .� S7 := qua i - ! .. , !■ ej Cl2 U ,. ! G U 0 a v b m v r 0 N a N t 8 O ;13 ,a Id Z Cd I r m E 42 Zil 'a B 9 qo & q: k .� a d .. d :, a o� v 0 N a w o en do I Ln C: 3 w- zz ������ �1�bj a. L;. 01 S E: m E. ƒ $ ) }§ «,$ r�� �. § , -72_§J. gkmCL ']:/'k i§ ,9:e;® - . ;r, 3 ;7 Eig �«A . 'aL", { rql �:�:m :■� : ;Z-,q\ . -2-` , ,S2 SIC! r k:2ra -§ u � @ :y �§} � ■2E !m: o 'xl p / 2: 'Elm: !� (£ e 7 / k 'q; 2 2>p �\ � w; ] )CL �ƒ c VI E: r�? :. k)#�LW ' | , 222_, \ $ ; ;7 [ :R ) . k /)� ' , }( $ L,41 S $E � � <: . ! � m:co 2(b 2 u,2 .: L : §) o _:� �®, • 8 Rnco cu CO x X } oa §o}§ :Ln !: i .��� :k�q a�Jk :a'e : } r » «.mo ; \ N ' C: £ 0 )\ - / § ):@2 '� 1 ■_ �§ ■ : :: �u !e « ( : [6- }§;t 22i7 : .....i�»..a C qpj QD EA ff 0 . C N :.Ci 0 k; :5 :3 T to vt r, emri C4 eq rtYC? r4 0 -1 9;�j OP Ln C4 N U U., f-4 jN CN Ln Ln: Ln WO P. -aa uj io, Q. I; m -gj chi m4MI pQ U) z, 10� C*4: : 0 . Rai It :Ot 'd : �l q 4 R. eq qA2 Ju ppG 113: 1 M Ze 0 0; CD 'm O'IE 9 tEjo C) -4, CU X M '13 r-j r M,, Oc in— 0 ly 'I F& ri 4 = 0) 44 -9- � 2i* "a 1"0 1 _,;4 Pt 19.-d gj QOJ 2 2 to Ln do! 0 c U, r- s ltx o x :2 m m 8 rL !;g rF to I. 00 X:: :M ri r: Oily 15, M, ca -C� z : ml m m0 E. P f: CV ri rl r rn C4 rq rn 00 - cn F4 00 4 ID: I rl ; i 01 OD 64 go ti CIL 2018 CIP Year 2 Contract 12 City Pr ject N®101474 Documentation ®f Good Faith Effort Email Contact Documentation The Mowing are the a arls sent to the various sate orfles ®f subs or suppliers along with the quotation form for each category. Justin Blair From; Justin Blair <jblair@ mcclendonconstruction.com> writ: Friday, June 5, 2020 10:56 AM To; anthony@burksholdingcompany.com'; 'gngsawnseai@live.com'; 'bids@acsllctx.com; gngsawnseal@live.com'; 'glenn@gmedrill.com'; 'steven@txhydro4u.com'; 'sdouglas@potereconstruction.com'; 'landon@asapwash.com'; 'jabdulalhakim@verizon.net' sublace Request For Bid Atucbments: r&icrete Sealing, Concrete sawing wW Drilling, Dries Szcffny, and Farming Lot . 5etg. June 5, 2020 McClendon Construction Co., Inc, is requesting bids from certified minority Business Enterprises for the following City of Fort Worth construction project(s): Project #1: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project f# 101451 Bid Date: June 18, 2020, at 1:30 pm Plans Location: City of Fort Worth Purchasing Website Ce"Wet: Liam Conlon, William.conlon fortworthtexas.aov Prq92: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 Bid Date: June 25, 2020, at 1:30pm Plans Lition: City of Fort Worth Purchasing Website Contact: Suby Varughese, suby.varuehese@fortworthtexas.eov If your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can also email iblair@mcclendonconstruction.com with the project name on the subject line. Quotes received less than 3 hours before the deadline will not be considered because time is needed to put the bid together and deliver it before the deadline. A list of items to quote for each project is below. Please refer any questions concerning the job to the project engineer. Project 01: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 N/A Project 62: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 301474 Provide pricing to fumish and install Silicone Joint Seal to meet City of Fort Worth Specification for approximately 16,000 SY of concrete pavement. Justin Blair McClendon Construction 817-295-0066 Justin Blair From: Justin Blair<jbiair@mcclendonconstruction.com> Sent: Friday, June 5, 2020 11:03 AM To: 'acano@spartanreinforcing.com'; 'vstevenson@allied-scss.com'; 'curtisbush@bushconcreteandasphauit.com';'celestessteelcompany@yahoo.com'; jrsteeltie@yahoo.com'; 'pasteel91 @yahoo.com;'sdouglas@potereconstruction.com'; 'aisensotoBO@gmail.com;'westtexasrebarplacers @ya hoo.com' subjeft Request for Bid Attachments: Corm Wnforcing Bar (Rebar) Assemblies Fabrication and Rebar Contractors.pdf June 5, 2020 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project 01: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 Did Date: June 18, 2020, at 1:30 pm Plans Location: City of Fort Worth Purchasing Website Contact: Liam Conlon, William_conion@fortworthtexas.xov Project #2: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 Bid ®ate: June 25, 2020, at 1:30pm Plans Location: City of Fort Worth Purchasing Website Contact: Suby Varughese, suby.varuehese ail. fortworthtexas.xov If your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can also email iblairmcclendonconstruction.com with the project name on the subject line. Quotes received less than 3 hours before the deadline will not be considered because time is needed to put the bid together and deliver it before the deadline. A list of items to quote for each project is below. Please refer any questions concerning the job to the project engineer. Project #1: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 Provide a price to furnish reinforcing steel (rebar) to meet City of Fort Worth Specs Project 92: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 Provide a price to furnish reinforcing steel (rebar) to meet City of Fort Worth Specs Justin Blair McClendon Construction 817-295-0066 Amstin Blair From: Justin Blair <jblair@mcclendonconstruction.com> 5eft Friday, June 5, 2020 11.23 AM TO: 'coverallmgmtassoc@yahoo.com'; 'you ng@genesisearthsoiutions.com'; 'wleath@aol.com';'sdouglas@potereconstruction.com'; 'r.concreteconstruction32 @yahoo.com' subject Request for Bid A1iW-chnmrW Emem C 'l Sw%-cmpdf June 5, 2020 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project #1.: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 Did bate: June 18, 2020, at 1:30 pm Plans Location: City of Fort Worth Purchasing Website cofftet: Liam Conlon, Wiliiam.conion fortworthtexas. ov [project #t2: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 Bid ®ate: June 25, 2020, at 1:30pm Plans Lotion: City of Fort Worth Purchasing Website Contact: Suby Varughese, suby_varughese@fortworthtexas.sov If your company is interested in quoting, please contact us at 817-295-0066 or fax 317-295-6796. You can also email jblair@mcciendonconstruction.com with the project name an the subject line. Quotes received less than 3 hours before the deadline will not be considered because time is needed to put the bid together and deliver it before the deadline. A list of items to quote for each project is below. Please refer any questions concerning the job to the project engineer. Project i s 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 23 392$.090-I SP > 1 ire 31 25 60 LS 1 21 311.�n.0101 SWPPP > 9 acre - 31 25 as LS 1 22 13125.0101 ;IYi,1 P P P > acre 31 25 00 LS 1 Proj"t 02: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 18 13125.0101 S'W'PPP } 1 nre - 312500 L$ = 31_25 - - LS -Justin -Blair From: Justin Blair<jbiair@mcclendonconstruction.com> Sent: Friday, June 5, 2020 11:37 AM To: 'gjseeding@gmail.com'; 'at_iandscaping@yahoo.com'; 'info@ prolawncaredfw.com'; 'management@lawnpatrolservice.com'; 'support@miravistalandscaping.com'; 'rriandscapemgt@gmail.com'; 'Bruce.Whitiock@whitlockservices.com' Subj: Request for Bid At mcnfs: Hydroseeoling Services and Lawn Care Services.pdf June 5, 2020 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project #1: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 Old ©ate: June 18, 2020, at 1:30 pm Plans Location: City of Fort Worth Purchasing Website Contact: Liam Conlon, William.conlon@fortworthtexas.gov Project #2: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 Sid [late: June 25, 2020, at 1:30pm Plans Location: City of Fort Worth Purchasing Website Contact: Suby Varughese, subv.varughese@fortworthtexas.gov If your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can also email iblair@a7mcclendonconstruction.cam with the project name on the subject line. Quotes received less than 3 hours before the deadline will not be considered because time is needed to put the bid together and deliver it before the deadline. A list of items to quote for each project is below. Please refer any questions concerning the job to the project engineer. Project #1: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 43 3292.0100 Block Sod Placement (50150) 44 3292.WO Seeding, Hydrornulch 32 3292,0100 Block Sod placement (50150) 33 3282.0400 Seeding, Flydromulch 53 3292.0100 Block Sod Placement 14 - 3202.0100 Block Sod Placement (50150) 15 3292.0500 Seeding, Soil Retention Blanket -- - 32 92 13 � SY 31I31 329213 SY 533 329213 SY 3087 329 2 13 .1 SY 113001 32 9213 SY 533 32 92 ' SY 574 Project 82: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 11 13292.0100 Black Sod Placement 32 19 13 SY 200 30 3292.0100 Block Sod Placement 32 19 13 Sic 3.090 Justin Blair McClendon Construction 1 Justin Blair From: Justin Blair<jblair@mcciendonconstruction.com> soot: Friday, June 5, 2020 1 a4 AM To: 'alliancegeo@outlook.com'; 'tgarcia@garciaianddata.com'; 'john@piburncarson.com'; cstraup@straupsolutions.com' subjeci: Bequest for Bid AV'Achkilgnlis: L&-id SunFreysnr9 S&v6vs and a 5%n*c%s.pdF June 5, 2020 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project ft 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 - City Project # 101451 014 Date: June 18, 2020, at 1:30 pm Plons Location: City of Fort Worth Purchasing Website collet: Liam Conlon, William.conlon@fortworthtexas.gov project 02: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 Bid ®ate: June 25, 2020, at 1:30pm Plans LoMfon. City of Fort Worth Purchasing Website Coot €: Suby Varughese, suby.varughese@fortworthtexas.gov If your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can also email iblair@mcclendonconstructian.com With the project name on the subject line. Quotes received less than 3 hours before the deadline will not be considered because time is needed to put the bid together and deliver it before the deadline. A list of items to quote for each project is below. Please refer any questions concerning the job to the project engineer. Project #1: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 - City Project # 101451 Request for qualifications and request for bid for construction staking and surveying for this project_. 4s 09F1.0�a1 canetruc0ar0 Strkirl0 at 71 23 LS 1 47 9>188.0002 CPS A s-OuR tUdline Survey 0171 23 LS 1 34 0171.0101 Cornetruction Staking - 01 71 23 LS 1 35 -- 0171.0702 GPS Am -Quilt (Redline Survey 01 71 23 LS 1 - 1 .. ........ 0171.0101 - Construction Staking -- - - = - 01 71 23 LS 1 Project 52: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 20 0171.0102 As-Buir SurM (sewer) 017123 LS 1.0 21 0171.0101 Construction Stalin (Sewer)01 7123 LS 1 1 0171.0101 Const uctim &Ai -in sire 01 71 23 LS ! Justin Blair Frown: Justin Blair<jblair@mcclendonconstruction.com> Sent: Friday, June 5, 2020 12:30 PM To: 'CNJSTAFFING@OUTLOOK.COM' Subject: Request for Bid Attach", eiits: Maki* 00 aW % Co m*mpW June 5, 2020 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Pm" t #1: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 Did Date: June 18, 2020, at 1:30 pm Plans I motion: City of Fort Worth Purchasing Website Contact: Liam Conlon, William.conion@fortworthtexas.pov Project #2: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 Did Date: June 25, 2020, at 1:30pm Plans Location: City of Fort Worth Purchasing Website Contact: Suby Varughese, suby.varughese@fortworthtexas.lrov If your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can also email ib� lair@mcclendonconstruction.com with the project name on the subject line. Quotes received less than 3 hours before the deadline will not be considered because time is needed to put the bid together and deliver it before the deadline. A list of items to quote for each project is below. Please refer any questions concerning the job to the project engineer. Project #1: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 4 3339.0001 Epoxy Manhole liner 5 3339.1001 V Manhole 6 3339.1002 4' Drop Manhole 7 3339.1003 4` Extra Depth Manhole - 8 3339.1004 4' Shallow Manhole 9 9999.0001 Connect to Exist. 58 Manhole 10 13305.0114 Manhole Adjustment, Major twl Cover 14 13301.0141 Manhole Vacuum Testing 333960 VF 46 33 39 10,33 39 20 EA 5 33 39 10.33 39 20 EA 2 33 39 10,33 39 20 VF 24 33 39 10, 33 39 20 EA 1 EA 2 33 05 14 EA 5 33 0130 EAf - . _.... 8 Projed *Z: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 2 3339.1001 4' Manhok 33 39 10.33 39 20 EA 20 3 3339.0001 E x ManhoieLincr 33 39 60 VF 17 4 3339.1003 4' Extra D th Manhole >6' Dc th 33 39 10. 33 39 20 VF 17 8 3305.0107 Manhole Adjustment. Minor 3305 14 EA 2 9 3301,0101 Manhole Vacuum Testine 33 01 30 EA 20 Justin Blain From: Justin Blair <jblair@mcclendonconstruction.com> Sont: Friday, June 5, 2020 12:37 PM To.. 'eiitestriping_tommy@yahoo.com'; 'royalstriping@yahoo.com'; 'eguinn@rtofwayllc.com'; vicdelavega740hotmail.com'; 'info@dpi-us.com'; 'stripingsoiution@gmail.com; 'egu inn@nofwayllc.com' Subjaet Request for Bid Attgd%rra Pam Linn on Highs Strem 16dgm and i ir+t Traffic !arm or Parking Lots, and Parking lot Mariting and Une Painting.pdf June 5, 2020 McClendon Construction Co., Inc, is requesting rids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project *1: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 m City Project # 101451 Bid ®ate: June 18, 2020, at 1:30 pm Plans Location: City of Fort Worth Purchasing Website Contact: Liam Conlon, William.conIon@fortworthtexas.eov project g2: 2018 Bond Year 3, Contract 12, Unit I & 2 - City Project # 101474 014 Date:: June 25, 2020, at 1:30pm Plans Lacation: City of Fort Worth Purchasing Website contau: Suby Varughese, suby.varu hg ese@fortworthtexas.eov If your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can also email iblair@mcclendonconstruction.com with the project name on the subject line. Quotes received less than 3 hours before the deadline will not be considered because time is needed to put the bid together and deliver it before the deadline. A list of items to quote for each project is below. Please refer any questions concerning the job to the project engineer. Project 01: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 33 3217.5001 Curb Addrsss Painting (50150) 32 17 25 EA 11 41 3217.0002 4" SLO Permit Marking HAS (Y) 321723 LF 94 42 3217.00 4" BRK Pvmt Marking HAS (Y) 32 17 23 LF 1303 43 3217.1007 Lane Legend Sharr'ow 32 17 23 EA 1 44 .. _ _..._..-... . _ .... _. 3217.95501 24" SL® Promt Marking FUG(W) 32 17 23 LF 34 45 3217.2103 REFL Raised farmer TY ilA-A 321723 FA 38 46 3217.5001 Curb Address Painting 321725 FA 264 --- 12 13217.5001 Curb Address Painting (50150) 32 17 25 1 Projed N: 2019 Bond Year 3, Contract 22, Unit 1 & 2 - City Project # 101474 25 3217.0002 4" SLD P%mt Marking HAS (Y) 32 1723 LF 1.143 26 3217.0501 24" SLD Ptmt Makes. HA>; 321723 LF 360 27 3217.2103 REFL Raised Marley TY II -A -A 32 1723 EA 17 28 3217.5001 Curb Address Pakting 3217.15 E4 87 Justin Blair McClendon Construction 817-295-0066 AASelfl Dial ' From: Justin Blair<jblair@mcclendonconstruction.com> S�-Ht: Friday, June 5, 2020 12A3 PM TO. 'capaconcrete@gmail.com; jabdulalhakim@verizon.net'; 'bj@jlimperium.com'; 'capaconcrete@gmai Isom' Subject Request for Rd Attach wenft Read A4f,� � "D6-Vfution.pdf June 5, 2020 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project #1: 2019 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 Bid [date: June 18, 2020, at 1:30 pm Plans Location: City of Fort Worth Purchasing Website Contact: Liam Conlon, WiIliam.conlon@fortworthtexas.gov Project ##2: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 Bid ®ate: June 25, 2020, at 1:30pm Plans motion: City of Fort Worth Purchasing Website Contact: Suby Varughese, suby.varuehese@fortworthtexas.gov If your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can also email iblair@mcciendonconstruction.com with the project name on the subject line. Quotes received less than 3 hours before the deadline will not be considered because time is needed to put the bid together and deliver It before the deadline. A list of items to quote for each project is below. Please refer any questions concerning the job to the project engineer. Project 91: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 o City Project # 101451 Provide price to furnish ready mix concrete to meet City of Fort Worth specifications. Approximately 4000 CY Project 192: 2019 Bond Year 3, Contract 12, Unit 1 & 2 - City Project ## 101474 Provide price to furnish ready mix concrete to meet City of Fort Worth specifications. Approximately 3500 CY Justin Blair McClendon Construction 817-295-0066 histin Blair i"rv`-: Justin glair<jbiair@mcclendonconstruction.com> Sent- Friday, June 5, 2020 12:48 PM To: 'jrbpipeline@yahoo.com'; jrbpipeline@yahoo.com'; 'trinitymillerllc@gmail_com' Subject: Request for Sid Attachments: Sewer Construction and Sewer Main, Pipe Connection Construction.pdf June 5, 2020 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction projects): Project €1: 2018 COP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 Bid Date: June 18, 2020, at 1:30 pm Plans t.t�r.. lon: City of Fort Worth Purchasing Website Contact: Liam Conlon, William.conlon@fortworthtexas.gov Project 02: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 Bid Date: June 25, 2020, at 1:30pm Plans location: City of Fort Worth Purchasing Website Contact: Suby Varughese, suby.varughese _, fortworthtexas.pov If your company is interested in quoting, please contact us at 817-295-0065 or fax 817-295-6796. You can also email iblairCc�mcclendonconstruction.com with the project name on the subject line. Quotes received less than 3 hours before the deadline will not be considered because time is needed to put the bid together and deliver it before the deadline. A list of items to quote for each project is below. Please refer any questions concerning the job to the project engineer. Project ft 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 1 3331 AI I S r Sir pig 3311 10, 33 31 12, 33 3120 LF 1380 2 3331.4116 9" Saw Pipe, CSS Ra,ckfiil 33 05 24 LF 20 3 3331.4119 Ir I3#P SyAmr Pie 330524 LF 248 4 3339.0001 Epoxy Manhole Liner 333060 VE 46 5 3339.1001 4' Manhole 33 39 10,3339 20 EA 5 6 3339.1002 4' Drop Manhole 33 39 10,33 39 20 EA 2 7 3330.1003 C Extra Depth Manhole 33 39 10, 33 39 20 VF 24 8 3339.1004 4' Shallow Manhole 33 3910,33 39 20 EA 1 9 - - - 9999.0001 Connect to Exiat. SS Manhole EA 2 10 3305.0114 Manhole Adjuabn ent, Major wl Over 33 05 14 EA 5 11 -12 - 3331,3101 4" Sir Service 333150 EA 37 3331.3311 4" Sear Service, Roconnection 333150 EA 37 13 3301.0001 Pre -CCTV Inspection 330131 LE 223 13 3301.@002 Moat-CCTVinspaction - - - 330131 LF 1646 14 3301.0101 Manhole Vacuum Testing 33 01 30 EA 8 15 3305.011W Utility Markers - - - - 33 05 26 LS 1 16 3305.0103 Exploratory Excavation of Existing 33 05 30 EA 2 17 3365.0109 Trench Saety 330510 LF 1646 18 3305.0112 Concrete Collar 330517 EA 11 19 0330.00i11 Concrete Encase Sewer Pipe 033000 CY 11 20 3471.0001 Traffic Control 3471 13 MO 2 21 3125.0101 SWPPP > 1 acre - 31 25 00 LS 1 I 26 0241.2001 Sanitary Line Grouting 23 0241.2103 8" Sauer Abandonment Plug 0241 14 EA 1 24 0241.2201 RemoveSewer Manhole 0241 14 EA 5 25 3110.0102 -4! 0"42" Tree Ran oval 341000 EA 2 26 3110.0105 24" and larger Tree Removal 34 10 00 EA 2 27 3201.0113 V Wide Asphalt Pvm t Repair, 3201 17 LF 47 28 3201.0400 Temporary Asphalt Paving Repair 320118 LF 8 29 3211.0111 4' Flexible Baw, Type A, GRA 321123 SY 17 30 3201.0100 Topsoil 329119 CY 511 31 3291.0100 Topsoil (50150) 329119 CY 89 32 3292.0100 Block Sod Placement (50150) 329213 SY 533 33 3292.0400 Seeding, Hydromulch 329213 SY 3057 34 0171.0101 Construction Staking 017123 LS - ---------- 1 35 0171.0102 GPS Asp ulk Redline Survey 017123 LS 1 PMj6d 92: 201€3 Bond Year 3, Contract 12, Unit 1 & 2 - City Project ## 101474 2 1 3331,4115 8" Sewer P" , Acceptable BackWL PVC, SDR-26 33 11 10,33 31 12.33 3120 LF 3.153 2 3339.1001 4' Manhak 33 39 10, 33 39 20 EA 20 3 3339.0001 Epoxy Manhole Liner 33 39 60 G, 17 4 3339.1003 4' Extra Depth MauholE ?6'D th) 33 39 10. 33 39 20 VF 17 5 3331.3101 4" Sewer Sen-icewilh 2-Way Cleanout 33 31 50 FA 86 6 3305.0112 Concrete Collar 33 05 17 EA 2 7 3305.0109 Trench Safety 33 05 10 LF 3.153 8 3305.0107 Manhole Adjustment, Minor 3305 14 EA 2 9 3301.0101 Manhole Vacuum Testiig 33 01 30 EA 20 ]0 3301.0002 Post -CCTV lus Lion 3301 31 LF 3.153 11 3292,0100 Block Sod Plaeemeut 32 I9 13 SY 200 12 3291.0100 6" Topsoil 32 91 t9 CY 40 13 3211.0113 8" Flexible Base. IYE2 A_ GR-1 32 01 29 SY 243 l4 3201.0614 Conc P;mtRepair, Residential 3201 29 SY 243 15 320I.0400 Temporary As all Pang Repair 32 01 l8 LF 4.185 16 3201.0201 Asphalt P;-mt Repair Beyond Defined Width. Residential 32 01 17 SY 170 17 3201.0113 6' Fide Asphalt Punt Repair. Residential Pennanent 3201 17 LF 24 18 3125.0101 SWPPP > I acre 31 2500 LS I 19 0241.2201 Remove 4' Sewer Manhole 0241 14 EA 9 20 0171.0102 As-Buib Sunvy (Sewer) 01 7l 23 LS 1.0 21 0171.0101 COnstnlctiou Staking (Sewer) O1 71 23 LS 1 Justin Blair McClendon Construction 817-295-0066 Justin Blair Flom: Justin Blair<jbiair@mcciendonconstruction.com> Sett: Friday, June 5, 2020 12:53 PM 'to: 'fabian@comenenterprise.com' Subject: Request for Bid AttachrrnLmts; ggtts Mercha"t Whotesalers.pdf June 5, 2020 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project ft: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 Bid Date: June 18, 2020, at 1:30 pm Plans Location: City of Fort Worth Purchasing Website Contact: Liam Conlon, William.conIon@fortworthtexas.gov Project #2: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 Bid Date: June 25, 2020, at 1:30pm Plans Location: City of Fort Worth Purchasing Website contact. Suby Varughese, suby.varushese@fortworthtexas.gov If your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can also email iblair@mcclendonconstruction.com with the project name on the subject line. Quotes received less than 3 hours before the deadline will not be considered because time is needed to put the bid together and deliver it before the deadline. A list of items to quote for each project is below. Please refer any questions concerning the job to the project engineer. pmjod € A: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 60 3"IA003 Furnish and Install Alum Sign Ground 34 41 30 EA 4 61 W A004 Furnish and Install Alum Sign Eta. Pole 34 41 30 EA 1 62 3441,4108 Remove Sign Panel and Post 34 41 30 EA 1 63 3"1-41110 Remove and Reinstall Sign Panel and 344136 EA 6 Project #2: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 35 3441.4003 Famish&sml[Ahm Sign Gsound Mount City Std. 3441 30 EA 14 36 3441.4110 Remove and Reinstall S' Punel and Post 34 41 30 FA 9 Justin Blair McClendon Construction Justin Blair From: Justin Blair<jblair@mcciendonconstruction.com> Sent Friday, June 5, 2020 1.05 PM Te: 'paradisecustompool s@yahoo.com'; 'g.stevenson@yma il.co m'; 'at_landscaping@yahoo.com'; 'd@ladylibertygroup.com'; 'yepezmaintenanceservices2s @yahoo.com'; 'sprayandfence@yahoo.com' SubjetiL Request for Bid Aftaachmouts: Yrrw SwWes and. T TWrwydft June 5, 2020 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Dort Worth construction project(s): Project ft. 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 Bid ®ate: June 18, 2020, at 1:30 pm Plans Location: City of Fort Worth Purchasing Website Contact. Liam Conlon, William.conion@fortworthtexas.gov Project #2: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 Bid ®ate: June 25, 2020, at 1:30pm Plans Location: City of Fort !North Purchasing Website Contact: 5uby Varughese, subv.varughese@fortworthtexas.eov If your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can also email iblair@mcclendonconstruction.com with the project name on the subject line. Quotes received less than 3 hours before the deadline will not be considered because time is needed to put the bid together and deliver it before the deadline. A list of items to quote for each project is below. Please refer any questions concerning the job to the project engineer. Project #1.: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 25 3110.0102 0"42" Tres Ron oval 3410 00 EA 2 26 3110.0105 2V and Larger Tree Removal 341000 EA 2 15 3110.0101 Site Clearing 31 10 00 SY 200 16 3940.0102 8"-12" Tree Ron oval 31 10 00 EA 11 17 3110.0103 12"-18" Tree Removal 31 1000 EA 17 18 3110.0104 18"-24" Trea Removal 31 1000 EA 16 19 3110.0105 24" and Larger Tre® Rom oval 31 1000 EA 4 Project 62: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 N/A Justin Blair Justin Blair Fvom: Justin Blair<jbiair@mcciendonconstruction.com> Sent; Friday, June 5, 2020 1:15 PM To: 'icalvo@calvoconstruction.com'; 'Sales@C3-LLC.net'; 'brandy@nu-wayconstruction.net'; 'bids@postigroup.com';'lupe@techundergroundutilities.com; ab@amconstructionutility.com'; 'ottoscott@hotmail.com'; 'canumeie@aushill.com; 'razcarate@aace-eng_com'; 'erinm@barconstructors.com'; 'dioucks@greenscaping.com'; jcalvo@calvoconstruction.com'; 'm.aslam.khan@att.net'; 'shussain@est-i.com; 'sunchexii@yahoo.com; 'sad ig14723@hotmaii.com; `carlosramirez@flowiineutilities.com'; 'eduardo.hernandez@flow-lineconstruction.com'; .gomez9786@ sbcgiobal.net'; 'mbrian6274@aol.com'; 'jrbpipeline@yahoo.com; 'KAIDesign@kai-db.com'; 'claughiey@laughleybridge.com'; monica@mdjcontracting.net; 'munizconstruction@live.com'; 'nash1 cm@gmail.com'; 'onyxconst@yahoo.com'; 'rafybetances@rbr-1lc.com'; 'angelad@renconinc.com; 'marcosg@reyesgroup.com'; 'solisandsolisltd@aol.com'; 'nancy@rumseyllc.com'; 'lupe@techundergroundutiiities.com'; 'philiprojo@tejasconstruction.net'; 'trinitymillerilc@gmail.com'; 'bobby@trubiueservicesiic.com'; 'mryan@ustgc.com' subject: Request for Bid Attachrrnen&. Utility Vrco Construction and Water and Sewer Line and Related StnxWres CorKWOCfiGaF� June 5, 2020 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project 411: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 Old Date: June 18, 2020, at 1:30 pm Plans LoMiao; City of Fort Worth Purchasing Website Contact: Liam Conlon, William.conlon@fortworthtexas.gov Project 02: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 Did Date: June 25, 2020, at 1:30pm Plans ration: City of Fort Worth Purchasing Website Contact: Suby Varughese, subv.varughese@fortworthtexas.gov If your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can also email Blair mcclendonconstruction.com with the project name on the subject line. Quotes received less than 3 hours before the deadline will not be considered because time is needed to put the bid together and deliver it before the deadline. A list of items to quote for each project is below. Please refer any questions concerning the job to the project engineer. Project ft 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 1 3311.0281 0" PVC il�kitor F!pa 2 3311.0251 0" ow vatar 3 3305.2002 8" l "r' Carrier Pipe w/ 164nch Casing by 4 3311.0101 V' PVC VMor Pipe 5 3312.2004 1" Private WaR r Service 6 3312.2003 1" %%tor Service 7 3312.2001 1" V&tar Service, P 62c.7 lleconnecz 8 3312.2003 1.5" Water 6" ce 9 3312.2001 1.5- Water Servi ca, MotaT Roccnnect 10 3312.3002 6" Cgate Valve 11 3312.3003 8" Gast® Valve - 12 3312.3004 10" Crete Valves 13 3312.3005 12" Gaato V+ai ve 14 3305.0109 Trench sty 15 3305.0100 UtilityllAaarkars 16 3305.0103 Exploratory-&cavation of EWSting Utilities 17 3304.0101 Temporary WilstoT Services 18 3312.0001 Eire Hydrant 19 3312.0117 Connection to Zdsting 4"-12" *Ater IiA ln. 20 3311.0001 Ductile Iron r Httings w Aestrrint 21 3471.0001 ......... . Traffic Control 22 3123.0101 Unclassified Excavation by+Plan (SM50) 23 3125.0101 SililPPla > 1 acre 24 3201.0113 6' Wde Asphalt PvrM Repair, Residential 25 3201.0115 0' 0449 Asph- dt Pvrnt Repair, Residential 26 3201.0400 TsrriporasryAsphaslt Paving Repair 27 3201.0614 Conc Pvft Repair, Residential 28 3212.0304 3'. Asphalt Pwm Type D (50150) 29 3212.OW PlMAC Tmnsitlon (501W) 30 3213.0101 6" Conc Fvnt (50150) 31 3213.0401 8" Concrete Driveway (50150) 32 3216.0101 6" Concrete Curb and Gutter (5W50) 33 3217.51101- du -Address Painting (50150) 34 0241.000 1 v-a -6onc Curl�,Guttor (50150) 35 0241A302 Remove and Salvage 6" Water Valve 36 0241.1303 Remove an Salvaege $" Water Valve 37 0241.1510 Sdvage Fire Hydrant 38 0241.1515 Sri vage 3' Odor Motor 39 0241.1602 ftmova Concrete Wow Vault 40 0241.1700 11" Pavement Pulvarixation (5R+50) 41 3291.0100 Topsoil 42 3291.0100 Topsail (50150) 43 3292.0100 Block Sold Plisco Cant (50166) 44 3292.0400 Soeding, Hydreenulcla 45 0171.0101 Construction Staking 46 9999.0001 C6ara-Unw (50l50) 47 9999.0002 GPS As -Built Redline Surway - - 3311 12 LF 8742 3311 10 LF 56 330524 LF 80 3311 12 LF 185 331210 LF 302 331210 O rA 247 331210 EA 215 33 12 10 EA 1 331210 EA 1 331220 EA 12 331220 EA 30 331220 EA 1 331220 EA 1 33 05 10 LF 223 330526 L3 1 33 05 30 EA 4 33 04 30 LS 1 331240 EA 11 331225 EA 20 3311 11 TON 3 3471 13 MO 6 312316 CY 287 31 25 00 LS 1 3201 17 LF 159 3201 17 LF 68 3201 18 LF 10999 320129 SY 45 321216 SY 569 321216 TN 1 321313 SY 4 32 1320 SF 288 321613 LF 355 321725 EA 1 0241 15 LF 19 0241 14 EA 20 0241 14 EA 6 0241 14 EA 11 0241 14 EA 1 0241 14 EA 2 0241 15 SY 468 3291 19 CY 53 320119 CY 89 32 92 13 SY 533 32 92 13 SY 318 01 71 23 LS 1 321133 TN 9 01 71 23 LS 1 2 1 2 3 4 5 6 7 _ Q 9 10 11 12 13 - 13 14 15 16 - 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 - - 16--- 17 Projectt #2: 3331.4115 0" Smer Pipe 3331.4110 8" Se r Pipe, CSS Sackfill 3331.4119 8" DIP Sir Pipe 3339.0001 Epoxy Manhola Liner 3339.1001 4' Manhole 3339.1002 4' Drop Manhole 3330.1003 X Extra Depth Manhole 3339.10M X Shallow Manhole 9999.0001 Connoct to Exist. 55 Manhole 3305.0114 Manhole Adjustment, Major gal Cover 3331.3101 4" Semr Sorvice 3331.3311 4" Sir Service, Reconnection -- 3301.0001 Pre -CCTV Inspection 3301.0002 Post -CCTV Inspection 3301.0101 Manhole Vacuum Te3ting 3305.0100 Utility Markers 3305.0103 Exploratory Excavation of Existing 3305.0109 Trench Safety - 3305.0112 Concrete Collar-- 0330.0001 Concrete Encayo wa Sar Pipe 3471.0001 --- - Traffic Cowol 3125.0101 SWPPP > 1 acre - 0241.2001 Sanitary Line Grouting - 0241.2103 5" Sewer Abandonment Plug 0241.2201 Remove 4' Sower Manhole 3110.0102 8"-12" Tres Removal 3110.0105 24" and Larger Tree Removal 3201.0113 V Wide Asphalt Pvmt Repair, 3201.0400 Temporary Asphalt Paving Repair 3211.0111 4" Flexible Base, Type A, GRd1 3291.0100 Topsoil 3291.0100 Topsoil (50150) 3292.0100 Block Sod Placement (50150) 3292.0400 Seeding, I#pdromulch 0171.0101 Construction $traking 0171.0102 GPS As -Built Redline Survey 3341.0103 24" RCP, Class ill 3349.5001 1W Curb Inlet 33 11 10, 33 31 12, 33 3120 I LF 33 05 24 LF 33 0624 LF 33 39 00 VF 33 3910, 33 3920 EA 33 3910, 33 39 20 EA 3339 10.33 3920 VF 33 39 10,33 39 20 EAR IAA+ 33 05 14 EA 333150 EA 33 31 50 EA 330131 LF 330131 LF 3301 30 EA 33 05 26 LS 33 05 30 EA 330510. LF 33 05 17 EA 033000 CY 3471 13 MO 312500 LS 0241 14 0241 14 0241 14 341000 341000 3201 17 3201 1S 321123 3291 19 3291 19 32 92 13 32 92 13 017123 01 71 23 .334I 10 33 49 20 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project ## 101474 CY EA EA EA EA LF LF SY CY CY SY SY - -LS LS LF EA 1380 20 24 - -- - 1 2 5 37 223 1646 8 1 2 1646 11 11' 1 5 2 4 17 511 89 1 1 4 3 1 3331.4115 8" Sewer Pipe. Acceptable Bacicfit PVC. SDR-26 33 11 10.33 31 12.33 3120 LF 3.153 2 3339.1001 4' Manhole 33 39 10.33 39 20 EA 20 3 3339.0001 E x Manhole Liner 33 39 60 VF 17 4 3339.1003 4' Extra Depth Manhole :W D th) 33 39 10, 33 39 20 VF 17 5 3331.3101 4" Sewer Service with 2-Way Cleanout 33 31 50 EA 86 6 3305.0112 Concrete Colfax 33 05 17 EA 2 7 3305.0109 Trench Safety 33 05 10 LF 3,153 8 3305.0107 Manhole AdminienL Minor 33 05 14 EA 2 9 3301.0101 Manhole Vacuum Testing 33 0130 EA 20 10 3301.0002 Post -CCTV Inspection 33 0131 LF 3.153 11 3292.0100 Block Sad Placement 32 19 13 SY 200 12 3291.0100 6" To soil 32 9t 19 CY 40 13 3211.0113 8" Flexible Base. Type A. GR-1 32 01 29 SY 243 14 3201.0614 Conc Ptimt Repair, Residential 32 01 29 SY 243 15 3201.0400 Temporary As halt Paving R ah 32 01 l8 LF 4,185 16 3201.0201 Asphalt Pmt Repair Beyond Defined Width. Residential 32 01 17 SY 170 17 3201.0113 6' Wide As ak Pant RT2ir. Residential. Permanent 32 01 17 LF 24 IS 3125.0101 S)NIPPP � I acre 31 25 00 LS 1 19 0241.2201 Remo« 4' Seiner Manhole 0241 14 EA 9 20 0171.0102 As -Built Sunvy (Sewer) OI 7123 LS 1.0 21 10t7j.0101 Constniction Stalin (Sewer) 01 71 23 LS 1 34 3346.0005 r P' Undetdrain. Type 6 33 46 00 LF 100 Justin Blair McClendon Construction 817-295-0066 Justin Blair From: Justin Blair<jbiair@mcclendonconstruction.com> S@nt: Friday, June 5, 2020 1:19 PM To: 'olivasbobby@yahoo,com' SebjOct. FW: Request for Bid AiWxhmernts: Utility Twine Construction and Water and Sewer Line and Related Structures Construction.pdf Justin Blair McClendon Construction 817-29540066 From- Justin Blair<jblair@mcclendonconstruction.com> Sent: Friday, June 5, 20201:15 PM To: 'jcalvo@calvoconstruction.com' <jcalvo@calvoconstruction.com>;'Sales@C3-LLC.net' <Sa les@C3-LLC. net>; 'brandy@nu-wayconstruction.net' <bra ndy@nu-wayconstruction. net>; Wds@postlgroup.com' <bids@postlgroup.com>; 'lupe@techundergroundutilities.com' <lupe@techundergroundutilities.com>;'ab@amco nstructionutility.com' <ab@amconstructionutllity.com>;'ottoscott@hotmail.com' <ottoscott@hotmaii.com>;'canumele@aushill.com' <canumele@aushill.com>;'razcarate@aace-eng.com' <razcarate@aace-eng.com>;'erinm@barconstructors.com' <erinm@barconstructors.com>; 'dloucks@greenscaping.com' <dloucks@greenscaping.com>; 'jcalvo@calvoconstruction.com' <jcalvo@calvoconstruction.com>; 'm.aslam.kha n@att. net' <m.aslam.khan@att.net>; ashussain@est-i.com'<shussain@est-i.com>;'sunchexii@yahoo.com' <sunchexii@yahoo.com>; 'sadigl4723@hotmai1.com' <sadig14723@hotmail.com>;'carlosramirez@flowlineutilities.com' <carlosramirez@flowrlineutilities.cam>;'eduardo.hernandez@flow-lineconstruction.com' <eduardo.hernandez@flow- lineconstruction.cam>;'gomez9786@sbcglobal.net' <gomez9786@sbcglobal.net>;'mbrian6274@aol.com' <mbr€an6274@aol.com>; 'jrbpipeline@yahoo.com' <jrbpipe€ine@yahoo.com>; 'KAIDesign@kai-db.com' <KAlDesign@rai-db.com>;'claughley@laughleybridge.com' <claughley@laughleybridge.com>; I monica@mdjcontracting. net' <monica @mdjcontracting. net>; 'munizconstruction@live.com' <munizconstruction@llve.com>; 'nashlcm@gmail.com' <nashlcm@gmail.com>; 'onyxconst@yahoo.com' <onyxconst@yahoo.com>; 'rafybetances@rbr-lic.com' <rafybetances@rbr-Ilc.com>; 'angelad@renconinc.com' <angelad@renconinc.cam>;'marcosg@reyesgroup.com' <marcosg@reyesgroup.com>;'solisandsolisltd@aol.com' <solisandsolisltd@aol.com>;'nancy@rumseylic.com' <nancy@rumseyllc.com>;'lupe@techundergroundutilities.com' <lupe@techundergroundutilities.com>; 'philiprojo@tejasconstruction.net' <philiprojo@tejasconstruction.net>; 'trinitymillerllc@gmail.com' <trinitymiilerllc@gmail.corn>;'bobby@trubiueservicesllc.com' <bobby@trublueservicesllc.com>;'mryan@ustgc.com' <mryan@ustgc.com> Subject: Request for Bits June 5, 2020 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project 01: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 —City Project # 101451 Old Irate: June 18, 2020, at 1:30 pm Plans Location: City of Fort Worth Purchasing Website Contact: Liam Conlon, William.conlon@fortworthtexas.gov Project 92: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 Bid ®ate: June 25, 2020, at 1:30pm Plans Location: City of Fort Worth Purchasing Website Contact: Suby Varughese, sub y.varuehese@fortworthtexas.eov If your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can also email Iblair@mcclendonconstruction.com with the project name on the subject line. Quotes received less than 3 hours before the deadline will not be considered because time is needed to put the bid together and deliver it before the deadline. A list of items to quote for each project is below. Please refer any questions concerning the job to the project engineer. Project #1: 1 z 3 4 5 6 7 0 I � 10 11 12 13 14 1s 1e 17 2018 GIP Year 2 Contract 4, Unit 1,2,3, & 4 o Cip 3311.0261 8" PVC Water Pipe 3311.0251 8" Ir After 3305.2002 8" VAftr Carrier Pipe wi 164neh Casing by 3311.0161 6" PVC 1fter pipe 3312.2004 1" Pdvoto VMer SwAce 3312.2003 1" star S"ce 3312.2001 1" lA Mr Service, MM" Aacottn"-t 3312.2003 1 S" Vier Bsro4 c* 331 2.2001 3312.3002 3312.3003 3312.300E 18 3312.0001 19 3312.0117 20 3311.0001 21 3471.0001 22 3123.0101 1.5" Mrter Service, MN*r Reeonnw 6" fate Velve 8" Gate VdIva 10" fm Nd w 12" Gate val w Trench Sewy Utility Marksm EMA"atory Excnvalic-n of FAWng Mid" Trntporary Vigor Servicss Fire Wont Connociion to Edating 4"Ar inter main Duda Iron VAA&r Fittings WR"rd nt Traffic Control UnclAasifiod Excavation by Man ( 5b) _Project # 101451 3311 12 331110 33 06 24 3311 12 331210 331210 331210 3312 10 331210 331220 331220 331220 331220 330510 330626 330630 330430 331240 3312 25 3311 11 3471 13 31 23 16 LF LF LF LF LF FA EA 6A FA EA EA EA EA LF LS EA LS EA IAA TON MO CY 18! 302 247 295 1 1 12 1 1 223 1 4 1 11 20 3 6 287 2 23 24 25 26 27 26 29 30 31 32 33 34 35 38 37 39 39 40 41 42 43 44 45 46 47 1 2 3 4 5 6 7 8 9 10 11 12 13 13 14 15 16 17 18 19 20 3125.0101 3201.0113 3201.0115 3201.0400 3309.0014 3212.0404 3213.0101 3213.0401 3216.0101 3217.5001 0241.1300 0241.1302 0241.1303 0241.9510 D241.1515 D241.1602 ©241.1700 3291.0100 329UH00 U9210100 3331 AI I S 333'1.4116 333'1.4119 3339.0001 3339A00i 3330A092 3339A W3 3339.1004 3305.0114. 3331.3101 3331.3311 3301.0001 33�.8'14g 3305.0112 0330.0001 SEPs1 0' Vdd# Asphalt Pv t Repair, Residential 0' W� ki- ji bit' Pv'nv2 Raps8r, R- d- ential TunporavyAsphalt Paving Repair 6anc Fvnt ��ir, Rewil►niW 3" As;Adt Peattt T 0 (50l50) HMAC Transition (50/5-9) 6" Cook Pvfft (SNW) 0" Concrete Driveray(50/50) 6" concreto Curti and Pumr (W50) Curb Addr t POnting (5=0) Rwmve Cone CurbMufier (5069) Rarmva and Snivage 8" %i ur Valve Rwmvm and 8MV600 it" W5W VW vs Salvage FIrw Hydrmt 8W 3" Wdtw W&Y Remove Concrete Waw VOM 19" Nverm"t Pulvorlzati®n (M69) Topsoil Topsoil (50M) crock SW Pla nt (a0%O) OwdIng, Hydromrlch Conatruetion Staking CwiaUw* (59/W) OPS Az4ki It Ratline 8urvay S" Sew*r Pipe 8" Sir Pipe, CSS iacl;fill 8" DIP Star Pipe Epoxy Manhole Linar 4' Manhole 4' Drop Manhole 4' Extra Depth Manhole 4' She[ low ManhoIs Connect to ExiO. SS Manhole Manhoie Adjustm ont, Major W1 Covar 4" $r Sarvice 4" sv"rSarv1ce, Reconnecion Pre4CTV Inspection Poet -CCTV Inspection Manhole Vacuum Testing Utility Marlaro Exploratory Excavation of Existing Tr®nch Safety Concrete Collar Concrete Erncase Sour pipe Traffic Control - 312500 3201 17 320117 3201 10 320129 321216 321210 321313 321320 321613 321725 02 41 15 02 41 14 02 41 14 02.41 14 0241 14 0241 14 0241 15 32 91 19 3291 19 329213 329213 01 71 23 321133 01 71 23 3311 10, 33 31 12.33 3120 33 06 24 330524 33 39 60 33 39 10,33 39 20 33 3910.33 3920 33 39 10,33 39 20 3339 10.33 39 20 33 05 14 333150 333150 330131 33 01 31 3301 30 330626 330530 33 05 10 33 05 17 03 30 00 34 71 13 LS LF LF LF SY SY TN SY SF LF EA LF EA EA EA EA EA SY CY CY SY SY LS TN LS LF LF LF VF EA EA VF EA EA EA EA EA LF LF EA LS EA LF EA CY MO -1 159 68 10999 45 1 1 18 20 8 11 1 318 1 9 1 1380 20 248 46 5 2 24 1 37 37 223 1646 8 1 2 1646 11 . . 19 3 21 - 22 23 24 25 26 27 28 29 30 31 32 33 34 35 to 17 3125.0101 SWPPP 91 one 312500 LS 0241.2001 Sanifaq tine Grouti fig 0241 14 CY 024CV03 3" Sewer Abaandontnant plug 0241 14 EA 02411.2201 Remove 4' Sewer Manhole 0241 14 CPS 3110.0102 O"A 2" Tree Removal 341000 EA 3110.0105 24" and Larger Tree Removal 341000 F-A 3201.0113 V Wide Asphalt Pvmt Repair, 32 01 17 LF 3201.0400 Temporary Asphalt Paving Repair 3201 19 LF 3211.0111 4" Flexible Baca, Type A, CR4 32 11 23 SY 3291.0100 Topsoil 3291 19 CY 3291.0100 Topsoil (5I50) 329119 CY 32>112.0100 Block Sad placemont (W50) 329213 SY 32112.0M Seeding, Hyidromulch - 329213 SY 0171.0101 construction Staking 01 71 23 LS 0171.0102 GIBS As -Built Redline Survey 017123 LS 3341.0103 24" RCP, Class I I l 33 41 1(y LF 3349.501 10' Curb Inlst 33 49 20 EA pram . 2018 Band Year 3. Contract 12. Unit 1 & 2 - Citv Proiect # 101474 1 3 1 5 2 47 17 511 t 3331.4115 B" Sewer Pipe, Arceptable Back filL PVC. SDR-26 33 11 10. 33 31 12. 33 3120 LF 3.1.53 2 3339.1001 4' Manhole 33 39 10. 33 39 20 EA 20 3 3339.0001 Ejjx:X Manhole Liner 33 39 60 %T 17 4 3339.1003 4' Extra is b Manhols >6' D fh) 33 39 10. 33 39 20 VF 17 5 3331.3101 4" Sewer Senece with 2-Way Cleanoul 33 31 50 EA 86 6 3305,0112 Concrete Collar 33 05 17 EA 2 7 3305.0109 Trench Safety 33 05 10 LF 3.153 8 3305,0107 Manhole Adjustment. Minor 3305 14 EA 2 9 3301.0101 Manhole Vacuum Testing 33 01 30 EA 20 10 3301.0002 Past-MV Inspection 33 01 31 LF 3.153 11 3292,0100 Block Sod Placement 32 19 13 SY 200 12 3291.0100 6" Topsoil 3291 19 CY 40 I3 3211.0113 8" Flexible Base. Typt A. GR-1 32 01 29 SY 243 14 3201.0614 Conc P%mt Rcpair. Residential 3201.19 SY 243 15 13201.0,400 Temporary Asphalt Pavia R ir 3201 1s LF 4.185 16 320I.0201 Asphah P-unt Repair Beyond Defined Width. ResidentM 32 01 17 SY" 170 17 3201.0113 6' Wide Asphalt P%mt R a. Resideuti&L Permanent 3201 17 LF 24 18 3125.0101 SWPPP > 1 acre 31 23 00 LS 1 19 0241.2201 Remove 4' Sewer Meaholfi 0241 14 EA 9 20 0171.0102 As -Built Sur%vy (Sewer) Ot 71 23 LS 1.0 21 10171.0101 Constr i:t Stakin Sealer) 01 71 23 L5 1 34 13346.OM 4" Pipe Under*nia. Type 6 1 33 46 00 1 U 1o0 Justin Blair McClendon Construction 817-295-0066 4 just!" 13Idir Fromm: MAILER -DAEMON (Mail Delivery System) Sent Friday, June 5, 2020 1:15 PM TO: jbiair@mcclendonconstruction.com subjw: Undelivered Mail Returned to Sender A chmants: details.txt; Undelivered Message Headers.txt This is the mail system at host smtpg.relay.iad3b.emailsrvr.com. I'm sorry to have to inform you that your message could not be delivered to one or more recipients. It's attached below. For further assistance, please send mail to postmaster. If you do so, please include this problem report. You can delete your own text from the attached returned message. The mail system <bobby ►trublueservicesllc.com>: Host or domain name not found. Dame service error for name=trublueservicesllc.com type=A: Host not found Justin Blair From: Justin Blair<jbiair@mcciendonconstruction.com> Sent Friday, June 5, 20201:19 PM TO: 'olivasbobby@yahoo. Subject: W. eques or Bid Attachments: Utility Line Construction and Water and Sewer Line and Related Structures Construction.pdf , f /,n r Justin Blair 11 Jr I McClendon Construction r `� 817-295-0066 From: Justin Blair<jblair@mcciendonconstruction.com> Seat: Friday, June 5, 20201.15 PM i<u:'jcalvo@calvoconstruction.com' <jcalvo@calvoconstruction.com>; 'Sales@C3-LLC.net' <Sales@C3-LLC.net>; 'brandy@nu-wayconstruction.net' <brandy@ n u-wayconstruction. net>; 'bids@ postigrou p.com' <bids@postigroup.com>; 'iupe@techundergroundutiiities.com' <iupe@techundergroundutilities.com>; 'ab@amconstructionutility.com' <ab@amconstructionutility.cam>;'ottoscott@hotmail.com' <ottoscott@hotmail.com>;'canumele@aushill.com' <canumele@aushill.com>; 'razcarate@aace-eng.com' <razcarate@aace-eng.com>; 'erinm@barconstructors.com' <erinm@barconstructors.com>;'dioucks@greenscaping.com' <dloucks@greenscaping.com>; 'jca lvo @calvoconstruction.com' <jcalvo@calvoconstruction.com>;'m.aslam. khan @att.net' <m.aslam.khan @att.net>; 'shussain@est-i.com'<shussain@est-i.com>;'sunchexii@yahoo.com' <sunchexii@yahoo.com>; 'sad ig14723@hotmail.com' <sadig14723@hotmail.com>; 'carlosramirez@flowlineutilities.com' <carlosramirez@flowlineutilities.com>;'eduardo.hernandez@flaw-lineconstruction.com' <eduardo.hernandez@flow- lineconstruction.com>;'gomez9786@sbcglobal. net' <gomez9786@sbcgloba1.net>;'mbrian627.4@aol.com' <mbrian6274@aol.com>; 'jrbpipeline@yahoo.com' <jrbpipeline@yahoo.com>; 'KAIDesign@kai-db.com' <KAIDesign@kaAb.com>,'claughley@laughleybridge.com' <claughley@laugh leybridge.com>; 'monica@mdjcontracting.net' <m onica @mdjcontracting. net>; 'm unizconstruction@ live.com' <munizconstruction@live.com>;'nashlcm@gmaii.com' <nashlcm@gmaii.com>;'onyxconst@yahoo.com' <onyxconst@yahoo.com>;'rafybetances@rbr-llc.com' <rafybetances@rbr-llc.com>;'angelad@renconinc.com' <angelad@renconinc.com>;'marcosg@reyesgroup.com' <marcosg@reyesgroup.cam>;'solisandsoiisltd@aol.com' <soiisandsolisltd@aol.com>;'nancy@rumseyllc.com' <nancy@rumseyllc.com>;'iupe@techundergroundutiiities.com' <lupe@techundergroundutilities.com>;'philiprojo@tejaseonstruction.net'<phi1iprojo@tejasconstruction.net>; 'trinitymillerllc@gmail.com' <trinitymillerlk@gmall.com>;'bobby@trublueservicesllc.com' <bobby@trublueserviceslic.com>; 'mryan@ustgc.com' <mryan@ustgc.com> Subject: Request for Bid June 5, 2020 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): project 41: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4— City Project # 101451 Bid Date: June 18, 2020, at 1:30 pm Plans Location: City of Fort Worth Purchasing Website Contact: Liam Conlon, William.conlon@fortworthtexas.gov Project fit: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 Bid Date: June 25, 2020, at 1:30pm plaos tlon: City of Fort Worth Purchasing Website Contact: Suby Varughese, subs.varughese@fortworthtexas.gov If your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can also email ibfair@rncciendonconstruction,com with the project name on the subject line. Quotes received less than 3 hours before the deadline will not be considered because time is needed to put the bid together and deliver it before the deadline. A list of items to quote for each project is below. Please refer any questions concerning the job to the project engineer. Project #i!1: 1 2 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 2019 CIP Year 2 Contract 4, Unit 1,2,3, & 4 --� _.._ .. --........ . . - 3311.0261 8" PVC Vftor Pipe 3311.0251 S" DIP Water 3305.2002 8" Mter Carrier Pipe w/ 164nch Casing Ly 3311.0161 6" PVC L' er M p6 3312.2004 1" Primes iiiler 8srv9ca 3312.2603 1" YV�ter Via* 3312.2001 1 •' water SWVICS, MGtGr ROM] ROCt 3312.2003 1.5" Water $was 3312.2001 1.5" V"r Ser%iae, hVKw ftconnea 3312.3002 6" Gate Valve 3312.3003 8" Gate Valve 3312.3004 10" Gate Valve 3312.3005 12" Caw Valeo 3305.0109 Trench Safety 3305.0100 Utility Markers 3305.0103 Ex0orstaryllix"vatitrn ogEidstin0 U€ililies 3304.0101 Yerrpmry+m2u SQrvic 3312.0001 Fire Hy+"nt 3312.0117 Conrreation t© 6ising V" 12" illi!' W VAin 3311.0001 Ductile Iron 1f9�r �t�n� �f�straint 3471.0001 Tram C ontra! 3123.0109 U nassWlierf Exeavetion by Plan (SM41) Project # 101451 3311 12 3311 10 33 05 24 331112 33 12 10 33 1210 331210 331210 331210 331220 331220 331220 33 12 20 33 05 10 33 05 26 330530 33 04 30 331240 331225 3311 11 3471 13 31 23 16 LF 8742 -LF 56 LF € o l..F -- - 185 LF 302 EA 247 EA 215 EA .... 1 EA 1 FA 12 EA 30 EA 1 EA 1 LF 223 LS 1 EA 4 LS 1 fA 11 EA 20 TON 3 M0 6 CY 287 2 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 1 2 3 4 5 6 7 8 9 10 11 12 13 13 14 15 16 17 18 19 20 125.0101 SVWPP s 1 Nor* 201.0113 6' VWCW AsphaltPvrntRepair, Residential 201.0915 8' 16Ade Asphalt Pew Repair, RssYidontiM 201 AM Temparrary Asphalt Paving Repari r 201.0614 Conc Pv t Repair, Obesidential 212.03" 3" Asphalt Pwnt Type ® (50f50) 212.0404 HMAC Transition (50I50) 213.0101 6" Conc Pvmii (5DI50) 213.0401 6" Constar Driveway (59/50) 216.0101 6" Concrete Curb and Outtmr (50I54) W.5001 Curry Address Painting (50154) 241.1300 Rive Cone Curb&Gut7mr (50w) 241.1302 Rwwve and Zaivaq* B" WauftrVdw 241A303 Ren ove and 80ao s" Water Volva 241.1510 Sal vasge Fire Hydrant 241.1515 84-"go 3" V*tor Motor 241.1602 Remove Concrete W tar Vault 241.1700 11" ftvwnent Pulverrigataon (50-50) 291.0100 Topsoil 291.0100 Topsoil (SOW) 292.0100 Block Sod Placernent (50150) 202.0400 Se"ng, Hydramulch 171.0101 Construction making 829.0001 corrat.iRl®(59fs9) 999.0002 GP9 As -Built ReMno Survey 331.4115 8" Smpmr Pipe 331.4116 It" Sewer Pipe, CSS Itckfill 331.4119 8" DIP Sewer Pipe 339.0001 Epoxy Manhole Liner 339.1001 W Manhole 339.1002 4' Drop Manhole 339.1003 a Extra Depth Manhole 339AOU 4' Shallow Manhole 999.0001 Connect to Exist. SS Manhole 305.Oi_ Manholo Adjustment, Major wP Cover 331.310l 4" Sewer Service 331.3399 4" Smer ftrvice, Reconnection 301.0001 Pre -CCTV Inspection 301.0002 Post -CCTV Inspection 361.0109 Manhole Vacuum Touting 305.0100 Utility Markers 305.0103 Exploratory Excavations of Existing 305.0109 - Trench sty 305.0112 Concrete Collar 330.0001 Concrete Encase Sev"W Pipe 471.0001 Traffic Control 31 25 00 32 01 17 3201 17 32 01 18 32 01 29 32 12 16 32 12 16 321313 321320 32 16 13 321725 0241 15 0241 14 0241 14 0241 14 0241 14 02 41 14 02 41 15 3291 19 3291 19 32 92 13 32 92 13 01 71 23 321133 017123 3311 10, 33.311.2. 33 3120 33 05 24 33 05 24 33..39..60 .. 33 39 10,33 39 20 33 39 10,33 39 20 33 39 10,33 3920 33 39 10,33 3920 33 05 14 3.33150 33 31 50 3301 31 330131 33.0130 330526 33 05 30 330510 33 05 17 03 30 00 3471 13 LS LF LF LF SY SY TN SY Si LF EA LF EA EA EA EA EA SY CY CY SY SY LS TN LS LF LF LF VF EA Fes+ VF EA EA EA IAA EA LF LF FAA LS EA LF €A CY MO 1 159 68 10999 45 569 1 4 2,88 355 1 19 20 6 11 1 318 .1 1 - 37 - 223 1646 8 1 2 1646 11 11 2 3 _..------- 21 3125.0101 - SWPPP A 1 acre 3125 00 LS 22 0241.2001 Sanitary Line Grouting 0241 14 CY 23 0241.2103 0" Sower Abandonment Plug 0241 14 EA 24 0241.2201 Reni ove T Semr Manhole 0241 14 EA 26 3110.0102 4"-12" Treo Rem oval 341000 IAA 26 3110.0105 ?A-." and Lprgor Tree Removal 341000 EA 27 3201.0113 S' WW Abpha t Pvmt Repair, 320117 LF 28 3201.0400 Yompor®ry AophaltPaving RWelr 3201 18 LF 29 3211.0111 4" i` l"Ible Pogo, IVpe A, OR-1 321123 SY 30 3291.0100 Topsoil 32 91 19 CY 31 3291.0100 Topsoil (501501 32 91 19 CY 32 3292.0100 Black Sod Plaoamatit ('39150) 329213 SY 33 3292.0400 So&dIng, Hydromuloh 329213 SY 34 0171.0101 Conatruction Waking 01 71 23 LS 35 0171.0102 GPS Asauilt Redline Survey 0171 23 LS 16 3W.0103 2V RCP, Claes 111 33 41 10 LF 17 3349.5001 10' Curb inlet 33 49 20 EA Project #2., 2018 Bond Year 3. Contract 12. Unit 1 & 2 - Citv Project l# 101474 1 3 1 5 2 2. 47 8 17 511 89 1 3331.4115 8" Sewer Pipe. ACCeptOW Back-fdL PVC. SDR 26 33 11 10. 33 31 12. 33 3120 LF 3.153 e 3339,1001 4' Manhole 33 39 10. 33 39 20 EA 20 3 3339.0001E x Manhok Liner 33 3960 VF 17 4 3339.1003 4' Ex" D th Manhole :6' b tit) 33 39 10.33 39 20 IT 17 5 3331.3101 4" Sewer Senice wilh 2-Way Cleanout 33 3150 EA 86 6 3305.0112 Concrete Collar 3305 17 EA 2 7 3305.0109 Trench Safeq 3305 10 LF 3.153 8 3305,0107 Manhole Adjmement, Minor 3305 14 EA 2 9 3301.010L Manhole Vacuum Testng 33 01 30 EA 20 10 3301.0002 Post -CCTV Inspecti= 330131 LF 3.153 11 3292,0100 Block Sad Ptcement 32 19 13 SY 200 12 3291.0100 6" Topsoil 3291 19 CY 40 l3 3211.0113 8' Flcx?Dk Base. Type A. GRA 32 01 29 SY 243 14 3201.0614 Couc Ptimt Repair- Residential 3201 29 SY 243 15 3201.0400 Tewpomr Aspltak Pat at 1L air 3201 18 LF 4,185 16 3201.0201 Asphalt Pout Rivpt4 Beyond Defted Width. Rcsdential 3201 17 SY 170 17 3201.0113 6' Wide Asphalt P«nt R"ir. ResidentiaL Permment 3201 17 LF 24 18 3125.0101 SU'PPP 211 acre 31 2500 LS 1 l9 0241.2201 Remove 4' Sewer Manhole 0241 14 EA 9 20 0171.0IO2 As -Built Sun-ey (Seurer) 01 71 23 LS 1.0 21 0171.0101 Constmvion Stekin (Sewer) 01 71 23 LS 1 34 3346.0006 4" Pim Underdraia. Type 6 33 46 00 LF IN Justin Blair McClendon Construction 817-295-0066 4 The following were attachments sent with each emaH, fax, or postal mail to MBE9s'in each category McCLENDON CONSTRUCTION CO., INC* 11.0. Box 999 a Burleson, Texas 76097 e (817) 295-0066 * Fax (817) 295-6796 ® jblair@,mcclendonconstruction.corn June 5, 2020 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project 01: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 Bid Date: June 19, 2020, at 1:30 pm Plans Location: City of Fort Worth Purchasing Website Contact., Liam Conlon, William.conlon@fortworthtexas_go_v Project #2: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 Bid Date: June 25, 2020, at 1.30pm Pinas Location: City of Fort Worth Purchasing Website Contact: Suby Varughese, sub y_varu&hese@fortwarthtexa5,gov 1f your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can also email jblair@mcclendonconstruction_com with the project name on the subject line. Quotes received less than 3 hours before the deadline will not be considered because time is needed to put the bid together and deliver it before the deadline. A list of items to quote for each project is below. Please refer any questions concerning the job to the project engineer. Project #1: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 N/A Project #2: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 Provide pricing to furnish and install Silicone Joint Seal to meet City of Fort Worth Specification for approximately 16,000 SY/ of concrete pavement. Qn Z'0hCtyl� Poli-ki- �aL/4- 0 k� lfPi McCLE1 DON CONSTRUCTION CO, INC. �.0. Box 999 * Burleson, Texas 76097 0 (817) 295-0066 o Fax (817) 295-6796 e jbiair@mcclendonconstruction.com June 5, 2020 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Font Worth construction project(s): Project 01: 2018 C1P Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 Bid Date: June 18, 2020, at 1:30 pm Plans Location: City of Fort Worth Purchasing Website Contact: Limn Conlon, William.conlon fortworthtexK., ov Project #2: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 Bid Date; June 25, 2020, at 1:30pm Plans Location: City of Fort Worth Purchasing Website Contact: Suby Varughese, suby.varughese(a fortworthtexas.goy If your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can also email iblairCaee,mcclendonconstruction.com with the project name on the subject line. Quotes received less than 3 hours before the deadline will not be considered because time is needed to put the bid together and deliver it before the deadline. A list of items to quote for each project is below. Please refer any questions concerning the job to the project engineer. Project #1: 2019 C1P Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 Provide a puce to furnish reinforcing steel (rebar) to meet City of Fort Worth Specs Project #2: 201 S Bond Year 3, Contract 12, Unit I & 2 - City Project # 101474 Provide a price to furnish reinforcing steel (rebar) to meet City of Fort Worth Specs �'�-t�L� �'✓SZrv1��� � `? p'j" � reA G McCLENDON CONSTRUCTION CO., INC* 3.0. Box 999 # Burleson, Texans 76097 ® (817) 295-0066 ® Fax (817) 295-6796 a jbiairlorncclendonconstruction.corn June 5, 2020 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project #1: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 Bid Date: June 18, 2020, at 1.30 pm Plans Location: City of Fort Worth Purchasing Website Contact: Liam Conlon, William.conlon@fortworthtexas.gov Project #2: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 Bid Date: June 25, 2020, at 1.30pm Plans Location: City of Fort Worth Purchasing Website Contact: Suby Varughese, suby.varughese@fortworthtexas.gov If your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can also email iblair@ ,Lnc,ciendonconstruction.com with the project name on the subject line. Quotes received less than 3 hours before the deadline will not be considered because time is needed to put the bid together and deliver it before the deadline. A list of items to quote for each project is below. Please refer any questions concerning the job to the project engineer. Project #1: 2018 CIF Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 23 3125.6101 3*P , I acre 31 25 00 LS 1 21 312 101 8111 PPP > 1 scr 312500 LS 1 22 SwPpp � 9 acro 3125 00 _ LS 1 Project #2: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 j 18 {3125.0101 SWPPP -::!I acre 31 25 00 _ _ I LS 1 12 13125.0101 SWPPP > 1 acre 312500 LS I1 1'Q h 6' Lo' i 7 Cam" V (rce- -> McCLEI, DON CONSTRUCTION CO., [NCO 11.0. Box 999 ® Burleson, Texas 76097 0 (817) 295-0066 e Fax (817) 295-6796 @ jblair@mcclendonconstruchon.corn June 5, 2020 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): PfVject #1: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 Bid Date: June 18, 2020, at 1:30 pm Pima Location: City of Fort Worth Purchasing Website Contact: Liam Conlon, William.conlon@fortworthtexas.gov.- Project #2: 2018 Bond Year 3, Contract 12, Unit I & 2 - City Project # 101474 Bid Date: June 25, 2020, at 1:30pm Plans Locations: City of Fort Worth Purchasing Website Contact: Suby Varughese, suh.varughese@fortworthtexas.gov If your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can also email Blair mcclendonconstruction.corn with the project name on the subject line. Quotes received less than 3 hours before the deadline will not be considered because time is needed to }gut the bid together and deliver it before the deadline. A list of items to quote for each project is below. Please refer any questions conceming the job to the project engineer. Project #1: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 —City Project # 101451 43 3292.0100 Black Sod Piscerrrant (50150) 3292.04t10 Swding, Hydronmich 32 92 13 32 92 13 SY 533 41 SY 318 32 3292.0100 Block Sod Fluent (5&50) 32 92 13 SY 533 _- 33 3292.0400 ceding, Hydromulch -- -- - - 329213 SY 3067 53 3292.0100 Block Sad PlwAwnent 32 92 13 SY _ 11300 14 3292.0100 Block Sod Placwnent (=50) 32 92 13 _.W-. SY --- 533 - -- W15 _ 3292.0SD0 SeWing, Soil Retention Blank— -- _._ 32 92 13� �� 574 Project : 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 11 3292.0100 Block Sod Placement 32 1913 SY 200 30 3292.0100 Biock Sod Placement 321913 SY i� s ��D" ►,� J G�`��G li �7 q Jot V,, ,r1 �� c� C� >.O. Box 999 * Burleson, Texas 76097 a (017) 295-0066 o Fax (617) 295-6796 o jbiair@mcdendonconstruclion.corn June 5, 2020 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction pmjcct(s): Project #1: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 -- City Project # 101451 Bid Date: June 18, 2020, at 1:30 prn PInas Lomtio>r: City of Fort Worth Purchasing Website Contact: Liam Conlon, William.conlon@fortworthtexas.gov Pi,ojeet #2: 2018 Bond Year 3, Contract 12, Unit l & 2 - City Project # 101474 Bid Dnte: June 25, 2020, at 1:30pm P ors Location: City of Fort Worth Purchasing Website Cout:3ct: Suby'Varughese, subyvarughesaa,fortworthtexas.gov 1f your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can also email jblair @mcclendonconstruction.com with the project name on the subject line. Quotes received less than 3 hours before the deadline will not be considered because time is needed to put the bid together and deliver it before the deadline. A list of items to quote for each project is below_ Please refer any questions concerning the job to the project engineer. Project #1: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 �� W� Kequest ror 45 lncatlons ana request for oia tor construction stun 01i1.040i Gonstruetion Staking g anu sW-vcyuxg rvr wr„b 01 71 23 - PlypLa. LS 1 47 9990.0002 OPS As -Built Radline Survoy 01 71 23 LS 1 34 0171.0101 Construction Sbking 01 71 23 Ls-- 1 - 3: 0171.0102 OPS As -Built Redifne Surrey 017123 LS 1 1 0171.0101 Construction Ed13g 0171 Project #2: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 20 10171.0102 As -Bulk Survey Sewer 01 7123 IS 1.0 21 10171.0101 Constructimn Stakin Sewer 01 71 23 LS 1 1 10171.0101 Constnwtba S Pawn 01 71 23 LS 1 McCL ENDON CONSTRUCTION CO., INC., P.B. Box 999 a Burleson, Texas 76097 • (817) 295-0066 a Fax (817) 295-6796 • jblair@mcclendonconstruction.com June 5, 2020 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction projects): Project 41: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 - City Project # 101451 Bid Date: June 18, 2020, at 1:30 pm Plans Location: City of Fort Worth Purchasing Website Contact: Liam Conlon, William.conlon fortworthtexas. ov Project #2: 2018 Bond Year 3, Contract 12, Unit I & 2 - City Project # 101474 Bid Date: June 25, 2020, at 1:30pm Plans Location: City of Fort Worth Purchasing Website Contact: Suby Varughese, suby.uarughesc(2fortworthtexas.gov If your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can also email iblai gmcclendonconstruction.com with the project name on the subject line, Quotes received less than 3 hours before the deadline will not be considered because time is needed to put the bid together and deliver it before the deadline. A list of items to quote for each project is below. Please refer any questions concerning the job to the project engineer. Project #1: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 - City Project # 101451 4 -- 3339.0001 ........... Epoxy Manhole Uner 5 3339.1001 4' Menhols -----—_-_-__- 6 3339.1002 4' Drop Manhole _.. 7 -- - - 3339.1003 4' Extra Depth Manhole 3339.1004 4' Shallow Manhole _8 9 9M.0001 Conned to Exist. SS Manhole �- 10 - 33 .0114 Manhole Adjue went, Major wl Cover 14 Manhole Vacuum Yoking - 333960 _ Vl= 46 33 39 10, 33 39 20 -- - --EA _ 5 33 39 10,33 39 20 FA 2 - 33 39 10.3339 20 — VF 24 33 3910,33 39 20 EA -1 EA 2 33 05 14 EA 5 33 01 30 EA 8 Project #2: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 2 3339.1001 4' Manhole 33 39 10 33 39 20 EA 20 3 3339.0001 Epoxy Manhole Liner 33 39 60 VF 17 4 3339.1003 4' Excra Depth Manhole >6' De 33 39 10 33 39 20 VF 17 8 3305.0107 Manhole Adiustmcn Minor 33 05 14 EA 2 9 3301.0101 Manhole Vacuum Tesft 330130 EA 20 11 :4JZI-45Z �SJr��r�� McCLENDON CONSTRUCTION CO., INC. :1.0. Box 999 a Burleson, Texas 76097 * (817) 295-0066 * Fax (817) 295-6796 ® jblair@mcciendonconstruction.com June 5, 2020 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction projecks): Project #1: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 - City Project # 101451 Bid Date: June 18, 2020, at 1:30 pm Plans La=tioja: City of Fort Worth Purchasing Website Contact: Liam Conlon, William.conlon@fbgworthtexas.goy Project #2: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 Bid Date: June 25, 2020, at 1:30pm Plans Location: City of Fort Worth Purchasing Website Contact: Suby Varughese, suby.varughese@fortworthtexas.gov If your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can also email jblair@mcclendonconstruction.com with the project name on the subject line. Quotes received less than 3 hours before the deadline will not be considered because time is needed to put the bid together and deliver it before the deadline. A list of items to quote for each project is below. Please refer any questions concerning the job to the project engineer. Project #1: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 - City Project # 101451 33 _ 3217.6001 Curb Acidri"irrting (50-150) 32 17 25 EA 1 41 3217.0002 4" SLD Pvmt Marldng HAS (Y) 321723 32 17 23 — — - LF LF .._. _ 84 - 1303 42 - 3217.0004 V SRK Pvmt IlAwMng HAS (Y) ---- 43 3211.1007 Lane Leend Sharrrrow 321723. EA 1 ---- - -- - ---- 44 --- 3217.0501 24" SLD Pvmt Marking File (lira) 321723 LF -- 34 45 46 3217.2103 REEL Raised Marker TY If —AA ---- 3217.1 Curb Address Painting 321723 - 321725 EA EA 38 264 12 3217. 1 Curb Addrew 60 Pointing (50) 32 17 25 EA -- Project 02: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 25 3217-0002 4" SLD Pvmt Markkg HAS Y 32 17 23 LF 1,145 26 3217.0501 24" SLD Pvmt Markin HAE 32 17 23 LF 360 27 3217.2103 REFL liaised Marker TY 11-A-A 32 17 23 EA 17 28 3217.5001 Garb Address Paiitkig 32 1723 EA 87 Chr tvP I L� vac + d "1 J c t,� yam/ -5 5 . sip ar ar �r L� f�o.f Itr Lj� �rll� �Arf�l1�� McCLENDON CONSTRUCTION CO., INC. 3.0. Box 999 & Burleson, Texas 76097 * (817) 295-0066 # Fax (617) 20-6796 * jblair@mcclendonconstruction.corn June 5, 2020 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project #1: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 Bid Date: June 18, 2020, at 1:30 pm Playas Location: City of Fort Worth Purchasing Website Contact: Liam Conlon, Will iam.conlon ,fortworthtexas.gov Project #2: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 Bid Date: June 25, 2020, at 1:30pm Plans Location: City of Fort Worth Purchasing Website Contact: Suby Varughese, suby.varughese@fortworthtexas.gov If your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can also email jbtair@mcclendonconstruction.com with the project name on the subject line. Quotes received less than 3 hours before the deadline will not be considered because time is needed to put the bid together and deliver it before the deadline. A list of items to quote for each project is below. Please refer any questions concerning the job to the project engineer. Project #1: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 Provide price to fiirnish ready mix concrete to meet City of Fort Worth specifications. Approximately 4000 CY Project #2: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 Provide price to furnish ready mix concrete to meet City of Fort Worth specifications. Approximately 3500 CY G10% el M4 A v1 le... e,� �VW/ 0r � 5 QCLEN® N CONSTRUCTION CO., INN& �_O. Box 999 s Burleson, Texas 76097 a (617) 295-0066 B Fax (817) 2.95-6796 * jbiair@mcclendonconstruction.corn June 5, 2020 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project #1: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 - City Project # 101451 Bid Date: June 18, 2020, at 1:30 pm Plans LG=tiorn: City of Fort Worth Purchasing Website Contact: Liam Conlon, William.conionQr`},fortworthtexas.gov Project #2: 2018 Bond Year 3, Contract 12, Unit i & 2 - City Project # 101474 Sid Date: June 25, 2020, at 1:30pm Plans Location: City of Fort Worth Purchasing Website Contact: Suby Varughese, sub,, hg ese@fortworthtexas.gQv If your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can also email ablair(,mcclendonconstruction.corn with the project name on the subject line. Quotes received less than 3 hours before the deadline will not be considered because time is needed to put the bid together and deliver it before the deadline. A list of items to quote for each project is below. please refer any questions concerning the job to the project engineer. "ect #1: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 - City Project # 101451 - - 1 - 3331.4115 8" Smmr Pipe 33 11 10, 33 31 12, 33 3120 LF 1380 2 - T-- _ 3331.4116 - S" Sewer Pipe, CSS Backfill -- - ---- 33 05 24 33 05 24 _ LF 20 3 3331.4119 0" DIP Smer Pipe LF 248 -- --4 3339.0001 Epoxy Manhole Liner 33 39 60 VF 46 _--5-._.._- 3339.1001 Manhole -- 33 3910, 33 3920 EA --. 6 6 7 _4' 3339.1002 4' Clap Manhole --- _ 3339.1003 4' Extra Depth Manhole 33 39 10, 33 39 20 33 3910,33 3920 —EA VF - _- 2 24 8 9 ._..._ . _._....._... 10 U39.1004 V Shallow Manhole 99.000'1 Connect to Exist. SS Manhole - — -- - - 3=0114 Adjustment, EWajorwl mover 33 3910.33 38 20 FA 1 _ _... -- 330514 EA _..-_......_. EA . _2 5 11 12 13 _Manhole 3331.3101 4" Seus+er Service —� 3331.3311 4" Sewer Service, Reconnection 333150 - - 333150 330131 EA EA LF 37 37 223 3301.0001 Pre -CCTV Inspection 13 3301.0002 Post -CCTV Inspection ----_ 330131 `- LF 1646 14 15 3301.0101 Manhole Vacuum Testing 33 01 30 EA LS 8 1 3305.0100_ Markers 33 05 26 16 - -Utility 3305.0103 Exploratory* Excavation of Existing - -- -- 33 05 30 EA 2 - 17 3305.0109 Trench Safe _ -- 33 0510 LF 1646 _ - -- 18 _ 3305.0112 Goncreft Collar r -- - - - ..-- 330517 EA _ 19 0330.0001 Concrete Encase Seep Pipe -- 03 30 00 CY 20 3471.0001 Traffic Control 34 71 13 pqQ 2 21 _ 3125.0101 SWPPP > 1 acre — --- ----- --- - - 3125 00 -- - 02 41 14 LS 1 22 0241.2001 Sanitary Line Grouting CY 3 23 0241.2103 8" fiver Abandonment Plug 02 41 14 EA — 1 24 0241.2M1 :3omoye f Sower Uanhole — --S'-IZ' _ — — 02 41 14 EA - - 5 25 26 27 _ 3110.0102 Tree Removal -- -- 3110.0105 24" and Larger Tree Removal 341000 - 34 10 00 32 01 17 - EA -- FA - - 2 2 3201.0113 0' Wide Asphalt Pvmt Ropair, LF 47 28 - - 29 ... _ ... 30 ----_- _ 3201.0400-- Temporary Asphalt Paving Repair - - 3211,0111 4" Flexible Base, Type A, GR•,9 ------ 3201 18 321123 -- - LF - SY _ 17 3291A100 Topsoil �—....�...... 329 19 � 32 91 19 329213 CY CY SY 511 89 533 31 32 3291.0100 Topsoil (SWS0) - -- - T 3292.0100 Block Sod Placement (M M) 33 3292.0400 Seeding, bydromulch 329213 SY 3067 35 0171.0101 - Construction Stalling 0171.0102 OPS As- Built Redline Survey - _.._ _._. 01 71 23 _.-- 017123 -- LS 1 —.-... Project #2: 2018 Bond Year 3, Contract 12, Unit 1 & 2 -City Project # 101474 1 3331.4115 8" Sewer Pipe, Acceptable BackfilL PVC, SDR 26 33 11 1033 31 12 33 3120 LF 3,153 2 3339.1001 4' Manhole 33 39 1033 39 20 EA 20 3 3339.0001 Epoxy Manhole Liner 33 39 60 V1= 17 4 3339.1003 4' Extra DepthManhole >6' De 33 39 10 33 39 20 VF 17 5 3331.3101 4" Sewer Service wish 2-Wity. Clsatxtut 3331 50 EA 86 6 3305.0112 Concrete CoUar 3305 17 EA 2 7 3305.0109 'French 3305 10 LF 3,153 8 3305.0107 Manhole AdjustmeM Minor 33 05 14 HA 2 9 3301.0101 Manhole Vacuum Te 33 01 30 EA 20 10 13301.0002 Post -CCTV ftnpecthn 33 01 31 LF 3,153 11 3292,0100 Block Sod Placement 32 19 13 SY 200 12 3291,0100 6" TqM2fl 3291 19 CY 40 13 3211.0113 S" Flexible Base Type A, Cat 1 3201 29 SY 243 14 3201,0614 CDnc Pvmt Residential 32 01 29 SY 243 15 3201.0400 Tempprwy Asphalt Paying Repair 3201 18 LF 4,185 16 3201.0201 Asphalt Pvmt Repsk Beyond DefinedModth, Residential 3201 17 SY 170 17 3201.0113 6 Wide As haft Pvmt Repair, Residers ' Permanent 3201 17 LF 24 18 3125.0101 SWPPP > 1 acre 31 25 00 LS 1 19 0241.2201 Remowe 4' Sewer Manhole 0241 14 EA 9 20 017L0102 As -Built S Sewer 017123 LS 1.0 21 0171.0101 Constructions Sewer 0171 23 LS 1 McCLENDON CONSTRUCTION CO., INC. P.O. Box 999 ® Burleson, Texas 76097 a (817) 296-0066 a Fax (817) 29"796 ® jbiair@mcclendonconstruction.com June 5, 2020 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project #1: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 Bid Date: June 18, 2020, at 1:30 pm Plans Location: City of Fort Worth Purchasing Website Contract: Liam Conlon, William.conlonCg�fartworthtexafiov Project #2: 2018 Bond Year 3, Contract 12, Unit I & 2 - City Project # 101474 Bid Date: June 25, 2020, at 1:30pm Plans Location: City of Fort Worth Purchasing Website Contact: Suby Varughese, suby.vamgheseCc�r�,fortworthtexas.gov If your company is interested in quoting, please contact us at 917-295-0066 or fax 817-295-6796. You can also email iblair@mcciendonconstruction.com with the project name on the subject line. Quotes received less than 3 hours before the deadline will not be considered because time is needed to put the bid together and deliver it before the deadline. A list of items to quote for each project is below. Please refer any questions concerning the job to the project engineer. Project #1: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 --- City Project # 101451 BO 3"1.4003 Furnish and install Alum Sign Ground) 344130 FA 4 fit 3"1.4004 Furnish and Install Alum Sign Fit. Pole 3441.4108 Remove Sign Panel and PoeR --- 344130 EA 1 EA 1 EA 6 — 62 --- -- — 34 41 30 63 - 3"1.4110 Remove and Reinstall Sign Panel and 34 41 30 Project #2: 2018 Bond Year 3, Contract 12, Unit I & 2 - City Project # 101474 35 3441.4033 FuiniJvlustd Alum Sw Ground Mount C' Std. I 344130 FA 14 36 13441,4110 Remove and RehnsMff S' Pam1 and Post 1 34 41 30 EA 9 Ar-X ,�,rl W /iCi �Sgl t!1'n � � McCLENDON CONSTRUCTION CO., INC. a.0. Box 999 • Burleson, Texas 76097 0 (817) 295-0066 a Fax (817) 295-6796 * jblair@mcciendonconstruction.com .Tune 5, 2020 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project 01: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 - City Project # 101451 Bid Date: .Tune 18, 2020, at 1:30 pm Plans Location: City of Fort Worth Purchasing Website Contact: Liam Conlon, William.conlonAfortworthtexas.gov Project #2: 2018 Bond Year 3, Contract 12, Unit I & 2 - City Project # 101474 Bid Date: June 25, 2020, at 1:30prn Plans Location: City of Fort Worth Purchasing Website Contact: Suby Varughese, suby.varu h� ese ,fortworthtexas.gov If your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can also email jblair@mcclendonconstruction.corn with the project name on the subject line. Quotes received less than 3 hours before the deadline will not be considered because time is needed to put the bid together and deliver it before the deadline. A list of items to quote for each project is below. Please refer any questions concerning the job to the project engineer. Project #I1: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 - City Project # 101451 25 - 3110.0102 V-12" Try Removal 341000 EA 2 26 _ -- M 10.0105 24" and Largar Tm@ F%ovel -- - -- 341000 -- - EA - 2 15 M10.0101 Site Clearing 3110.0102 6"-92" Try Removal 3110.0103 12"-18" Tree Removal — 31 10 00 31 10 00 31 10 00 --- 31 10 00 - W 31 10 00 .. -- SY EA EA 200 16 17 ---- - - 11 17 18 19 — 3°110.0104 IW-24" Try Removal M10.0105 2�" and Larger Tme Koval _ Fr4 EA _._... 16 -. _ _._- 4. Project #2: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 NIA q '.O. Box 999 a Burleson, Texas 76097 a (817) 2WO066 ® Fax (817) 295-6796 e jblair(Mmoclendonconstruction.corn June 5, 2020 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project #1: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 - City Project ## 10I451 Bid Date: June 18, 2020, at 1:30 pm Plans Location: City of Fort Worth Purchasing Website Contact: Liam Conlon, William,conlon@fortworthtexas.gov Preoject #2: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 Bid Date: June 25, 2020, at 1:30pm Plans Location: City of Fort Worth Purchasing Website Contact: 5uby Varughese, suby.varu hg esegfortworthtexas. o If your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can also email jblai&mcclendonconstruction.cam with the project name on the subject line. Quotes received less than 3 hours before the deadline will not be considered because time is needed to put the bid together and deliver it before the deadline. A list of items to quote for each project is below. Please refer any questions concerning the job to the project engineer. Plgnject #1: 2018 CIP Year 2 Contract 4, Unit 1,2,3,.4 4 -.City Project # 101451 1 3311.0261 8- P'�C Witer 01pe 331112 LF 8742 _2 3311.0251 8" W Water 3311 i 0 -- --- {� - _ _-._— 56 3 4 3305.2002 8" Water Carrier Pipe w111a-inch Casing by 33 05 24 33 11 12 LF LF ... 80 185 3311.0161 6" PVC Water Pipe --- 5 3312.2004 1`° Private Water Service 33 12 10 LF 302 6 33112.2003 1" Water ftrvice - 331210 - - --33_1_2 10 -- -- u f- EA - EA - -EA 247 - 215 7 3312.2001 1" Water Sarvice. Meter Reconnect 8 3312.2003 1.5" Waiter service � - -_.. 33 12 10 - .._.._----------- - - - ------ - 331210 .......... ... _...._._.._. 33 12 20 331220 - ------ EA EA EA ------- - 1 12 30 9 --- 10 - -- — 11 3312.2001 1.5" Water$ervice, Motor Reconnect __._._..^._.__._.....----------- .................. 3312.3002 6" Gate Valve 3312.3003 8" GaW Valve 12 3312.3004 10"Gate Valve 3312.3005 - 12" Gate Valve 33 12 20 3312 20 33 0510 33 05 26 330630 F-A EA 1 1 -- 13 14 33005.0109 Trench Safes - LF - LS EA 223 1 4 15 T 3305.0100 Utility markers 3305.0103 EMAcratory Excavation of Existing Utilities 16 - - 17 3304.0101 Temporary dilater SarAcou ----- 33 04 30 -- - LS �11 18 19 3312.0001 lire Hydrant _-- - _ - 3312.0117 Connection to Eidsting 4"-12" Water RUM T 33 12 40 - 33 12 25 331111 - to EA TON 20 20 3311.0001 Ductile iron Water Fittings wAtestralnt 3 21 22 3471.0001 Traffic Control 3123.0101 Unclassified Exavatlon by Plan (!N?) --- 34 71 13 - - - - 312316 MO CY _ 6 — 287 23 3126.0101 SWPPP s 1 acro 312500 LS 1 24 3201.0113 4' MVI€la Asphalt Pvmt Repair, Residential 3201 17 LF 169 25 3201.0115 8' Wide Asphalt Pvmt Repair, Residential 32 01 17 LF -- 68 26 - 3201.0400 Temporary Asphalt Paving Repair - 32 01 16 LF 10M 27 3201.0614 Conc iynt Repair, Realdsntlal 32 01 29 SY 45 28 3212.0304 3" Asphalt Pwmt Type ® (501S0) ------ -- 32 12 16 SY 569 1 - -- 29 3212.0404 - H AC Transition (S'M) -- - - 321216 - - - - TN- -- 30 3213.0101 6" Cone Pvmt (50150) -T - -- 321313 SY 4 -- 31 32 3213.0401 6" Concrete Driveway (50150) 321320 321613 32 17 25A SF 288 3216.0101 G" Concrete Cure and Gutter (50150) LF 355 33 ---- 34 3217.5001 Curb Address Painting (!1) 1 19 -- 20 0241.1300 Remove Cone Curl&Gutter (50150) 0241.1302 Remove and Salvage 6" Water Valve - - 02 41 15 -- 02 41 14 - LF - - FA -- -- - - 35 38 - 0241.1303 Remove and Salvage 8" Water Volvo _ 02 41 14 -- - EA - 6 11 37 - - 0241.1510 Salvage Fire Hydrant _ - 02 41 14 F.A 38 39 0241.1616 Salvage 3" WaterRAeter----_..__ 02 41 14 __ ..._ 02 41 14 EA EA -_ 1 2 0241.1602 Remove Concrete Wftter Vault 40--- - 41__.__._ 4341.170i1 11" Pavement Pulverization (5O=) - - ---- 02 41 15 SY - 4$$ 3291.0100 Topsoil ---- 329119 --- GY CY 53 -- 42 3299.01 DO Topsoil (50150) - - - - 4 -- -- 32 91 19 - - -- --- €39 -43____.__ 3292.0100 Block Sod Placement (50160) 32 92 13 - - - SY 533 44 45 --._. -_. ......._._. 3292.0400 Seeding, Hydromich 32 92 13 SY 318 0171.0101 Construction Staking 01 71 23._._._._- LS 1 46 47 ... - 9999.0001 Com-Lirrw (W©/50) ---- - ------ 32 11 33 TN _ 9 9M.0002 GPS As -Built Redline Survey - --_ -- 01 71 23 m LS 1 9 3331.4116 S" Sewer Pip 33 11 '10, 33 31 12,33 3120 LF - 1380 - - 2 3331.41111 8" Se or Pipe, CSS Ba ll 33 05 24 -- LF 20 3 4 3331A19 8" GIP der Pipe 330524 _- 33 39 60 - LF VF EA - - - 248 3339.0001 Epoxy Manhole Liner - 3339.1001 - ~ V Manhole - - 46 5 - 5 33 39 10,33 39 20 - -- - 6 -- 3335.1002 4! ®rasp Manhole - --�_. - - -- 33 39 10,33 39 20 � 2 7 3339.1003 W Extra_DVM Manhole - 33 39 10,33 39 20 VF _ - 24 8 9 3339.1004 4' ShallowManhole 9909.0001 Connect to Exist. SS Manhole 33 39 10,3339 20 EA EA 1 2 10 330&0114 Manhole Adjustment, Major wl Cover 330514 5 11 12 3331.3101 4"_Sow SrvIce 3331.-3311 4" Sewr Ssrvico, Reconnection --- 333150 333150 --- W EA FA 37 - 37 13 ----13 - - 14 3301.0001 Pre -CCTV Inspection 330131 LF 223 3301.0002 Poat-jCCTV Impaction -- - 3301 0101 Manhole Vacuum Testing __.._ . 330131 33 01 30 LF EA 1646 _ ----8 1 - 15 3305.0100 Utility Markem 33 05 26 LS EA LF 16 17 is 3306.0103 Exploratory Excavation of Existing- 3305.0109 it ch ii f 33 05 30 33 0610 2 1646 330_ .0112 Concrete Collar - -- -- 330517 EA 11 19 20 0330.0001 Concrete Encase Sewer Pipe 3471.0001 Traffic Control 03 30 00 34 71 13 CY MO 11 2 21 131=910i SWPPP > 9 acre 31 25 00 02 41 14 02 41 14 LS CY EA 1 3 1 22 0241.2001 Sanitary Line Grouting 23 0241.21 D3 _0" Sir Abandonment Plug 24 024I.M11 Remove 4' Sewer Manhole - 3110.0102 0"-12" Trr* Removal 3110.0105 W, and Larger Trap Removal - - 02 41 14 - EA - 5 25 341000 341000 EA EA 2 2 26 27 3201.0113 S' Wide Asphalt Pvmt Repair, 32 01 17 - - - 32 01, 18 321123 32 91 19 32 91 19 32 92 i 3 L ___.._. --47 28 32000M Temporary Asphalt Paving Repair 3211.0111 0' Flexible Sane, Type A, GR-1 LF SY CY CY SY 8 17 511 89 533 29 30 3291.0100 Topsoil 3291.0100 Topsoil (WW) 3292.0100 Sock Sod Placement (SW50) 31 32 --- 33 3292.04M Seeding, bydromulcf9 -- --- ------- 329213 --- SY 3067 34 35 10171.0102 0171.0101 Coneftetion Staking CPS As -Built Redline Survey 017123 01 71 23 LS i 1 LS 16 3341.0103 2W RCP, Clam I11 --- -- _ ---- 3341 10 LF 5 .1w-- 33�.5001 1fl' Curls Inlet --------- ---- - 33 49 20 EA 4 Pr°oiiect 92: 2018 Bond Year 3, Contract 12. Unit 1 & 2 - City Proiect # 101474 1 3331.4115 8" Sewer Pipe, Acceptable Backfilt PVC SDR-26 33 11 10 33 31 12 33 3120 LF 3,153 2 3339.1001 4' Manhole 33 39 10,33 39 20 EA 20 3 3339,0001 Epoxy Manhole Liner 33 39 60 VF 17 4 3339.1003 4' Extra DepthManhole >6' De 33 39 10 33 39 20 VF 17 5 3331.3101 4" Sewer Service with 2-Way Clsanaut 33 31 50 EA 86 6 3305.0112 Concrete Collar 3305 17 EA 2 7 3305.0109 Trench Safe 3305 10 LF 3,153 8 3305.0107 Manhole Ad' en Miner 33 05 14 EA 2 9 3301-0101 Manhole Vacuum Testing 33 01 30 EA 20 10 3301.0002 Post -CCTV Igspwdon 33 01 31 LF 3 153 11 3292.0100 Block Sad Placement 32 19 13 SY 200 12 3291.0100 6" To it 3291 19 CY 40 13 3211.0113 8" Flexible Base, Type A, GR-1 32 01 29 SY 243 14 3201.0614 Conc Pvmt Repw Residential 320129 SY 243 15 3201.0400 Temparary Asphak Paying Repair 3201 18 LF 4,185 16 3201.0201 As halt Pvmt Repair Be and Defmad Widtk Residential 3201 17 SY 170 17 3201.0113 6' Wide Asphak Pvmt Repair, Residential, Permanent 3201 17 LF 24 18 3125.0101 SWPPP ?! 1 acre 31 25 00 LS I 19 0241.2201 Remove 4' Sewer Manhole 0241 14 EA 9 20 0171.0102 As -Built Survey Sewer 01 71 23 LS 1.0 21 0171.0101 Construction StakingSewer 01 71 23 LS 1 34 13346.0006 4" Pipe Underdrain, Type 6 33 46 00 L.F 100 Documentation of Fax Contact The Mowing are faxes that were attempted sent t® those subs who had no email address or whose e 'Ls were returned as undeliverable Justin SIair From: MAILER -DAEMON (Mail Delivery System) Sent: Friday, June 5, 2020 10:S6 AM To: jblair a@mcclendonconstruction.com SubjeM Undelivered Mail Returned to Sender Attacliments: details.M Undelivered Message Headers.txt This is the mail system at host smtpl5.relay.iad3b.emailsrvr.com. I'm sorry to have to inform you that your message could not be delivered to one or more recipients. it's attached below. For further assistance, please send mail to postmaster. If you do so, please include this problem report. You can delete your own text from the attached returned message. The mail system <glenn@gmedrill.com>: host mxl.netsolmail.net[209.17.115.101 said: 554 5.7.1 The message from (<jblair@mcclendonconstruction.com>) with the subject of (Request For Rid ) matches a profile the Internet community may consider spam. Please revise your message before resending. (in reply to end of DATA command) EJe-Pxi r 7 og g .,v4Q�s��� rov, 1 f Y f III ;' 4 4 P.O. Box 999 ® Burleson, Texas 76097 o (817) 295-0086 ©i'ax (ai7) 295-679-8 @ jblair@mcciendonconstruction.eom FAX TRANSMITTAL D,ate: June 5, 2020 To: GM Enterprises Vnx Number: 817-439-6491 Attention: From: McClendon Constmetion Pages (W/coven): 12 Re: Upcoming Bids in City of Fort Worth McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project #1: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 Bid Date: June 18, 2020, at 1:30 pm Plans Location: City of Fort Worth Purchasing Website Contact: Liam Conlon, William.conion@fortworthtexas.gov Project 42: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 Bid Date: June 25, 2020, at 1:30pm Plans Location: City of Fort Worth Purchasing Website Contact: Suby Varughese, ruby.varughese@fortworthtexas,gov 1-.0. Box 999 a Burleson, Texas 76097 ® (817) 29"066 * Fax (817) 295-6796 * jblairamcclandonconstruction.cam June 5, 2020 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project #1: 2018 GIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 Bid Dnte: June 18, 2020, at 1:30 pm Plans Location: City of Fort Worth Purchasing Website Contget: Liam Conlon, William.conlon(i4fortworthtexas.gov Project #2: 2018 Bond Year 3, Contract 12, Unit l & 2 - City Project # 10I474 Bid Date: June 25, 2020, at 1:30pm Plans Location: City of Fort Worth Purchasing Website Contact: Suby Varughese, suby.varu hg ese@fortworthtexas.gov If your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can also email jblair@mcclendonconstruction.com with the project name on the subject line. Quotes received less than 3 hours before the deadline will not be considered because time is needed to put the bid together and deliver it before the deadline. A list of items to quote for each project is below. Please refer any questions concerning the job to the project engineer. Project #1: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 N/A Project #2: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 Provide pricing to furnish and install Silicone Joint Seal to meet City of Fort Worth Specification for approximately 16,000 SY of concrete pavement. Justin Blair Fro`,i: MAILER -DAEMON (Mail Delivery System) Sent: Friday, June 5, 2020 1.05 PM To: jblair@mcclendonconstruction.com $";�jQCt Undelivered Mail Returned to Sender Anachments: details.M Undelivered Message Headers.txt This is the mail system at host smtpl4.reiayaad3b.emaiisrvr.com. I'm sorry to have to inform you that your message could not be delivered to one or more recipients. It's attached below. For further assistance, please send mail to postmaster. if you do so, please include this problem report. You can delete your own text from the attached returned message. The mail system cyepezmaintenanceservices25@yahoo.com>: host mta6.am0.yahood ns.netj67.195.229.109] said: 554 delivery error: dd Not a valid recipient - atlas314.free.mail.ggl.yahoo.com (in reply to end of DATA command) 7cu/� °" yLnz2� /'io�rvl�LrRh-c. 5732 lora�r IJr f� 11Q, 7a 75217 rmr -20 - ,rs- �3'�� { ve,c- Try ll McCLENDON CONSTRUCTION CO., INC. P.Q. Box 999 a Burleson, Texas 76097 * (6I7) 295-0066 a Fax (817) 295-6796 a jblair(Mrncciendonconstruabon.com FAX TRANSMITTAL Date: June 5, 2020 To: Raul H Yepez Maintenance Fax Number: 214-309-9343 Attention: From: McClendon Construction Pages (w/cover): Re: Upcoming Bids in City of Fort Worth McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project #l: 2019 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 Bid Date: June 18, 2020, at 1:30 pm Plans Location: City of Fort Worth Purchasing Website Contact: Limn Conlon, Williarn.canlon@fortworthtexas.gov Project #2: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 Bid Date: June 25, 2020, at 1:30pm Plans Location: City of Fort Worth Purchasing Website Contact: Suby Varughese, suby.varu hg ese@fortworthtexas.gov McCLENDON CONSTRUCTION CO., INC. ).0. Box 999 a Burleson, 'Texas 76097 * (817) 295-0066 ® Fax (617) 295-6796 a jblair@mcclendonconstruction.com June 5, 2020 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project #1: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 Bed Date: June 18, 2020, at 1:30 pm Puns Lotion: City of Fort Worth Purchasing Website Contact: Liam Conlon, William.conlon m,fortworthtexas.gov Project #2: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 Bid Date: June 25, 2020, at 1:30pm Plana Location: City of Fort Worth Purchasing Website Contact: Suby Varughese, suby.varughese@fortworthtexas.gov If your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can also email jblair@mcclendonconstruction.com with the project name on the subject line. Quotes received less than 3 hours before the deadline will not be considered because time is needed to put the bid together and deliver it before the deadline. A list of items to quote for each project is below. Please refer any questions concerning the job to the project engineer. Project #1: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 25 M 10.0102 0"-12" ire Removal 341000 EA 2 3110.0105 24" and Larger True Removal - 34 10 00 EA--- 2 26 15 3110.0101 Site Clearing 31 10 00 SY ---- --- 200 - --- __.... - 16 _ -- 3110.0102 0"-12" Tres Rsr�t®vel ------ 311000 ......� EA 11 17 3110.0103 1r-10" Tree Removal-- - 1 10 00 - --- .m_ EaA 17 �-.-1-6 18 3110.0104 10"-24' Tme Removal 31 10 00 - EA 19 3110.0105 2W' and larger Tree Removal - 31 10 00 EA 4 Project #2: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 N/A McCLENDO 1 CONSTRUCTION CO., INC. P.O. Box 999 . Burleson, Texas 76097 a (817) 295-0066 ® Fax (617) 295-6796 o jblair@mcdendonconstruc#ion.com FAX TRANSMITTAL Date: June 5, 2020 To: Fort Worth Dawn Sprinkler Co., Inc. Fax Number: 817-923-7680 Attention: From: McClendon Construction Pages (w/coven): Re: Upcoming Bids in City of Fort Worth McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project ##1: 2018 CIP Year 2 Contract 4, Unit 1,2,3, & 4 — City Project # 101451 Bid Date: June 18, 2020, at 1:30 pm Plans Location: City of Fort Worth Purchasing Website Contact: Liam Conlon, William.conlon@fortworthtexas.gov Project #2: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 Bid Date: June 25, 2020, at 1:30pm Plans Location: City of Fort Worth Purchasing Website Contact: Suby Yarughese, subs varu ese@@fortworthtexas.ggov cCLEND N CONSTRUCTION CO., INC. '-0. Box 999 m Burleson, Texas 76097 a (817) 295-0066 * Fax (817) 295-6796 a jblair@mcelendonconstruction.com June 5, 2020 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project #1: 2019 CIP Year 2 Contract 4, Unit 1,2,3, & 4 -- City Project # 10 145 1 Bid Date: June 18, 2020, at 1:30 pin Plans LOMOOU: City of Fort Worth Purchasing Website Contact: Liam Conlon, William.conlon@fortworthtexas Project #3: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 Bid Date: June 25, 2020, at 1:30pm Phas location: City of Fort Worth Purchasing Website Contact: Suby Varughese, sub .varu hese fortworthtexas. ov If your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can also email iblaiE@mcclendonconstruction.com with the project name on the subject line. Quotes received less than 3 hours before the deadline will not be considered because time is needed to put the bid together and deliver it before the deadline. A list of items to quote for each project is below. Please refer any questions concerning the job to the project engineer. Project #1: 2019 CIP Year 2 Contract 4, Unit 1,2,3, & 4 - City Project # 101451 7D 9M.0007 Remove grad Replac@ 6' Inlet Top EA 10 8 71 9999.0008 Rove and Raplmm I lnl@t Top EA 3 0241.4001 Remove 1W Cerb Inlet - - 4 - - 5 .W _- - -.g- 3137.01� Slab Rlprap (Ir Yhlek With V Bod€ling) 31 37 00 �- SY 84 3211.0111 4" ReAble Sam, Type A,, GRA � 3211 23 SY 364 _ 16 —17 --- 3341.0103_ 2C RCP, CIS lil 3349. 1 1W Curb inlet -- - 334110 - 33 49 20 LF EA 5 -- 4 C Pipe Llndwdrain, Type S 33 46 00 LF 25 Project 02: 2018 Bond Year 3, Contract 12, Unit 1 & 2 - City Project # 101474 34 13346.0006 4" ripe Underdmin, Type 6 1 334609 1 LF ]0 The following MBEs were contacted by postal m *1 with the appropriate letter for their category x 999 Burleson, Texas 76097 Raul H Yepez Maintenance Services, Inc. 8732 Comer Drive Dallas, TX 75217 JJA --- HDON coNSTRUCTION CO, INC. 999 Burleson, Texas 76097 Fort Worth Lawn Sprinkler Co., Inc. 5124 W. Vickery Blvd Fort Worth, TX 76107 LENDO N CONSTRUCTION C®mn INC. lox 999 Buricson, Texas 76097 SM Enterprises 7098 Mansfield H(ghway Kennedale TX 7 ogjq/o9tU AjoAV acne algpdwaa ww Lg x ww 9Z 1ewja} ap a1lanbI13 og G9109190 kanV 411M algllVdwoe.9/9 Z X l azls lagvi a ' Fort Worth Lawn Sprinkler Co., Inc. GM Enterprises Raul H Yepez Maintenance Services, 5124 W. Vickery Blvd 7098 Mansfield Highway Inc. Fort Worth, TX 76107 Kennedale TX 76060 9732 Comer Drive Dallas, TX 75217 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2018 Sond Year 3 Contract 12 Project No. 101474 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12,69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.OS Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.S2 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator, 50,000 pounds or less $ 17.19 Excavator Operator, Over S0,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter, Structures $ 13.84 Form Setter, Paving & Curb $ 13.16 Foundation Drill Operator, Crawler Mounted $ 17.99 Foundation Drill Operator, Truck Mounted $ 21.07 Front End Loader Operator, 3 CY or Less $ 13.69 Front End Loader Operator, Over 3 CY $ 14.72 Laborer, Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator, Asphalt $ 13.08 Roller Operator, Other $ 11.S1 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 1S.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy -Float $ 16.24 Truck Driver Transit -Mix $ 14.14 Truck Driver, Single Axle $ 12.31 Truck Driver, Single or Tandem Axle Dump Truck $ 12.62 Truck Driver, Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2073. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 GR-V 60 ®® Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2018 Bond Year; Contract 12 Project No. 101474 FORTWORTH, CITY OF FORT , ORT H STATER DEPARTMENT STANDARD ]PRODUCT LIST Updated: September 06, 2019. The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Department's Standard Products List. Table of Content (Click on items to go directly to the page) Items Page A. Water & Sewer 1. Manholes & Bases/Components........................................................... 1 2. Manholes & Bases/Fiberglass............................................................... 2 3. Manholes & Bases/Frames & Covers/Rectangular ............................... 3 4. Manholes & Bases/Frames & Covers/Round....................................... 4 5. Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight .. 5 6. Manholes & Bases/Precast Concrete .................................................... 6 7. Manholes & Bases/Rehab Systems/Cementitious................................ 7 8. Manholes & Bases/Rehab Systems/NonCementitious ......................... 8 9. Manhole Insert (Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer............................................................................... 10 11. Pipes/Ductile Iron................................................................................. 11 12. Utility Line Marker............................................................................... 12 B. Sewer 13. Coatings/Epoxy..................................................................................... 13 14. Coatings/Polyurethane.......................................................................... 14 1.5. Combination Air Valves....................................................................... 15 16. Pipes/Concrete...................................................................................... 16 17. Pipe Enlargement System (Method) ..................................................... 17 18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18 19. Pipes/HDPE.......................................................................................... 19 20. Pipes/PVC (Pressure Sewer)................................................................. 20 21. Pipes/PVC*........................................................................................... 21 22. Pipes/Rehab/CIPP................................................................................. 22 23. Pipes/Rehab/Fold & Form.................................................................... 23 24. Pipes/Open Profile Large Diameter...................................................... 24 C. Water 25. Appurtenances....................................................................................... 25 26. Bolts, Nuts, and Gaskets....................................................................... 26 27. Combination Air Release Valve........................................................... 27 28. Dry Barrel Fire Hydrants...................................................................... 28 29. Meters................................................................................................... 29 30. Pipes/PVC (Pressure Water)................................................................. 30 31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31 32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement..................................................................... 34 35. Sampling Stations................................................................................. 35 N m 5 Q' 0 o c c � b o o n -d a Ea a to b A " Q rah Nei O rc0c+� O 0 00 F- ^ F- ° x dl� 6? 4? x Q Q Q Q 1. ,� � �. ,� � � •_ '} � ^1 ry v r � � v � [i 1 - U ti ti — n m gElu a v 5 z Z � z z v W W U w E a - J J m v v C o o �� .. Ti Ti o U L) U u U u U U U U U � L) L)...�_ 04 rl� 04 C4 R4 a 71 X z t u Let ID 11 a riw E- / j .Di £ in \ }))) \ } � ( \ \ � < j ) ) ] ) \ \ \ \ \ ) & @/\ ) _ El \ -V, { \ . \ � % g ¢ A m §) \ \ \ \ 0 \ \ o o \ / ) j / /�l j / p m 2 2 � _ cn g k _ - � \ >\J }j \) ® \) } k \ E /j 9) >\\ ) , \ \ \ \ \ \ \ k \ \ \ \ \ / ) ) Q� � � V4 § � \ \ L) [ � I j 4 m , ■ � � k % Ln o�C M N V 04 u 1�' � [-4 Z J-4 Lk q 0 �-4 F-4 U � � 7 S 2 S S 2 § \ \ < <) ) } . j § §\ / % ! . g § \ \ 0 \ ) / / } J aw 7 = § « E Ch 09 b 0 O M1 ry � w Q Q O n n ri N 1 Li f- � _ " a v ° z C � 5 5 i, — El ti G v � W av .a F U ° O v O � w � F W S G S N F L V G L 1 1 a O � O � a, 0 N Cn a, M f4 ill N >n N Pr 0. yl - U V? - > > IV F, a ] 0 0 0 0 0 h z rl r nl i �I 1i Ii IN �..J Q U U L iJ in V rig V [n 5 5 3 ¢ Q d y 5 7 z a N n N r P b a c U U J V U U U V U U U 3 3 3 3 3 3 3 3 3 d 4¢¢¢ d d ¢ ¢ d d o � 0 0 r o ° o . r v v z n ❑ O i ti 1 1 ~ j IIJ 3 � O , rJ; ,n W . .LZ [i, Ci. 71 CO 67 CO 0] CO W W W [4 [6 CO CO '� 4 � 0 � d Q O Q O❑ ❑ C7 J 3 z a L' N O+ V: � Pr b h O � a v Q } V1 L L O 0 U k r 3 _ 16 '4 '3 'L4 i^ cn 0 0 9 F y b G C G � G I+� rl rl G. T�I C.1 Q. Li Ci U U u Uad N N N CI f l a1F 4, - _ h iJ -`JC vi vi vi �J 3 3 J U y � � O � Y -✓mil ^' Q �i � .��J `�' _ �"��" J � � � � G` N 4 79 W4 _ _ O n N v � 0 O � N J J V U U v U J U U U U v U U U 3 3 3 3 3 3 3 r� 3 3 l 3 3 •�= � " N 1. ❑ � .-, 1C J x � � V �^ Vl � rn � J. v Q � m T ❑ Q � O v 7� Ln c'L o a o 0 o a o=, U a U l3 U u U V ° ° o c a o U U U U J u y vi W III i a I i > J ? v ? i x % s v m 3 3 3 3 3 <n 3 3 3 3 3 3 3 3 3 a s a C4 C4 Ell C4 r,� C-1 a G a G a s 1 N r] r] 1 i p c C O C C ®�a !w J ON