Loading...
HomeMy WebLinkAboutContract 57679 (2)CSO REC'D JUN 14 '22 PM3: 12 FORT WORTH ® City Secre~ Construction □ Proj8'lt er □ CONTRACT CSC No. 57679 FOR THE CONSTRUCTION OF 2018 CIP INTERSECTION IMPROVEMENTS ALTAMESA BOULEVARD AND CROWLEY ROAD Betsy Price Mayor City Project No. 101579 William M. Johnson David Cooke City Manager Director, Transportation and Public Works D epartment Prepared for The City of Fort Worth Transportation and Public Works Department A:COM Texas Registered Engineering Firm F-3580 801 Cherry St., Suite I 050 Fort Worth , Texas 76102 AECOM Project No. 60586452 2021 Prepared by: Texas Registere in o Firm F-493 5601 Brid RD Fort Wor -... , .... v::-,,n. y RLG Proj c FT. X fORTWORTH ® City of Fort Worth Standard Construction Specification Documents Adopted September 20 11 00 00 00 ST AND ARD CONSTRUCTION SPECIFICATION DO CU ME NTS SECTION 00 00 00 TABLE OF CONTENTS Division 00 -General Conditions 00 05 10 Mayor and Council Communication 00 05 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest Statement 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond Page I of8 Last RevisL 07/0l/20In 07/0l/20In 07/19/202 11/02/202 ~ 02/24/2020 09/30/202) 09/30/202) 09/30/2021 00 43 37 Vendor Compliance to State Law Nonresident Bidder 09 /30/2021 00 45 11 Bidders Prequalifications 08 /13/202) 00 45 12 Prequalification Statement 09 /30/202 j 00 45 13 Prequalification Application 08 /13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07 /01/201 00 45 40 Business Equity Goal 10 /27/202 00 52 43 Agreement 11 /23/202 t 00 61 13 Performance Bond 07/01/201 j 00 61 14 Payment Bond 07/01/201 j 00 61 19 Maintenance Bond 07/01/201 j 00 61 25 Certificate of Insurance 07/01/201 I 00 72 00 General Conditions 08 /2 3/202 00 73 00 Supplementary Conditions 03 /09/202Q IVISIOn 1-ff . . 0 G enera IR eqmrements ast ev1s~ L R . d 01 11 00 Summary of Work 12/20/201 ~ 0 I 25 00 Substitution Procedures 07/01/20 I ~ 01 31 19 Preconstruction Meeting 08/17/2012 01 31 20 Project Meetings 07/0l/20q 013216 Construction Schedule 08 /13/202 ~ 013233 Preconstruction Video 07/01/201 ~ 01 33 00 Submittals 12/20/2014 01 35 13 Special Project Procedures 12 /20/20 1~ 01 45 23 Testing and Inspection Services 031091202d 0 I 50 00 Temporary Facilities and Controls 07 /01/201 11 01 55 26 Street Use Permit and Modifications to Traffic Control 03 /2 2/20211 015713 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 016000 Product Requirements 016600 Product Storage and Handling Requirements 017000 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning 017719 Closeout Requirements 0 I 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents C ITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revi se d December 9 , 2021 07 /01/20111 07/01/201 ti 03 /09/202 Q 07/01/201 I I 11/22/201 ~ 02 /14/20181 07 /01/201 ll 03/22/2021 12 /20/2012 07/01/2011 1 20 18 C IP Intersect ion Improvements Altamesa Boulevard and Crowley Ro ad City Project No . IO 1579 00 00 00 STAN DARD CONSTRUCT ION SPEC IFICATI ON DOCUMENTS Page 2 of8 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project 's Contract Documents NONE Date Modified Division 03 -Concrete I 03 30 00 I Cast I• Pleee Cseere<e ~Hrn ~~~" Division 26 -Electrical mm : =~~~~ieal Sy srems 126 05 00 I Gemme• Ws,k Resoll s le, leleei,ieal Division 31 -Earthwork 31 HHlQ C,. ,..,, -'·---·--... ,.., 31 23 le lhielassi:fiea E~.ea,.•atieA 31 23 23 Berre"'" 3 I 24 QQ EFAsaA:!ffi!eAt s 3 l 2§ QQ E rnsieA aA:a £eaimeAt GeAa=el 31 36 QQ GasieAS 31 3'.7 QQ ~ IVISIOn -xtenor D" . . 32 E I mprovements 32 QI n "-•·· ---A -·-·'" ~ n : .. . -· •• w~ ............ ,..., ........... 32 QI 18 ~---A. ___ .__,..._ T\_ • ·-n -.. . -··· ' ... , . .. . 32 Ql 29 r, "-, ___ n . -... ·-..... ..... , ••• 1-, ... 32 II 23 Fle~risle Base Gettfse s 32 II 29 biFAe +Featea Base Ge1:me s 32 I l 33 GeFAeAt +Featea Base GeHFse s 32 II 3'.7 T • -• .J 'T' .. -. .J c,_•1 C,..i.._L '.1 " .. -- 32 12 le A -·',~I+ 0-.. : , •v,-, ..... 32 12 n A 1 ,-1+ 0--·= r, .,. <'~-' , •vi-' ..... .. ,_, _ ~ 3213 13 r, n .. : ..... ~ -·-... 3213 W ,.., ·~ C '-' 11 --n --.I 0 ~ ,.. ... ...-, -·--' . -'\..4.TtJ <.A.JI-·-.. 32 13 '.73 ,.., ·~ n • •~ T ,_ .. -I . .. ~v .. • ..... v 32 14 le BFiel ~ IJRit Pa>riRg 32 le 13 ,.., ·~ r' .. -l.. --'"' ,.., ·---.I''-"-• r, ,, --·-~..,v ~ .. ·~ ...... .. ,,_ 32 I '.7 23 Pa>reFAeRt MaFl~iAg s 32 l+ 2§ ,.., A..J.J . ___ T""I> '-·'---_ ... _ .. .____.._....,.., ............ ·-32 31 13 GllaiA FeAee s af!a Gate s C ITY OF FORT WORTH STANDARD CONSTRUCT ION S PEC IFICATION DOCUMENTS Revised Dece m ber 9 , 202 1 ~ ... -~ n 20 18 CIP Intersection Improvements A ltamesa Bo ul evard and Crowley Road C ity Proj ect No. IO I 579 3231 26 32 31 W 32 32 13 32 91 19 32 92 13 32 93 43 WiFe FeAees afla Gates l,VeeEI FeAees aAEI Gates r, __ , •-nl ---r, ___ n .... -·- 00 00 00 STAN DARD CONSTRUC TI ON SPECIF ICATION DOCUMENTS Page 3 of/l :-·--" .11 -.,.., -···-.,-, ____ ,. n1 __ _, ,...._ •• t. • r n ·-· -•v . -···----.. ............. ,._, ........ ---_...._ ... -V u -'··-1,,1 I n \..'. .• C' .J ~ ..... rr -,,,I " -.J _, ••• ... ..L ..... ...., .,...,, -' .. ,..., +rees aAEI 8aF1::1es Division 33 -Utilities 33 01 30 8e•NeF aAEI Mat1:Hele +estiAg 33 01 31 r,1 ,Jr,;•~••=• 'rn l -.. :-• r r,r,-r,T\ , ____ ----..._,_. ..., . -· ·--\--.&. J 33 03 IQ r, ______ n. --·---C~ ...... : ..... ,_ c:, .... "'··-. .......... -·-·---- 33 04 IQ T -~-+-n _,, ____ _, r,1 . . __ , , __ , ---.. --· -.. •vv - 33 04 11 GeFFesieA GeAtrnl +est 8tatieAs 1,,r ___ •-A .J 0-+1...,,1 · -n .. C'. -33 04 12 . -· .. ---·-. " -- 33 04 30 'r---·-· " C' .......... ,., . ------- 33 04 40 r,1 ___ , ____ ,,1 • -· 'r -C H I. " .. _. __ -. ---· ·- 33 04 50 r,1 ---,_ -,-" .. " .. _ . __ -... r-, ....,..._ ---· . •v 11+:I'.~ 'r •.•• i. r,_ ,n, ·-'"• ~ ,.. _ _,_ . -,,JD . 1.c: I I 33 05 10 -·· . . •v ,-· ·-.... , ....... , ..... 33 05 12 H T ·• • I . -T n ,n • ·--·--· 33 05 13 Frn1fle, Ge•,•er afla GraEle RiAgs Gast lreA 33 05 13.0 I r --r, ,,I ,..,_ __ .J n , ___ r, I . ·-· , '-'.I. 11,.4,.1 ............... --•• ,"-,.V --- 33 05 14 AElj1::1stiAg Manheles , IAlet s, Valve Bm,es , afla Other 8truetuFes te Grade 33 05 16 GeAeFete l,l,later l,la1::1lt s 33 05 l'.7 GeAeFete Gellars 33 05 20 A -··· n ·--- 33 05 21 +1::1A:Ael biAer Plate 33 05 22 C' I /'"',.,.,..:.,..,.... n: ..... ..-.. -.. ,..., . -~ 33 05 23 HaflEI +HA:Aelift g 33 05 24 ,_ 11 -+" .c r, ·--n:-. ;_ ,., __ ; __ ·--r. -v• . -..L -..--..... -. 33 05 26 TT+-: I ~..._ lt ,r .... IT -·--·· .. . - 33 05 30 T ----,-~ ·-.. ·--1 1 .. ~1: .. · -v• - 33 II 05 Belts , ~iut s, afla GaslEets 33 11 10 ....... :1_ T n: __ -. -. -~ 33 11 11 T'\ ~, ..... 1 ... ,... ..... r.: ..... ~ ..... ,_,., --_. .. - 33 11 12 n .1 •.• ·-,1 r,t_J __ '.J .... /TYtTf"'1'\ n. n: • -•J .. -. , .. ·-·-. 33 II 13 ,., ___ n ·-n · r, __ " " ------. -·-. ,--. , 33 11 I 4 D ... • _.J ~4-IQ" .•• n--1 C''.._. ___ -. . . ... 33 12 10 \\later 8eP,•iees 1 iAeR te 2 iAeR 33 12 11 T -H T-• l\, .• V 33 12 20 ResilieAt 8eateEI Gate :vah•e 33 12 21 A \1 1'll A 0 ,l.l.n • C, .JD .c, ,rn l .. .. -v • -. -··-- 33 12 25 GeA:AeetieA te e*istiAg :\Vater MaiAs 33 12 30 r, l.:-n+:n_ A•• "\Tn l on A ~~n-l.l'.n-f' .n .. ,v . -· -. -,...,..., --· 33 12 40 r-· --TT ,,1 __ --------~ ....... 33 12 50 ,,, ............. C,,..,._.,..1 ..... c.-..... : .......... ,., ·- 33 12 60 r, _,,1 nl rr ,1_1_ -·-t.1 -~ ---·· --. ·-V 33 31 12 r, ... ,_ nl ---n; __ ,r,,nn, . ·-~ &...,-. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9 , 2021 I ' I I 1 T • fll n+n ·-··-· . r, •. 1·_,,1 __ ,..._ J -- I .I n \l ln - •J C' ·-::; - 2018 C IP Intersect ion Improvements A ltamesa Boulevard and Crowle y Road C ity Proje ct No. I O 1579 33 31 13 33 31 15 33 31 20 33 31 21 33 31 22 33 31 23 33 31 50 33 31 :;zo 33 39 10 33 39 20 33 39 30 33 39 40 33 39 60 33 41 10 33 41 l l 33 41 12 33 41 13 33 46 00 33 46 01 33 4 6 02 33 49 10 33 49 20 33 49 40 00 00 00 STANDA RD CONSTRUCTION SPEC IFICATION DOCUMENTS Page4 of8 r:t.. ---n-· r n: .c ... _ r-, ...... : ..... ("! .... _: ......... ("I .... ... ...,_ . . . ·-----. .. J -- l l"~L 1' ... _,..7..._ n ... l -·'-/'1mnr."\ n·--.c ..... ...., ~ ..... __ C, ,_. . ·-•J • -J _. .. ,. • .I -. . -. J -· n _, ___ . __ .1riLI .. •.J ... /fl'1.Tri '\r'i ..... ~._ C,,.. ---C, -. n · .. . -.. -. --"J .. ---· . Polyvinyl Chloride (PVC) Closed Profile Gra\1ity Sanitary Sewer P-tpe C'n .,... :.,_ C, Cl'-T ' .~ -..... ..., .... ...,.A...J C --. r, n · C-l n .. --· .. ~ "--· C C • nn r' n n n .Jc,_,,,: __ T ' -----------------~ -------- r'--t..· A '. .. ,1_1 •~ .Cn • <'-r, -• T:'n •~~ ~,r ~•--.. . ... --• -·---· -.... _. --.. ·- Cast in Plaee Conerete MaFJrnles Preeast Conerete MaF.-hole s I:':'--l nnn 1\,1 ,_ I n n ,..,. -··· H I .. A r''-I. /\l / Ar'\ -----, -.... \ , ·- C T '.-n .. n r • C'n_; C'n ,n., r, • ,n. , .. nn ---··· ..... ...., ... _ .. n -· r ,I r' <'•-"-n:--ir' .. 1 . , .. -· . -----...... ,.,_,_ n. ... :..._ n ... l ,I • t T mnr, n · -,. __ "·-n. --·-... ·-. .. '-" .. J_. ... J . . -. -....... --....... D n ' n .Jn I -1-. ln /C ODD\ o:-n -·-. -· __ .. -·~ -. -~ n I. •n-,,1 n: r • r, n .. n·-. -....... ~ -·~ -- (' . I .J ,_n -- Slottea Storm 9rains +renel:1 9rains Cast in Plaee ManJioles and JHnetion Bo~,es f" •... L -,In. -,_, ---·-....,...., ..................... C f"\,n'.-TT • .J ,n ll n -l H I ' -,n ll n . _,._ .,.., IVISIOD -D' . . 34 T ransportahon 34 4 1 10 -r .. rr-('. I n ........... &. .... ..., ._, 34 4 I 10 .01 Attaehment A Contrnller Cabinet 34 41 10.02 A _, -··• n r' 11 n .. C-nn:-i":nn .. : . ------··--- 3 4 4 1 10 .03 A n ,...,..4-f"I (' r, r, '-i':n . --. -----.. 34 4 I II 'T'. --•----· 'T" •• rr-... c,• _,_ . ·~--.. .. - 34 4 I 13 n n 'T' rra ... c, • n '• . -··~ .............. , ......... ·- 34 4 I 15 D . ·•·-I n .. D ---'-' T"I ... L '--n .. . -. 34 4 1 16 ~ .J TT .I. •,-1 C ' n l . ,., ..&...I.. .., ....... ..., 34 41 20 D nn-l on T 11 '.-.... -A 1-.1 ' n ~ . -. ... .. ·-· ... 34 4 I 20.01 A •• ' .. I T r.n. n .... -l n T . ·-· -··--"·' -- 34 41 20.02 ~ -T r,n. n ,I .... T ·---. -J --- 34 41 20.03 D n n ',-1 'nl T C r\ D .J -T ·--~ .......... . -J ... 34 41 30 A I --". ·-, -· ..... ·- 34 +I 13 +raffie Control C ITY OF FORT WORTH STANDARD CONSTRUCTION S PECIF ICATION DOCUMENTS Revi se d December 9 , 2021 .. - -- 20 18 C IP Intersection Impro vements A lt amesa Bo ul evard and Crowley Road C ity Project No . IO 1579 00 00 00 STANDARD CONSTRUCTION SPECIFICA TION DOCUMENTS I Page 5 of8 Techn ica l Sp eci fi cations li sted below are included for this Proj ect by reference and can be viewed/down loaded from the City's website at: http ://fortworthtexas.gov/tpw/contractors / or https://apps.fortworthtexas.gov/ProjectResources/ IVISIOn -XIStlllg on 1t10ns ff . . 02 E . . C d" . Last Revised 02 41 13 Se lective Site Demolition 12/2 0/201 ~ 02 41 14 T r.:1'.,-. n ~n l/AL n a -12/20/2012 ~ ----'" 02 41 15 Paving Removal 02/02/2016 Division 03 -Concrete 03 30 00 Cast-In -Place Concrete 12/20/201 2 03 34 13 f"'-11-~ l n n .I. l\ .< '.n l /f"'T Cl\,<\ 11 /11)/")/)J "li --·~ ----v••• .......... .., _..., -1 03 34 16 f"'-Dn nn l\,4' '.n l +~-T'-n -1. D l 2/20/20 12, ·-· ~ .~. -· .................... _. r-- 03 80 00 Modifications to Existing Concrete Structures 12/20/201 ~ Division 26 -Electrica l 26 05 00 Common Work Results for Electrical 11/22/2013 26 05 10 Demolition for E lectrical Systems 12 /20/2012 26 05 33 Raceways and Boxe s for Electrical Systems 12/20/20121 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 26 o~ ~o Ge1'HmlffiieatieRs M1:1Hi I;>1:1et GeREIHit 02,12 6/2 016 .. D1v1S1on 31 -Earthwork 3 1 00 00 Site Clearin g 03 /22/2021 3 I 23 16 Unclassified Excavation 01 /2 8/2 01 3 31 23 23 BeFFew 0 1/2 8/2013 31 24 00 Em EH¼fHEm eRts 01 /28/;!013 3 1 25 00 Erosion and Sediment Control 04/29/2021 31 36 00 GaeieAS 12,120 /2012 31 3+ 00 ~ 12/20 /201 2 Division 32 -Exterior Improvements 3201 I+ n .n An .I ,nl• n ,:-~ D · .. 12/20 /2012 . -.. , . ........ ....., .... _ 32 0 I 18 T' A n I n l • D n .. :-~ D n•-12/2 0/2 012 . ·~-·~ , ·~ ....... -....... ,.., - 3201 29 r, n n .: n '.-12/20/2012 --·-~ --~ - 32 11 23 Flexible Base Courses 12 /20 /2012 32 ll 29 :bime +FeateEI Base Ge1:1Fses l2/20P012 32 ll 33 GemeRt +FeateEI Base Ge1:1Fses 12/20/2012 32 11 3+ T • n -~ T',0 --• .J Cn'I <'• ,L:1 •--·· 08 /21 /2015 .A-J "'1~'""' ....... ~ 32 12 16 Asphalt Paving 12/20 /2012 32 12 +3 A n 1 ,n l+ n ,:-~ r, ,~I, Cnnln 12/20/2012 . ·~ . ~ -w 32 13 13 Concrete Paving 03 /1 9/20 2 1 32 13 20 Concrete Sidewalks , Driveways and Barrier Free Ramps 12 /09/2021 32 13 73 Concrete Paving Joint Sealants 32 14 16 D -:nl , TT-:• n _._.. .................. JLl. ... ..l. .......... ,_, 32 16 13 Concrete Curb and Gutters and Valley Gutters C ITY OF FORT WORTH ST ANDA RD CONSTRUCT ION SP EC IFICATION DOCUMENTS Rev ised December 9 , 2021 12 /20/2012 12 /20/2012 12/09/2021 20 18 C IP In tersection Im provements A ltamesa Bou levard and C rowley Road C ity Project No. IO 15 79 I 32 17 23 32 J'.7 2§ 32 3 I 13 32 31 26 32 3 l 29 32 32 l3 32 91 19 32 92 13 32 92 14 3:2 93 43 Pavement Markings r,, .-L A ,J,J ·n • .... 4-;.,..,..... -.. . ~., .,-, Gi:!aiA FeAees aAe Gate s Wire FeAees aAEi Gates Wees FeAees aAe Gates 00 00 00 ST ANDA RD C ON STRU CTION SPEC IFI CA TION DOCUM ENTS Page 6 o f8 I J/22/2013 1. lt'Q4 ,12QB l2,l2Q,12Ql2 I 2,l2Q,12Q I 2 1:U2Q,l2Ql2 Gast iA Plaee GeAerete R:etaiAiAg .\Valls Q6 ,1Q!j,l2Ql8 Topsoil Placement and Finishing of Parkways 12/20 /2012 Sodding 05 /13/2021 Non-Native Seeding 05 /13 /2021 +Fees aAEi Si:!n:10s l 2,l2Q,l2Q I 2 Division 33 -Utilities 33 0 I 30 C, --. ,J 1' A. I •• I . 'T' -~ 9/Q7,12Q 18 ---. . -- 33 01 31 /"'I _, r,. ,:.-r.1 -._._ I I"' I"' 'l'"\ T\ l -•' -Q4 ,l29/2Q21 .. ·-· ~~-I ..LL.I.Ur- 33 03 10 D n. -:--_..,...., '.,...4-:.,..,..... c ....... "· ::; 12 ,12(),12() 12 ~ . ~-,u -· - 33 04 10 ,_._. n .-J:--__ ,J 1:,i __ .I 1 --1 12 ,l2Q,12Ql2 ----·-···-~ -- 33 04 II GeFFesieA GeAtfel +est StatieAs 12 ,l2Q,l2Ql2 33 04 12 1' A . -A __ _,_ n •• L • .J'. n .. -C, ·-•--12 /2(),12() 12 -· -. J 33 04 30 'T' .. ... n , -C, Q7/Ql,12QI l . --- 33 04 40 /"'I -----.-J A ·-·· -'T' ... _c ,,, .. 1,,r .:-~ Q2 /Q6,l2QB ·~••,-, . . . .,.., -· 33 04 §0 GleaAiAg e:f SeweF MaiAs 12 /2Q,l2Ql2 33 0§ 10 T 1.:1•,._ -r •. ,LC' C'-' .J --• --.-J D -~' r"Jl Q4 ,IQ2,l2Q21 ~--' . .. -···-· -~-,-.. , - 33 0§ 12 1,vater biAe be•,•reFiAg l2/2Q,l2Ql2 33 0§ l3 r ,. ___ ,-, __ --__ ,J r, ,_n·-~-l 2!Q9,l2Q2 l . ' -· --. 33 05 14 Adjusting Manholes, Inlets, Valve Boxe s, and Other Structures to 09/20 /2017 Grade 33 0§ 16 GeAerete l)iateF ¥a1::1lts 12 /2(),12() j '.l 33 0§ J'.7 GeAeFete Gellars l2!2Q,l2Ql2 33 0§ :20 A .. n ·-~ 12!2Q,l2Ql2 . .,,, 33 0§ 21 +HAAel biAeF Plate l2!2Q,l2Ql2 33 0§ 22 "'•-I r, n: l2!2Q/2Ql2 -••,-, • ·r 33 0§ 23 U .-.-J -r. ...... 1· .......... 12 ,12(),12() 12 . ·- 33 0§ 24 T-~•~ 11 -•: -+' r,_ ... ~·· n: ·-,., __ . --'T'. -1 1 ·---01 Q6 !19/2Ql3 .. -· . ., -~ ----. 33 0§ 26 T y_..: I'..._ l\. .r .-.~I , IT ~~~ 12 /2(),12() 12 -·· '"J -·-- 33 0§ 3Q r --r~ ·-"-~-~ T r .. :1:•·--12,12 (),12() 12 --· -· ,.,., -·· ·•·-- 33 11 Q§ Belts, l>h1ts , aREi GaslEets 12,l2Q,l2Ql2 33 11 10 n .. -•:I. T n: 12/2(),12() 12 ~ ·-.. • ·r 33 11 11 n :t -T •~-l::''.H:-~-Q9/2Q,12Q I 7 ~ --~ . 33 11 12 0 -1 .. ,;_, ,I /"'LI ·,-1-rn,1r,\n ·~····~ n: I l/l6,l2Ql8 . ~-.., ..... .., .. ·~·--, . . ---. 33 11 13 r, -_ n,. ____ , .. _ n: __ n __ n , .. _,J "·--' ,., __ .,_,-1 __ ,.,.,_, __ 12/2(),12() 12 ---·-~ .. -... ~,....-, ~----' -•J 33 11 14 n -~ 1 n~--__ .Jr: ..... · ___ l2,l2Q,l2Ql2 --· -..... ...,_. -··-........... 33 12 10 WateF SeF,.•iees I iAei:! te 2 iAei:! Q2 !14 ,l2Q l7 33 12 11 T --·~· \\7 1' A 12PQ ,l'.lQ l2 . - 33 12 2Q R:esilieAt Seatee Gate ¥al..•e Q!i ,IQ6,l2Ql!i 33 12 21 A '1 1'1 7 A D .1.1 "---'D .+1 ,,_, ·-~ Q4,l23,l2QI9 .. ..t.A. -"-'-·-· .. ... - 33 12 2§ r, ~-•~ C ..•.. ·-U T. 11.,r .:-~ Q2,IQ6,l2Ql3 ·~ -~ .,.., •u 33 12 3Q r, L : __ ,; __ A •-"\T.I ,. A n LI" r n ,LI-H T-" •n 12,12(),12() 12 .~ ••• ,6. ....... ... -'~ ,,....., .. -"-...., -,u 33 12 4Q r·--u .,-1 __ Q 1,1()3,12() 14 . ..... _..,.__..,.__, ..... 4"4.1& ..... C ITY OF FORT WORTH 20 18 C IP Intersection Im provements A ltamesa Bo ule vard and Crowle y Ro ad C ity Project No. 101579 STANDARD CONSTRU CTION SPEC lFICA TION DOCU M ENTS Revised December 9, 2021 33 12 50 33 12 60 33 31 12 33 31 13 33 31 15 33 31 20 33 31 21 33 31 22 33 31 23 33 31 50 33 3 I 70 33 39 10 33 39 20 33 39 30 33 39 40 33 39 60 33 41 10 33 41 11 33 41 12 33 4 l 13 33 46 00 33 46 01 33 46 02 33 49 10 33 49 20 33 49 40 00 00 00 STANDARD CONSTRUCT ION SPEC IFICA TION DO CU M EN T S Page 7 of8 \\ T "---'-r, n 12 /20/2012 ---··- ~ _ _,_ ·-' n, ___ -CC"\Tnl ·n A -·-•. h i , 06 /19/20q --_._ -· -·-r, .J '.,.. D J,...,...,..n• /r'TDD\ 12 /20/201~ .1..1..1. .... ,....._ __ ... J C'" I l nnn O n' r .In: r • f',•n "--· "-· ·-12/20/2012 . ---. ·-~ -. .. ---- Tf" 1 T"\,....,..,..,:..., r,, .I ·'-l'TTT"\nC''\ n: ..... ,... r <'--· C' -04 /23/2019 .. -'J • J "J ·--,. -. ·-•J -n _, ... _ I r<l .1 -.•,.1 _ t n,rr<\ r< ,.. C' C, n · -06 /19/2013 . J •J• -. -J ............... J --· -· . Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer 12/20/2012 P-$e <'--. C' -C'I"-T •-•-~ 12 /20/2012 --.--- C'n ~"--··· c,_ -. o· r ,_ . 12 /2 0/2012 -. .. Cn-• Cn, C, • nn r' '.n-n n-.J Cn .. ,,:nn T '.-n 04 /26/20nl ....... ~--·-·---'"' ·~ ........ _ -- r< L " ·•=--A•-,,_1 •~ r <'--. C' T"' -~A-'.--12 /W/201~ ---.. -· ---~ ...,. . ~----~ Cast in Plaee Conerete Manholes 12,120/20121 Preeast Conerete Manholes 12/20/20 121 c ·•-l n nn ~An-I .I nn 12/20/2012 . ·~ -- \\Tnn • A nn r'hn-• • /H T Ar'\ 1'1 /'11\/'11\1'11 . -·-· ' . ·-··-·-...., ·-1 T '.----Cn-C' -· C' r, 04 /29/2021 1 .,_ v -----¥--v n-· r ,.... r, ·-r, .n: Ir< •. 1 ·~. -0'7 /01/2011 1 . -----· -·-... --. ---·- Tl" T'\ .~~+-n ,...1 -•h .J ,... ..... ,... /TTT"\nD'\ "nt.' r r, T'\ .. -·-12/20/20121 . ......... J ... ..., 'J --·-. . . ·--··- On " c _. _ _, n 1. t rc,nnr" n ·_ 11 /13 /20 15 ··-. --·-~ . ·.--- Dn l I ,n n: ,._ C, n ·-110212021 I . -· ...... "'..., -. ·--.. --· C' ,L .J .. n" 12/20/2012 --· Slotted Storm Qrnins 0'7 /01/2011 +reneh Qrains 0'7 /01/2011 1 Cast in Plaee Manholes and J1metion Bo~E:es 12 /20/20 12 I r, _,_ ..in .. r-• -• 12/20/2012 __ ,_ ~ ~ .. ·- C, --n Unn-' •n ll n ,,l U/" ,nll n 0'7 /0l/2011 -.. -·-·-... ,.., ._,.v Div 1s10n 34 T -ransportat10n 34 41 10 Traffic Signals 34 41 10.01 Attaehment A Contrnller Casi net 34 41 10.02 A .,._,.._L_ n r,_ "-·· ,, ___ :.i;-: __ ., __ .. ... _ .......... ·-· - 34 41 10.03 A .. --t ... --• r, C' r, -·· r, --~.C:: ... .. .. -.. -·--.. 34 4 I 11 T' T' n::-_ n C' • .nl n . -· = . ---· 34 41 13 Removing Traffic Signals 34 4115 n •n-~ ,In .. n "..l C'ln n h:--n -. • ,_, ...... '-&..I. -·-. ,,.., .. 34 41 16 n ~--•-=n-U _I • ,l C'. .I . .. -- 34 41 20 Roadway Illumination Assemblies 34 41 20.01 Arterial LED Roadway Luminaires 34 41 20.02 ~ ---T rn. n --'· T ··-·-~· .... ~ .. --~ 34 41 20.03 D~n " .J "n 1 T e n D n -' ,-n T . ·--. ·-· -... 34 41 30 Aluminum Signs 34 41 50 c:-~ln ~A ~n C'"I. A •~ r'nhln ....,""'M.., --. ~~ - 34 71 13 Traffic Control C ITY OF FORT WORTH ST AND ARD CONS TRUCTION SPECIFICATION DO CUMENTS Revised December 9 , 2021 - -- 10 /12/2015 12 /18 /20 15 1 02/2012 I 01 /2012 11 /22/2013 12 /20/2012 I ll /22/2013 I 11 /22/2013 12 /20/2012 1 06/15 /2015 06/15/2015 06 /15 120 15 1 11 /12/20 13 1 02/26/2016 03 /22/202 I I 2018 C IP Intersecti o n Imp rove ments Altamesa Boul evard and C rowley Road City Project No _ 101 579 I Appendix GC-6.06 .D GC-6 .07 GR-01 60 00 00 00 00 STAN DA RD CONSTR UCT ION S PEC IFICATION DOCUM ENTS Minority and Women Owned Bus iness E nterprise Compliance Wage Rate s Product Requirements END OF SECTION Page 8 of8 C ITY OF FO RT WO RTH 20 I 8 C IP Intersection Im prove ments A lta mesa Bo ul evard a nd C rowley Road C ity Proj ect No. 10 1579 STANDARD CONSTRUC TI ON SPEC IFICATI ON DOCUM ENTS Rev ised Dece mb er 9, 202 1 City of Fort Worth, Texas Mayor and Council Communication DATE: 05/10/22 M&C FILE NUMBER: M&C 22-0346 LOG NAME: 20ALTAMESA BLVD & CROWLEY RD CONTRACT SUBJECT (CD 8) Authorize Execution of a Contract with Mcclendon Construction Company, Inc. in th Amount of $635 ,155.95 for Paving and Traffic Signal Improvements for the Intersection of Altames Boulevard and Crowley Road (2018 Bond Program) RECOMMENDATION: It is recommended that the City Council authorize execution of a contract with McClendo Construction Company, Inc. in the amount of $635 ,155.95 for intersection improvements to signal and paving for the intersection of Altamesa Boulevard and Crowley Road (City Project N d . 101579). DISCUSSION: The Altamesa Bou levard and Crowley Road project provides the addition of second left turn lanes onto northbound Crowley Road and onto westbound Altamesa Boulevard , the installation of new traffic signals and signal structures and the upgrade and installation of new pedestrian facilit ies includ ing crosswalks and pedestrian signals. Construction for this project is expected to start in Fall 2022 and to be completed by Spring 2023 . There is no anticipated impact on the General Fund operating budget upon completion of thi contract. This project was advertised for bid on February 24 , 2022 and March 3 , 2022 , in the Fort Worl Star-Telegram. On March 24 , 2022, the follow ing bids were received: Bidders McClendon Construction Company , Inc. XIT Paving and Construction , Inc. Amount $635,155.95 38,119.75 Funding for construction and design of th is project is budgeted in the 2018 Bond Prog ram Fund , Transportation Impact Fee Capital Fund and the Transportation Impact Fee Cap ital Legacy Fund , as previously appropriated. I This project is 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. M/WBE OFFICE: McClendon Construction Company, Inc. is in compliance with the City's Business Equity Ordinance by committing to 10% Business Equity participation on this project. The City's Business Equity goal on this project is 24%. This project is located in COUNCIL DISTRICT 8. FISCAL INFORMATION/ CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the Transportation Impact Fee Cap Fund and the Trans Impact Fee Cap Legacy Fund for the Altamesa Blvd and Crowley Rd project to support the approval of the above recommendation and award of the contract. Prior to any expenditure being incurred, the Transportation and Public Works Department has the responsibility to validate the availability of funds. Submitted for City Manager's Office by: Dana Burghdoff 8018 Originating Business Unit Head: William Johnson 7801 Additional Information Contact: Monty Hall 8662 CITY OF FORT WORTH PUBLIC WORKS DEPARTMENT INTERSECTION IMPROVEMENTS AT ALTAMESA BLVD. AND CROWLEY ROAD City Project No. 101579 ADDENDUM NO. 1 Addendum No. 1 issued: March 17, 2022 This Addendum forms part of the Specifications and Contract Documents and modifies the original Specifications and Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided below and acknowledge receipt on the outer envelope in you bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualificatio . The Specifications and Contract Documents for City Project No. 101579 are hereby revised by this Addendum No . 1 as follows : A. Pre-Bid Meeting A virtual Pre-Bid meeting was held on March 8, 2022. The City described the overall intent of the project and questions were fielded. A copy of the Pre-Bid meeting presentation may be found in Attachment A Attendees were : Bradley Radovich, P.E. City of Fort Worth Sr. Project Manager Lissette Acevedo, P.E. City of Fort Worth Program Manager Doug Mikeworth, P.E. AECOM Sr. Project Manager Justin Blair McClendon Construction Eustorgio Andrade Fain Group Travis Bell Fain Group [ A paraphrased summary of the questions and responses presented at that meeting is provided below: 1. Question : The quantity for sod appears low. Should it be revised? Response: The quantity for sod and top soil have been increased to account for construction of the new curb ramps and sidewalks. See revised Sheets 2, 10, and 11 . Quantity changes have been made to the revised Bid Proposal. 2. Question: Will curb and gutter bid item be paid for as a 2-foot curb and gutter section or as monolithic curb? Response: The proposed 6" curb is intended to be a monolithic curb . The pay item for curb and gutter in the Bid Proposal will be removed. Standard Specification 32 13 13 Concrete Paving states monolithic curb is included in the unit price bid for concrete paving . A revised Bid Proposal will be provided with this addendum . 3. Question : Can both areas of work be performed at the same time? 2018 CIP Intersection Improvements -Altamesa Blvd. and Crowley Road . City Project No. IO 1579 Al-I Addendum No. 1 Response: It may be possible, but the traffic control p lans illustrating vehicle turning movements would need to be submitted by the contractor for review and approval by both the City of Fort Worth and TxDOT . 4 . Question: Contractors are currently experiencing delays obtain ing traffic signal poles specified for City of Fort Worth projects. Will the cited construction period of four months be extended due to prolonged material acquisition? Response: The C ity recognizes this matter and is working to develop alternate methods for acqu isition , alternate manufacturers , etc . to address this matter. Any changes or solutions determined by the City to resolve this matter will be communicated to contractors in the future. For this project , the City will work with the contractor to develop an acceptable schedule that accounts for legitimate procurement delays to signal components if backup documentation for such items is provided . 5 . Question : Has TxDOT reviewed the traffic control plans provided in the construct ion documents? Response: The City has coordinated with TxDOT during the development of the construction documents. Howeve r , the contractor's proposed traffic control plans will have to be submitted directly to Mr. Mark Price at TxDOT for review and approval. 6. Question : A new traffic control cabinet is proposed to be removed and replaced with a new cabinet at the same location , is this correct? If so , there will be a short period of time that some form of temporary traffic control will be required . How is temporary traffic control during removal and replacement of the cabinet to be accomplished? Response: Yes , the new traffic control cabinet is to replace the exiting cabinet at the same location. Temporary traffic control measures needed during temporary signal outage are to be determined by t he contractor and the _associated cost to be included in the Traffic Control pay item . B. Additional Questions Received March 14, 2022 7. Question : What is the anticipated start date of the project? Response: July 2022 8. Question : Can both locations be constructed simultaneously? Response: See response to Item 3 above. 9 . Question : Please clarify the handicap ramps. The plans show three Type R-1 ramps but are designated as P-1 ramps. There is a significant difference between the two . Response: They are P-1 ramps that transform into R-1 style ramp at the detectable warn ing area to allow crossing in both directions. This is due to existing improvements , available space, etc. 10 . Question : The expansion joint detail on sheet 27 calls for a #3 x 24" Smooth Dowel , typically these are #6 or la rger for paving thicknesses of 7" and 9". 20 18 C IP Intersection Imp rovements -Altamesa Bl vd . and Crowley Road. C ity Proj ect No. 10 15 7 9 Al-2 Addendum No. 1 Response : Both expansion joint details (0513 & 0514) have been mod ified to reflect #b and #7 dowels for the 7" and 9" thick concrete paving sections , respectively . See revised Sht. 27 . 11 . Question : Is pay item #28 6 " Cone. Curb and Gutter for the 6 " monolithic curb? Typically Fort Worth does not pay for monolithic curb separately . Response : See response to Item 2 above. 12 . Question : Plan sheet #25 shows some temporary 8" lane line markings . Is this subsidiary to the Traffic Control bid item or will it be paid under bid item #30? Response : Any temporary lane markings are subsidiary to the Traffic Control bid item . Only permanent pavement markings are paid for separately . 13. Question : Who is responsible for material testing? Response : Refer to 00 72 00 GENERAL CONDITIONS Article 13 -Tests and Inspections ; Correction , Removal or Acceptance of Defective Work. C. Bid Proposal 00 41 00 Bid Proposal Workbook (CPN# 101579).xlsx has been replaced with 00 41 00 Bid Proposal Workbook (CPN# 101579) Addm 1 .xlsx on BIM360 . A copy of the revised Bid Proposal form is included in Attachment B. 1. 6" Cone . Curb and Gutter has been removed. Pay Item 28 is now shown as NOT USED . 2. Bid Quantity for Pay Item 37 Topsoil has been increased to 12.4 Cubic Yards . 3 . Bid Quantity for Pay Item 38 Block Sod Placement has been increased to 96 Square Yards . D. Construction Plans Several plan sheets have been modified to reflect changes identified in this addendum . 1. Replace Sheet 2 with Sheet 2 Rev. 1 2 . Replace Sheet 8 with Sheet 8 Rev. 1 3 . Replace Sheet 10 with Sheet 10 Rev. 1 4. Replace Sheet 11 with Sheet 11 Rev. 1 5. Replace S heet 27 with Sheet 27 Rev . 1 This Addendum No . 1 forms part of the Specifications and Contract Documents for the above referenced project and modifies the original Project Manual & Contract documents of same . Acknowledge your rece ipt of Addendum No . 1 by completing the requested informat ion at the following locations: 2018 CIP Intersection Im provem ents -Altamesa Bl vd . a nd Crowley Ro ad . Ci ty Project No. IO 1579 A l -3 Adde nd um N o. 1 (1) in the space provided in Section 00 41 00, Bid Form, Page 3 of 3, and (2) indicate in upper case letters on the outside of your sealed bid envelope "RECEIVED AND ACKNOWLEDGED ADDENDUM NO. 1" Include a signed copy of Addendum No. 1 in the sealed bid envelope at the time of bid submittal. Failure to acknowledge receipt of Addendum No. 1 below could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. Co BURLESON, TEXAS 76097 2018 CIP Intersection Improvements -Altamesa Blvd. and Crowley Road . City Project No. 101579 Al-4 Addendum No. 1 RECEIPT OF BIDS SECTION 00 11 13 INVITATION TO BIDDERS 00 11 I ~ IN VITATION TO BIDD ERS Page I o f Sealed bids for the construction of2018 CIP INTERSECTION IMPROVEMENTS, ALTAMESA BOULEVARD AND CROWLEY ROAD, CITY PROJECT NO. 101579 ("Project") will be received by the City of Port Worth Purchasing Office until I :30 P.M. CST, Thursday, March 24, 2022 as fwiher described below: City of Port Worth Purchasing Division 200 Texas Street Fort Worth, Texas 76102 Bids will be accepted by: US Mail, Courier, FedEx or hand delivery at the address above; Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers. In lieu of delivering completed Business Equity (M/WBE) forms for the project to the Purchasin Office, bidders shall e-mail the completed Business Equity forms to the City Project Manager no later than 2:00 PM 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: UNlT I: Paving Improvements: 474 SY of2" Asphalt Pvmt, Type C (Base) 743 SY of 4" Asphalt Pvmt, Type B (Base) 415 SY of 7" Cone Pvmt 663 SY of9" Cone Pvmt 1,054 LF of 6" Cone Curb and Gutter Traffic Signal, Striping and Illumination Improvements PREQUALIFICA TION Certain improvements included in this project must be performed by a contractor or designated subcontractor 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 3 of00 21 13 -INSTRUCTIONS TO BIDDERS. 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 . Bid Documents Package Link: https ://docs. b3 60.autodesk.com /shares/44 b52ddd-a9b9-44dd-90ba-l 2f29f 44 70d8 C ITY OF FORT WORTH STANDARD C ONSTRUC TION SP EC fFI C ATION DOCUM ENT Re vised 7/19 /20 21 20 18 CIP Intersection Improvements A lta me sa Bo ulevard and C ro wley Road C ity Proje ct No . IO 1579 00 11 13 rNVIT A TION TO BIDDERS Addenda Link: https://docs.b360.autodesk.com /s hares/20f6eb83-I 6aa-4ald-b5c3-fc72 I 880e9f3 Copies of the Bidding and Contract Documents may be purchased from: AECOM 80 I Cherry St., Suite I 050 Fo1t Wo1th , TX 76102 Phone : (682) 316-7651 Page2of3 Contact Doug Mikeworth at doug.mikeworkth@aecom.com to make arrangements to pick up plan s. The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $ 70 .00 Set of Bidding and Contract Documents with half size (if available) drawings : $ 40.00 EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to thi s project, all interested parties are requested to email Expressions oflnterest in this procurement to the City Project Manager and the Desi g n Engineer. The email should include the company's name, contact perso n and that individual 's 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 po sted in the City ofF01t Worth 's purch as ing website at http://fortwo1thtexas.gov/purchasing/ PREBID CONFERENCE -Web Conference A prebid conference will be held as discu sse d in Section 00 21 13 -INSTRUCTIONS TO BIDDE RS at the followin g date , and time via a web conferencing application: DATE: March 8, 2022 TIME: 9:00 a.m. Invitation s with links to the web conferencing application will be di stributed directly to tho se w ho have s ubmitted an Expression of Interest. If a prebid conference is held , the presentation and any questions and answers provided at the prebid conference will be is sued as an Addendum to the call for bids. If a prebid conference is not being held , prospective bidders can e-mail questions or comments in accordance with Section 6 of the In structions to Bidders referenced above to the project manager(s) at the e-mail addresses listed below . Emailed que stions will suffice as "questions in writing." If neces sary, Addenda will be iss ued purs uant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS C ity reserves the ri ght to waive irregularities and to accept or reje ct any or all bids. AWARD City will award a contract to the Bidder pre sentin g the lowe st price, qualification s and competencies considered. C ITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF ICATIO N DOCUMENT Revised 7/19 /202 1 20 18 C IP Intersection lmprovements Altamesa Boulev ard and Crowley Road C ity Project No . IO 1579 INQUIRIES 00 11 13 INVITATION TO BIDDERS Page 3 of3 All inquiries relative to this procurement should be addressed to the following: Attn: Brad Radovich, PE, City of Fort Worth Email: bradley.radovich@fortworthtexas.gov Phone: (817) 392-7817 AND/OR Attn: Douglas C. Mikewo11h, PE, AECOM Email: doug.mikeworth@aecom.com Phone: ( 469) 688-4946 AND/OR Attn: Brent E. Lewis, PE, RLG Consulting Engineers Email: blewis@ rlginc.com Phone: (817) 687-0080 ADVERTISEMENT DATES February 24, 2022 March 3, 2022 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 7/19 /2021 2018 CLP Intersection Improvements Altamesa Boulevard and Crowley Road City Project l o IO 1579 1. Defined Terms SECTION 00 2113 INSTRUCTIONS TO BlDDERS 00 21 13 IN STRUC TIONS TO BIDDE RS Page I of 10 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 -GENERAL CONDITJONS. 1.2 . Certain additional terms used in these JNSTRUCTIONS 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 misinterpretation s 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 . Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre-qualification , must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected . Prequalification requ irement work types and documentation are available by accessing all required files through the City 's webs ite at: https://apps.fortworthtexas.gov/ProjectResources/ C IT Y OF FORT WORTH ST AN DARD CONSTRUCTION SPEC IFICATION DOCU MENT Rev ised/U pdated N ovember 2, 202 1 20 I 8 C IP Intersecti o n Improve ments A lta mesa Boul eva rd a nd C ro wle y Road C ity Project No. 10 1579 3.1.1. Paving -Requirements document located at: 00 2 1 13 INSTRUC TIO NS TO BIDDE RS Page 2 of 10 h ttps :// apps. fortworthtexas . gov /Pro j ectResources/ResourcesP /02 %2 0- %20Constructi on%2 0Doc uments/Contractor%20Preq ualification/TPW%20Pavi ng %20Contractor%20Prequalification%20Program/PREOUALIFJCATION%20REO UIREMENTS%20FOR %20PA VING%20CONTRACTORS.pdf 3.1.2. Roadway and Pedestrian Lighting-Requirements document located at: https :// apps. fortworthtexas. gov /Pro j ectReso urces/Resources P /02%2 0- %20Construction%20Documents/Contractor%20 Pre ualification/TPW%20Roadwa y%20and%20Pedestrian%20Lighting%20Prequalification%20Program/STREET% 20LIGHT%20PREOUAL%20REOMNTS.pdf 3.1.3. Water and Sanitary Sewer-Requirements document located at: https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20 - %20Construction%20Documents/Contractor%20Prequalification/Water%20and%2 0Sanitary%20Sewer%20Contractor%20Prequalification%20Program/WSS%20pre qual%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 PREQUALIFICA TIONS. 3.2.1.Submission of and /or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre-qualified contractor who is the apparent low bidder 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 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. C ITY OF FORT WORTH STANDA RD CO NS TRUC TI ON SPECIFI CATION DO C UME NT Rev ised/U pd ated Nove mbe r 2, 202 1 20 18 CIP Intersecti o n Imp rov ements A lt amesa Bo ulevard and C ro wley Road1 C ity Project No . IO I 579 00 21 13 fNSTRU C TIONS TO BIDDERS Page 3 of 10 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: 4.1.1. Shall 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. Should 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 ofthe Work. 4.1.3. Shall 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. Shall study all: (i) reports of exp lorations and tests of subsurface conditions at or contiguous to the Site and all 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 . ls advised that the Contract Documents on file with the City shall constitute all of the information which the City wi ll furnish. All additional information and data which the City will supp ly 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. Shou ld perform independent research , investigations, tests , borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon 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 subm ission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon corn pletion of such explorations, investigations, tests and studies. C ITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFI C ATION DO CU M EN T Revi sed/Updated Novembe r 2 , 202 1 20 18 C IP Inte rsecti o n Improvements Altame sa Boulevard and Crowley Road C ity Projec t No . IO 1579 00 21 q rN STRUCT IO NS TO BIDDERS Page 4 of 10 I 4.1.8. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion , and obtain al ~ 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 full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima-facie evidence that the Bidder has made the investigations, examinations and tests herein required. 4.1.9 . Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in o 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 shal l 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 on 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 . 4.2.4. Standard insurance requirements, coverages and limits. 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 furnishing the Work. C ITY OF FORT WORTH STANDARD CONSTRUCTION SP EC IFI C ATIO N DOC UM EN T Revi sed/Updated Nove mber 2, 202 1 20 I 8 Cl P Intersecti o n Improvements Altamesa Boul eva rd and C rowl ey Road C ity Project No. IO 1579 00 21 13 INSTRU C TION S 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. 5. 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 de s ignated 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 permanent 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: Brad Radovich , PE, Transportation and Public Works Email: Bradley.Radovich@ fortworthtexas.gov Phone: (817) 392-7817 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3 . Addenda or clarifications may be posted via the City 's electronic document management and collaboration system at: C ITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFI C ATION DOCU M ENT Revi sed/Updated November 2 , 202 1 20 18 C IP Inte rsection Imp ro ve ments Altamesa Bo ulevard and C rowley Road City Project No . IO 1579 00 21 13 INSTRU C TION S TO BIDDERS Page 6 o f 10 https://docs .b360.autodesk.com/shares/20f6eb83-16aa-4a I d-b5c3 -fc721880e9f3 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 ofrecord 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 a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5 .01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. 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 I 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 O I 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 1 I.I. In accordance with the City 's Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and /or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non-responsive. Business Equity Ordinance No.25165-10-2021 , as amended (replacing Ordinance No. 24534-11-2020), codified at: C ITY OF FORT WORTH STANDARD CONSTRUCTION SP ECIFI C ATION DOCUME NT Re vised/U pd ated No vembe r 2, 202 1 20 18 CIP Intersecti o n Improveme nts Altamesa Bo ulevard and Cro wley Road C ity Project No. IO 1571 00 2 1 13 INSTRUCTIONS TO BIDD ERS Page 7 of 10 https://codelibrary.runlegal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City 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 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. ln the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder s hall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. All entries shall be legible. 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 s ign. The corporate seal s hall be affixed . The corporate address and state of incorporation shall be shown below the signature. 12.4 . Bid s by partnerships shall be executed in the partnership nrune and signed by a partner, whose title must appear under the s ignature accompanied by evidence of authority to sign. T he official address of the partnership shall be shown below the s ignature. 12.5 . Bid s 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 th e firm shall be shown. 12.6. Bids by individuals shall show the Bidder's na me and official address. 12.7 . Bids by joint ventures shall be executed by each joint venture in the manner 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 filled in on the Bid Form. 12.10. Po stal and e-mail addresses and telephone numb e r 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 Resid e nt Bidder. CITY OF FORT WORTH STANDARD CONSTRU CTION SP EC IFICATION DOCUMENT Revised/Updated November 2, 2021 2018 C IP In te rsect ion Improvements A ltamesa Boulevard and C rowley Road City Project No . 10 1579 13. Submission of Bids 00 21 I S INSTRU CTION S TO BIDDERS Page 8 of 10 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 sen through the mail or other delivery system, the sealed envelope shall be enclosed in a separate J envelope with the notation "BID ENCLOSED" on the face of it. 14. Withdrawal of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office may be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing and delivered to the Purchasing Office to receive a time stamp prior I to the opening of Bids. A timely withdrawn bid will be returned to the Bidder or, if the request is within one hour of bid opening, will not be read aloud and will thereafter be returned unopened. 14.2. In the event any Bid for which a withdrawal request has been timely filed has been inadvertently opened, said Bid and any record thereof will subsequently be marked "Withdrawn" and will be given no further consideration for the award of contract. 15. Opening of Bids Bids will be opened and read aloud publicly. 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. J 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of90 days or 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 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. City reserves the right to I waive informalities not involving price , contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies I between the indicated sum of any column of figures and the correct sum thereofwill be resolved in favor of the correct sum. Di screpancies between words and figures will be resolved in favor of the words. C ITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF ICATION DOCUMENT Revi sed/U pdated November 2, 202 1 20 I 8 CIP Intersection Imp rovements A lt amesa Boulevard and Crowley Road C ity Proj ect No. I O I 579 00 21 13 INSTRUCTIONS TO BIDDERS Page 9 of 10 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. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such 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 presc ribed time. 17.4. 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. 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. 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 contract award , a Notice of Award will be issued by the City. 17. 7 . 1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 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 https://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. C ITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2, 2021 20 18 C IP Intersection Improvements Altamesa Boulevard and Crowley Ro ad City Project No. IO 1579 18. Signing of Agreement 00 21 I~ INSTRUCTION S TO BIDDERS Page 10 of 10 18.1. When City issue s a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shal l sign and deliver the required number of counterpart of the Project Manual to City with the required Bonds, Certificates of In s urance , and all other required documentation . 18 .2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFI CATION DOCUMENT Revi sed/U pdated November 2, 202 1 20 18 CIP Intersection Imp rovements A ltamesa Boulevard and Crowley Roadl C ity Project No. IO 1579 I SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT 00 3513 CONFLICT OF INTEREST STATEMENT Page 1 of 10 Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on f ile 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 exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company , then a Local Government Officer 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. http://www.ethics .state .tx .us/forms/CIQ.pdf http://www.eth ics .state .tx .us/forms/CIS.pdf D D D D D BIDDER: CIQ Form does not apply CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form does not apply CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24 , 2020 00 41 00 Bid Proposal Workbook (CPN# 101579) Addm 1 SECTION 00 41 00 BID FORM TO : The Purchasing Manager c/o : The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: 2018 CIP INTERSECTION IMPROVEMENTS ALTAMESA BOULEVARD AND CROWLEY ROAD City Project No .: 101579 Units/Sections: UNIT 1: 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 : CITY OF FORT WORTH 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 leve ls . 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. I 004100 BIO FORM age2of10 I STANDARD CONSTRUCTION SPECIFICATION DOC UMENTS Revised 9130/2021 00 41 00 Bid Proposal Worl<book (CPN# 101579) Addm 1 I 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a . Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) b. Roadway and Pedestrian Lighting C. - d . - e. - f . - g . - h . - 4. Time of Completion 4 .1. The Work will be complete for Final Acceptance within 120 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Cond itions . 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. 5. Attached to this Bid The following documents are attached to and made a part of this Bid : at1'his Bid Form, Section 00 41 00 ~equired Bid Bond , Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. ~posal Form, Section 00 42 43 L Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) 6requalification Statement, Section 00 45 12 /4nflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary 6ny additional 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 wil l 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 th is proposal and then totaling all of the extended amounts. CITY OF FORT WORTH 00 41 00 BID FORM Pa ge 3 of 10 STANDARD CONSTRUCTION SPECI FICATION DO CUMENTS Revised 9/30/2021 0041 00 Bid Proposal Worl<book (CPN# 101579) Addm 1 Total Bid 7. Bid Submittal This Bid is submitted on Justin Blair (Printed Name) Title : Vice President Company: McClendon Construction Co., Inc. Address : PO Box 999 Burleson , TX 76097 State of Incorporation: TX Emai l: jblair@mcclendonconstruction .com Phone : 817-295-0066 END OF SECTION C ITY O F FORT WORT H STANDARD C ONSTRUCTI ON SPE CIFICATION DOCUM ENTS Revised 9/30/2021 by the entity named below. Receipt is acknowledged of the following Addenda : Addendum No . 1: Addendum No . 2 : Addendum No . 3 : :NIA Addendum No . 4 : ,. Corporate Seal : In itial / ,;;f;)(" V ...- 00 41 00 BID FO RM Page 4 of 10 00 4 1 00 Bid Prop osa l W orkbook (CPN# 10 1579) Addm 1 Pay Item 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 49 50 51 52 UNIT PRICE BID SECTION 00 42 43 PROPOSAL FORM Project Item Information Description Specification Unit of Section No. Measure Remove Sidewalk 0241 .0100 SF Remove Concrete Median Pavement 0241 .01)()( SF Remove ADA Ramp 0241 .0300 EA Remove Misc Cone Structure 0241 .0900 LS I (Ex. Street LiAht Base) Remove Cone Curb & Gutter 0241 .1300 LF Remove and Replace Ground Box 0241 .600X EA Remove VIVDS Camera 9999 .0000 EA Remove VIVDS Processor System 9999.0001 EA Remove Ped Head 9999 .0002 EA Remove Push Button 9999 .0003 EA Remove Traffic Signal Head 9999.0004 EA Remove Antenna 9999.0005 EA Rem ove Signal Cabinet 9999.0006 EA 2" CONDT PVC SCH 80 (T) 2605.3015 LF 2" CONDT PVC SCH 80 (B) 2605.3016 LF 3" CONDT PVC SCH 80 (T) 2605.3025 LF 3" CONDT PVC SCH 80 (B) 2605.3026 LF Unclassified Excavation By Plan 3125.0101 CY 6" Flexible Base, Type A, Gr-1 3211.0112 SY 2" Asphalt Pvmt Type C 3212.0201 SY 4" Asphalt Base Type B 3212 .0501 SY 7 " Cone Pvmt 3213 .0102 SY 9" Cone Pvmt 3213.0104 SY 4" Cone S idewalk 3213.0301 SF 4" Median Pvmt 3213.03)()( SF Barrier Free Ramp, Type P-1 3213.0506 EA Barrier Free Ramp , Type P-2 3213.0507 EA NOT USED 4" DOT Pvmt Marking HAS (W) 3217 .0005 LF 8" SLD Pvmt Marking HAS (W) 3217.0201 LF 12" SLD Pvmt Marking HAE (W) 3217 .0301 LF 24" SLD Pvmt Marking HAE (W) 3217 .0501 LF Median Extension SLD Pvmt Marking (Y) 9999.0007 EA Lane Legend Arrow 3217 .1002 EA Lane Legend Only 3217 .1004 EA REFL Raised Marker TY I-C 3217 .2 102 EA Topsoil 3291 .0100 CY Block Sod Placement 3292.0100 SY 3-Sect Signal Head Assmbly 3441 .1001 EA Ped Signal Head Assmbly 3441 .1011 EA Audible Pedestrian Pushbutton Station 3441 .1 031 EA Furnish/Install BBU System EXT Mounted 3441 .1209 EA Furnish/Install Hybrid Detection System 3441 .1215 EA Furn ish/Install Hybrid Detection Cable 3441 .1217 LF Install Model 711 Preemption Detector 3441 .1222 EA Install Preemption Cable 3441 .1225 LF 4/C 14 AWG Multi-Conductor Cable 3441 .1310 LF 5/C 14 AWG Multi-Conductor Cable 3441 .1311 LF 10/C 14 AWG Multi-Conductor Cable 3441 .1314 LF 20/C 14 AWG Multi-Conductor Cable 3441 .1315 LF 3/C 14 AWG Multi-Conductor Cable 3441.1322 LF NO 8 Insulated Elec Condr 3441 .1409 LF Bidder's Application Bidder's Proposal Bid Quantity Un it Price Bid Value 1,283 $1 .00 $1,283.00 442 $1 .00 $442 .00 6 $260 .00 $1,560.00 1 $670.00 $670 .00 973 $12 .00 $11 ,676.00 1 $2,050.00 $2,050.00 4 $210.00 $840.00 1 $210.00 $210 .00 2 $190.00 $380.00 6 $160.00 $960 .00 2 $210 .00 $420.00 1 $160.00 $160.00 1 $1,390 .00 $1 ,390 .00 260 $40 .00 $10,400.00 120 $47.00 $5,640.00 55 $47 .00 $2,585.00 145 $55 .00 $7,975.00 457 $63 .00 $28,791.00 474 $35 .00 $16,590.00 474 $21.00 $9,954.00 743 $36.00 $26 ,748.00 415 $95 .00 $39,425.00 663 $111 .50 $73,924.50 1,491 $12 .00 $17,892.00 3 ,539 $15 .50 $54,854.50 6 $3 ,500.00 $21 ,000.00 2 $3,750.00 $7,500 .00 $0.00 99 $1 .25 $123.75 390 $2.00 $780 .00 410 $2.70 $1 ,107.00 112 $6 .00 $672 .00 2 $150.00 $300 .00 6 $125.00 $750.00 6 $135.00 $810.00 20 $6.00 $120.00 12.4 $50.00 $620.00 96 $10.00 $960.00 8 $1,660.00 $13,280.00 4 $1,010.00 $4,040.00 8 $1,100.00 $8,800.00 1 $10,670.00 $10,670.00 4 $10,100.00 $40,400.00 1,100 $3 .00 $3,300.00 1 $1,340 .00 $1 ,340.00 315 $2 .65 $834 .75 40 $2 .75 $110 .00 31 7 $2 .85 $903.45 705 $4 .25 $2 ,996 .25 185 $8.35 $1,544 .75 1,735 $2.40 $4,164.00 1,800 $2.85 $5,130 .00 53 NO 8 Bare Elect Condr 3441 .1414 LF 580 $2.85 $1,653.00 54 Ground Box Type B, w/Apron 3441 .1502 EA 4 $1,440 .00 $5,760.00 55 Ground Box Type D , w/Apron 3441 .1503 EA 1 $2 ,047 .00 $2,047 .00 56 Furnish/Install 10' -14' Ped PoleAssmbly 3441.1603 EA 3 $1,460.00 $4,380.00 57 Furnish/Install Type 45 Signal Pole 3441 .1615 EA 1 $19 ,700.00 $1~,700.00 58 Furnish/Install Mast Arm 52' · 60' 3441 .1625 EA 1 $12 ,310.00 $1?,310.00 59 TY 1 Signal Foundation 3441.1701 EA 3 $1,900.00 $5,700.00 60 TY 5 Signal Foundation 3441 .1705 EA 1 $9 ,150.00 $$,150.00 61 Furnish/Install 352i Controller Cabinet Assembly 3441 .1741 EA 1 $32,500.00 $3~,500.00 62 Dispose of Pole and Mast Arm Assmbly 3441 .2003 EA 2 $960 .00 $~.920.00 63 Rdwy Ilium Assmbly TY 18 , 18A. 19, and 0-40 3441 .3003 EA 2 $4,630.00 $~,260.00 64 Furnish/Install LED Lighting Fixture 3441 .3051 EA 4 $880.00 $r ,520.00 1(137 wattATB2 Cobra Head) 65 Rdwy Ilium Foundation TY 3 , 5, 6, and 8 3441 .3302 EA 2 $2,320.00 $~.640.00 66 Furnish/Install 8' Wood Light Pole Arm 3441 .3323 EA 2 $600.00 $",200.00 67 Reconnect Conductor 3441 .3411 EA 2 $330.00 $660.00 68 Salvage Street Light Pole 3441.3501 EA 1 $600 .00 $600.00 69 Furnish/Install Alum Sign Mast Arm Mount 3441.4001 EA 10 $585.00 $5,850.00 70 Furnish/Install Alum Sign Ground Mount 3441.4002 EA 2 $1 ,330.00 J TxDOT Std . $r,660.00 71 Furn ish/In stall Alum Sign Ground Mount City Std . 3441.4003 EA 1 $510 .00 $510.00 72 Remove Sign Panel 3441.4109 EA 3 $80.00 $240.00 73 Furnish/Install PTZ Camera 9999.0008 EA 1 $8,600.00 ~8.600 .00 74 Furnish/Install PTZ Camera Cable 9999 .0009 LF 240 $3 .00 $720.00 75 Traffic Control 3471 .0001 MO 4 $7,500.00 $~0 ,000.00 76 Mobilization 0170.0100 LS 1 $7,000.00 $,7,000 .00 77 Bonds 9999 .0010 LS 1 $9,000.00 ~9,000.00 78 Construction Staking 0171 .0101 LS 1 $5,500.00 $5 ,500.00 79 As-Built Survey 0171 .0102 LS 1 $1,000.00 1,000.00 Total Bid $63 ),155.95 END OF SECTION BID BOND Conforms with The American Institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we, McClendon Construction Company, Inc. 548 Memorial Plaza, Burleson, Texas 76024 as Principal, hereinafter called the Principal, and the Merchants Bonding Company [Mutual] of PO Box 14498, Des Moines, IA 50306 the laws of the St11te of Iowa , a corporation duly organized under , as Surety, hereinafter called the Surety, are held and finnly bound unto ------------- City of Fort Worth as Obligee, hereinafter called the Obligec, in the sum of *** FIVE PERCENT OF TOTAL AMOUNT BID BY PRINCIPAL*** Dollars ( 5% TAB ) , for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves , our heirs, executors, administrators , successors and assigns, jointly and severally, firmly by these presents . WHEREAS, the Principal has submitted a bid for CIP Intersection Improvements AltaMesa Blvd & Crowley Road 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 the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exce~d 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 party to perfonn 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 _____ 2_4t_h _____ day of ________ M_a_rc_h _______ _ 2022 Inc. (Seal) Witness Principal t/.P . Title Witness Attorney-in-Fact MERCHANTS~ BONDING COMPANYn, POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the Stale of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, Individually, Ana Tomes; Andrew Addison; Betty J Reeh; Bryan K Moore; Elizabeth Ortiz ; M ichael D Hendrickson; Patricia Ann Lyttle; Patrick C I yle their true and lawful Attorney(s)-ln-Fact, to sign Its name as surety(ies) and to execute, seal and acknowledge any and all bonds, un ertaklngs, contracts and other written instruments In the nature thereof, on behalf of the Companies In their business of guaranteeing the I fidelity of persons , guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted I 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 !rectors of Merchants National Bonding, Inc., on October 16, 2015. f "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power ar authority lo appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, onds 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 o bligatibns 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, ii Is agreed that the power and au! 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 ccinsenti ng to the State ofFlorlda 'apartment 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 Comm ssioner- Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. STATE OF IOWA COUNTY OF DALLAS ss. day of March , 2021 MERCHANTS BONDING COMPANY (MUTUAL) :~::z:;~;{;2: On this 19th day of March 2021 , before me appeared Larry Taylor, to me personally known, who being by me ~uly sworn did say that he Is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and t al the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. 'l"~IAL IS' POLLY MASON ti'~A ~~ Commission Number 750576 -: 9 ':' My Commission Expires ,0 w1--January 07, 2023 (Expiration of notary's commission does not invalidate this instrument) Notary Public I , William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC ., do Hereby certify that the above end foregoing Is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is stil in full force and effect and has not been amended or revoked. , Q022. I March P~::f%'~~- secretary POA 0018 (1/20) MERCHANT1' BO·ND I NG COMPANY 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. 0 . 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) 00 43 37 VENDOR COMPLIANCE TO !~::~ ~~ SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER l Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders . This I w 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 bidde ~ 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 , our pr incipal 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,otir company or our parent company or majority owner is in the State of Texas . ~ BIDDER: By : ~).·"'-is(c,,' r U (Signature) J Title : V,'c.e-T>~..s.#~.J Date : 3-~ 4-..1.:l END OF SECTION CITY OF FORT WORTH I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/202 1 00 41 00 Bid Propos al Workbook (CPN# 101579) Addm 1 00 45 11 -I BIDDERS PR EQUALIFIC ATIONS 2 3 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS Page I o f 3 4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 5 have applied for prequalification by the City for the work types requiring prequalification 6 prior to submitting bids. To be considered for award ofcontract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATJON STATEMENT for the work type(s) listed with 8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven (7) days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 16 The prequalification process will establish a bid limit based on a technical evaluation and 17 financial analysis of the contractor. For example, a contractor wishing to submit bids on 18 projects to be opened on the 7th of April must file the information by the 31st day of March 19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder 's 20 Prequalification Application , the following must accompany the submission. 21 a. A complete set of audited or reviewed financial statements. 22 (1) Classified Balance Sheet 23 (2) Income Statement 24 (3) Statement of Cash Flows 25 (4) StatementofRetained Earnings 26 ( 5) Notes to the Financial Statements , if any 27 b. A certified copy of the firm 's organizational documents ( Corporate Charter, Articles 28 oflncorporation, Articles of Organization , Certificate of Formation, LLC 29 Regulations , and Certificate of Limited Partnership Agreement). 30 c . A completed Bidder Prequalification Application . 31 (]) The firm's Texas Taxpayer Identification Number as issued by the Texas 32 Comptroller of Public Accounts. To obtain a Texas Taxpayer ldentification 33 number visit the Texas Comptroller of Public Accounts online at the 34 following web address www.window.state.tx.us/taxpermit/ and fill out the 35 application to apply for your Texas tax ID. 36 (2) The firm 's e-mail address and fax number. 37 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 38 is used by the City for required reporting on Federal Aid projects. The DUNS 39 number may be obtained at www .dnb.com . 40 d . Resumes reflecting the construction experience of the principles of the firm for firms 41 submitting their initial prequalification. These resumes should include the size and 42 scope of the work performed. 43 e. Other information as requested by the City. 44 45 2. Prequalification Requirements 46 a. Financial Statements. Financial statement submission must be provided in 47 accordance with the following: 48 ( 1) The City requires that the orig inal Financial Statement or a certified copy 49 be submitted for consideration. C ITY OF FORT WORT H STANDARD CONSTRUCTION S PEC IFI C ATION DOC UM EN T S Revi sed Aug ust 13, 2021 20 I 8 C IP In te rsecti o n Imp rove me nts Altamesa Bo ul eva rd and C rowley Road C ity Project No . 101579 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 49 50 3. 00 45 11 -2 BIDDER S PR EQUAL rFI CATIONS Page 2 of3 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in I good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities with ~ 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 revi ew 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 pub lic 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. (8) 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. I (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying th ~ 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 I 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 I Applications will be rejected. ( 1) In those schedules where there is nothing to report, the notation of ''None" or ''NI A" should be inserted. (2) A minimum of five (5) references of related work mus t 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 wiU not be accepted. FJigibility for Award of Contract 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. C ITY OF FORT WORTH 20 18 C IP Inte rsection Im provement s Alta mesa Bo ulev ard and C rowley Road City Proj ect N o. 10 1579 STANDARD C ONSTR UCT ION S P EC IFI C ATION DOCUM EN TS Revi sed Aug ust 13 , 2021 I 2 3 4 5 6 7 8 9 00 45 11 -3 BrDDERS PREQUALIF ICAT IONS Page 3 of3 d. If a contractor has a valid prequ alification letter , the contractor will be e li g ibl e to perform the prequalified work ty pes until the ex piration date s t ated in th e letter. END OF SECTION C IT Y OF FORT WORT H ST ANDARD CONSTRUCT ION SPECIF !CAT ION DOCUM EN T S Revised A ug ust 13, 202 1 20 18 C IP In tersec tion Im provements A ltamesa Bo ul evard and Crowley Road C ity P roj ect No. 10 1579 SECTION 00 45 12 PREQUALIFICATION STATEMENT 00 4 5 12 PR EQUALIFI CATION S~ATEMENT Pr e 10 of 10 Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed . Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date 1.;oncrete i"'avmg Construction/Reconstruction McClendon Construction Co., Inc. 7/1/2023 (LESS THAN 15,000 square \/Olrrlc;) Roadway and Pedestrian Bean Electrical 3/9/2023 Lighting - - - - - - The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed . BIDDER: McClendon Construction Co., Inc . PO Box 999 Burleson, TX 76097 0 CITY OF FORT WORTH T itle : Vice President Date : > · :}.. 4 -JJ.. ----'-------- END OF SECTION I I I I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revi sed 09/30/202 1 00 4 1 00 Bid Proposa l Workbook (CP N# 101579) Addm 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 00 45 26 -1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No . 101579. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage . CONTRACTOR: Company 'Vo 'bo'L gq (p Address ~~ ~u.~~'OC\ Jl_ ~\oo9:7 Title : 1~~~~,&:M-\-- 19 City/State/Zip (Please Print) 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 THE STATE OF TEXAS § COUNTY OF TARRANT § rs ·gned authority, on this day personally appeared ---'....._~=~'->--"'-¥-..,.__.....,.~,,...._ ____ , known to me to be the person whose name is subscribed to the foregoing instrument, an 2 acknowledged to me that he/she executed the same as the act and deed ot'J'bc..dc.NJC>'\Co~I\J-:CA :oofor the purposes and consideration therein expressed and in the capacity therein stated. G UNDER MY HAND AND SEAL OF OFFICE this --1-1~.,q..,.1-=-----'201.:t. ,,,,,•~~•,,,, MISTY WEBB "'~~ •••• v,9.-:,. I!(:..A~:{~~ Notary Public, State of Texas \"¥·•.5 ... ~f Comm . Expires 01-09-2026 ,,,:3/,~~.t,, Notary ID 126838467 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2018 CIP Intersection Improvements Altamesa Boulevard and Crowley Road City Project No. 101579 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 APPLICATION OF POLICY SECTION 00 45 40 Business Equity Goal 0 0 4 5 40 -1 Bu sin ess Equit y Goa l Page 1 of 2 If th e to tal dollar value of the contract is $100 ,000 or more, th en a Bus in ess Equity g oal is applic a bl e . A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterp ises (M/WBEs). POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Eq ity Firms when applicable, in the procurement of all goods and services . All requirements and regulatio 1 s stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No . 24534-11- 2020 (codified at: https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593 ) a ! ply to this bid . 16 BUSINESS EQUITY PROJECT GOAL 17 The City's Business Equity goal on this project is 24% of the total bid value of the contract (Bas . bid 18 applies to Parks and Community Services). 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 METHODS TO COMPLY WITH THE GOAL On City contracts where a Business Equity Goal is applied , offerors are required to comply with the ity's Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply witH the ordinance through one of the following methods: 1. Commercially useful services performed by a Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combinati 9 n of Business Equity prime services and Business Equity subcontracting participation, 4. Business E1uity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. P~ime contractor Waiver documentation. I SUBMITTAL OF REQUIRED DOCUMENTATION I Applicable documents (listed below) must be received by the Purchasing Division, OR the offeror shall EMAIL the Business Equity documentation to the assigned City of Fort Worth Project Manag~r or Department Designee. Documents are to be received no later than 2:00 p.m., on the third. jCity business day after the bid opening date, exclusive of the bid opening date. The Offeror must submit one or more of the following documents: l 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if participati n is less than stated goal , or no Business Equity participation is accomplished; I 3 . Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perforr all subcontracting/supplier opportunities; or 4. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Me ~tor- Protege participation . I CITY O F FORT W O RTH STANDARD CON STRUCTION SPE CIFICATION DO CU M ENTS Revise d Oct o be r 27, 20 21 2018 CIP Int ersectio n Improvement s Altam esa Bo ul evard and Crow ley Road City Proj ect No. 101 579 1 These forms can be found at: 2 Business Equity Utilization Form and Letter of Intent 3 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60%20- 00 45 40-2 Busin ess Equity Go al Pa ge 2 of 2 4 %20MWBE/NEW%20Business%20Equity%20Ordinance/Business%20Equity%20Utilization%20Form.pdf 5 6 Letter of Intent 7 8 9 10 11 12 13 14 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 -MWBE/NEW Business Equity Ordinance/Letter of lntent-2021.pdf Business Equity Good Faith Effort Form https ://a pps. fo rtwo rthtexas .gov /Pro jectReso u rces/ResourcesP /60%20- %20MWBE/N EW%20Busi ness%20Eq u ity%20Ord i na nce/Busi ness%20Eq u ity%20Good%20Fa ith%20Effort %20Form.pdf 15 Business Equity Prime Contractor Waiver Form 16 https ://a pps. fortworthtexas.gov /Pro jectReso u rces/ResourcesP /60%20- 17 %20MWBE/N EW%20Busi ness%20Eq u ity%20Ord i na nee/Busi ness%20Eq u ity%20Pri m e%20Contractor%20 18 Waiver.pdf 19 20 Business Equity Joint Venture Form 21 https ://a pps. fortworthtexas.gov /Project Resou rces/ResourcesP /60%20- 22 %20MWBE/NEW%20Business%20Equity%20Ordinance/Business%20Equity%20Joint%20Venture.pdf 23 24 25 FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE 26 BIDDER/OFFEROR BEING DECLARED NON-RESPONSIVE AND THE BID REJECTED. 27 28 29 30 31 32 33 34 35 36 37 FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUTY DOCUMENTATION OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON-RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. For Questions, Please Contact The Business Equity Division of the Department of Diversity and Inclusion at {817} 392-2674. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rev ised Octobe r 27, 2021 END OF SECTION 20 18 CIP Inte rsection Improve m e nts Altam es a Bo ulevard and Crowley Roa d Ci ty Proj ect No. 101579 SECTION 00 52 43 AGREEMENT 0052 43-1 Agreement Page 1 of 6 THIS AGREEMENT, authorized on May 11, 2022, is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and Mcclendon Construction Co ., authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK I 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 CIP INTERSECTION IMPROVEMENTS ALTAMESA BOULEVARD AND CROWLEY ROAD CITY PROJECT NO . 101579 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 Six hundred and thirty-five thousand, one hundred and fifty-five and 95/100 Dollars ($635,155 .95). Contract price may be adjusted by change orders duly authorized by the Parties . Article 4. CONTRACT TIME 4 .1 Final Acceptance . The Work shall be complete for Final Acceptance within 120 days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the Generali 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 and the public will suffer from loss of use 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 aJ liquidated damages for delay (but not as a penalty), Contractor shall pay City Five Hundred Dollars ($500.00) for each day that expires after the time specified in1 Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 11/23/2021 2018 CIP Intersection Improvements Altamesa Boulevard and Cr?wley Road City Proj ect No . 1015 79 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: 005 2 43 -2 Ag ree m en t Page 2 of 6 A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following : 1. This Agreement. 2. Attachments to this Agreement : a. Bid Form 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 Form(s) d . Payment Bond e . Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidav it i. MBE and/or SBE Util ization 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. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, CITY OF FO RT W OR TH STA N DAR D CONSTRU CTI ON SPE CIFI CATI ON DOCU M ENT S Revise d 11/23/202 1 20 18 CIP Intersecti o n Improvement s Altamesa Bou levard a nd Crowley Road Ci ty Proj ect No . 1015 79 005243-3 Agreement Page 3 of 6 expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employeesJ subcontractors, licensees or invitees under this contract. This indemnification provisio ~ is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement 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 I representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void o n unenforceable by a court of competent jurisdiction shall be deemed stricken, and al remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion . 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 . 7.7 Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. I Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. CITY OF FORT WORTH 2018 CIP Intersection Improvements Altamesa Boulevard and Crowley Road City Project 1o. 101579 STANDARD CONSTRUCTION SPECIF ICATION DOCUMENTS Revised 11/23/2021 7.8 Prohibition On Contracts With Companies Boycotting Israel. 005243 -4 Ag ree m e nt Page 4 of 6 Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code , if Contractor has 10 or more full time-employees and the contract value is $100,000 or more, 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. 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 if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2274 of the Texas Government Code-(as added by Acts 2021, 87th Leg., R.S., S.B . 13, § 2), the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the con t ract contains a written verification from the company that it : (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract . The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Act s 2021, 87th Leg., R.S., S.B. 13, § 2). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibit ion on Discrimination Against Firearm and Ammunition Industries . Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg ., R.S., S.B. 19, § 1), the City is prohibited from ente r ing into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full -time employees) unle ss the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or d irective that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The te r ms "discriminate," "firearm entity" and "firearm trade association " have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (a s added by Acts 2021 , 87th Leg., R.S., S.B. 19, § 1). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. CIT Y OF FOR T W OR TH STA NDARD CON STRU CTI ON SPEC IFICATI ON DOCUM ENTS Rev ised 1 1/23/202 1 20 18 CIP In tersect ion Improvements Altamesa Bo ul evard and Crow ley Road City Proj ect No. 1015 79 7.11 Immigration Nationality Act . 00 52 43 -5 Ag r eement Page 5 of 6 Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (1 -9). Upon request by City, Contractor shall provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee -who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as welil 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 l CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM AN 1 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 thi J Agreement for violations of this provision by Contractor. 7.12 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. 7.13 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 thJ 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 . CITY OF FO RT WO RTH STAN DA RD CONSTR UCT ION SPECIFI CATIO N DO CUM ENTS Revised 11/23/202 1 2018 CIP I ntersect ion Improvements Altamesa Bou leva rd a nd Crowley Road Ci t y Project No. 101579 00 52 43-6 A greement Page 6 o f 6 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 : t,,\c.C\~acri Co~t:titn City of Fort Worth : Signature Justin Blair (Printed Name) Vice President Title Co. po Box 999 Address Burleson, TX 76097 City/State/Zip May 31, 2022 Date CITY OF FORT W ORTH STANDARD CONSTRUCTION SPECIFICAT ION DOCUMENTS Revised 11/23/2021 Dana Burghdoff Assistant City Manager Jun 13, 2022 Date Attest: , 7a1111ett e S &offal! Jannette S. Goodall (Jun 13, 202214:21 CDT) (Seal) M&C: 22 -0346 Date : 5-11-2022 Form 1295 No .: 2022 -868079 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 . Bradley Radovich , PE Senior Project Manager Approved as to Form and Legality: fi!f/;i DBlack (Jun 13, 2022 10:44 COT ) Douglas W. Black Sr. Assistant City Attorney APPROVAL RECOMMENDED: William Johnson, Director OFFICIAL CITY SECRETARY FT. WORTH, TX section Improvements vard and Crowley Road City Project No. 101579 1 2 3 00 45 26 -1 CONTRACTOR COMPLIANCE WITH WORKER'S CO M PENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 4 Pursuant to Texas Labor Code Section 406 .096(a), as amended, Contractor certifies that it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No. 101579. Contractor further certifies that, pursuant to Texas Labor Code, Section 7 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 9 10 CONTRACTOR: 13 Company 14 15 16 19 20 21 22 23 24 25 Address City/State/Zip THE STATE OF TEXAS COUNlY OF TARRANT Title: 'y,u_(R~,J.-eA~ (Please Print) § § 26 rs ·gned authority, on this day personally appeared 27 , , known to me to be the person whose name is 28 subscribed to the foregoing instrument, an acknowledged to me that he/she executed the 29 30 31 32 33 34 35 36 37 38 39 same as the act and deed o 1-J.lu..!~l.\,,cj~,dl~3,,..l,4 _.u.:~i,,.\...!~~_:a.::l.Jt.,for the purposes and consideration therein expressed and in the capacity therein stated. G UNDER MY HAND AND SEAL OF OFFICE this -~---t-----c:------' 201.:1- ,,,,,•~~111,, MISTY WEBB ~ .... ~ .... v6:~ H'(~°{~~ Notary Public, State of Texas ~~---~--,lf Comm . Expires 01--09-2026 ',t~~,t,,' Notary ID 126838467 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revi sed July 1, 2011 2018 CIP Intersection Improvements Altamesa Boulevard and Crowley Road City Project No. 101579 1 2 3 4 5 6 Bond Numbe r TXC614184 THE STATE OF TEXAS COUNTY OF TARRANT § § § SECTION 00 6113 PERFORMANCE BOND KNOW ALL BY THESE PRESENTS: 006113-1 PERFORMANCE BOND Page 1 of 2 7 8 That we , __ M_c _C_le_n_d_o_n_c _on_s_t_r_u_c_t _i _o _n _c_o_m_p_a_n_y _, _rn_c_. ______ ~ known as "Principal" herein and Merchants Bondi ng Company [Mutual] a corporate 9 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 11 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the Six Hundred Thirty-Five Thousand One penal sum of, Hundred Fifty-Five and 95/100 Dollars 12 13 ($635 ,155 .95 ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind 15 ourselves, our heirs, executors, adm i nistrators, successors and assigns, jointly and severally, 16 firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the 10th day of _May, 2022, which Contract is hereby referred to and made a part 19 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and 20 other accessories defined by law, in the prosecution of the Work, including any Change Orders, 21 as provided for in said Contract designated as 2018 CIP INTERSECTION IMPROVEMENTS ALTAMESA BOULEVARD AND CROWLEY ROAD 22 CITY PROJECT NO . 101579 23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall 24 faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 25 perform the Work, including Change Orders, under the Contract, according to the plans, 26 specifications, and contract documents therein referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City, then this obligation shall 28 be and become null and void, otherwise to remain in full force and effect. 29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 30 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 31 Worth Division. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DO CUMENTS Rev ised July 1, 2011 2018 CIP Intersection Im p rovements Altamesa Boulevard and cr9 w ley Road City Project No. 101579 006113 -2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of 2 the 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 this 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 instrument by duly authorized agents and officers on this the 24th day of __ _ _M-'ay'---_, 20.E._. PRINCIPAL: McClendon Construction Company, Inc. Address : PO Box 996 Burleson , TX 76028 SURETY : Merchants Bonding Compan y[Mutual ) BV:~64= Elizabeth Ortiz,Attorn ey -in-Fact Name and Title Address : PO Box 14498 Des Moines , IA 50306 Telephone Number: 210.697.2205 *Note : If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded . CITY OF FOR T WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2018 CIP Intersection Improvements Altamesa Boulevard and Crowley Road City Proj ect No. 101579 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 Bond Number TXC614184 THE STATE OF TEXAS § COUNTY OF TARRANT SECTION 00 61 14 PAYMENT BOND § 006114 -1 PAYMENT BOND Page 1 of 2 KNOW ALL BY THESE PRESENTS: § known a l "Principal" herein, and Me r c h a n ts Bo n d ing Compan y [M u t u a l ] a! corporate surety (sureties), duly authorized to do business in the State of Texas, known 1 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" hereinJI That we, Mcclendo n Constru c ti o n Comp a n y , Inc. Six Hu n dred Thirty-Five Th o u san d On e in the penal sum of Hu ndred F ifty-Five a n d 95 /100 Dollar ($ 6 3 5 , 1 5 5 . 9 5 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County , Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs , executors, administrators , successors and assigns , jointly and severally , firmly by these presents: WHEREAS, Principal has entered into a certain written Contract with City, awarded thel 10th day of May, 2022, which Contract is hereby referred to and made a part hereof for a: purposes as if fully set forth herein, to furnish all materials, equipment , labor and othe accessories as defined by law, in the prosecution of the Work as provided for in said Contract an designated as 2018 CIP INTERSECTION IMPROVEMENTS ALTAMESA BOULEVARD AND CROWLEY ROAD CITY PROJECT NO. 101579 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that ifi Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined 1 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. I CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 006114-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 24 th day of 3 4 5 6 7 8 9 10 11 May 20 22 ___ ....;;. ____ _, ATTEST: ATTEST: (Surety)~~ f½)./l ~JV._; 1k Witness as to Surety ~ PRINCIPAL : Mcclendon Construction Co mpany, Inc. :S:u~.\-\(\ 1:)\a\\ -v~CJ ~r-c.S~&A~ Name and Title Address: PO Box 996 Burleson, TX 76028 SURETY: Merchants Bonding Co mp any [Mutual] Elizabeth Orti z, Attorney-in-Fact Name and Title Address : PO Box 144 98 Des Moines, IA 50306 TelephoneNumber: 210.697.2205 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. I The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2018 CIP Intersection Improvements Altamesa Boulevard and Crowley Road City Project No . 101579 1 2 3 4 5 6 7 8 9 10 11 12 13 14 Bond Number T XC6 141 84 THE STATE OF TEXAS SECTION 00 61 19 MAINTENANCE BOND 00 6119-1 MAINTENANCE BONO Page 1 of 3 § § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT Thatwe Mcclendon Construct i on Compan y, Inc. , known as "Principal" herein and __ M_e_r_c_h_a_n_t_s_B_o_n_d_i_n-=g_c_om_,p,_a_n-=y_[_M_u_tu_a_l_l ____ , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas , known as "City" herein, . Six Hundred Thirty-Five Thousand One m the sum of Hundred Fifty-Five and 95/1 00 Dollars ($635,155.95 ), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its 16 successors, we bind ourselves, our heirs, executors, administrators , successors and assigns, jointly 17 and severally, firmly by these presents. 18 19 WHEREAS, the Principal has entered into a certain written contract with the City awarded 20 the 10th day of May, 2022, which Contract is hereby referred to and a made part hereof for all 21 purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories 22 as defined by law, in the prosecution of the Work, including any Work resulting from a duly 23 authorized Change Order (collectively herein, the "Work") as provided for in said contract and 24 designated as 25 26 and 2018 CIP INTERSECTION IMPROVEMENTS ALTAMESA BOULEVARD AND CROWLEY ROAD CITY PROJECT NO. 101579 27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of two (2) years 30 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 31 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2018 CIP Intersection Improvements Altamesa Boulevard and Crowley Road City Project No . 101579 00 6119-2 MAINTENANCE BOND Page 2 of 3 1 WHEREAS , Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the City of the need therefor at any time within the Maintenance 3 Period . 4 5 NOW THEREFORE , the condition of this obligation is such that if Principal shall 6 remedy any defective Work, for which timely notice was provided by City , to a completion 7 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 8 full force and effect. 9 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 11 noticed defective Work , it is agreed that the City may cause any and all such defective Work to 12 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 13 the Surety under this Maintenance bond ; and 14 15 PROVIDED FURTHER, that if any legal ac ti on be filed on this Bond, venue shall lie in 16 Tarrant County , Texas or the United States District Court for the Northern District of Texas, Fort 17 Worth Division; and 18 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 23 CITY OF FOR T WORTH STANDARD CONSTRUCTION SPEC IF ICATION DOCUMENTS Revised July 1, 2011 2018 CIP Intersection Improvements Altamesa Boulevard and Crowley Road City Project No. 101579 006119 -3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 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 instrument by duly authorized agents and officers on this the 24th day of _____ _ ___ M_a~y;.._ _____ ,2022 . ATTEST: (Sure~~tary ~ PRJNCIPAL: Mcclendon Construction Company, Inc . Name and Title Address: PO Box 996 Burleson, TX 76028 SURETY: Merchants Bonding Company[Mutual] Elizabeth Ortiz, Attorney-in-Fact - Name and Title Address: PO Box 14498 West Des Moines IA 50306 Telephone Number : 2 1 0. 697. 2205 ,· : ..:: *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety 's physical address is different from its mailing address , both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2018 CIP Intersection Improvements Altamesa Boulevard and Crowley Road City Project No. 101579 . , MERCHANTS~ BONDING COMPANY, .. POWER OF ATTORNEY Know All Persons By These Presents , that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING , INC ., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make , constitute and appoint , individually , Ana Tomes; Andrew Addison ; Betty J Reeh ; Bryan K Moore ; Elizabeth Ortiz ; Michael D Hendrickson; Patricia Ann Lyttle; Patrick Coyle their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute , seal and acknowledge any and all bonds , undertakings , contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons , guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law . I This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted ~y 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. I ''The Presidynl , 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." I "The signature of any authorized officer and the seal of the Company may be affDCed 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 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 . 19th day of March , 2021 MERCHANTS BONDING COPJPANY (MUTUAL) STATE OF IOWA COUNTY OF DALLAS ss . :~~{;2 On this 19th day of March 2021 , before me appeared Larry Taylor, to me personally known , who being by ll]e 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 . I \>'-~.IAL IS' POLLY MASON ~ · f:tJ; ~i Commission Number 750576 r~ 1 IA V\\..ll~ 2; t9 7 My Commission Expires v Vo lov-J'i>-January 07 , 2023 (Expiration of notary's commission does not invalidate this instrument) Notary Public I, 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 . A ,' ' I ' . 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. 0. 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 not1 become a part or condition of the attached document. SUP 0032 TX (1/09) NAMED INSURED Mc:Clendon Qpnstruct10n Company, Inc . POLI CY NU MBER· CPP2119886 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CONTRACTOR'S BLANKET ADDITIONAL INSURED ENDORSEMENT -FORM A Ttis enoorsement modifies loSYranca prOYldetl under the followklg COMMERCIAL GENERAL LIABILITY COVERAGE PART Pol ley Number Agency Number Polley Efftctlve Date CPP21 19886 07553 :1:4 1/31/2022 Polley Explrat!Ort Date Date Account Number 1/31/2023 1/31/2022 Named Insured ... ncy Issuing Company Mc:Clendon c.onstruction ~, Inc. I BTX•Acrlslle Anw151.ff lnsuance Company 1. a. SECTION H • WHO IS AN INSURED is amended to add as an addi&JO nal insured any person or organlzallon v.tiom you anil rvqulntd to add as an additional lnsu-ed on this policy under a written contract or written agreement relating to your business. b. The written contract or written agrooment must (1) RBqUlra addrtional iOSU""ed status for a time period durfng the term of this policy, and (2) Be ex:ecutad prior to the ~lty Injury", •property damage•, or -persooai and advertising Injury" leading lo a claim under this policy. c. tf, however: (1) "Yo ur won(' began under a letter of lnlent orwor1< order; and (2) The fe tter of tnlent or wor1l order kld lo a written contract 01'" written agreement within 30 days of beginning suchwortc:: and (3) Vnurr.uslomN'1l custnmary conlr3d!li r8QlJin1 ~~ or o,ganll'.at!ons to bA n11mAd m1 lldditioMI lns.uraM: we M Ii p,-ovklu add ltlonal insured status as specified In this endonlem4ilnt. 2. The Insurance provklad under this endorsement Is llml\ed as follows: a That person or organtzallon Is an additional lnsl.Jf9d on;y with respect to llablllty caused, In 1Nhole or In part, by: (1) Premises you; (a) C>Nn ; (b) Rene (c) Laase;or (d) Occupy, (2) Ong01ng oparallons performed by you or on your behalf. °"90Jng operations does not apply to 'bodily injury· or "property damage• occurring aner. (a) IJI wor1t lo be perfooned by you or on yaur behelffof !he additional inMKed(s) at lhe site o(the cowrad operalons ts complete. lf'ldUding related matar\als, parts Of equipment (Olherthan service, maintenance or r11palrs~ o, (b) That portion o("yrur work'° out of which lhe lflury or damage artsas Is put to lsinlend&d use by any punlOllOf organiutlon other than anolhQroonlrador wortdng fOf"a principal as a part of the aarne pn:>joci. CG 70851015 (d) Reports; (e)Swveys; Includes copyrighted material or tnsurance Services Office, Inc. (f) Change orders, (g) Oei.ign spee1flcat10ns; and (2) Sl4)8rvisofy, lnspeaion, °' engineering seMCes PagH 1 of3 h . SECTION IV-COMMERCIAL GENERAL LIABILITY CONDITIONS. paragraph 4. Other Insurance Is deleted and repl aced with the k:lllowlrg: 4. Other Insurance. Coverage provkled by tl'l\s endorsement Is ax:ceu over any other valid and oo\ledlble Insurance avallabte to 1ha additional fnsurad whether: a.Primary, b.Exmss; C. Contingent; or d. On arr,J other ba sis: tlJt If the written contract Of written agreement requires primary Md nOl'HX)rltrtbutory coverage, this Insurance WIii be primary and non-contri butory re lative to Olher Insurance available to the additional Insured Which cowrs that person or organlzal10n as a Named Insured, and we will not shart1 with that other Insurance. lftha wrinan conlract or written agreement as outlined abOve requlres addlllo oal insured status by us1a1 of CG 20 10 11 85, lhan the coverage provided under this CG 70 85 endorsement does not apply excel)I for parag raph 2 .h. Other Insurance. Additional lnsurlk! stalJs is limilad to that pro..-ldad by CG 20 10 11 85 shown below and paragraph 2.h . Other Insurance shown abow. ADDITIONAL INSURED-OWNERS. LESSEES OR CONTRACTORS (FORM B) This erv:lorsement mod1nes insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: Blanket where reQ Ul rad by wr1b.en contract orwrltten agreement that Iha terms of CG 20 10 11 85 apply. (tf no entry ap pears above, information requked to complete this &ndorsement will be shown In the Declarations as appbc.abl• to 1hts enoorsement.) WHO IS AN INSURED (Section II ) Is a~nded to Include as an insuIed the person or or9o1nizalion shown In the Schedule, but only with respect to Vablll ly arising out of "'your wori<• for that Insured by Of for yau. CG 20101185 Copyright, Insurance SeMcesOffice. lnc., 1984 J. The Insurance PfO",ided by this endorsement does not apply to any premises or work for which the person or organization Is spedftcally !Isled as an additlonal Insured on another endorsement attached to th is polk:y. Includes copyrighl ed material o f Insurance Servlcas Otflce, Inc. CG 70851015 Pages 3of3 {3) Compleled operations COV9filge, but on)' It. (a) The written contract or written agreement re<p.Jlres completed operal iom lcoveroge or ·your work· coverage : and (b) This cowrage part provides OOYerage for "bodily wi ll"Y" or "property c1a~· Included within the ·proctucts-compleled operations haz.ard" I However, the lnsu.mce afforded lo such addltional Insured only applies to the extent perm/tied by law. b. tf thowrittencontradocwritlen agreement: (1) Requites ·m ing out or language; or (2) Requires you to prlMde addrt!onal Insured coverage to that person or organizati on by the use of either or both of the fol'lowlng . (a) Addl1lonal Insured -o.-mers , Lessees. or Contraclors -Scheduled Person Or Organization endorsement CG 20 1010 01 ; or (b) Additional Insured -ONrters, Lessees o r ContnK::tors -Completed Operations enclorumenl CG 20 371001; than the phra:Se ·caused. In whole or In part. by" In paragraph 2.a. aboYe i!!i replaced by ~rising out d". c. If the written contract or written agreement req\.Jres you to p,cwide addlHonal Insured cow rage to that person o, organization by the use of: (1) Additional lllSUffld -Owners, Lessees or Conlraclors-SchedUed Person Orr.rganlzatlon endorsement CG 20 100704 or CG 20 100413; ot (2) Addllional Insured -Owners, Lessees or Contractors-Comple1ed Operal lon endorsement CG 20 37 07 04 or CG 2037 04 13; or (J) Both those endcnemenls with either o( those edi&10n dates; or (4} Either or bolh of the following: (a) Adlflionat tnsurad -o..mers. Lessees o r Contractors -Sdleduled Person Or Orgarizatlon endorsement CG 20 10 without an edrlon date specil'ied; or (b) Addttlonal In.sured -Owners, Lessees or Conttactor.5 -Completed Operations endorsament CG 20 37 without an edition date specified; then paragraph 2.a. abOve applies. d . Premises. as respects parag ra ph 2.a.(1) above, lndude common or public areas about such premises If so re quired in the written contract or wriUen agreement. e. Adctmonal Insured status provided under paragraphs 2.a.(1)(b) or 2.a.(1)(c) above does not ex:tend beyond the end of a prel'IWSes lease or rental agreement. f . The llmits of Insurance that appty lo the additional Insured are the least of those specified In the: (1) Written contract (2) W ritlen agrwmeot; or (J} C>edaraliOMOfthtspollcy. The llmlts of Insurance are lnclUSIY8 of and not In add Ilion to the l!mlts of Insurance shown In the O&clarallons. g . The Insurance provi ded to the additional Insured does not apply to "bodily lnjUry", 1propitrty damage•. a "personal and adverlislng lnjuryw ans ing out of an architect's. engineer's, o r surveyor'• tendar\ng of, or fallunii to render, any professloMI S8l'\llces, including but not llmlled to: (1) The p,eparing, approving.. or falli ng to p,epare or appr011e (a)Maos , (bl Dr8¥11ngs: (cJ Opinions: Page2of3 lnclud~ copyr'igh1ed matar1at of Insurance Serviees Office, Inc] CG70851015 NAMED INSURED Mc:Clendon Constr\JCUOf'I Compony , Inc. POUCY NUMBER: CPP2119886 THIS ENDORSEMENT CHANGES THE POLICY . PLEASE READ IT CAREFULLY . TEXAS CONTRACTOR 'S GENERAL LIABILITY EXTENSION ENDORSEMENT Premises And Sidetrack reements Loaned To The Insured Or P&fsonal Property In The Care , , Da ••on Includes copyrighted material of Insurance Services omoa, Inc. CG 70 630417 Pa 6 3 10 8 7 10 3 7 11 2 10 Page 1 ot 11 This endorsement modifies insurance provkled under the following: COMMERCIAL GENERAL LIAB ILITY COVERAGE FORII Under SECTION I -COVERAGE A. BOOtLY INJURY ANO PROPERTY DAMAGE LIABILITY , pan,g,aph 2. EXCLUSIONS. provisk>rls 1. through 6. ot this &ndorsemern are excess over any valid and coOeciible insurance (Including any deductible) ava!l able to the Insured, whether primary, excess or oontlngent (SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS. paragraph 4. Other Insurance is changed accordingly} Provisions 1. through 6. of thls endorsement amend the policy as follows: 1. PROPERTY DAMAGE LIABILITY -ALIENATED PREMISES A . Exclusion j . Oamag t t o Propt rty, subparagraph (2) i!i deleted. e . Tne ro11owrng paragrapn !s c,eIe1ea rrom Exe1ueIon J. Damage 10 Pr operty; Paragraph (2) of 1hls exclusion does nol apply if the premises are •you, work· and were never occupied, rented or held for rental by you. 2. PROPERTY DAMAGE LIABILITY -ELEVATORS AND SIDETRACK AGREEMEl'fTS A . Exclusion j . Damage to Property, paragraph$ (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 ot elevators; or 2. Li ability assumed under a sidolrack agreement. 3. PROPERTY DAMAGE LIABILITY -PROPERTY LOANED TO THE INSURED OR PERSONAL PROPERTY IN THE CARE, CUSTODY AND COl'fTROL OF THE INSURED A . Exclusion J. Damage to Property, paragraphs (3) and (4) are deleted .. 8 . Coverage under !his provision 3. does not apply to "property damage" that exceeds $25,000 per occurrence or $25,000 amJJal aggregale. 4. PRODUCT RECALL EXPENSE A . Excius:ion n. Recall of Prod ucts, Work or Impaired Property does nol apply to 'product recall expenses" that you Incur fOf the ""Covered recalr ot •yoLJr produel". This exception to the exdusion does not apply to "product recall expense!.· resu!t irlg from . 1. FailtKe o1 any prOOucIs to accompli sh their intended purpose: 2. Br&aeh of warranties of fitness, quality, durability or perlormance; 3. Loss of OJslomer approval or any cost incu n ed to regain customer approval; 4. Redistribution or replacement ol )'our product·, which has been reca!kld. by like products or substi1utes: 5. Caprice or whim of lhe 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 asbe$1os containing materials: 8. Recall of "yoUr product{sr that have no known or suspected defect solely because a known or suspected delect in ar'IOther of our product(sl " has been found. 8 . Under SECTION 111 -LIMITS OF INSURANCE, paragraph 3. is replaced in its entirety as fo llows and paragraph a is added: 3. The Products--Completed Operations Aggregate U mll ls the most we WIii pay tor the sum of: Includes copyrighted material ol Insurance Services Office, Inc. Page2ot11 CG 70 63 0417 2. Each of the fo llowing rs also an lnSlXed : •· YOU' "volunteer worken;N only while performing ciJHes related to the conduct ol your business, o, your ·em~oyees; other than either your ·executive officers..· (ii you are an organization other than a partnership, joint venlure or limtted liabil ity oompany) Of your managers (ii you are a limited liability company), bul only for acts within the scope ol their employmenl by you or while perlorming duties related lo the conduct ot your business. However, none ot these "employees~ or "vOlunteer worket's" are inSLW"ed for. (1) •Bodily Injury' or -personal and advertising Injury-: (a) To you, to yOU r partners or members (if you are a partnership or joint venture), to your members (If you are a Hmlted Uablllty company), lo a co-•employee" whlle In the course of his or her employment or performing duties related to the conduct of your business, or 10 your oth&r "'VOiunteer workers" whHe performing duties related to the conduct ot your business; (b) To the spouse, child, parent. brother or sister of that co-·employee· or volunteer 'NOrbr as a consequence ol paragraph (1 )(a) above: (c ) For whieh thGfe Is any obligation to share damages with or repay someone else who must pay damages because ol the injury described in paragraphs (1 X•) or (b) above: or (d ) Arising oul of hts or her provkfing o< !ail ing 10 provide professional heatth care services except as provided in Provision 1 O. of this endorsement. Paragraphs (1)(a), (1)(b) and (1)(c) above do not apply to yotK"employees"w hoare: (I) Manage,s; (i i) Supervisors; (Ill) Direc1ors; or (Iv) Offieers; with respect to "bodily lnj\JI)'" to a co••employee~. (2) •property damage· to p roperty : (1) Owned, occupied or used by; (b) Rented to, in the care , custody or conlrot of, o r over which physical control is being exercised for any purpose by you, any ct your ·empk>yees; "vOlunteer workers·, any panne, or member {if you are a partnership or joint V9flture), or any member (If you are a llmlted Uabl Nty company). b. Any person (other lhsn your "employee· or "VOklnteer worker1, or any organization while acting as your real estate manager. e. My p&rSOO o, o,ganlzatlon having proper temporary custody ot your property If you cle, but only; (1) With respea to liability arising out of the ma1n1enance or use of thal property; and (2) Until yoor legal represenlal ive has been appointed. d. Your legal representative If you d ie , but only w ith respect to duties as such. That represenlative will have all your rit.Jhts and duties under this Coverage Forni. e. Your sub5idiaries if: Page 4 of 11 (1) They are legaJly incorporated entities; and (2) You own mOfe than 50% ol the voling slock in such Sllbsidiarios as of tho elfeclive date ot this policy. II such subsidiaries are not shown in lhe Dectaralions, you must report them to us within 180 days ot the inception of your original policy. lncludes copyrighted material ol Insurance Services Office, Inc. CG 7063 04 17 a. Damages unde, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY bocause of 'bodily Injury" and -property damage• included in the -products-completed operallons hazard" and b. "Product recall expenses•. 8. Subfect lo paragraph 5 . above [of the CGL Coverage Form}. $25,000 is the most we wiH pay for all "product recall expenses" ansing out of the same defecl: or det1ciency. 5. NONOWNED WATERCRAFT E.xdusion g . A ircratt, Auto or Wate rcraft, paragraph (2) is deleted and replaced wlj the following: [This exdusion does nol apply to:) (2) A walercraft 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 COl'fTRACTUAL LIAB ILITY -RAILROADS Under SECTION V -OEANITIONS. paragraph c. of '1nsured Contract· is deleted and replaced by the fo11owtng: c . My easemcnl or licen3e agreemenl; Under SECTION V -DEANITIONS, paragraph 1.(1 ) of "Insured Contract" is deleted. 7 . CONTRACTUAL LIABILITY -PERSONAL AND ADVERTISING INJURY Under SECTION I -COVERAGE 8., paragraph 2. Exclusions, paragraph e. Contractual Llablllty ls deleted . 8. SUPPLEMENTARY PAYMEl'fTS I Under SECTION I -SUPPLEMENTARY PAYMENTS -COVERAGES A ANO B, paragraph 1.b. is deleled and replaced with the following: I 1. b. Up to $5,000 tor cos! of bail bonds required because of accidents or traffic \aW vk>lalions arising out of the use ol any vehicle lo whieh lhe Bodil y Injury Uabilfty Coverage applies. We do not have lo furnish these bonds. 9. BROADENED WHO IS AN INSURED SECTION 11 -WHO IS AN INSUREC Is deleted and replaced w llh the totlowlng : 1. II you are desgn8ted in the Declaralions as: a . An individual. you and your spouse are insureds. but only with respeci to the conduct °' a buSfleSS ot whk::h you are the sole owner. b. A parlnership or join! venture. you are an insured. Your members, your par ners. and their spouses are al&O insureds, but only w!lh resPoct to the conduct ol your business. c . A lml19d Uabllity company, you are an Insured . Your members are also Insureds, but only with respect to the conduct of your business. Your managers are insu-eds, Wt bn1y with respect lo their dunes as your managen;. I d . An orgarization other than a parlnefship, joint venture or limited liability company, you are an Insured. Your Nexecutive officers" and directors are insureds, bul only with fespect to !heir duties as your officers or directors. Your slockholders are also ins1,.1teds , but only with respect lo their li ability as stoekhOlderS. CG 70 63 0417 Ind""•• copv,ighted mate,ial ol lns..-ance Sennces Office, Inc l Page 3 of 11 t. My person o, organization, Inducting any manager, OWller, htssor, mortgagee, assignee or receNer of premises, to whom you are obligated under a written oontract to provide; insurance sueh as is afforded by this policy, but only with respect to Kablllty arising out of the ownerShlp, malnteoaf1C8 or use of thal part of any premises or land leased to you, inc:Wng cormion cw put>tic areas about such However, no such person or organization is an insured with respect to: premises or land ii so req..,ired in the contract. I (1) Any ·occurrence· that takes place after you cease to occupy or lease that premises or land ; or (2) Structural alterations, new constrvction or demolition operations perlo med by or on beha!I of such person or organization. g. My state or political subdivision but only as respects legal liability incurred by the state or potitieal subdivision solely because it has issued a pennit w il h respect to operatiollS performed by you or oo you r behalf. I However, no stale or polilical sutxivision is an rnsured wtlh respect to; (1 ) 98odily injury'", ·property damage·. ·personal and advertising injury" arising out of operations performed k>f" the siaie or municipality; or I (2) ·Bodrl y injury" or "property damage~ induded within the "prodUCls-completed operations hazard." j h. Any person or o,ganizalion who is the lessor of equipment leased to you, 10 whom you are obigaled under a writlen oontract lo provide insl.KMCe such as is afforded by !his pollCy, but onty with respect to their liabil ity arising out ol the maintenance, operation or use of such equipment by you or a ~~~~= ~~/:U~=ti:h=~ss: .:=:u~:~~,~is~o;'~e~;i:::~uof Title 2 of the Texas Insurance Code wtth the additional insored, lhe insurance afforded 10 sueh person{s) or organization(s) only ~ies to the extent permilted by Subchapter Cot Oiapter 151 of Subtille Cot Title 2 of the Texas Insurance Code. No such person or organization. however. is an insured with respect to any ·occurrence· lhal lakes place afler lhe equipment lease expires. Any architect, engineer, or surveya-engaged by you under a written contract bUt only wtth respect to liability arising out of your premises or )'our work." However. if you have "'1Iered into a cons1ructioo oontrael SLJbfecl to Subchapter C of Chapter 151 of Subtitle C of Title 2 of !he Texas lnsuratlC8 Code with the addilional insured, lhe insurance afforded to such person only 8J?Pjies lo !he eKtenl permitted by Sutx:hapter C of the Chapter 151 of Subtitle C of Title 2 ol the Texas l,,urance Code. No architect. engineer. or surveyor. however, is an insured with respect lo jbodily irt;ury; ·property damage," or ·personar and advertising injury" arising out of the rendering °for the failure to render any professional servk:-.es by or for you, including : !. (1) The preparing, approving, or failing to prepare or approve maps, drawings, opinions. reports, surveys, change orders, designs or specilica11ons; or (2} Supervisory, inspection. or eogineerirY,iil services. This paragraph I. does not apply if a separate Additional Insured endorsement providing liability coverage tor archllects, engineers, or surveyors engaged by you Is anached to the policy. If the written conlrael Of wriUen agreement requires primary and non-conlributorv ooverage. lhe insurance provided by parftQraphs f. through I. above will be primary and non--corrrribUtory relative to other insurance available to the additional insured which covers lhat person °' Ofgani2:at ion as a Named lnsu-ed, and we w iR not share with thal other insurance. 3. Any organiz.&ion you newly ac:QUire °' lomi, other than a partnership, ;olnt venture or limited liabil ity company and over which you maintain ownership or majority Interest, wilt qualtfy as a Named Insured It there is no othor similar insurance available to that organization. However: a . Coverage undef" this p,ovision is afforded only unti l the eod of the policy period; b . Coverage A does not a.s>?Y to "bodily lnfUrf' or ·property damage" that occurred before you acquired or formed the organization; Includes oopyrighled material of Insurance Services Office, Inc. CG 70 6304 17 Page Sof 11 c. Coverage B does not apply to •p&rsonal and advertising Injury anslng out of an offense committed be1ore you acqu·1red or lormed the organizalion. d . Coverage A does not apply to ·product recall expense" arising out of any withdrawal or recaD that occutred belore you S<XlUired or formed the organizalion. 4. An y person or organiza1ion (referred to below as vendor) with whom you agreed urw:lei-a written contract to provk:la insurance is an insured, but only w rth respect to 'bodily injury-or ·property damage· arising out ot ·your products· that are distribuled or sOld in the regular course of Iha vendor's business. Howevef, no SUCh person or orgar,lzation is an inStKed with respect lo: a. "Bodily injury" or ''property damage· for which !he vendor is obligated 10 pay damages by reason ot the assumption of li ability in a contract or agreement. This exclusion does not apply to iabiiity for damages that th e vendor wouki have in the absence of lhe contract or agreement. b. Any express warranty unauthorized by you ; c . Arly physical or chemical change in "your product• made intentionally by the vendor; d . Repackaging, except when unpacked solety for the purpose of Inspection, demonstration, lesting, or the substitulion of parts under instructions from !he manufacturer, and then repackaged in the original rontainer ; e . Any taih • .we to make such inspections, adjustments, tesl.s or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in oonnection with the dislribulion or sale of -your products"; t. Demonstration, Installation, servicing or repair operations, axcapl 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, par1 or ingredient of any other thing or sUbstance by or tor the vendor. h. "'Bodily injury-o r "property damage· arising out ol the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acling on its behalf. However, this exclusion doQ41 f'lolAPP'V to · (1) The excepllons contained In subparagraph& d . or f .; or (2) Such inspections, adjustments, tests OI servicing as l he vendor has agreed to make or no,mally undertakes to make in the usual 000rse of business, in connection with the distribution Of sale of the products. This paragraph 4 . does not apply lo any insured person or organization from wh ich you have acquired ;,our products•, or any Ingredient, part, or container, emetlng Into, aocompanytlg or containing '"your products". This paragraph 4. also does not apply if a separete Additional Insured endorsement, providing liability coverage for "bod1fy inJ ury" or ·property damage· arising out ol -your produCf" !hat is distributed or sold In the regular course ol a vendor's business, is attached to the pof"lcy. No person or organlza1!on Is an Insured with respect to the conduct of any current or past partnership, joint venture or limited liability company thal is not shown as a Named Insured in the Declarations. 10. INCIDENTAL MALPRACTICE LIABILITY As respects provision 9., SECTION 11 -WHO IS AN INSURED, paragraph 2.a.(1 ){d}does not apply 10 any nurse, emergency medical technician or paramedic employed by you to provide medical or paramedicaJ serv+c$:i, provided that you are not engaged in the btJ:iinMs or occupation of providing slJCh servlce:i, end your "&mpk)yoo· does not have any other insurance that would also cover claims arising under this provisk>n, whether the Olher insurance is primary, excess. contingent or on any other basis. Under SECTION 111 -LIMITS OF INSURANCE, provi!ions 11 . through 14. of th is endorsement amend the policy as foHows: 11 . AGGREGATE LIMITS PER PROJECT The General Aggregate Li mit applies separately to each ol your construction projects away from premises owned by or rented to you . lnch;des copyrighted material o l Insurance Services Office, Inc. Page6of11 CG 70 63 0417 16. BROADENED KNOWLEDGE OF OCCURRENCE Under 2. Duties In The Event Of Occurrence, Offense, Claim, Or Suit , paragraph a. is deleted and replaced and para.g raphs e . and f. are added as follows: a. You must see to It that we are nottflad as soon as practlcable of an ·occurrence· or an offense, regarcness of the amount, which may resull in a daim. Knowledge of an ·occurTence~ 0< an otf&nse by your ·employee(s)" shaH not, in itself, consti'tute knowledge to you unless one of your panners, members, •e)(ecutive officers,~ dlredors, or managers has knowledge ol the ·occurrence• or offense. To the extent possible, notice should include : (1) Ho·N, when and w here the ·oa:urrence .. or offense look ptace; {2) The names and addresses of any injured persons and witnesses; and (3) T he nature and locatlon of any lnjury or damage arising oul ol the ·cx:currenceM or offense. e. II you report an •oocurrenoe· lo 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 ·ocx:urrence• shall not be deemed a violation of paragraphs a .• b., and c. above. However, you shaH give wrinen nolice of lhis •occurrence· 10 us as soon you become a\\·are lhat lhis "occurrence• may be a liability claim rather than a workers compensation claim. f . You must see to rt that the following are done in lhe event of an actual or anticipated "covered recall" that may result in "'product recall expense": (1) Give us prompt notice of any discovery o, notificalion thal -your product'' musl be withdrawn or recalled. Include a desaiption of "your product" and the reason for lhe withdrawal or recall : (2) Cease any lur1her release, .shipment, consignment or any other method of distribution ol like or similar products until It has been detemllned that all such products are tree from defects !ha! couk:I be a cause of loss u~r the insurance. 17. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Paragraph 6 . Representati ons is deleted and replaced with the following: 6. Representations By accepting !his policy, you agree: a. The statemenls in the Declarations are aa;urale and complete: b . Those statements are based upon repre64:lnta tions you made to us; and c. We have issued this policy In rel iance upon your repras&Otations. We win not deny coverage under this Coverage Form ii you unintentionally fail to disclose all hazards eKJstlng as of the Inception date of this policy. You must report to us any knOwledge ol an error or omission in lhe desaiplion of any premises or operalions intended to be covered by this Coverage Form as soon as practicable att&r its d1scov8f'y. However, this provision does not affect our righl to CQJ18CI additional premium or exercise our right ol cancellation or nonrenewal. 18. TRANSFER OF RIGHTS (BLANKET WAIVER OF SUBROGATION) Paragraph 8 . Transfer of Rig hts Of Recovery Against Others To Us ts deleted and replaced with the following: a II the insured has rights to recover all or part o t any payment we have made under thi s Coverage Form, those rights are transferred to us. The insured musl do nothing alter loss to impair them. At our request, the Insured will bring "suit" or transt&f' those righls to us and help us enforce them. However, if the insured has waived rig hts to recover through a writt&n contract, or ii "your work• was commenced under a letter of intent or work order, subject to a subsequent reduelion lo writing w ilh cus1omers whose cuslomary contracts require a waiver, we waive any right of r&C(Jvery we may have under th is Coverage Form. 19. EXTENDED NOTICE OF CANCELLATION AND NONRENEWAL Includes copyrighted material o l lnsura.nce Services Ollice, Inc. Page 8 of11 CG 70 630417 12. AGGREGATE LIMITS PER LOCATION The General Aggregate Limit applies separalety lo each of your locations, but o nly whpn required by written contract or written aoreemenL As respeclS lhis provision 12., your locations are premises you own, rent or use invotvlng !he same or connecting lots or premises whose oomeclion is interrupted only by a street roadway, waterway or righ1-0f-way ot a railroad. However, your locations do not include any premises where you, or others acting on yOtM' behatt, are performing constmction operations. 13. INCREASED MEDICAL PAYMENTS LIMITS A. SECTION 111 -LIMllS OF INSURANCE, paragraph 7., the Medical Expense Li ii , is subjecl to all the terms of SECTION In-LIMITS OF INSURANCE and is the greater of : 1. $10,000;or 2. The amount shown in the Oec!ararlons for Medical Expense Limit. B. This provision 13. does not apply if COVERAGE C MEDICAL PAYMENTS is excluded eilher by the provisions of the Coverage Form or by elldorsement. 14. DAMAGE TO PREMISES RENTED TO YOU -SPECIFIC PER ILS ANO INCREASED LIMIT A. The word lire is changed lo "speci1ic 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. 8 . !:;:!snr !::::~~~:g~=~a=:-:!a~~~~~~~:1:e1:, =K;~~.~ C . The Damage To Premises Rented To You Umit described In SECTtON UI -LI TS OF INSURANCE, paragraph 6 •. is replaced bye new li mit, whidl rs the greater ol: 1. $1 ,000,000; or 2. The amount shown in the Declarations for Damage To Premises Rented To You limit. 0 . This provision 14. does not apply if the Damage To Pfemises Rented To You Limit of SECTION I - COVERAGE A Is e)(cloded either by !ho provisions of the CoveraQEJ Form or by ..-ic1orsement. E. "Specific Perils" means fire; lighlning; explosion; windstorm o r hail; smoke; aircrJft or vehicles; riot or civil commotion; vandalism: leakage from fire extinguishing equipment : weight of~-ice or sleel; or "water damage~. ~~:,~a;~~:;:;:a;,s a~=~I ~1:t:~.8o':' :;1:~e ~~e~i: :=: !rs :l~~ect resull of the 15. BROADENED LEGAL LIABILITY COVERAGE FOR LANDLORD'S BUSINESS PERSONAL PROPERTY Under SECTION I-COVERAGE A BODtL Y INJURY AND PROPERTY DAIi AGE LIABILITY . 2. Exctuslons, J. Damage to Property, the Hrst paragraph tollowlng paragraph (6) Is d~eted and reP'3C8d with the following: I Paragraphs (1), (3)and (4) of this excluslon do not apply to "property damage" (ot~lhan damage by lire) to a landklrd's business personal property that is subtect to, or part of, a premises lease or rental agreemenl with that landk>rd. T he most we will pay for damages under this provision f5. is $10,000. A $250 dedoctii;je applies. Under SECTION IV -COMMERCIAL GENERAL LIABILITY CONDmONS, provisions 16. through 18. of thtS endorsement amend the policy as follows: lndudes oopyrighted malarial ol Insurance Services O ffice, 1nc. CG70630417 Page 7 o111 Paragraph 2.b. of A . Cancellatlon of The COMMON POLICY CONDmONS Is deleted and replaced with lhe following: b . 60 days betore the etfoclive date of the cancellatiOn it we cancel IOI' any other reason . Under SECTtoN ,V -COMMERCIAL GENERAL LlABIUTY CONDmONS, Paragraph 9 . When We Do Not Renew is defeted and replaced with the foAowing: 9. When We Do Not Renew a. We may elect not lo renew this pot:cy except, that under the provisions oft e Texas Insurance Code, we may not refuse to renew this policy~ because the policy r is an elected olficial. b . II we elect no1 to renew this policy, wa may do so by ma!lng or de!lver1 ng to the nrs1 Named Insured, ~~~~=:.~~:a~~~esci::s":t~: ::~:t:t:.f ~~~a~:~? ~t:il~=~=~~o; than 60 days before the expiration date, this policy will remain in effect i.n,l il the 61 st day aft EH' !he date on whleh the nooce is malled or delivered. Earned premium for any period Of ooverage that extends beyond the expiration date will be compuled pro rata based on the previous year's p,emium. c. II notice is mailed, proor of mai ling w ill be sufficient proof of notice. I d . T he transfer of a policyholder between admitted rompanies within the same insurance group is not consider&d a re tusal to renew. I 20. NOBILE EQUtPMENT REDEFINED Under SECTION V -DEFINITIONS, paragraph 12. •Mobtte equtpmem", paragraph f. (1) does not appty to self-propelled vehicles of less lhan 1,000 pounds gross vehicle weight that are not designed !or highway use. 21 . ADDITIONAL OEFINITtONS 1. SECTION V -OEANITIONS, paragraph 4 . "Coverage territory" Is r8P'aced by the following dellnltlon: ·eoverage territory· means anywhere in the world w ilh rasped to liability arising out of "bodty injury,· "property damage,• or "personal and advertising injury,• including "personal and adverlising injury" offenses that take ptace through !he lnlemet or simil ar electron IC means of communlc:atlon provided lhe insured's responsibility to pay damages is det8l'mined in a settlement to which we agree or in a •suit" on the merits. in 1he United Stales of America (inciucfing its territories and possessions), Puerto Rico and canada 2. SECTION V -OEANITIONS is amended by the addition of the following detirnl -Covered recall" means a recall made necessary because yoo or a government1body has determined that a known or suspected delecl , deficiency, Inadequacy, or dangerous condition 7 )'our producr has resulted 0< will resutt in ~ly injury· or ~property damage·. "Product Recall expenses• mean only reasonable and necessary extra costs, \111/hich resutt from or are related l o the recall or w ithdrawal o f "yotK producr for: a . Telephone and telegraphic commutlica.tion. radio or l elevision announcemenl s, compuler time and newspaper advertising; I b . Stationery, envelopes, production of announcements and postage or facsirpiies; c . Remuneration pa.id to regular employees for nec.essa,y ovet"time or authortz:ad travel expense; d. Temporary hiring by you or by agents de5'gnated by you ot persons, other l han your regular employees, to perform necessary tasks; e. Rental of necessary aoditional warehouse or storage space; f. Packaging of or tra nsportation or shipping ot detective products to the location you designate; and g . Disposal of "your products· lhat cannot be reused. Disposal expenses do not include: (1) Expenses rhat exceed 1he origin al cos! of !he materials incurred 10 manufacture or process such product; and Includes copyrighted material of Insurance Services Office, !nc. CG70630417 Page9of11 (2) Expenses that exceed the cost of normal trash discarding or disposal, except as are necessary to avoid "bodily injl.ll'Y• 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 ls deleted and replaced with the following: [This insurance does not apply lo;) a. Expected Or lnlended Injury "Bodily injury" or ·property damage· expected Of intended from tho standpoi nt ol the WISUred . This ellcluslon does not apply to 'bodily inju,Y-Of "J)(operty damage• resulting from the use of reasonat>Je force to protect persons or property. 23. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT ANO YOUR WORK A. Under SECTION I -COVERAGE A., paragraph 2. Excluslons, exclusion k. Damage to You r Product and exciuslon I. Damage to Your Wor1' are del8t9d and replaced with the tollCM1Ing: {This llsurance 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 resu ltintl from : (1) F,e: (2) Smoke : (3) ·coHapse"; or (4) Exp<o~on. For purpoeee of 9XC:lusion k. above, ·oollapge• mean8 an abrupt fal5ing down or caving In of a building or any part of a bui lding with the resu lt lhat the building or part Of the bui lding cannot be occupied for its intended purpose . I. Damage to Your won "Property damage~ to 6you r work" arising out of it Of' any par1 of ii and included in the "producls-comptoted operations hazard·. This exclu sion does no t apply: (1) ll the damaged wotk or the wot1( ovt of which lhe damage arises was perf0<med on yovr behaJI by a subconlrador; or (2) II the cause of lo53 lo the damaged work arises as a resu lt of: (a} Fire ; (b) Smoke: (c) "Collapse"; or (d) Explosion. FOf PUrposes of exclusion I. above. -Collapse" means an abrupt falling down or caving in of a building or any part ol a building wilh lhe resu11 lhat the bui lding or part of the building cannot be occupied for its intend8d pu rpose. 8 . The following parag raph Is added to SECTION RI -LIMITS OF INSURANCE : lndudes copyrighted material ol lnsl.l'ance Services Office , Inc. Page 10 of 11 NAMED I NSURED: Mc:Clendon Consuucticn Company. Inc . POL ICY NUMBER: CA211988S CG70630417 COMMERCIAL AUTO CA 71650911 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIG NATED INSURED -PRIMARY NON-CONTRIBUTO RY COVERAGE W HEN RE QUIR ED BY INSURED CONTRACT OR CERTIF ICATE This endorsement mod ifies Insurance prcwided under tho BUSINESS AUTO COVERAGE FORM The PfOvisions of the Coverage Form appty unless changed by this endorsement. This endcnement identifies peraon(s) or organiza tion(s) who are in$Ured" under lhe Woo Is AA lnsl.N'8d Prov!&lon of tha Coverage Form . This endorsemem changes the pol cy on the inception date a the ~licy, ooless another date is shown below. Endorsement Effective: 1'31/2022 Named Insured· Mc:Clendot'\ Cons.ltUction Company, Inc. Covntersigll8d By : (Authorized Representative) (No entry may appear above. n so, lnfonnaHon to complete lhts endorsement Is In the Deciaratk>ns .) 1. Seclion II-liability Coverage, A. Coverage, 1. Who Is M lllSW"ed is amended to add : Any person or organization with whom you have an slnsured contract" Wh leh requk'es : I. that person or organization to be added as an "Insured" under this polk:y or on a certificate of insurance; and ii. th is poficy lo be primary and non-contribuk>ry to any like insurance available lo the peraon or organization. Each such person or organization is an •insureds for Liability CQ\lerage. They are an "insu red" only if that person or organization ls an "Insured" under In SECTION II of the Coverage Form. The conltact between the Named Insured and the person or organizahon is an "insured oontrac:t". 2. Section IV -Business Auto Condlttons, B. General Coneltlons, 5. Other Insurance, parag raph d. Is deleted and replaced by the following for the purpose of l his endorsemen t only: d. When CO\lef'age provided under this Coverage Form is also provided under another Coverage Form or policy, we WIii provlda coverage on a primary , non<onlrtbutory basis . Includes copyrighted material cA lnsixanc:e Services Qff,ce, Inc. with its permission. Subject to 5. above (of Iha CGL Coverage Form ], $100 ,000 !s the most we wlll pay under Coverage A for the sum of damages ari sing out ot any one &ocx::urrence" because of "property damage" 10 )'our product" and )'otr wor1<." 1hat Is caused by tire, smoke, collapse or exp60Sk>n and IS Included wtthln the ))roduct-compleled operations hazard". This &ublimit does not apply 10 ·property damage* 10 -your work" if the damaged worlc, Of' lhe work out of which the damage arises, was perlor med on you r behalf by a subcorl tractor. 24. BROADENED BODILY INJURY COVERAGE Under SECTION V -DEANITIONS, lhe delinition ol 'bodily lnjuryM is de leted and replaced with the foHowing : 3. "Bodlly Injury" a. Means physical : (1) Injury ; (2) Disability; (3) Sickness; or (4) Di sease; sustained by a person, including death r86u lting from any of these at any time . b. Includes mental: (5) Anguish : (6) Injury; (7) Hum iliatOO ; (8) Frlghr;or (9) Shock: directly reiulling from any •bodily in;t.iry• described in paragraph 3.a . c. An •bodily injury" described in paragraph 3.b. shall be deemed to have occvrred at the time the •bod ily injury" described in paragraph 3.a. occurred. 25. DESIGNATED COMPLETED PROJECTS-AMENDED LIMITS OF INSURANCE When a written cOl'lfad or written agroemon1 between you and another party rOQUW'es project-spocitic limits of insurance ex.ceeding the limils ot this ~licy; I A. :.."!:Z: ~~iy" or "property damage" that occurs within any policy period for wt?ich we provided B. for "your work" per1onned wilhin the "producls-oompleled operation hazard"; and C. for whieh we previou&ly issued Ame nd ment 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 ; tho limils of insu rance shown in the CG 71 94 schedu le will replace the limits of insurance of this policy for lhe designated projecl and will con tinue to apply for the amount of ti me the written conlrac:1 or wrilten ag reement requ ires, subjed to tho state statute of repose of the project location. These limits are inclusive of and not in addition to lhe replaced limits. lndudes copyrighted malarial ol Insurance Services omce , Inc. CG 70 630417 NAMED INSURE:0· M cClefldon Consl l'l.Ction Compeny . ft"C. POLICY NUMBER: CA21 19885 THIS ENDORS EMENT CKANGES THE POLICY . PLEASE READ ITCAREFUU.Y. Page 11 of 11 I TEXAS ADVANTAGE COMMERCIALAUTOMOBLEBROADFORMENDORSEMENT 1W• arwJoniumenC modifies Jnaoranoa provided undo!' t,11 BUSINESS AUTO COVERAGE F<lRM Wllh11!speciloCOWlr8(1Bprovlc!Ddbylt'ttflerdcnemant.lheprovllllon11oflhtCoverDQBFrmlapply~modRod by lhe endorsement. Toft Jn")iJm forlhl•andontom•n4 la S~$i.il.i>l50L.P9P9_ __ _ 1) IROAOFOllll-.0 SECTION 1-LMlll.lII._COV&RAGE, A..1 . Who la N ._.,.. k Ui,lhe a:tcflon dl'l,J d. A.nyo,ganb:atlon )'OUnewlyacqtftorbm, oUwfBnapartnentip,Jolnlwnll.n orld:ed lablWy company, and CMII" wt,lch you mnfnlain awnarstilp or a ma}ortly Intern&, wll qualify-a Named Insured. ;;-~. undet !hill pnwis:on Is albdtd anty 0011 IN! em of ht polcypeJ (2) Co"9r,igedo9'11 not appfyto "ecdd,anb•orio.-thal.occurrvd belorll)"DIJaOQUlrod otlormed!he organization; and (3) Covemgo dOea nol epply to an orgaraatlon thatlBan "nwr8CI' ~ 3/1Y'otl'D' poacyor'M>llld be an ""9uracr" but10fltsterrolnallonor1M •~ ofblmlto/hsurance. e. Any"ampo)'OO" at youn u51ng: 11) A~ "autd' yc,udo not own,hlreotbormw, oraonvered ·auto"'not owned bylhe •Mlployee"or B marrberolhls or her housohold. ....... perf1>mw1g ~rolD\odlOlhBa:andtol o/yourt)ug;fMI or yaur ~llifab;or j (2) An•auto•i-.iworranhtdundtraeontnlct0<~S\lhat"emplo)let'<n1m•,wtthyow pama11on, whll• partormlngdlfllt• f'9181edtotheconwc:tof~ur WlltwA, ~vvr. your -.,np1u..,_• doesnol qualt)' nanlnwed ..-.derU..pa~ (2)-.«le uang a oo..11td"aul0" rented tan yntJ orftom arr,nwmberolh "lllffl9blee'~ hoL>sehold f. Your members, ifyoua,e almllad lablltyc:amparot, wt,u. valf'U • Wllaed "llllk/youdonot own.hint or bm'Ow and whlre pe,tormlng duties r1llatad 1o the conduct or your t,,..111tr,ess or )'OUr~ affelB. g.. lwrtP91'9Dftar~wlh~-,.....,..1n•WJ1•_._.,....,..,..._..,,. • ~~almal■~IA'l(Wl'lfapllllg!.bfllll~IO ~ ......... Th!• pro,,4$lon does not eppty: {1) ~thewl'fllenoonlradoragmcmentlauswledo,thopormll91UJ9d r l<>lh8'bodll)'inpy" Of •property damaglil"; (2) To ■nypl~on ororgtWil.atlonh:ludod !l5 111'1 tnsur9d by an endor.tement or 11'1 lhe Dedavllon■; or (3) Toanyllissaorau1m•uiI11,.: I (a) The l&a58 llgflt9ffler4 nllflllr&s )'OU lo provld• dnd prim■ly mlll'■r-=e ,the l■uor; (b) The "aim" Iii: IHMd wllhoula drtwr: and lncludesco~odmul.erlalot NlA"C8 Sen,tl09l,Offloe, tnc. CA711811G9 Page1 ofS (c) lhelea3ehad nolexplred. Loe!ecf •autos• 00Yentdundel" ttm pro,imion wtt be 00r'lllklflted oaver.i-aulos" :,ouown and nol ccwerad •autos"youhlre. h. Any legally lnoorpootlad a-ganlnllonor IUbaldlary In WhlCtl yooown ITlOl'8 than 50% of tha voting slod( on thellfttdt,,'9daleotNsarwtDrMrnent. Thlapr0¥1siondooa:nolappl),to ~lyl~01'),ropertydamage"k>rwtktlan~•■soan !nsl.nd under any clherautomoblle poky or~ be an Insured 1.nderaldl • po!lcy, btA. tor Its tnrmlnatlon or tw exhaUSIOn atltslmlts otlnSU'llfEla, l#\MS such polcyWH wrttler'l lo appiySPeCifk;aty !n~~tNB!dcY. 2. COVERAGEEXTENSIONS·3UPPLEIIENTARYPAYMENT8 Und«Soetion •-UABIUTYCOV£RAGE. .U... S.~ Pa-pa,..,..i,, (2).,, (41 - ddli19c:! and rwpl8oed ss fotlowrn , (21 Up to $2,500 forN cos( ofbell bonds (Jd.d'G bDnds forrvlatad nfflo law 'lttJ&abw) ruqulred because alan".ecciclet'i'"weawer. Wedonol:MY!lk>furnldl"-NbondL ("I All ntU0118lH aJtpanses Incurred by lho "\,surod"' :at ourfll(luul, lndudlng aciual 10H of Nfflngs up lo S500 a dlilJbetause otlma off torn WOf'II , 3. AMEHDEO FELLOW EMPLOYEE EXO.UStON Under SECTION U • LIABILITY COVERAGE, B. EXCWstONa paragraph S. F•llow Eq)loyN Is d&lflted an:traplacedbytharclowtrv: 5. F•lk>\t Emptoyoe 'Bodlyirj,,y"to, a. Any rellow ••m~ oflhe ,nll.ntd" •rimo out~~ In Iha oourM ot lh e l'ellOIIN ~8111]1oyu'S- amployment or ....t"8 pertormhg dUUes related lo lhe conduct of )'OOrbuHW$:S. However, tht. altdualondoMnot.lf'PYto)'OUr -wnp1oyoa■·thalarvoffloat'a,~a, ~orabova. Coverage ill axcea owr flnY DI/Mir llOllActbla lnalnnoa. b. Theapoum,dild.pMW'lf.troltwOfslalerot1hatre1ow·emJIIOYl'•"•••a>oMQUertf»nf,-mtg• •-- 4. HREDAUTO PHY9'CAL DAMAGE COVERAGE AND LOSS OF USE EXPENSE A. Under SECTK>H IJI .. PHYSICAL DAMAGE COVERAGE. A. COVERAGE, the kllk:JM!l11 ls added: tf °"/ of your owned OQVUAld-U,.._.aru oowred forflhy&lcal Oamaga, we wll povtde Physli::irwDOfflltUlt o:weragulo"auM•th.tlyuu oryo.1~•tw90fborruw,unr:t.ry,ourn.neorChe"empk:,yM'■" namo, fnr 1twtpurpou otclolng yoorwark. Wewlpt1)\'kioaawregeeq.1•1Dtwbroadntpt~damaga~•lcabftloa,y~ "lluto"shownlntheOedoraloM,n■mllne,sct-.cl.lle of CowredAutMYouOwn,Ofanaoy andorNment■ameJ\llhg this adwdl.Ml. B. Undut SECTION RI· PHYSfCALDAMAGE COVERAGE. AA. Covtraga Eltllnslom. parapph b. LOH OfUN &:penaea 1• deleted 8 nd r~ wlthh rotowtro: b. Lon Of UN Expensu fi:w'HhdAlJWPhyslealDamage,wa.,,.peyeq,gns.osforwhlchari"1Rsu~bacoma•ti■ga0y IV1P1,>1.ibl91o paytcrk>lsafu,a at• ~Alflled orhlr-.d•lthcd adrlYllr,oodwawltlten rental 00Macl.«8Q18f!ffl«i. Wa wtlp,aybrbuolwmexpensMltcaaed by: (1) OChw lhln ccllllon, only trlha Oec:lldlon:s lndlc:llo th.:. Comprehel'lalve C0¥8ragel8 provided for any covomd •auto•; !nol~~matel'laofln■UmOOBSerw:esOrice,l nc. P~2of5 CA 71181109 (2) Ttvs cowwaoe does net apptyWhlle lherets a 1pate 01 reserve~auk>• :w-'l.ibletoyuu,oryou, .,,.,_,_ 7. AIRBAGCOVERAGE Undat SECTION HJ. PHYSICAL DAMAGE.&. EXCLUSIONS. paragraph 1 ts doloted aid roplaced by Cho ......... l. WeWlllflDtP8)'for•1on·causedt,yOfrnultlnghm.-,yatlllifdlowtnguJWUeauwclbyol'ler"lon" that l•~bythl■inaLnnce: (1) WHt and t.ar, hezt1g. tnldlW'kal orukd'lmlbn,flkdol#l-1 , ~. Un11llck.ltlot1 dotM not includehl<lsd-veofWl alibay. (21 8lcwouls, p.n:t\,ras 01othar road dlrnage to tlr9s. &. GLASS REPAIR-WAIVER OF DB>UCTIBl.E Section IM-PHYSM:AL DAMAGE COVERAGE. D. Dtdlacttblt Is amended to add h bllowtng: No dadlJctlb49appllesto glass damage If th& gl8salanlJ)Mfld relherthan rapleced. I . COLLISIOII COYERAGE-WAIVEROFDEDUCTl&E Und&f S.ctbl Kl 0 PHYSICM.DAMAGECOVERAGE. 0. Dtductlbi. le Amended to add thQ fol""'4ng: When then!i 19 a loss 1o yu.-ctwel'9d "auto" lnllnd fOr eo,il,lof, CoYentgra, no daddble wll apply If the \OM was caused by a colilslon w thaoothlt '"aulo" nSUfWCI by us. 10. KNOWLEDGE OF ACCIDENT Under SECTION rv -BUSINESS AUTO CONOITIOHS, A. Lon COAdldons, 2. Duties In Th• Ewnt Of Acc~nt, Clafm, Suft OtLma, paragn1ph a. tadcll"8d ■nd replac9d byh rolorwt1g: a. Y1>U,,...atsooloathMw•--nD1.111ed ■■aoon•■predl011llleofan•aoo1c:1ent",o&a!rn,-■u!l"or"tod. Knowlocly11t of an -.cx:fdinr, dllm, -.liror '10U" byyow "'"1>~ sha'.I not, tl lbeff, conlftkml ktu,rqdQe to youunlaas orw alyou,panners. uacuUva~. ~o,s, manager■, ormambarw (f)"OU are u J)Tlfled UeblllyoomprMy) has knowledge oru. "aoddlN'II", dolm, "suit" er '1ou", Hatke ■ho\Ad include: (1) How,wt1at1Mdwtiarwthe"aoctt1.-.ra,~ow.JIT8d; (2} The "lrlaur1Mt '■" nan. and addtn1; .-ld {3) To tie oxlentpouila, he '111f11H •nd ackt'm1as of anykjurad parsom anti wttnuses. f1 . TIWl8fEROl'RIGffTSl8LAIIIIKT-OFIIIJBR(JCAT10N) llndef SECTION JV .. BUSIIIESSAUTO COHDITK»IS. A. Lon Conlflonl par.iQr.aph 5. Trandtr Of Rtghts OfRIICOY«)'AQalnstOU•,-To Ut lsdeleled mdl'IIP8Cfldbythe~ & Tran ... OfRlghlaOfRecow,y,...._tOthlr■ToU. tfWl)'P9IIOf111tagantzallon10orb'Vlhxnwemaklpay,mn.uncterlllsCwar.ge FomihesrtlN•K> reoc,,,or damages from aiclher, hne rfghll 91111 lr.JngfeffGd k) UI. TMt pcnon ot orga(izllflotl ~ do ..-ylillfig nec:.na,y1o.sewr-. cur ,tgti1 and must Ck>noU\rv an. ·~a-ir 1r "1o55-IO lrnpalr IINm. However, lflhe 1nlunN1' NIB wah,,wd '1ghls lO ,eocver Chrough e wrttlen conlract, ortf)'OUf" work wu oommGnOedUndarnlfllef'otlnlllfWOl"wmkonh,stbjadk>a~rodUdiol'llnWl'tlngWllh cuatomar. WIIOMcuatom,a,y con1racts rec:µre • wal¥er, ww weJw any right at reooW1:rywe may have under this Coverage Form h::fudO■ oopy,vudmMrl.ll ot INlr.wlclt S.,,.,lcu Offlce, lne. Pagt4ofS CA711811 09 (2) SpldttlKICaUH■ of Lou, mlylff'I• OlclaraHons wt!Cale lhM Spe,clfted cauau Of loss Cowtage ls JKU¥kled Ru any aJ'llllfed •wto'"; or (3) Colhkln, ody ff Iha~ lndlclle flat Colliskri Cowr.ige Is provided for anywwred ·.al.io". However, 1M moetwe Will poybrany8llpen1es l'otloll1 ofuae b $30 p.r day, lo•ma>dmUmd $2,000, C. Unmr SECTK>N rv-BUSINESS AUTO COHOITION S, B. 6-r'Mnl Conditions, S. Othtr ln1ut1nC9 , parag111ph b.19 replaced bylhoJolcw.<lng: b. For-t&edAuk:IPh)'Sk■ o.Jnag.,fhe UluM,u-•JwmW to btlU>w.OO"<tuW1t,u~1: 1. Mycowred"'auto")IOUleese,hlte,rantOfbormw;and 2. Any c:ow,w;l ._utn• himd or nK'llllld by)'Ol.W'••~W._..,.,. aontt'lld In that lndhlldulil "empktyee'a" nanw, With yaor ~. wNla pertomirG ~s reia\ed k> 1he cor,dud of your bulllness. Howwwr. wry-aukJ" !halls tenod, ~ rented a bom>wed wftl a dl'tver ■ not a cowrad •auao·, nor tsany•auto•yout..-. rmrn anyofY9U'"o,nptoyves",partnD11 (If you.no pa,t~~ mernbm's Qf you ant a llmlted llllbllltycompany). ormember1 Of hllr hOUHhclcS■. I S. LOAH OR LEASE GAP COVERAGE UnOer SECTION HI -PHYSICAL DAMAGE COVERAGE , A-COVERAGE, tho-lo added : lfaeowtmd"auto"tsownedorlct&Sed and lfwe pl'CMd• Phyelcsl OamageCowrageonlt.,"'9'Mlpay, fl ttw ft9r1I ofa covered IOfal"loss",enyunpald M10U'ltdueon 1'8 IM• ortoanfof"•oonnd"ldo", i...., (1) ThA NOOUnl:pald vnderthe PhysblOemage Secllono/ttw poky; •nit (b)Anr. (1) Overdua lean or loan pe)'tnerh lnclutlng penalt!N, lntBnl:st °' olher dlarga nHIUII~ from ovenl.ll, Pl)'meflb at the ttn■ ol lha "low'; 121 Fhancial peMlliN lmpmed uncs.r a 1-■-fornces!lw usa, abrlofmal wei, and learor high lnl8a{,li; {3} Coiits brutendnd w.wranl:lea. Qeiit UR, lntllnnoa, lit111Mh, ~ or Dnabllly IMlranoe pt,n:h.litld'Mlh the toan ot IBaMr, (4) Sea,lydoposNsnotrel\KN:fedbyelM,o,:end {5) ~mlM'H:MtnmpnM)U9lol'lnsa~. 8. RENTALRElitlBURSEMENT IJnder SECTION Ill • PHYSICAL DAMAGE COVERAGE, A.4. Covenit• Ext.nelons. peregraph 1. Transpottaffon Exptnha la dolokld &'Id replaced by the fOIIOWfng : a. Tr.1MpCM11UonExpenaos (1) We wil payup to $75Pllt"d11Ylo•maach1t1T1 d $2,0Cllbrlrlnlp0rtlilll0nupen1eila.ned by you becau!leolCO¥Mltd"lou"'. W• wtltp,ryoriyfortho■-CCN91'ed"aulos"lorwhlchyoucanyColUslon COWrage ordherComptehen■I¥& Coterage or SpMdfled C.1-u/LouCo'luroge. We wll pay for l ransportlllonupenaestncwredturqJlhu pra'fod b■QnranQ24 houre afterllecowted~n· and ending. rtQ11rdlN1 aflle poky-. axphtkn, Ml91 Iha C0Y'6"ed •8ldo" Is~ to un orw• pay for I■ "lou•. Thia co~ la IP~ k> Vie othefWIM appibblll oowno• you hllve on a tw:JYflffld ... lo". No~appftltDlhtllll0'lf'W1IU'I. tndlDI• ~tad malar1af of lnstnnm Sarvloag Offlcll, Inc. CA71181109 12. UNINTENTIONAL FAILURE TO DISCLOSE HAZA.ROS Under SECTION IV • BUS .. ESS AUTO CONDITIOHS , B. Ganarat Conditions , p■ry"f)h 2. Concellmenl. Misrtpresent1Uon Or fralld la•~ by the addtlion f#lha foilow11"9: Pa{l83of5 W. wlll not deny oovwaga Und91' lhb Coviwage Form l yoo IRlfanlon■ ly M lo d~ all haza-ds •xt.anu,.. of ttMI k'lcepllon dale ol 1h11 pollcy. You must NtpOrl 10 us lln/ llncM1edQe ot an ermr er ocnluloh In ycnr mp,-f'IUl!lnnA""' IMXJf'I a■ pradlc:ebkl ~ Hs dlloowfy. TW■ pnPM\cn doo■ not dact our nct,t to conact addlllonal pnimlum or alt«daa wr ~ of ceocelatloo or ncn-nmvwol. j S. IIUIIKET COVERAGE FOR Cl!RTAJII C)ll£RA110NII II~ wmt RA1.110AD11 Whoo required byWfttlen wot1&cl or•M!Uen 1119""""91'11, 1h•dellnl!On otinSUIWI contracrts omand9d ~-I -n,e uoaplon c:onlalned r1 palltgl"&Ph H.3. relall~ 10 constructJon a d«nDlitlonr on orw\l'lln 60 '90t ot a ralmad; Md -P.-agraph H.a. -. dolawd WI ii rnpacl to tfwt usaol a oowrad "luk>" !n operatk>ns for, ordfecllng, a fQlfoad, !ndude■ c:cpyngtNd malarial ot ~ance S.MCeS OITlce, Wlt. CA71181109 PapSofS NAMED IN SURED: McOeodon (,cnsmx:tioo ~ny. Inc. POLICY NUMB ER: ,WC 211 9688 WORi<E.RS COMPENSAllON AND EMPLOYERS UABLITY INSURANCE POLICY TEXAS WAIVER OF OUR RIOHT TO RECOVER FROM OTHERS ENDORSEMENT WC420304B (Ed. 6·14) This endorsement applies on ly to the tn.surance provided by the polk:y because Texas is shown in Item 3.A. cl the Information Page . We have the right to recover our payments from anyone li able for an injury covered by th'5 poficy. We wil not enfOl"C'l our righe aQanst the person or organization named in the Sched ule, but this waiver applies only with respect to bod ily injury arisrlg out of the operations described in the Schedu le where you are r9QIJired by a writlen contract to obtain this waiver from us. This endorsement shall not operate directly or Indirectly to benefit anyone not named In lhe Schedule. The premium for this endorsement is shown In the Schedule. 1. () Specific Waiver Name of person or organization !X) Stank.el Waiver Schedu le Arly person or org anization !or whom the Named Insured has 8')reed by written cootract to lurnish th is waiver . 2. Operations: 3. Prom1um: The prem ium charge lor this endorsemenl shal l be l!I@@ percent of lhe premi um developed on payroll in connection wit h WOfk perl ormed for the above pe rson(s) or organ ization (s) arising out al the ope rations described . 4. Advance Prem iu m: This endorsement changes the poky to which it is altached and is effecti~ on the dale issued unless Olhel"llllise stated. (TM lntonnatlon beklw ts required onty when this Nldol"MffMnl ts INued aubaeqi..nt to pre~•tion of the poUcy.) EndorS8fl""l8nl Elfective 113112022 PolicyNo. WC21 19888 EndoBementNo . WC420304 8 Named Insured: McClendoo Coostruction Company. Inc. Premium Insurance Compa,y -AmerisLXP. lnsurancP. Company WC420304B (Ed . 06·1 4) Cou ntersigned by ____________ _ COpyrtght 201, NailJO,-Council on CompenMtlon In~ Inc. All Rl;hb Ruen9d. NAMED INSUR ED: McCk3nclon Constrvctlon Company. Inc. POLICY NUMBERs: CPP21 19686, CA21 19685. WC2 119888 THIS ENDORSEMENT CHANGES THE POLICY. Pl.EASE RfAD IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY US Fa w,y statulorty permitred re..son ottw than nonpaymanl of pnt1nh.im, the number of days ~rad for notice of anoeftltlion Iii lncr•Hdlo1he11ttr11 b<walcb,-.st>ownkiU..Sd..clu .... how. SCHEDULE Nwne of Panton or Ot-vaniution The NflmecfP..-.onor 011,anl:r:adonla11ny~ororganlntlon holdhg • 0111Wlc.ele ol1Mu,.,_ issued fa' you. pttMded lh& certlflco1e: I . Reier9totlispolicy; 2 . Stales lhlll notice ot a.Cancellation: b. Nonrenewat: « c. Matwlal chang. r-.due#11 or 1-stllting ~: will be provtdld to that parson or organltalkln; 3. le in effect at the llmool ht. a,Can0811elkxl; b. Noonion-11~ or c. Matertnl Cho~o radU clfC or rostrlctlng OO¥CtmQo : ond 4 . tsonrlleatycuragentorbrokanofllceforlhispolicy. MllltngAddr .. The MailoQ AddrHs is the 8ddr1tss shoWn tor that penion or orgartlz.atr;in In that oertJflcate d lnturance. !l 70 4505(11 · BU<T STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WOR TH STANDARD CONSTRUC TI ON SPEC IF ICA TI O N DOCUMENTS R evis i on: &23/202 1 2018 CIP Interse ction Improvem ents Altamesa Boulevard and Crowley Road City Proj ect No . 101579 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Artic le 1 -Definition s and Terminology .......................................................................................................... 1 1.01 Defmed Terms ............................................................................................................................... 1 1.02 Terminology .................................................................................................................................. 6 Article 2 -Preliminary Matters ......................................................................................................................... 7 2 .01 Copies ofDocuments .................................................................................................................... 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 ............................................................................ 8 3.01 Intent. ............................................................................................................................................. 8 3.02 Reference Standards ...................................................................................................................... 9 3.03 Reporting and Resolving Discrepancies ....................................................................................... 9 3 .04 Amending and Supplementing Contract Documents ................................................................. 10 3 .05 Reuse of Documents ................................................................................................................... 10 3 .0 6 Electronic Data ............................................................................................................................ 11 Article 4 -Availability of Lands ; Subsurface and Physical Conditions; Hazardous Environmental Conditions ; Reference Points ........................................................................................................... 11 4 .01 Availability of Lands .................................................................................................................. 11 4.02 Subsurface and Physical Conditions .......................................................................................... 12 4 .03 Differing Subsurface or Physical Conditions ............................................................................. 12 4 .04 Underground Facilities ............................................................................................................... 13 4 .0 5 Reference Points ......................................................................................................................... 14 4 .06 Hazardous E nvironmental Condition at Site .............................................................................. 14 Article 5 -Bonds and Ins urance ..................................................................................................................... 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 C IT Y OF FO RT WORTH ST ANDARD C0 NS TR UC TI 0N SPEC IF ICA TIO N OOC UMEN T S R ev i si on : ~I 201 8 CIP Inte rsection Improvements Altamesa Boulevard and Crowley Road City Project No . 101579 6.02 Labor ; Working Hours ....................................................................................................... J.. ...... 20 6.03 Services , Materials, and Equ ipment ........................................................................................... 20 6.04 Project Schedule .......................................................................................................................... 21 6.05 Substitutes and "Or-Equals " .............................................................................................. J. ....... 21 6.06 Concerning Subcontractors , Suppliers, and Others .................................................................... 24 6.07 Wage Rates .................................................................................................................................. 25 6.08 Patent Fees and Royalties ........................................................................................................... 26 6.09 Permits and Utilities .................................................................................................................... 27 6.10 Laws and Regulations ........................................................................................................ 1.. ...... 27 6.11 Taxes ................................................................................................................................. + ....... 28 6. 12 Use of Site and Other Areas ....................................................................................................... 28 6.13 Record Documents ............................................................................................................. 1 ........ 29 6.14 Safety and Protection ................................................................................................................. 29 6 . 15 Safety Representative ................................................................................................................. 30 6. I 6 Hazard Communication Programs ............................................................................................ 30 6.17 Emergencies and/or Rectification ............................................................................................... 30 6.18 Submittals .................................................................................................................................... 31 6.19 Continuing the Work ................................................................................................................... 32 6.20 Contractor 's General Warranty and Guarantee ................................................................. J ........ 32 6.21 Indemnification .................................................................................................................. / ....... 33 6.22 Delegation of Professional Design Services .............................................................................. 34 6.23 Right to Audit ............................................................................................................................. 34 6.24 Nondiscrimination ...................................................................................................................... 35 Article 7 -Other Work at the Site ................................................................................................................... 35 7.01 Related Work at Site .................................................................................................................. 35 7.02 Coordination .................................................................... •··········•····•····•·•················-·· ·······1········ 36 Article 8 -City 's Responsibilities ................................................................................................................... 36 8.01 Communications to Contractor ................................................................................................... 36 8.02 Furnish Data ...................................................................................................................... .1.. ....... 36 8.03 Pay When Due ................................................................................................................... l ........ 36 8.04 Lands and Easements; Reports and Tests .......................................................................... l ........ 36 8.05 Change Orders ................................................................................................................... .l ........ 36 8.06 Inspections , Tests , and Approvals .............................................................................................. 36 8.07 Limitations on City 's Responsibilities ....................................................................................... 37 8.08 Undisclosed Hazardous Environme ntal 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 ofWork ..................... 38 CITY OF FORT WORTH STANDARDC0NSTRUCTION SPEC IFI CATION DOCUMENTS Revision : &23/202 1 2018 CIP Intersection Improvements Altamesa Boulevard and Crowley Road City Project No. 101579 Art ic le JO -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 Exec ution of C hange Orders ....................................................................................................... 39 10.04 Extra Work .................................................................................................................................. 39 10.05 Notification to Surety .................................................................................................................. 39 10.06 Contract Claims Process ............................................................................................................. 40 Artic le 11 -Cost of the Work; Allowances; Unit Price Work; P lans Quantity Measurement.. ................... .41 11.01 Cost of the Work ......................................................................................................................... 41 11.02 Allowances .................................................................................................................................. 43 11.03 U nit Price Work .......................................................................................................................... 44 11 .04 Plans Quantity Measurement. ..................................................................................................... 45 Art ic le 12 -Change of Contract Price ; Change of Contract Time ................................................................. 46 12.01 Change ofContractPrice ............................................................................................................ 46 12.02 Change of Contract Time ............................................................................................................ 47 12.03 Delays .......................................................................................................................................... 47 Article 13 -Tests and In s pections; Correction , Removal or Acceptance of Defective Work ...................... 48 13 .01 Notice of Defects ........................................................................................................................ 48 13.02 Access to Work ........................................................................................................................... 48 13 .03 Tests and In spec tion s .................................................................................................................. 48 13 .04 Uncovering Work ........................................................................................................................ 49 13.05 City May Stop th e Work ............................................................................................................. 49 13.06 Correction or R e mova l of D efective Work ................................................................................ 50 13 .07 Correction Period ........................................................................................................................ 50 13 .0 8 Acceptance of D efective Work ................................................................................................... 51 13.09 City May Correct Defect ive Work ............................................................................................. 51 Artic le 14 -Payments to Contractor and Completion .................................................................................... 52 14.01 Schedule ofValues ...................................................................................................................... 52 14.02 Progre ss Payments ...................................................................................................................... 52 14.03 Contractor's Warranty of Tit le ................................................................................................... 54 14.04 Partial Utilization ........................................................................................................................ 55 14.05 Final Ins pection ........................................................................................................................... 55 14 .06 Final Acceptance ......................................................................................................................... 55 14.07 Fina l Payment. ............................................................................................................................. 56 14 .0 8 Fina l Comp letion Delayed and Partial Retainage Release ........................................................ 56 14 .09 Waiver of C laims ........................................................................................................................ 57 Art icle 15 -Suspension of Work and Termination ........................................................................................ 57 15 .01 City May Suspend Work ............................................................................................................. 57 15.02 City May Terminate for Cause ................................................................................................... 58 15.03 City May Terminate For Convenience ....................................................................................... 60 Article 16 -Dispute Re so lut ion ...................................................................................................................... 61 16.01 Methods and Proce dures ............................................................................................................. 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IF ICA TIO N DO CUMENTS Revi sion : 8/23/2021 2018 CIP Intersection Improvem ents Altamesa Boulevard and Crowley Ro ad City Proj ect No. 101579 Artie le 17 -Misce lla neous .............................................................................................................................. 62 17 .01 Giv in g Notice .............................................................................................................................. 62 17 .02 Computation of Times ................................................................................................................ 62 17 .03 Cumulative Remedie s ........................................................................................................ l ........ 62 17.04 Surviva l of Obligations ······································································································f •·······63 17.05 Headin gs ...................................................................................................................................... 63 C ITYOF FO RT WORTH ST ANDARD C0NS TR UC TI 0N SPEC IF ICA TI ON DOCUMENTS Rev i si on: ~I 2018 CIP Interse ction Improvements Altam es a Boul evard and Crow ley Road Cit y Proj ect No . 101579 ARTICLE 1-DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms 00 72 00 -1 GENERAL COND ITI ONS Page I of 63 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 ma sc uline , 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 defmed, 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 progre ss or fmal 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 fiber s 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. Bu siness Day -A busines s day is defmed as a day that the City conducts normal business , generally Monday through Friday, except for federal or state holidays observed by the City. 11. Ca le ndar Day-A day consisting of 24 hours measured from midnight to the next mjdnight. CITY OF FORT WORTH STANDARDC0NSTRUCT I0 N SPECIF ICAT ION DOCUMENTS Revi sion: &2312]2 ! 2018 CIP Intersection Improvem ents Altamesa Boulevard and Crowley Road City Proj ect No. 101579 00 72 00-1 GENERAL CONDITIONS Page 2 of 63 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 Wor1 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 Fo ~t 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 Claim. 18. Contract-The entire and integrated written document between the City and Oontractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations , representations , or agreements, whether written or ora~. 19. Contract Documents-Those items so designated in the Agreement. AU items listed in the Agreement are Contract Documents. Approved Submittals , other Contractor submiftais, 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 -'?rovisions of Paragraph I 1.03 in the case of Unit Price Work). I 21. Contract Time -The number of days or the dates stated in the Agreement to: (D 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 Agreeme l t. 23. Cost of the Work-SeeParagraph I 1.01 ofthese General Conditions for definition. C ITY OF FORT WORTH ST AND ARD CONSTRUCTION SPECIF ICA TIO N DOCUMENTS Revi sio n: &!23/20'21 2018 CIP Intersection Improvements Altamesa Boulevard and Crowle~ Road City Project No. 101579 00 72 00-1 GENERAL CO NDITI ONS Page 3 of 63 24. Damage Claims -A demand for money or serv ices arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim . 25. Day or day -A day , un less othe rwise defined , shall mean a Calendar Day. 26. Dire ctor of A viation -The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas , or his duly appointed representative,assistant, or agents . 27 . Dire ctor of Parks and Community Se rvices -The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texa s, or his duly appointed representative , assistant, or agents . 28 . Dire ctor of Planning and De velopme nt -The officially appointed Director of the P lanning and Development Department of the City of Fort Worth , Texas , or his duly appointed representative , a ss istant, or a gents . 29 . Directo r of Tran sportation Public Work s -The officially appointed Director of the T ransportation Public Works D e partme nt of the City of Fort Worth, Texas , or his dul y appointed re presentative , a ss istant, or a gents . 30 . Direc tor of Water Departme nt -The officially appointed Director of the Water Department of the City of Fort Worth, Texas , or his duly appointed representative , assistant, or agents . 31. Draw in gs-That part of the Contract Documents prepared or approved by E ngineer which graphically s how s the scope , extent, and character of the Work to be performed by Contractor. Submittals are not Drawings a s so defined . 32. Effective Da te of th e Agree me nt-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 s igned and delivered by the last of the two parties to sign and deliver. 33. Engin ee r-The licensed professional engineer or engineering firm registered in the State of Texas performing professiona l services for the City. 34. Extra Work -Additional work made necessary by change s or alterations of the Contract Documents or of quantities or for oth e r reas ons 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 E ngineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 36 . Final A cceptance -The written notice given by the City to the Contractor that the Work s pecified in the Contract Documents has been completed to the satisfaction of the City . C ITY OF FO RT WORTH STANDARD C0NST RUCT I0N SPEC IFICA TI ON DOC UM EN T S Rev i sion : &123.,';ID J 2018 CIP Inter sec tion Improvements Altames a Boul evard and Crowley Road City Proj ect No. 101579 00 72 00 -1 GENERAL CO NDITIONS Page 4 of 63 37. Final In spection -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-Section s of Division 1 of the Contract Documents. 39. Hazardous Environmental Condition-The presence a t the Site of Asbestos , PCBs, Petroleum, Hazardous Waste , Radioactive Material, or other materials in such qu ~ntitie s or circumstances that may present a substantial danger to persons or property exposed thereto. 40. Ha zardous Waste -Hazardous waste is defined as any so lid waste listed as hazardous or po ssesses one or more hazardous characteristics as defined in the federal waste re kulations , as amended from time to time. 41. Laws and Regu la tions-Any and all applicable laws , rule s , regulations , ordinances , codes, and orders of any and all governmental bodies , agencies, authorities, and courts having jurisdiction. 42. Liens-Charges, sec urity interests , or encumbrances upon Project fund s, 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. M ilestone-A principal event specified in the Contract Documents relating to an inte mediate Contract Time prior to Final Acceptance of the Work. 45. Notice of Award-The written notice by City to the Successful Bidder stating ~hat upon timely compliance by the Successful Bidder with the conditions precedent listed the ein , City w ill s ign and delive r the Agreement. 46. Notice to Proce ed-A written notice given by City to Contractor fixing the date on l 1 hich 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 Je r square inch absolute), s uch as oil, petro leum, fuel oil, oil s ludg e, oil refuse , gasoline, kerose ne , and oil mixed with other non-Hazardou s Waste and crude oils. 49. Plans -See definition of Drawings . CITY OF FORT WORTH STANDARDC0NSTR UCTI0N SPECIF ICATIO N DOCUMENTS Revi si on : &23/202 1 2018 CIP Intersec tion Improvem ents Altame sa Boul evard and Crowley Ro ad City Project No . 101579 00 72 00 -1 GENERAL CONDIT IONS 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 compnsmg 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 M ee ting -An announced meeting conducted by the City to facilitate public participation and to assist the public in gain_ing 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 holiday s). 56. Sample s -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 Valu es-A schedule , prepared and maintained by Contractor, allocating portion s 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 admmistrative 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. C ITY OF FOR T WOR TH S T AND ARD CONS T RUC TIO N SPEC IF ICA TIO N DOCUMENT S Rev i si on : 8/23/.202 1 2018 CIP Inter section Improvements Altamesa Boulevard and Crowley Road City Proj ect No. 101579 00 72 00 -1 GENERAL CON DIT IONS Page 6of 63 62 . Submittals-AU drawings , diagrams , illustrations , schedules , and other data or in ~ormation which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 63. Substantial Completion -The stage in the progress of the Project when the Work is sufficiently complete in accordance with the Contract Documents for Final Inspection. 64. Successful Bidder-The Bidder submitting the lowest and most responsive Bid to whom City makes an A ward . 65. Superintendent -The representative of the Contractor who is available at all times and able to receive instructions from the City and t6 act for the Contractor. 66. Supplementary Conditions-That part of the Contract Documents which amends or supplements these General Conditions. 67. 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. 68. Underground Facilities-AU 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 . 69 Unit Price Work -See Paragraph 11.03 of these General Conditions for defmition. 70. 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 . 71. Work -The entire construction or the various separately identifiable parts thereofrj quired to be provided under the Contract Documents. Work includes and is the result of perf6rming or providing all labor, services, and documentation necessary to produce such co?struction including any Change Order or Field Order, and furnishing , installing , and incorpo ating all materials and equipment into such construction, all as required by the Contract Doc r ents. 72. Working Day-A working day is defmed 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 princip i l unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and r p.m. 1.02 Terminology I A. The words and terms discussed in Paragraph 1.02.B through E are not defmed but, when used in the Bidding Requirements or Contract Documents , have the indicated meaning. B. Intent of Ce rtain Terms or Adjectives: C ITY OF FORT WORTH ST ANDARD C0NST RUC TI0 N SPEC IFICA TIO N DOCUM EN T S Rev i si on: &123.'2'.)2 J 2018 CIP Interse ction Improvements Altamesa Boulevard and Crowle~ Road City Project No. 101579 00 72 00-1 GENERAL CONDITIONS Page 7 of 63 1. 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: 1. The word "defective," when modifying the word "Work," refers to Work that IS unsatisfactory, faulty, or deficient in that it : a . does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish , Install, Peiform, Provide: 1. The word ''Furnish" or the word "Install" or the word ''Perform" or the word ''Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated , unless specifically lim_ited 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) electronjc 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 indjcated 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 STANDARDC0NSTRUCTI0N SPECIFICATION DOCUMENTS Revision: &23/2021 2018 CIP Intersection Improvements Altamesa Boulevard and Crowley Road City Project No. 101579 2.03 Starting the Work 00 72 00 -1 GENERAL CON DITION S Page 8 of 63 Contractor sha ll start to perform the Work on the date when the Contract Time commenc9s 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 st~rting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conf1rence as specified in the Contract Documents. I 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 . 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as prov ided 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 . I B. It is the intent of the Contract Documents to describe a functionally complete projecf ( or part thereof) to be constructed in accordance with the Contract Documents . Any labor, doc~entation , services, materials , or equipment that reasonably may be inferred from the Contract D pcuments 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 r elatively 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 C ITY OF FO RT WORTH STANDARDCONSTRUCTION SPE CIF ICAT IO N DO CUMENTS Revision : &23/.202 1 2018 CIP Intersection Improvements Altamesa Boulevard and Crowley Road City Project No. 101579 007200-1 GENERAL CO NDITI ON S Page 9 of 63 section . The Contractor shall not take advantage of any variation of form, format or style m 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 1. Reference to standards, specifications , manuals , or codes of any technical society, organmttion , 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 ST ANDARD CONSTR U CT!O N SPEC IF ICA TIO N DOC UM ENTS Rev i si on: 8/23/202 1 2018 CIP Intersection Improvements Altamesa Boulevard and Crowley Road City Project No . 101579 3.04 00 72 00 - I GENERAL CO NDITIONS Page l0of 63 6.17.A) until an amendment or supplement to the Contract Documents has been r· sued 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, amlJ~guity, or discrepancy in the Contract Documents unless Contractor had actual knowledge the 1eof. B. Resolving Discrepancies: I . 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, amtiiguity , or discrepancy between the provisions of the Contract Documents and the provisio~s of any standard, specification, manual, or the instruction of any Supplier (whether or not sdecifically incorporated by reference in the Contract Documents). I 2. In case of discrepancies , figured dimensions shall govern over scaled dimensions , P1lans shall govern over Specifications, Supplementary Conditions shall govern over General q onditions and Specifications, and quantities shown on the Plans shall govern over those sho-WI n in the proposal. Ame nding and Supplementing Contract Documents l A. The Contract Documents may be amended to provide for additions , deletions , and re isions 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 ofa 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 !E ngineer , 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 vdrification or adaptation by Engineer. I C ITY OF F ORT WORTH STANDARD C0NS TR UC TIO N SPEC IFI CA TIO N DOC UME NTS R ev i si on: &23/202 1 2018 CIP Intersection Improvements Altamesa Boulevard and CrowleJ Road I Cit y Proj ect No . 101579 I 00 72 00 -1 GENERAL CON DITI O N S Page 11 of63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retainmg copies of the Contract Documents for record purpo se s . 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-lme 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 s uch electronic files will be atthe user 's sole risk. If there is a discrepancy between the electronic ftles 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 facilitie s. 1. The City has obtained or anticipate s 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 anticipate s removing and/or relocating utilities , and obstructions to the Site . Any outstanding removal or relocation of utilitie s 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 utilitie s or obstructions to be removed, adjusted, and/or relocated by others . B. Upon reasonable written reque st , 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 . C IT Y OF FO RT WORTH STAND ARDC0NS TR UC TI 0N SPEC I F ICA TIO N DOCUMENT S Rev i sion : &'23/202 1 2018 CIP Interse ction Improve m e nts Altamesa Boulevard and Crowley Road City Project No. 101579 00 72 00-1 GENERAL OON DITI 0 N S Page 12of63 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 Condition s A . Reports and Drawings : The Supplementary Conditions identify: 1. tho se reports known to City of explorations and tests of s ubsurface 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 Relian ce by Contractor on Te chnical Data Authorized: Contractor may re ly 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 again st City , or any of their officers , directors , members , partners , employees , age nts , consultants , or s ubcontra ctors 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 procedure s 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 s hown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any ''te chnical data" or any such other data , interpretations , opinions , or information . 4.03 DifferingSubswface or Phy s ical Conditions A. N otice : 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 ; C ITY OF FO RT WORTH ST ANDARDC0NST RUCT I0 N SPEC I F ICAT ION DOCUM ENTS Revis i on: &!2:3.002 1 201 8 CIP Intersect ion Improvem ents Altamesa Boulevard and Crowley Road City Proj ect No . 101579 00 72 00 -1 GENERAL CON DIT IONS 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 s uc h condition cou ld 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 respectto 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 sha ll have full responsibility for: a. reviewing and checking all s uch 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 C ITY OF FORT WORTH ST AND A RD C0NSTR UCT I0 N SPEC IF ICA TI ON DOC UM ENTS Rev ision: &23/202 1 201 8 CIP Intersection Improvem ents Altamesa Bou levard and Crowley Road City Project No . 101579 4.05 00 72 00-1 GENERAL qo N □ITI O N S 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 wiU 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. Contracto~ shaU be responsible for the safety and protection of such discovered Underground Facility. I 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 shaU include notification of all utility companies a minimum of 48 hours in advance of construction including e Jlploratory excavation if necessary. Reference Points I A. City shaU 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 shaU protect and preserve the established reference points and property monuments , and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property mo1 ument 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 j property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shaU notify City in advance and with sufficient time to avoid delays. I B . Whenever, in the opinion of the City , any reference point or monument has been carelessly or willfuUy 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 jsite. B. Limited Reliance by Contractor on Technical Data Authoriz ed: 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 the ~ officers , directors, members , partners , employees, agents , consultants , or subcontractors with resRect to: 1. the completeness of such reports and drawings for Contractor 's purposes , includin J , but not limited to , any aspects of the means , methods , techniques , sequences and procedures of C ITY OF FORT WORTH ST AND ARD CONST RUC TIO N SPEC IF ICA TIO N DOCUM EN T S Revi si on : &Q.3./])2 1 2018 CIP Interse ction Improvements Altamesa Boulevard and Crowle~ Road City Project No . lr 579 00 72 00-1 GENERAL CO NDITI O N S Page I 5of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations , optmons 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 Paragrarh 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 , co sts , 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 anyoneforwhom 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. C ITY OF FORT WORTH STANDA RD CONSTR UC TIO N SPEC I F ICA TIO N DOC UM ENT S Rev i sion : &'.23/2J2 1 2018 CIP Intersection Improvements Altamesa Boulevard and Crowley Road City Project No. 101579 ARTICLE 5 -BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers 007200-1 GENERAL OO NDITI ON S P,age 16of 63 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 ali thorized 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 quarcations 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 Govl ernment 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. I 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 ~therwise 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 ['inancial 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 insoh1ent or its right to do business is terminated in the State of Texas or it ceases to meet the requirtr ments of Paragraph 5.02.C , Contractor shall promptly notify City and shall, within 30 days after jthe 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 . I 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. 1. The certificate of insurance shall document the City , and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies . C ITY OF FO RT WORTH ST AND ARD CONST RUC TIO N SPEC IF !CA TIO N DOCUMENT S Rev ision: &23/202 1 00 72 00-I GENERAL CONDIT IONS Page 17 of63 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 licen se d and/or approved to do business in the State of Texas. Exce pt for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A . M. Best Key Rating Guide or have reaso nably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required , written approva l of City is required . 5. AU applicab le 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 E ngineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other ev id ence of full compliance with the in s urance requirements or failure of the City to identify a deficiency from evid ence that is provided s hall not be construed as a waiver of Contractor 's obligation to maintain such lines of insurance coverage. 7. If in s urance policies are not written for specified coverage limits , an Umbrella or Excess Liability insurance for any differe nce s is required . Excess Liability shall follow form of the pnmary coverage. 8. Un less otherwise stated, all required insurance shall be written on the "occurrence ba sis". If coverage is underwritten on a claims-made ba sis, 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 Fina I 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 s uch insurance coverage. 9. Policie s s hall 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 sha ll 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 s hall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARDC0NSTRUCTI0N SPECIFICATION DOCUM EN TS Revi sion : ~I 2018 CIP Intersection Improvements Altamesa Boul evard and Crowley Road City Proj ect No . 101579 007200-1 GENERAL COND ITIONS Page 18of63 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 recessaiy 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 9f policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions , limitations , or exclusions ne 6essary 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 mallltain 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 E?1ployers' 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 fork 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 lby any of them to perform any of the Work, or by anyone for whose acts any of them may be liab le: I. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily mJury , 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 c9ntractors, products/completed operations, personal injury, and liability under an insured contract. ~nsurance 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 C ITYOF FORT WORTH STANDARD CONS TR UCTION SPECIF ICA TIO N DOCUM EN TS Revi sion : &'23/2021 2018 CIP Intersection Improvements Altamesa Boulevard and Crowley Road City Project No . 101579 007200-1 GENERAL CO NDITIONS Pag e l9of 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. C IT Y OF FORT WO RTH ST ANDARD C0NS TR UC TI0 N SPEC IFICA TIO N DOC UM EN T S Rev ision &23/202 1 2018 CIP Inte rsection Improvements Altames a Boulevard and Crowley Road City Proj ect No. 101579 00 72 00 -1 GENERAL CON DITI ONS ~age 20of63 B. At all time s during the progre ss of the Work, Contractor shall ass ign 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. AU 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. I 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 ,I all Work at the Site s hall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) ~usines s Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for lega l 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. AU 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 benefrt of City. If required by City , Contractor shall furnish satisfactory evidence (including 1eports of required tests) as to the source , kind , and quality of materials and equipment. C ITY OF FORT WORTH STANDARDC0NSTRUCTI0N SPECIFICATION DOCUMENTS Rev i si on : &'23/202 1 201 8 CIP Inte rsec tion Improvement s Altamesa Boulevard and Crowley Road City Project No. l f 1579 00 72 00-1 GENERAL CONDITIONS Pag e 2 1 of63 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 O 1 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. l, 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 CONS TR UC TIO N SPEC IFI CAT IO N DOCUMENT S Rev is ion : ~I 2018 CIP Inte rsection Improvements Altamesa Boulevard and Crowley Road City Proj ect No. 101579 00 72 00-1 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: 1 a . If in City 's sole discretion an item of material or equipment proposed by Contr,ctor does not qualify as an "or-equal" item under Paragraph 6.05.A. l, it may be submjed as a proposed substitute item. I. 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 n1 med 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 Cony actor. c. Contractor shall make written application to City for review of a proposed subs$:ute item of material or equipment that Contractor seeks to furnish or use. The applica tion shall comply with Section 01 25 00 and: I C ITY OF FORT WORTH 1) shall certify that the proposed substitute item will: I a) perform adequately the functions and achieve the results called for by tlie general design; I 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 bhange in any of the Contract Documents ( or in the provisions of any other direc r1 contract with City for other work on the Project) to adapt the design to the roposed substitute item; STANDARDC0NSTRUCTI0N SPECIFICATION DOCUMENTS Revision: &23/202 1 2018 CIP Intersection Improvements Altamesa Boulevard and Crowley Road City Project No . 101579 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 ConstructionMethods 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 expens es (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 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 C0NS TR UC TI0 N SPEC IFI CA TIO N DO CUM EN T S Revi si on : &23/202 1 2018 CIP Intersection Improvements Altamesa Boulevard and Crowley Road City Project No. 101579 00 72 00 -1 GENERAL CO NDITI ON S Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a <S ubstitute 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 organiz.ation, 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 j 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. I D. Minority Business Enterprise Compliance: It is City policy to ensure the full and I 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 J 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 MBR without written consent of the City. Any unjustified change or deletion shall be a material ~reach 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 ftles in the possession of the Contractor that will substantiate the actual work per~ormed 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 l period of not less than three years. E. Contractor shall be fully responsible to City for all acts and onuss1ons of the Subcor,tractors, 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 l Contract Documents : C ITY OF FORT WORTH ST A NDARDC0NSTR UCTI0 N SPEC IFI CA TIO N DO C UMENTS Revi sion : &23/2021 2018 CIP Interse ction Improvements Altamesa Boulevard and Crowley Road City Project No. 101579 00 72 00 -1 GENERAL CO NDITIONS 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 individua I 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 individua I 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 applicab le 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. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each ca lendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023 , Texas Government Code , by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information , as to whether good cause exists to believe that the violation occurred . The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258 , the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates , such amounts being subtracted from successive progress payments pending a final determination of the violation. C ITY OF FORT WOR T H ST AND A RD C0NS TR UC TIO N SPEC IFI CA TIO N DOCUMENTS R ev i si on &23/202 1 2018 CIP Inters ection Improvem ents Altame sa Bou levard and Crowley Road City Project No. 101579 6.08 00 72 00 - I GENERAL CO NDIT IO NS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023 , Texas Government Code , including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction . I E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period o~ 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 lprovided for in this Contract ; and (ii) the actual per diem wages paid to each worker. The record's 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. I F. Progress Payments. With each progress payment or payroll period, whichever is I less , the Contractor shall submit an affidavit stating that the Contractor has complied with the req1.1irements of Chapter 2258 , Texas Government Code. I G. Posting of Wage Rates . The Contractor shall post prevailing wage rates in a conspicuous place at all times. I H. Subcontractor Compliance. The Contractor shall include in its subcontracts anf or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above . Patent Fees and Royalties 1 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,I 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 ~se 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 existen9e 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 sa~d fees or royalties to others. I 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 n p t limited to all fees and charges of engineers, archite cts , attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infrink ement of patent rights or copyrights incident to the use in the performance of the Work or resultingfrom C ITYOF FORT WORTH 2018 CIP Intersection Improvements Altamesa Boulevard and Crowle~ Road City Project No. 101579 STANDARD C0NSTR UC TI0 N SPEC IFICA TIO N DOCUMEN T S Rev i si on: &'23/202 1 00 72 0 0 -1 GENERAL CONDIT IONS 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 shall pay all 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 Supp lementary 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 . Army Corps of Engineers Permits 3 . Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C . Outstanding permits and licenses. The City antic ipates 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 C ITY O F FORT WORTH ST ANDARD C0 NS TR UC TI0 N SPEC IFI CA TIO N DOC UM EN TS R evi si on : &23/202 1 2018 CIP Intersection Improvements Altamesa Bouleva rd and Crowley Road City Project No. 101579 00 72 00 -1 GENERAL CON DITI ON S Page 28 of 63 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 Specific a~ions 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. I 6.11 Taxe s 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 burchase , rent or lease all materials, supplies and equipment used or consumed in the performa1ce of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said 9xemption certificate to comply with State Comptroller '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 provisio~ of State Comptroller's Ruling .011 , and any other applicable rulings pertaining to the Texas l ax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales TaxDivision Capitol Station Austin , TX 78711; or 2. http://www . window. state. tx. us/taxinfo/taxforms/93-forms. html 6.12 Use of Site and Other Areas A. Limitation on Us e of Site and Other Areas : 1. Contractor shall confine construction equipment, the storage of materials and equip ent, and the operations of workers to the Site and other areas permitted by Laws and Regulat ions , and shall not unreasonably encumber the Site and other areas with construction equipme 1t 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 ha s obstructed or ctbs ed or is carrying on operations in a portion of a street, right-of-way , or easement great!r than is necessary for proper execution of the Work, the City may require the Contractor to r mish the section on which operations are in progress before work is commenced on any additional area of the Site. I C IT Y OF FORT WO RTH ST AND ARD CONST RUC TIO N SPEC I F I CA TIO N D OCUMENTS R ev i sio n &23/202 1 201 8 CIP Interse ction Improvem ents Altame sa Boulevard and Crowl ey Road City Proj ect No . 16 1579 00 72 00-1 GENERAL CO NDITION S Page 29of 63 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, lo ss es, 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 Maintenanc e 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 S ite Cleaning: Prior to F inal 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 s hall restore to original condition or better all property di sturbed by the Work. E. Loading Stru ctures: Contractor s hall 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 Do cum e nts 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 .14 S afe ty and Protection A. Contractor shall be solely respons ible for initiating , maintammg and supervismg all safety precautions and programs in conne ction 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 Law s and Regulations. Contractor shall C IT Y OF FORT WORTH S T AND ARD CONSTRUC TIO N SPEC IF ICA TIO N DOCUMENTS Rev i si o n : &'23/202 1 2018 CIP Inte rs ection Improvements Altamesa Boul evard and Crowley Road City Proj ect No. 101579 00 72 00-1 GENERAL CON DITI ONS 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 sforage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees , shrubs , pavements , roadways, structures, utilities, and Underground Facilities not removal relocation, or replacement in the course of construction. lawns, walks , desil ated for 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 owry ers when prosecution of the Work may affect them, and shall cooperate with them in the p[otection , removal relocation, and replacement of their property. C . Contractor shall comply with the applicable requirements of City 's safety programs, if a y . 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 lany other individua I 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. I F. Contractor's duties and responsibilities for safety and for protection of the Work sha ll continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor 's designated safety representative at t i e Site. 6 .16 Ha z ard 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 llor among employers in accordance with Laws or Regulations. 6.17 Eme rgencies 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 J or loss. Contractor shall give City prompt written notice if Contractor believes that any significant C ITY OF FORT WO RTH STANDARD C0NSTRUC TIO N SPE CIFI CA TIO N DOCUMENTS Rev i si on : &23/202 1 2018 CIP Inte rsection Improvem ents Altam es a Bo ulevard and Crowley Road City Proj ect No . 101579 00 72 00 -1 GENERAL CONDIT IO NS Pag e 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. Should 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 2.07). E ach 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 respectto 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 .18.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 . C ITY OF FORT WORTH STANDARD CONS TR UC TIO N SPEC IFICAT IO N DO CUMENTS Revi si on : &23/202 1 2018 CIP Interse ction Improvements Altamesa Boulevard and Crowley Road City Proj ect No . 101579 00 72 00 -1 GENERAL CON DITI ON S 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 s ubmittal will be at the sole expense and responsibility of Contractor. C. City 's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 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 acceptarce of a se parate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptan9e 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. 1 6.19 Continuing the Work Exce pt as otherwise provided, Contractor s hall carry on the Work and adhere to the Project Schedule during all dispute s or disagreements with City. No Work shall be delayed or postpone d pending resolution of any disputes or disagreements , except as City and Contractor may otherwis cl agree in ~~ I 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 , I 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 indiv idual or entity for whom Contractor is responsible ; or C ITY OF FORT WORTH STANDARDC0NS TR UCTION SPEC IFICAT ION DOCUM ENTS Revi sion : &'23/2021 2018 CIP Intersection Improve ments Altame sa Boulevard and Crowley Road City Project No . 101579 2 . normal wear and tear under normal usage. 00 72 00-1 GENERAL CONDITIONS Page 33 of 63 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 fmal 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 PRQYJSTQN TS SPECIFICALLY INTENDED TQ OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED QR PROVEN THAT ALL QR SQME QF THE DAMAGES BEING SOUGHT WERE CAUSED, TN WHQLE QR TN PART, BY ANY ACT, OMISSION QR NEGLIGENCE QF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs,expensesand 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 TNDEMNTFTCATTQN PRQYJSTQN TS CITYOF FORT WORTH STANDARDCONSTRUCTION SPECIF ICA TIO N DOCUMENTS Revi sion : &IB'2D2 1 201 8 CIP Inte rsection Improvem ents Altam esa Boulevard and Crowley Road City Project No. 101579 00 72 00 -1 GENERAL CON DITI ONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED QR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, HY 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 I specifically required by the Contract Documents for a portion of the Work or unless sue~ services are required to carryout Contractor 's responsibilities for construction means , methods , te bl hniques , 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. Contra:ctor 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 , certifica,ons , 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 ard 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 js 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 transactio11i5 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 w brk 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 fina 1 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 C ITY OF FORT WORTH ST ANDARD C0NS TR UCT I0 N SPEC I FICAT ION DOCUM ENTS Rev i si on: &23/202 1 2018 CIP Interse ction Improvem ents Altam esa Boul evard and Crowley Ro ad City Project No . 101579 00 72 00-1 GENERAL CONDITIONS Page 35 of 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 fmancial 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 defmed 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. C ITY OF FO RT WO RTH STANDARD C0NS TR UC TI0 N SPEC IFI CA TI ON DOC UMENTS R ev i si on ~! 2018 CIP Inter section Improvements Altamesa Boulevard and Crowley Road City Proj ect No . 101579 007200 -1 GENERAL CO NDITI ON S Page 36of 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 individua I or entity who will have authority and responsibility for coordinatior of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemiz,d; 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 8 .04 8.05 City shall make payments to Contractor in accordance with Article 14. Lands and Ease me nts; Reports and Tests I City's duties with respect to providing lands and easements and providing engineering s urveys 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 s~uctures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents . Change Orders City shall execute Change Orders in accordance with Paragraph I 0.03 . 8.06 Inspections, Tests, and Approvals City 's responsibility with respect to certain inspections , tests, and approvals is set forth in aragraph 13.03. C ITY OF FORT WORTH ST ANDARD C0NS TR UC TIO N SPEC IFI CA TI ON DOCUMENTS Revi si on: ~I 2018 CIP Intersection Improvements Altame sa Boul evard and Crowley Road City Proj ect No. 101579 8.07 Limitations on City 's Responsibilities 00 72 00-1 GENERAL CO NDITI ON S Page 37 of 63 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-CITY'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 STANDARDC0NSTRUCTI0 N SPECIFICATION DOCUMENTS Revi si on : ~I 2018 CIP Intersection Improvements Altamesa Boulevard and Crowley Ro ad City Proj ect No . 101579 00 72 00 -1 GENERAL <W NDITION S Page 38 of 63 9.03 Authorized Variations in Work City 's Project Manager may authorize minor vanat1ons in the Work from the requireme ts 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 !w hole 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 . 1 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 th d Work as provided in Article 13 , whether or not the Work is fabricated , installed , or completed. 9.05 Determinations for Work Performed 9.06 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 r endering a written recommendation. City's written dee is ion will be final ( except as modified to reflec l changed factual conditions or more accurate data). Decisions on Requirements of Contract Documents and Acceptability of Work I A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. I 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 ti~f or from time to time , order Extra Work. Upon notice of such Extra Work, Contractor sha.~ !promptly proceed with the Work involved which will be performed under the applicable conditior s 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 wol B . For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. I C ITYOF FORT WORTH ST AND ARD CONS TR UCTIO N SPEC IF ICA TIO N DO C UM ENTS Revi sion : ~I 2018 CIP Intersection Improvements Altamesa Boulevard and Crowley Road City Project No. 101579 10.02 Unauthorized Changes in the Work 00 72 00-I GENERAL COND ITI ONS Page 39of63 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. I 0.03 Execution of Change Orders A. City and Contractor s hall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuantto Paragraph IO .OJ.A , (iQ required because of acceptance of defective Work under Paragraph 13 .08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties , including any undi spute d s um or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what do es or do es not constitute Extra Work, or as to the payment thereof, and the City in s ists upon it s performance , the Contractor shall proceed with the work after making written re quest for written orders and s hall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made purs uant to Paragraph 10.06. B . The Contractor shall furnish the City s uch in sta llation records of all dev iations from the original Contract Documents as may be nec essary to e nable the City to prepare for permanent record a corrected set of plans showing the actual in sta llation . C. The compensation agreed upon for Extra Work whether or not initiated by a Change Orde r shall be a full , complete and final payment for all costs Contractor incurs as a re s ult 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 co st, or any other effect on changed or unchange d work as a result of the change or Extra Work. 10.05 Notification to Surety If the provis ion s 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 s uch notice will be Contractor's responsibilit y. The a mount of each applicable bond will be adjusted by the Contractor to reflect the effect of any s uch change. C ITY OF FORT WORTH ST AND ARD CONST RUCTION SPECIF ICA TIO N DOCUMENTS R ev i sion: &'23/2021 2018 CIP Inte rsection Improveme nts Altamesa Boul eva rd and Crowley Road City Proj ect No . 101579 10.06 Contract Claims Process 007200 -1 GENERAL CON DITI ONS Page 40of 63 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 Claim 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. I 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 sa id event. 6. The City shall submit any response to the Contractor within 30 days after rece~pt of the claimant's last submittal (unless Contract allows additional time). I C. City's Action: City will review each Contract Claim and, within 30 days after receipt qf 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 lhe City's sole discretion , it would be inappropriate for the City to do so. For purposes I f further resolution of the Contract Claim, such notice shall be deemed a denial. C ITY OF FORT WORTH STANDARDC0NSTRUCTI0N SPEC IFICA TION DO CUMENT S Revi s ion~! 2018 CIP Intersection Improvements Altamesa Boulevard and Crowley Road City Project No . 101579 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph I 0.06.C 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 11-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.B , 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 11.01.B , and shall include but not be limited to the following items: 1. 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. C ITY OF FORT WORTH STANDARDC0NSTRUCTI0N SPECIFICATION DOCUMENTS Revision: &23/202 1 2018 CIP Inte rsection Improveme nts Altamesa Boulevard and Crowley Road City Proj ect No. 101579 00 72 00-I GENERAL CON DITI ONS Page 42 of 63 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 m this Paragraph I 1.01. 5. Costs of special consultants (including but not limited to engineers , architectp, 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 Workl b. Cost, including transportation and maintenance , of all materials , supplies , e(juipment , 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 fbr 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 Subcon9"actor , 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 connectioJ with the performance of the Work, provided such losses and damages have resulted frdm causes other than the negligence of Contractor, any Subcontractor, or anyone directly or f direc tly employed by any of them or for whose acts any of them may be liable. Such lo sses shall include settlements made with the written consent and approval of City. No such lo sses, 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, telep9one and communication se rvices at th e Site , express and courier services, and similar petty cash item s in connection with the Work. C ITY OF FORT WORTH STANDARD CONST RU CT 10 N SPEC IF I CA T 10 N DOCUMENTS Revi si on: &23/2021 2018 CIP Intersection Improvement s Altamesa Boulevard and Crowley Road City Proj ect No. 101579 00 72 00 - I GENERAL COND ITI ONS 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 th e Work shall not include any of the following item s : 1. Payroll costs and other compe nsation 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. l 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, includjng 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 e mploy ed 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 s upplied, and making good any dama ge to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee : Whe n all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as se t 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 ba sis of Cost of the Work, Contractor 's fee shall be determined as se t 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.B , 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 togethe r with s upporting data . 11.02 A llo wances 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 A llo wa nces: 1. Contractor agrees that: CITYOF FORT WORTH STANDARDC0NSTRUCTI0N SPECIF ICA TIO N DOCUMENTS Revis i on: &23/2021 2018 CIP Inte rsec tion Improvements Altamesa Bo ul evard and Crowley Road City Pr oj ect No. 101579 00 72 00 -1 GENERAL CO ND ITIO NS 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. I C. Contingency Allowance: Contractor agrees that a contingency allowance , if any, is for t~e sole use of City. I 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 amo ~t 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 sole ~y for the purpose of comparison of Bids and determining an initial Contract Price. Determinatidns 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. I C. Each unit price will be deemed to include an amount considered by Contractor to be a dequate to I 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 in kt allation , but not identified in the listing of unit price items shall be considered incidental to unit ph ce work listed and the cost of incidental work included as part of the unit price . I D . City may make an adju stment 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 matJ ially and significantly from the estimated quantity of such item indicated in the Agreement; a Id 2. there is no corre sponding adjustment with respect to any other item of Work. E. Increa sed or Decrea sed Quantities: The City reserves the right to order Extra Work m accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the ch~racter of work under the Contract Documents , the altered work will be paid for at the Contract unit pnce . C IT Y OF FORT WO RTH STANDARD C0NSTRUCT IO N SPEC I F ICA TIO N DOCUMENTS R ev i si on : &'23/202 1 20 18 CIP Intersection Improvem ents Altam esa Boul evard and Crowl ey Road City Pro ject No . 101579 00 72 00-1 GENERAL CO ND ITI ON S Page 4 5 of 63 2 . If the changes in quantrt:1es 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 cons id ered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4 . A s ignificant 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 M easure me nt A . Plans quantities may or may not representthe 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 Artic le . B. If the quantity measured as outlined under ''Price and Payment Procedures" varies by more than 25% (or as st ipulated 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 plan s quantity. C ITY O F FORT WOR TH ST ANDARD C0NS TR UC TI 0N SPEC IF I CA TIO N DO CUMENTS Rev i si on : &'23/202 1 2018 CIP Intersection Improvem ents Altam esa Boul evard and Crowley Road City Proj ect No. 101579 00 72 00 -1 GENERAL GO NDITI 0 N S I age 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: 1. 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 I 2. where the Work involved is not covered by unit prices contained in the Contract D 9cuments , by a mutually agreed lump sum or unit price (which may include an allowance for loverhead 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 E xtra Work; or I 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.B ll, 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 dete ,rmined 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: J a. for costs incurred under Paragraphs 11.01.A. l , 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 11.01 .A.4 and 11.01 .A.5 , the Contractor 's fee shall be five percent (5%); J CIT Y OF FORT WORT H 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 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever ST ANDA RD C0NST RUC TI0 N SPEC IFI CA TI ON DOCUM ENTS Re v i si on: &'23/202 1 2018 CIP Intersec tion Improvem ents Altame sa Boul evard and Crowl ey Road City Proj ect No. 101579 00 72 00-I GENERAL CO NDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by s uch Subcontractor und e r Paragraphs 11.01.A.l 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 11.01.B; 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 a llowed 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 delaye d 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, losse s, 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) s ustained 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 WORTH STANDARDC0NST RUCT I 0N SPEC I F ICA TIO N DOCUMENTS Revision : &'23/202 1 201 8 CIP Inte rse ction Improvements Altamesa Boulevard and Crowley Road City Proj ect No . 101579 007200-1 GENERAL CON DIT IO NS Page 48 of 63 ARTICLE 13 -TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of aU 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 inte r ests will have access to the Site and the Work at reasonable times for the ir observation, inspection, and testing. Contractor shaU 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 applica\J e. 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 facilitatd required inspections or tests. B . If Contract Documents, Laws or Regulations of any public body having jurisdiction re~uire 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 aU costs in connection therewith, and furnish City the required certificates of ins~ction or approval; excepting, however, those fees specificaUy identified in the Supplementary C onditions or any Texas Department ofLicensure and Regulation (TDLR) inspections , which shall be paid as described in the Supplementary Conditions. C. Contractor shalJ be responsible for arranging and obtaining and shalJ pay alJ 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 e 1 quipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections , tests , re-tests , or approva ls shall be performed by organizations acckptable to City. I 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 wilJ coordinate such Testing to the extent possible, with Contractor; j 2. Should any Testing under this Section 13 .03 D result in a "fail ", "did not pass' or other similar negative result , the Contractor shalJ be responsible for paying for any and IJ retests. Contractor's cancellation without cause of City initiated Testing shalJ be deemed a negative result and require a retest. C IT Y OF FORT WORTH ST AND A RD CONST RUC TIO N SPECIF ICA TI O N DOC UM ENT S Rev i si on: ~I 2018 CIP Interse ction Improvements Altam esa Boulevard and Crowley Road City Proje ct No. 101579 00 72 00-1 GENERAL CO ND IT IONS 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. 1. 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 th e 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 benefrt: of Contractor, any C ITY OF FO RT WORTH STANDARD CONS TR UC TI ON SPEC IFI CAT ION DOC UM ENT S Rev i si on : &'23/202 1 2018 CIP Inte rsection Improveme nts Altam esa Boul evard and Crowl ey Ro ad City Proj ect No. 101579 00 72 00 -1 GENERAL CON DITI ON S Page 50 of 63 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 comp leted, 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 professionap and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or remova l (including but not limited to all costs of repair or replacement of work or others). Failure to require the removal of any defective Work shall not constitute acceptance of sJch 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 s may be prescribed by the terms of any applicable special guarantee required by the Contract Dof wnents), any Work is found to be defective , or if the repair of any damages to the land or a ~eas made available for Contractor 's use by City or permitted by Laws and Regulations as conteJplated in Paragraph 6 .1 0 .A is found to be defective , Contractor shall promptly , without cost to CfY 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 , with Work that is not defective, and remove it from the Project and leplace R 4. satisfactorily correct or repair or remove and replace any damage to other Work, to lt he 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 ~ngineers , 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 (includin k but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C IT Y OF FO RT WOR T H STANDA RD C0NS TR UC TI0 N SPEC I FICA TI ON DO CUMENT S Rev i si on : &/23/202 1 201 8 CIP Interse ction Improvem ents Altam esa Boul evard and Crowley Road City Proj ect No. 101579 00 72 00 -1 GENERAL CONDITI ON S Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance ofaU 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 accert 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 C ity May Correct D ef ective 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 , losse s, 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 C ITY OF FO RT WO RTH STAND A RD CONST RUCT IO N SPEC I F ICA TIO N DOCUM ENT S Rev ision: &'23/202 1 2018 CIP Inte rse ction Improvements Altamesa Boul evard and Crowley Road City Proj ect No. 101579 00 72 00 -1 GENERAL CONDIT IONS l age 52 of 63 costs) incurred or sustained by City in exe rcising the rights and remedies under this P l ragraph 13.09 wiJI be charged against Contractor, and a Change Orde r will be issued incorpor~ting the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 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 1 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 . Applicationsfor Payments: 1. 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 eac~ progress payment, Contractor shall submit to City for review an Application for Payment fille r 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 Doc1 ents . 3. If payment is requested on the basis of materials and equipment not incorporated in ~he 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 , I or other documentation warranting that City has received the materials and equipment free aryd clear of all Liens and evidence that the materials and equipment are covered by appropriate rsurance 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 al 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 kl ith prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as described in subsection C. unle ss otherwise stipulated in the Contract Documents. CITY OF FORT WORTH STANDARDC0NSTR UCTI0 N SPEC I FICATIO N DOCUMENTS Rev i si on : &23/Xl2 1 2018 CIP Intersection Improvements Altamesa Boulevard and Crowley Road City Project No. 101579 B . Review of Applications: 00 72 00-1 GENERAL CO NDITIONS Page 53 of 63 1. City will, after receipt of each Application for Payment, either indicate in wntmg 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 fmal 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 completed Work has been damaged by the Contractor or 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 C ITY OF FORT WORTH ST AND ARD CONS TR UC TIO N SPEC IF !CA TI ON DOCUMENTS Revi si on : ~I 2018 CIP Interse ction Improvem ents Altamesa Boulevard and Crowley Road City Proj ect No. 101579 007200 -1 GENERAL CONDITIONS rage 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 assessed against the monies due the Contractor, not as a penalty, but as damages suffe r d 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. Redu ction in Payment: I. City may refuse to make payment of the amount requested because: I 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 Contractbr written notice stating the reasons for such action and pay Contractor any amount rema~ing 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 WORTH STANDARD CONS TR UC TIO N SPEC IF IC A TIO N DOC UMENTS Revi sion : &!23/.202 1 2018 CIP Inte rsection Improvements Altamesa Boulevard and Crowley Road City Project No . 101579 14 .04 Partial Utilization 00 72 00 - I GENERAL CO NDITI ONS Page 55 o f 63 A. Prior to Final Acceptance of all the Work, City may use or occupy any 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 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 .l , 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 In sp e ction A . Upon written notice from Contractor that the entire Work is Subs ta nt ia lly Complete m accordance with the Contract Documents : 1. Within 10 days , City will schedule a Final In spection with Contractor. 2. City will notify Contractor in writin g of all particulars in which this inspection reveals that the Work is incomplete or defective (''Punch List Items"). 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 to the City of Substantial Completion and the date of Final Inspection. 1. 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. 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. 14.06 Fina/A c ceptance 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. C IT Y OF FO RT WORTH STAND ARD CONS TR UC TIO N SPEC I F !CA TI ON DOC UM EN T S Revis i on : &23/202 1 2018 CIP Interse ction Improvem ents Altam esa Boul evard and Crowley Road Cit y Proj ect No. 101579 14.07 Final Payment A. Application/or Payment: 00 72 00 -1 GENERAL COND ITI ONS Page 56of 63 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 deliv ered) by : a. all documentation called for in the Contract Documents , including but not iirrJed 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 be ·eves are unsettled; and d . affidavits of payments and complete and legally effective releases o 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 docu1111entation , requested by Contractor, less previous payments made and any sum City is l 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 Cohtractor'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 Contr~ct, make payment of the balance due for that portion of the Work fully completed and accep{ed. If the remaining balance to be held by City for Work not fully completed or corrected is les s 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 C ITY OF FORT WORTH STANDARDC0NSTRUCTI0N SPECIFICATION DOCUMENTS Revi sion : ~I 2018 CIP Intersection Improvemen t s Altame sa Boulevard and Crowley Road City Pro j ect No. 101579 00 72 00-1 GENERAL CO NDITION S Page 57 of 63 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 fmal 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 offmal 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 attr ibut able to any such suspension . C. If it should become necessary to suspend the Work for an indefmite 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. C IT Y OF FO RT WORTH STANDARD C0NSTR UCTI 0N SPEC IFI CAT IO N DOCUMEN T S Revi si on : &2312:)2 1 201 8 CIP Inter se ction Improvem ents Altam esa Boulevard and Crowley Road City Project No . 101579 15.02 City May Terminate for Cause 00 72 00 -1 GENERAL OO NDITI 0 N S rage 58 of 63 A. The occurrence ofany one or more of the following events by way of example, but not of limitation , may justify termination for cause: 1. 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 ParagraBh 2.07 as adjusted from time to time pursuant to Paragraph 6 .04, or failure to adhere to 1Jhe City's Business Diversity Enterprise Ordinance #20020-12-2011 established under aragraJfi 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 s ubstantial way of any provisions of the Contract Dolcurnents; or 5. Contractor's failure to promptly make good any defect in materials or workrnajnship, or defects of any nature , the correction of which ha s 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 othe I purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or f therwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the ~ity. B. lfone or more of the events identified in Paragraph 15.02A. occur, City will provide writfen notice to Contractor and Surety to arrange a conference with Contractor and Surety to address I 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 Rroceed to perform the construction Contract, the City may, to the extent permitted by L aws 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 day~ 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 s hall 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 C ITY OF FORT WORTH STANDARDC0NSTRUCTI0N SPECIF ICATION DOCUMENTS Revi sion: &'23/202 1 2018 CIP Intersection Improvements Altamesa Boulevard and Crowley Road City Project No. 101579 00 72 00 -1 GENERAL CO NDITI ON S 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 s hall not be required to obtain the lowest price for the Work performed. 4. Neither City , nor any of it s 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 use d 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 responsibilitie s 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 .B , Contractor's services will not be terminated if Contractor begins within seven days of receipt of notic e 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 ha s 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 ST AND ARD CONS TR UC TIO N SPEC IF ICA T 10 N DOCUMENTS Revision : 8/23/202 1 2018 CIP Inte rse ction Improvements Altamesa Boulevard and Crowley Road City Project No. 101579 15 .03 City May Terminate For Convenience 00 72 00 -1 GENERAL COND ITIONS Page 60 of 63 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 fhat 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 s pecified in the notice ofterr1mation ; 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 te[ minated; 3. termmate 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 exte7t, 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 fur ished to the City. , 5. complete performance of such Work as shaU 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 possessi9 n 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 te j mination , 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 ST AND ARD CONS TR U CTIO N SPEC IF ICA TIO N DOCUMENTS Rev i sion: &23/202 1 2018 CIP Intersection Improvements Altamesa Boulevard and Crowley Road City Project No . l01579 00 72 00 -1 GENERAL CO NDITI ONS Page 6 1 of63 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 aU 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 M e thods 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. Time ly 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.C or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless , within that time period, City or Contractor: C IT YOF FORT WORTH STANDARD CONS TR UC TIO N SPEC IFI CA TI ON DOCUM ENTS Revi si on : &'23f.ill l 2018 CIP Interse ction Improvem ents Altamesa Boul evard and Crowl ey Ro ad City Proj ect No. 101579 00 72 00 -1 GENERAL CO NDIT IONS Page 62 of 63 l. elects in wntmg to invoke any other dispute resolution process provided for m the Supplementary Conditions ; or 2 . agrees with the other party to submit the Contract C laim to another dispute reso lution I process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to court of competent jurisdiction. ARTICLE 17 -MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written noti°l e , 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 e lectronic means such electronic notice sha ll be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation ofTimes When any period of time is referred to in the Contract Documents by days , it will be c01r puted to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. I 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 ~itation of, any rights and remedies available to any or all of them which are otherwise imposed orl availab le 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 specific a!lly in the Contract Documents in connection with each particular duty, obligation, right, and remed~ to wh ich they apply . C IT Y OF FO RT WORTH ST ANDARD C0NSTR UC TI0 N SPEC IFICA TIO N DOCUMENT S Rev i si on : &!23/202 1 2018 CIP Interse ction Improvements Altam esa Boulevard and Crowley Road City Pro je ct No . 101579 17 .04 Survival of Obligations 00 72 00 -1 GENERAL COND ITI ONS Page 63 of 63 AU representations, indemnifications, wa rranti es, and guarantees made in , required by , or given in accordance with th e 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 a nd paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. C ITY OF FORT WORTH STANDARDCONSTRUCT I ON SPEC IF ICATION DOCUMENTS Revi si on : &23/202 1 2018 CIP Intersection Improvements Altam es a Boul evard and Crowley Road City Proj ect No . 101579 Supplementary Conditions SECTION 00 73 00 SUPPLEMENT ARY CONDITIONS TO GENERAL CONDITIONS 00 73 00 SUPPLEMENTARY CONDITIO NS Page I of 4 1 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 am modified or supplemented remain in full force and effect as so modified or supplemented. All provisions j 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 an other Contract Documents . SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.0lA Easement limits shown on the Drawi ng are approximate and were provided to establish a basis for biddin g. Upon receivin g the final easements description s, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.0JA.l., "Availability of Lands" The following is a list of known outstanding right-of-way , and /or easements to be acquired, if any as of February 24, 2022. Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER None TARGETDA~E OF POSSESSIPN The Contractor understand s and agrees that the dates listed above are estimates only, are not g uaranteed , 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) Bu s iness Days and before proceeding with the Wor~, notify City in writing associated with the differing easement lin e locations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DO CUMENTS Revised March 9 , 2020 2018 C IP Intersect ion Improvements A ltamesa Boulevard and Crowley Road City Project No. IO 1579 SC-4.01 A.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or re located 00 73 00 SUPPLEM EN TARY CONDITIONS Page 2 of 4 The following is list of utilities and/or obstructions that have not been removed , adjusted, and/or relocated as offebruary 24, 2022 . EXPECTED OWNER None UTILITY AND LOCATION TARGET DATE OF ADJUSTMENT The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City . SC-4 .02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: None 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 th e 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 lnsurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors , agents, and employees. (I) City (2) Consultant: AECOM (3) Other: RLG Consulting Engineers 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 $500 ,000 Disease -policy limit CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF ICATION DOCUM ENTS Revi sed Ma rch 9, 2020 20 I 8 C IP Intersection Impro vements Altamesa Boulevard and Crowley Road City Project No . IO I 579 SC-5.04B., "Contractor's Insurance" oo 73 oq SUPPLEM ENTARY C ONDITIONS Page 3 of 4 5.048. 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" coverages. Verification of such coverage must be shown in the Remarks A11icle of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" S.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: (J) 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 $500 ,000 $100 ,000 Bodily Injury per person / Bodily Injury per accident / Property Damage 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 2013 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 pe1mits and/or licenses required by the Contract to be acquired by the Contractor: None C ITY OF FORT WORTH STANDARD CONSTRUCTION SP ECIF ICATION DO C UM ENTS Revi sed M arch 9 , 20 20 20 18 C IP Intersec ti o n Improvements Altame sa Bo ulevard and Crowley Ro ad C ity Project No . 101579 SC-6.098. "City obtained permits and licen ses" 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 4 The following are known permits and /or li censes requi red by the Con tract to be ac quired by the City: None SC-6.09C. "Outstanding permits and licen ses" T he fo ll owi ng is a li st of known outstandin g permits an d/or li censes to be ac quired, if any as of Fe bru ary 24, 2022. Outstanding Permits and/or Licen ses to Be Acquired OWNER PERMIT OR UCENSE AND LOCATION TARGET DATE OF POSSESSION None SC-7.02., "C oordination" The individuals or entities li sted below have contracts with the City for the performance of other work at the Site: None SC-8.01, "Co mmunication s to Contractor" None SC-9.01., "C ity's Project Manager" The City's Project Manager for this Contract is Brad Radovich , PE (IL), or his/her successor pursuant to written notification from the Director of the Tra nsp ortation & Public Work s Department. SC-13.03C., "Tes ts and In spection s" None SC-16.0lC.l, "Method s 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 STANDARD CONSTRUCTION SPECIF ICATIO N DOCUMENTS Rev ised March 9 , 2020 2018 C IP Intersect ion Improvements Altamesa Bou levard and Crowley Road City Project No. IO 1579 011100-11 SUMMARY OF WORK PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: SECTION 0111 00 SUMMARY OF WORK Pa ge I of3 I. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification I. None. C. Related Specification Sections inc lude, but are not necessarily limited to: I. Division O -Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I -General Requirements I 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subs idiary 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 I. 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 I. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list , then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items . C. Use of Premises I. 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 portion s 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 s hown in the Contract Documents, or as may be specifically authorized in writing by the City. a . A reasonable amount of tools, material s, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. C ITY OF FORT WORTH STANDARD CONSTRUCTIO N SPEC IFI CATION DO CUM ENTS Revised December 20 , 20 12 20 I 8 CIP In tersection Improvements A ltamesa Boul evard and Crowley Ro ad City Project No . 101 579 0 1 I I 00 -2 S UMM ARY OF WORK Page 2 of3 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 Oas well as the railroad permit. 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 preca ution 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 or private 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, individua l, 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 , negl e ct, 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 al l 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 the proposal. CITY OF FO RT WO RTH ST AND ARD CONSTRU CTIO N SPEC IF ICA TI ON DOCU MENTS Revi sed Decembe r 20 , 20 12 20 18 C IP Inte rsec tio n Improve ments A lta me sa Boule vard a nd C ro wle y Road C ity Proj ect No. IO 1579 1.5 SUBMITT ALS [NOT USED] 0 1 11 00 -3 SUMMARY OF wo RKj Page 3 of 3, 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 C ITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revi se d December 20 , 2012 2018 CIP Intersec tion Improvements A lt amesa Boulevard and Crowley Road City Project No . I O 1579 PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: SECTION 01 25 00 SUBSTITUTION PROCEDURES 0 I 25 00 -I SUBSTITUTION PROCEDURES Pa ge I of 4 I. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b . Name of vendor c. Trade name d . Catalog number 2. Substitutions are not "or-equals". B. Deviations from thi s City of Fort Worth Standard Specification I. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Meas urement and Payment I . Work associated with this Item is considered subsidiary to the various ite ms bid. No separate pay ment will be allowed for thi s Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution -General I. Within 30 days after award of Contract (unless noted otherw ise), the City will consider formal requests from Contractor for substitution of products in pl ace of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendo"rs , trade name s, or catalog numbers. a . When this method of s peci fy ing 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-e qua ls ," as determined by City. 3 . Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equal s are unavailable due to strike, di scontinued production of products meeting specified require ments , or other factors be yo nd control of Contractor; or, C ITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IF ICATION DOCU MENTS Revi sed July I, 201 1 20 18 C IP In tersection Imp rovements A lt amesa Boulevard and C rowley Road City Project No. IO 1579 0 125 00 -2 SUBSTI T UTIO N PROCE D URES b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUB MITT ALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a . After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution , including: a. Documentation Page 2 of 4 I) 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 I) 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 comp I iance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection I . 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. C ITY O F FORT WORTH STAN DARD CO N STRUC TION SPEC IFIC ATION DOC UME NTS Rev ised Jul y I , 20 11 20 18 C IP Inte rs ecti o n Improvements A lt amesa Bo ul evard a nd C rowl ey Road C ity Proj ect No. IO I 57f} 01 25 00 - 3 SUBSTITUTION PROCE DURES 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 [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified , and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary , making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS [NOT USED] PART 3 -EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE C ITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCU MENTS Revi sed July I , 20 11 20 I 8 C IP Intersection Improvements A lta mesa Boulevard and Crowley Road City Project No. IO 1579 0 1 25 00 -4 SUBSTITUTIO N PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: ___________________________________ _ PROJECT:. _______________ DATE: __________ _ We hereby submit for your consideration the following product instead of the specified item fi~n the above project: SECTION PARAGRAPH SPECIFIED ITE 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? I B. What effect doe s substitution have on other trades ? C. Differences between proposed substitution and specified item ? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: ___ Equal ___ Better ( explain on attachment) The undersigned states that the function , appearance and quality are equivalent or superior to the specified item. I Submitted By : For Use by City Signature ____________ _ as noted Firm --------------- Address ____________ _ Date ______________ _ Telephone ___________ _ For Use by City: ___ Approved City ____________ _ C ITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Jul y I , 20 11 Recommended Recommended Not recommended __ Received late By _________________ _ Date ________________ _ Remarks _______________ _ ___ Rejected Date _________________ _ 2018 C IP Intersection Improvements A ltamesa Boulevard a nd Crowley Road City Project No. 101579 PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: SECTION 01 3119 PRECONSTRUCTlON MEETING 01 31 19 - I PRECONSTRUCTION MEETING Page I of3 I. 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: I. Division O -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 wi ll be a ll owed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination I. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded , tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting I . A preconstruction meeting wi ll be held w ithin 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 comp letin g 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 supp li er representatives whom the Contractor may desire to invite or the City may request C ITY OF FORT WORTH ST AND ARD CONSTRUCTION SPECIF ICA T!ON DOCUMENTS Revised August 17 , 2012 20 18 C IP Intersection Improvements A lt amesa Boulevard and Crowley Road City Proj ect No. 101 579 e. Other City representatives f. Others as appropriate 4. Construction Schedule 0 1 31 19 -2 PRECONSTRUC TION MEETJNG Page 2 of 3 a . Prepare baseline construction schedu le 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 ofright-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g . Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k . Disposal Site Letter for Waste Material I. 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 applicab le to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments C ITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFI CATION DOCUMENTS Revi sed August 17 , 2012 2018 C IP Intersection Im provements A ltamesa Bo ule vard and Crowle y Road C ity Project No . 101 579 1.5 SUBMITT ALS [NOT USED] 0 1 3 1 19 -3 P RECONSTRUCTION M EETING Page 3 of3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1. 7 CLOSEOUT SUBMITT ALS [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 R ev is io n Log DATE NAME SUMMARY OF CHAN GE CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFICATION DOCUMENTS Revised August 17 , 20 12 2018 C IP Intersection Improvements A ltamesa Bo ul evard and Crowley Road City Project No. I O 1579 PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: SECTION 013120 PROJECT MEETINGS 01 31 20 - I PROJECT MEETINGS Page I o f 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 I. None. C. Related Specification Sections include, but are not necessarily limited to: I. Division O -Bidding Requirements , Contract Forms and Conditions of the Contrac 2. Division 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I. 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 I. 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 each represents. 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. J 4. Meetings, in addition to those specified in this Section , may be held when requested by the City , Engineer or Contractor. B. Pre-Construction Neighborhood Meeting I. After the execution of the Agreement, but before construction is allowed to begin , attend I 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 ST AND ARD CONSTRUCTION SPECIFICATION DO C UMENTS Revi sed Jul y I , 2011 20 I 8 C IP Inte rsection Improvements Altamesa Boul evard and Crowley Roa d C ity Project No. IO 1579 a. Contractor b. Project Representative c. Other City representatives 4. Meeting Schedule 01 31 20 -2 PROJECT MEETINGS Page 2 of3 a. ln general, the neighborhood meeting will occur within the 2 weeks following the pre-construction conference. b. Jn no case wi ll 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 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems , conflicts c. Jtems 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 I. Pending changes and substitutions m. Review proposed changes for: I) 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 C ITY OF FORT WORTH STANDARD C O N STRUCTION SP EC IFI C ATION DOCU M ENTS Revi sed Jul y I , 20 I I 20 I 8 C IP Inte rsecti on Impro vements Altamesa Bo ul evard and Crowley Road Ci ty Proj e ct No. IO 1579 01 3 1 20 -B PROJECT M EETINGS Page 3 of B I 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 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF ICATION DOCUMENTS Revi sed Jul y I , 201 1 20 18 C IP Intersec tion Improvements Altamesa Boulevard and Crowley Ro ad C ity Project No. 10 15 79 01 32 16 -I CONSTRUCTION PROGRESS SCHEDULE Page 1 o f 10 I SECTION 01 32 16 2 CONSTRUCTION SCHEDULE 3 PART 1 -GENERAL 4 1.1 SUMMARY 5 A Section Includes: 6 1. General requirements for the preparation, submitta~ updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 -Bidding Requirements , Contract Forms and Conditions of the Contract 14 2. Division 1 -General Requirements 15 D. Purpose 16 The City of Fort Worth (City) is committed to delivering quality , cost-effective 17 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 18 properly structured schedule with accurate updates. This supports effective monitoring 19 of progress and is input to critical decision making by the project manager throughout 20 the life of the project. Data from the updated project schedule is utilized in status 21 reporting to various levels of the City organization and the citizenry. 22 23 24 25 26 27 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 tirneline. 28 The Contractor will designate a qualified representative (Project Scheduler) responsibe 29 for developing and updating the schedule and preparing status reporting as required by 30 the City. 31 1.2 PRICE AND PAYMENT PROCEDURES 32 A Measurement and Payment 33 l. Work associated with this Item is considered subsidiary to the various items bid. 34 No separate payment will be allowed for this ltem. 35 2. Non-compliance with this specification is grounds for City to withhold payment of 36 the Contractor 's invoices until Contractor achieves said compliance . 37 1.3 REFERENCES 38 A Project Schedules C ITY OF FORT WORTH ST ANDARD C ONSTRUCT IO N SPEC IFI CATION DOCUMENT S R ev ised Aug ust 13 , 202 1 20 18 C lP Intersecti on Improvements Altame sa Boul evard a nd C rowl ey Road C ity Proj ect No. IO 15 79 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 49 B. 01 32 16 -2 C ONSTRUC TION PROGR ESS S C HEDUL E Page 2 o f 10 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 will develop and maintain a schedule for their scope of work in alignment with the City 's standard schedule requirements as def med 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. 1. 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 wiU 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 their work. 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: SmaU 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 discussions with 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 "fmish" 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 o f each month throughout the life of their work on the project. 3. Tier 3 : Medium and Large Size and/or Complex Projects Regardless of Duration C ITY OF FORT WORTH 20 18 C IP In tersec ti on Improvements A lt ame sa Bo ule va rd a nd Crowley Road C ity Proj ec t No. 101 5 79 STANDARD C ON STRUCTION SP EC IFI C ATION DOCUM EN TS Revi sed Au g ust 13, 202 1 0 1 32 16 - 3 CONSTRUCT ION PROGRESS SCHEDULE Page 3 of 10 The City develops and maintains a Master Project Schedule for the project. The 2 Contractor develops a Baseline Schedule and maintains the schedule of their 3 respective scope of work on the project at a level of detail (generally Level 3) and in 4 alignment with the WBS structure in Section 1 .4.Has agreed by the Project 5 Manager. The Contractor issues to the City, updates of their respective schedule 6 (Progress Schedule) at the end of each month throughout the life of their work on the 7 project. 8 C. Schedule Types 9 Project delivery for the City utilizes two types of schedules as noted below. The City 10 develops and maintains a Master Proj ec t Schedule as a "baseline" schedule and issue 11 monthly updates to the City Project Manager ( end of each month) as a "progress" 12 schedule. The Contractor prepares and submits each schedule type to fulfill their 13 contractual requirements. 14 15 16 17 18 19 20 21 22 23 24 15 26 1. 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 sco pe of work impacting the duration of the work, and only after receipt of a duly authorized change order issu ed by the City. In the event progress s significantly behind schedule, th e City's Project Manager may authorize an update to the baseline schedule to facilitate a more practical evaluation of progress . An example of a Baseline Schedule is provided in Specification 01 32 16.1 Construction Project Schedule Baseline Ex ample. 27 2. Progress Schedule 28 The Contractor updates their schedule at th e end of each month to represent the 29 progress achieved in the work which includ es any impact from authorized changes 30 in the work. The updated schedule must accurately reflect the current status of the 31 work at that point in time and is referred to as the "Progress Schedule". The City's 32 Project Manager and Projec t Control Specialist reviews and accepts each progress 33 schedule. In the event a progress schedule is deemed not acceptable, the 34 unacceptable issues are identified by the City within 5 working days and the 35 Contractor mu s t provide an acceptable progress schedule within 5 working days 36 after receipt of non-acceptance notification. An example of a Progress Schedule is 37 provided in Specification O 1 32 16 .2 Construction Project Schedule Progress 38 Example. 39 D. City Standard Schedule requirements 40 The followin g is an overview of the methodology for developing and maintainin g a 41 schedule for delivery of a project. CITY OF FORT WORTH STANDARD CONSTRUCT ION SPECIF ICATION DOCUMENTS Revised August 13, 2021 2018 C IP Intersection Im provements A ltamesa Boulevard and Crowle y Ro ad C ity Project No . IO 157 9 2 3 4 5 6 7 8 9 IO 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 0 1 32 16 -4 CONS T R UC TION PROGRESS SC HEDUL E Page 4 o f 10 l. 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. Compliance with cost loading can be provided with traditional cost loading of line items OR a projected cost per month for the project when the initial schedule is submitted, updated on a quarterly basis is significant change is anticipated. Overall schedule duration will align with the contractual requirem e nts 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 . E . Schedule File Name 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: IO 1376 _North Montgomery Street HMAC _ Baseline • Progress Schedule File Name Format: City ProjectNumber_ProjectName_YYYY-MM Example: 101376 _North Montgomery Street HMAC _ 2018_01 • Project Schedule Progress Narrative File Name Format: City Project Number_Project Name_PN_ YYYY-MM Example: 101376_North Montgomery Street HMAC_PN_2018_01 29 F. Schedule Templates 30 The Contractor will utilize the relevant sections from the City 's templates provided in 31 the City's document management system as the basis for creating their respective 32 project schedule. Specifically , the Contractor 's schedule will align with the layout of 33 the Construction section . The templates are identified by type of project as noted 34 below. 35 • Arterials 36 • Aviation 37 • Neighborhood Streets 38 • Sidewalks (later) 39 • Quiet Zones (later) 40 • Street Lights (later) 41 • Intersection Improvements (later) 42 • Parks 43 • Storm water 44 • Street Maintenance 45 • Traffic 46 • Water 47 48 G. Schedule Calendar C IT Y O F FORT WORT H ST AN D ARD C ONSTRUCT IO N S P EC IFl CA TION DOCUMENTS Rev ised Aug ust 13, 2 02 1 20 18 C IP In tersecti o n Improv ements Altam esa Boul evard and C ro wley Road C ity Proj ect No. 10 1579 2 3 4 5 6 7 8 9 013216-5 CONSTRUC TION PROGRESS SCHEDULE Page 5 of 10 The City 's standard calendar for schedule development purposes is based on a 5-d ay workweek and accounts for the City's eight standard holidays (New Years , Martin Luther King , Memorial, Independence, Labor, Thanksgivin g, day after Thanksgiving, Christmas). The Contractor will establish a sc hedule 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. 10 H. WBS & Milestone Standards for Schedule Development 11 The scope of work to be accomplished by the Contractor is represented in the schedule 12 in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the 13 development of the schedule activities and shaU be imbedded and depicted in the 14 schedule. 15 16 The foUowing is a summary of the standards to be followed in preparing and 17 maintaining a schedu le for project delivery. 18 19 20 21 22 23 24 25 26 27 28 29 30 1. Contractor is required to utili ze the City's WBS structure and re spective project type templat e 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. SpecificaUy the Contractor will add activities under WBS XXXXXX.80.83 "Cons truction Execution" that delineates the act iv ities assoc iat ed w ith the various components of the work. 2. Contractor is required to adhere to the City's Standard Milestones as shown in Section 1.4.1 below. Contractor will include additional milestones representing intermediate deliverables as required to accurately r eflect their scope of work. 31 I. Schedule Activities 32 Activ ities are the di sc rete e lements of work that make up the schedule . They will be 33 organized und er the umbrella of the WBS . Activity descriptions should adequately 34 describe the activity, and in some cases the extent of the activity. AU activities are 35 logically ti ed with a pr edecessor and a s uccessor. The only exception to this rule is for 36 "project start" and "proj ec t finish " mileston es. 37 38 39 40 41 42 43 The activity duration is based on the phy s ical amount of work to be performed for the stated activity, with a maximum duration of20 working days OR a continuous activity in one location. If the work for any one activity exceeds 20 days, break that activity down incrementaUy to achieve this duration constraint. Any exception to this requires review and acceptance by the City's Project Control Specialist. 44 J. Change Orders 45 When a Change Order is issued by th e City , th e imp ac t is incorporated into the 46 previously accepted baseline sc hedul e as an update, to clearly s how impact to the 47 project timeline. T he Contractor submits this upd ated baseline schedule to the City for C ITY OF FORT WORTH STANDARD CONSTRUCT IO N SPECIF ICATION DOCUM EN TS Rev ised August 13, 2021 20 I 8 C IP Intersec ti on Impro vements Altamesa Boulevard and Crowley Road City Project No. IO I 579 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 0 1 32 16 -6 C ONSTR UC TION PROG R ESS SCHEDUL f P age 6of 10 I review and acceptance as described in Section 1.5 below . Updated baseline schedules adhere to the foUow ing: 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-baselined schedule is submitted by the Contractor wit/tin ten workdays after the date of receipt of the approved Change Order. 3. 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 thel 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. K. City's Work Breakdown Structure 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 Permits -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 XXXXXX.80 .85 Inspection XXXXXX.80 .86 Landscaping XXXXXX.90 Closeout XXXXXX . 90 . IO Construction Contract Close-out XXXXXX.90.40 Design Contract Closure L. City's Standard Milestones The foUowing 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 aU phases of work. C ITY OF FORT WORTH ST ANDARD C ONSTRUCTION SPEC IFI C ATION DOC UM ENTS Revi sed Aug ust 13 , 202 1 20 18 C IP Intersecti o n Improvements Altame sa Boule vard and Crowley Road C ity Project No . IO 157 9 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 0132 16 -7 CONSTRUC TION PROGRES S SCHEDULE Activity ID Activity Name Award Design Agreement Issue Notice to Proceed -Design Engineer Design Kick-off Meeting Pag e 7of 10 Design 3020 3040 3100 3120 Submit Conceptual Plans to Utilities , ROW, Traffic , Parks, Stonn Water, Water & Sewer 3150 Peer Review Meeting/Design Review meeting (technical) 3160 Conduct Design Public Meeting #1 (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 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 Bid and Award 8110 Start Advertisement 8150 Conduct Bid Opening 8240 Award Construction 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 39 1.4 SUBMITIALS 40 A. Schedule Submittal & Review 41 The City 's Project Manager is responsible for reviews and acceptance of the Contractor 's 42 schedule. The City 's Project Control Specialist is responsible for ensuring alignment of 43 the Contractor 's baseline and progress schedules with the Master Project Schedule as 44 support to the City 's Project Manager. The City reviews and accepts or rejects the 45 schedule within ten workdays of Contractor's submittal. 46 C ITY OF FORT WORT H STANDARD CONSTRUCTION SPEC IFI C ATION DOC UM EN TS R ev ised A ugust 13 , 2021 20 I 8 CIP Intersection Improv ements Al ta me sa Boulevard a nd C ro wley Road C ity Project N o . 10 1579 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 49 1. Schedule Format 0 1 32 16 - 8 C ONSTRUC TION PROG RES S S C HED UL E Page 8 of 10 The Contractor will submit each schedule in two electronic forms, one in native file format (.xer, .xml, .mpx) and the second in apdfformat, 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 .xis or .xlsx format in compliance with the sample layout (See Specification O 1 32 16.1 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 ftle formats noted above), in the City's document management system in the location dedicated for this purpose at least 5 working days prior to Pre Construction Meeting . 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 fmalizing their initial schedule and issuing (within five workdays) thei 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 C ITY OF FORT W O RTH STANDARD CONSTRUCT ION S P EC IFI CATION DOCUM ENTS Rev ised A ug us t 13 , 202 1 20 I 8 C IP In te rsec ti o n Improvements Alta mesa Boulevard and C ro wley Road C ity Proj ect No. IO 1579 01321 6 -9 CONSTRUC TION PROG RESS S C HEDUL E Page 9 of 10 B. Monthly Construction Status Report 2 The Contractor submits a written status report (referred to as a progress narrative) at the 3 monthly progress meeting (if monthly meetings are held) or at the end of each month to 4 accompany the Progress Schedules ubmittal, using the standard format provided in 5 Specification 01 32 16.3 Construction Project Schedule Progress Narrative. The content 6 of the Construction Project Schedule Progress Narrative should be concise and complete 7 to include only changes, delays , and anticipated problems. 8 9 C. Submittal Process 10 • Schedules and Monthly Construction Status Reports are submitted in in the City 's 11 document management system in the location dedicated for this purpose. 12 • Once the project has been completed and Final Acceptance has been issued by the 13 City , no further progress schedules or construction status reports are required from 14 the Contractor. 15 l. 16 1.5 ACTION SUBMITIALS/INFORMA TIONAL SUBMITIALS [NOT USED] 17 1.6 CLOSEOUT SUBMITIALS [NOT USED] 18 1.7 MAINTENANCE MATERIAL SUBMITIALS [NOTUSED] 19 1.8 QUALI1Y ASSURANCE 20 A The person preparing and revising the construction Progress Schedule shall be 21 experienced in the preparation of schedules of similar complexity. 22 B. Schedule and supporting documents addressed in this Specification shall be prepared , 23 updated and revised to accurately reflect the performance of the construction. 24 C. Contractor is responsible for the quality of all submittals in this section meeting the 25 standard of care for the construction industry for similar projects. 26 1.9 DELIVERY, SlORAGF.., AND HANDLING [NOT USED] 27 1.10 FIELD [SI1E] CONDITIONS [NOT USED] 28 1.11 WARRAN1Y [NOT USED] 29 1.12 ATTACHMENTS 30 Spec 01 32 16.1 Construction Project Schedule Baseline Example 31 Spec 01 32 16.2 Construction Project Schedule Progress Example 32 Spec O 1 32 16 .3 Construction Project Schedule Progress Narrative 33 C ITY OF FORT WORTH ST ANDARD CONSTRUCTION SPEC IFI CATION DOCUM EN TS Revi sed Au g ust 13, 2021 20 18 C IP Intersec ti o n Imp rove ment s A lta me sa Boule va rd a nd C ro wley Road C ity Project No. 101 5 79 2 PART 2 -PRODUCTS [NOT USED] 3 PART 3 -EXECUTION [NOT US ED] 4 END OF SECTION 5 Re vis ion Log OJ 32 16 -10 CONSTRUCT ION PROGRESS SCHEDULE Page 10 of r DATE NAME SUM M A RY OF CHA N GE 6 8/13/202 1 M ichael Om:n Rev ised to up date specification requir ement s a n d e limin a t e duplicat e sc h edul e ~p ecificat ions. CITY OF FORT WORTH STANDARD CONSTRUCT ION SPECIF ICATION DOCUMENTS Rev ised August 13, 202 1 2018 CI P I ntersection Im provements A ltamesa Bou levard a nd Crowley Road City Project No . 10 1579 01 32 16 .1 CONST RU CTION PROGRESS SC HEDULE -BASELINE EXAMPLE Page I of 5 SECTION 013216.1 2 CONSTRUCTION SCHEDULE -BASELINE EXAMPLE 3 PART 1 -GENERAL 4 The followin g is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the baseline for the project. This version of the 6 schedule is referred to as a "baseline" s chedule . This example is intended to provide 7 guidance for the Contractor when developin g and submitting a baseline schedule. See CFW 8 Specification 0 l 32 16 Construction Schedule for details and requirements regarding the 9 Contractor's projectschedule. 10 II 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 C ITY OF FORT WORTH STANDARD CONSTRUCT ION SPECIF ICATION DOCUMENTS Revi sed August 13 , 202 1 20 I 8 C l P Intersectio n Improve ments A lta mesa Bouleva rd and Crowley Road C ity Proj ect No . 10 1579 TPW -Capita l De live ry Layout Base line Temp late CIP-018 -Neighborhood Street Constructio n Basellne Sched u le EJ Pre-Constructron Pav1Jl!I FlalWOrl a•• up ___ ---. Project 10: CIP-01 B 10 10 02-Apr-20 18 13-Ap r-201! 8200 02-Apr-20 18 02-Apr-20 18 8200 17-Apr-20 15 17-Ap r-20 18 8220 1 25-Apr-2015 25-Apr-20 18 8230 20 20 26-A,p<-20 18 23-Ma,-20 18 8240 Ill ' t·t!:ifti·Ui I 230 230 OM.1ay-2C 18 90 90 ~a,-20 18 '° 40 2011 2.-211u D 0 8240 10 10 l 6-Ma,-20 1e 3000 25 25 17-May-20 18 2 1.Jln..20 18 30 10 5 5 22-Jun.2018 I 2N'l11>-.20ta 3020 '5 '5 CII-Jlt-20 II 1~011 5 5 13.J\t,-20 18 3030 5 5 16-JU.20H 20-Jtt-20 18 3040 I -30 23. 201a 3 1-A1Jg-20 1e 3050 20 06-Aug-21l l 8 1 3 1-Aug-20 18 13060 10 27-Aug~__!8 I 10-~ 20 1e 3070 0 3080 8230 8240 3020 303D 304D,3 100 3050 '3060 ------3070, 3 1!0 3oeo 3090 85 10 1o-sep-20 18 113 2-2018 10-0.~20 11 3090 Slff•t 1 Complt~ Sn«2 ______________________ .._~.._._.._~~----------=-- W.llr&-- 3 1 OD Te1nip Walfr 3 110 uye•w,a~r and.., •• n mp Pa. ng ft•palr ~xca v~ll on !ibbllZ.J on 1-----P_a_v_lng ____________ _ 3 190 l'la1wort 3200 -Actua l Work • ♦ Milestone --Remaini ng Work _..-.-mtic-al Mile-s-r~ -Critic al Remainin g Work ♦ ♦ Comp leted Milestone 63 ~1• 27-llep4018 10 10 a,J ~2D1 8 13•.J\1-20 18-3030 3 110 ; 15 15 15-JU-20-18 03-Aug-20 13 3 100 3120 5 5 I 05-Aug-2!! 18 1O-Aug-20 18 3 110 3 130 8 8 1 13-Aug-20 18 22-Aug-20 18 3 120 3140 5 5 23-Aug-20 18 29-Aug-20 18 3 130 3 150,3220 2 0 20 30-,,.,ug-20 1a I 21-sep-20 1a 3 140 3 160 '5 '5 ~11 1 II 5 5 05-0c:1-20 18 11 -0ct-20 18 3 150 3 170,3250 5 5 l 2-0e~20 l8 1 18-0c:1-.2018 I 3 160 3 180 20 20 19-0c~20I ! 15-Nov-20 18 , 3 170.3060 3 190 20 20 02-Nov-20 18 o:i-oeo-20 18 3 180 3200 10 10 27-No-,.-20 18 10-oe~20 1e 3 190 3210 0 0 10-00~20 18 3200 85 10 80 80 30-All)-2018 2•0•~20 18 C.JP-0 1B -eigbbo r hoocl Street Coustm<.'tion Baseline Schedule Example Report Pr int Date: 20 ✓u n -2018 Pag e 1 of 3 FORT WORTH . '.,. ,,,...- -0 ~ " N 0 -, <Jo (") 0 z C/l -l ;;o C (") -l 6 z -0 ;;o 0 Cl ;;o m C/l C/l C/l (") @ 0 ? m I co > C/l m r 2'. tTI mo X -~ id -0 -C-°' en....- TPW -Cap ita l Delivery Layo ut: Base line Temp late as10 5520 &liJO fl waa TIVOug ft>r comple ted l'u,c L1,11111u 5540 COn,ll'UOllo FINI c omplt Project ID: CIP-01 B Repo rt Print Date: 20 ✓u n -20 18 Pa ge 2 of 3 25--M.a r•2:0 19 3000 8510 ' •••••• :;, •••••• ::,···-·-•••••• l:, 15-Ap r•20 l9 3420.3300.321( 8520 28..U.ay-2 0 19 &5 10 853.0 ! ! ..... 1::_······ ...... _!:; 1--'---l--'---4--'os-JUr>-20 19 os-.M-2019 J.!520 8S4D ••• .:r······ .••••..••••• 4-••••• J os-.M-2019 [e ~-'sloo,9 11 0 o ' lmlltt·[tMkf fllfl·P ·fkl -i i i i i Construcllon Conlract Clo~ -----------~~-----..-:-=!-=!..i. ::: :=!~:: :;:~:~~::,_ _____ .....,_~----.:·~,I···-;-·-·-·;··-·-· ·-·-·· ;--· 5 5 OI-Jllt-20 11 1~11 ! ! ! I 25 •• ..L ..... L ........ .l. . l·-·, .L .......... l .... ===--==----------------------..---.---,------------f'--------.... ----, .... -0 '1 ! l ! : ..l ! 1 -·-----' -Act ual Wo rk -Rema in ing Wo r k • ♦ -Cr iti cal Rema inin g Work ♦ ♦ Milestone ♦ Cr it ical Milesto ne ♦ Com pleted Milestone CIP-01B -.eighborhood Street Consh·uction Baseline Schedule EL'lmple ·FoRTWORTH ~ (") 0 z en -, ;o C (") -, 6 z -0 ;o 0 a ;o rn en en en (") i;; 0 ? tT1 I cc > en rn r z rn -0 rno cffl >< - " ~~ w 0 -0 -..., r°' V, rn - ;,:, {/) 0 $! ---l =l ~ ~-< o. 0 0 ► )>"Tl C: ;a,.,, ~ 00 ~ 0 :::l .w ~~ ~~o Iv ;,:, 2"l -c~ Q :c @ u, "C m 0 c;; n ~ 0 z R ~ m ~ ► ;::;-Iv .. 0 3 -0 00 ~o c:,-0 "C C: --::, 0. ~ ~ '<'..., <> 0. (") ""C ~ ::-. ~-g_ g "o-n., 3 Z O cl ,, ~ 0 ;S.. 0 . " < -'< <> ~ 6' ~ ....J ~ g_ '°.,,. V, TPW -Capital Delivery Layout: Baseline Template 9120 S1t>mI~, (Pw,,!C1 CIOnout oocimertarcm) 913_G Non~ orco.mpI~non'Gro.,, Sl'!Pot 9140 final C0"'1J'uCl30,, Corr.raCI IIMllee p, ----9150 C01'61ruot1DftCmrlr3CICIOnd -------9160 i.15$01'6 Learned -Actual Work ♦ ♦ Milestone -Remaining Work ♦ ♦ Qitical Milestone __ , -Critical Remaining Work ♦ ♦ Completed Milestone Project ID: CIP-01 B 19-J'll-2019 11-se,p.2019 T 9110, D 0 . 2J-Ocl-2D19 9120 1 14·NO'l-2ffli14•NOV-20-19 j 9130 0 _o 1~·NOV-2019 g140 1 17-0-2019 17-0e~2019 9150 9130 914D ·0 ~---915D 0 ---+916D ·C C Report Print Date: 20-Jun-2018 Page 3 of3 ' 1 1 r ·-·-·◄·-·-·+-·+-··-·t·-CIP-01B--Neighbo1'1loo(l-Stree.t-Go-nstF-uctiou-1JnRT Wo RIH Baseline Scbedule Example _~ --'-'~'~•-' __ 0 ~ u, ---l ;,:, C 0 ---l @ "C ;,:, 0 Cl ;,:, Bl u, u, 0 ;r: rr1 0 C r m I c:, ► u, m r ~ -c m cffl >< '.= 0 ~w ..,. Iv 0 "C -..,., re--V, m:.... 2 3 4 5 6 DATE NAME Jul y 20, 20 18 M. Jarre ll May 7 , 202 1 M O'M!n CITY O F FORT WORTH 0 1 32 16 .1 CONSTRUCTION P ROGRESS SCHEDULE-BASELINE EXAMPLE Page 5 of 5 END OF SECTION Revision Log . SUMMARY OFCHANGE Initial I ss ue Rev ise d n am e due t o r ev isin g th e sch e dul e specifica tio n ST ANDARD CONSTRUCTION SPECIF ICATION DOCUMENTS Revised Aug ust 13, 202 1 20 18 C IP In tersec tio n Improvements A lt amesa Bo ule vard a nd Crowley Road C ity Proj ect No . I O 1579 01 32 16 2 CONSTRUC TION PROGRESS SC HEDULE -PROG RE SS EXAMP UE Page I o ~4 SECTION 01 32 16.2 2 CONSTRUCTION SCHEDULE -PROGRESS EXAMPLE 3 PART 1 -GENERAL 4 The following is an examp le of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the progress for the project. This version of the 6 schedule is referred to as a "progress " schedule. This examp le is intended to provide 7 guidance for the Contractor when developing and submitting a progress schedule. See 8 CFW Specification 0 1 32 16 Construction Schedule for details and requirements regarding 9 the Contractor's project schedu le. IO II 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 C ITY OF FORT WORTH STANDARD C ONSTRUCTION SPECIFICATION DOCUM ENTS Revi sed Au g ust 13 , 202 1 20 18 C IP Intersecti o n Improvements Alta mesa Bouleva rd a nd Crowl ey Road Ci ty Project No. IO 1579 TPW -Cap ita l Del iv ery Layo ut: Prog ress Temp late ID ~ 1me CIP-01P -Neighborhood Street Construction Progress Schedule El Pre-Construction e2 PTe-C<inm.idlo !2fl0 AWalll Oon5lrudlo CGnlraCI 821 0 :;w P ao PreYenaon Plan (Contra dllr Prepan> and SUbm 8220 ---:;ll!'Wallllvoug ---- 82JO Nca~ ll> Procee<l.l'to-C m•tucton Mff g WO Pre-acon'1nldlO«I -Pu _Meettng __ 8250 o11111za a011 Construction Contract Execution Proj ect 10 : C IP -01P oo R "Ft~'ii M.fl:rcfed' n 5t.ProJeQFn~ Com pltl,t 3 blrt 30 00 con.-.rue11 0 _ 0 0 1-Mly-20 1S Report Print Date : 20-Ju n-2 018 Page 1 of 2 30 10 Tl!fl11'Nate r o 10 f-u-May-20 15 J 0 1-May-20 15 3020 uye-watnandRNtcu ~2s-2s +ai ✓ -20 1a 1s-May-20 1a 2 3030-Tlfl11Pa 'l1ng:..R-•_.pa_1_, ________________ ._c:s_-_-_-,.,s:, 2~✓ -20 1a 20✓\J 201e 2 P~ 45 lS __ .,..__ 0-201& Oh!Ul-201& 2 :!040 Excavaa011 30~ ~tn,ori 30f.O ·Pa\1ng 3070fia!Wort< 30!-0 3 1~ ~ Oral & S1rudUl'Mi MIii 3 1f0 Excavaa011 3 170 :;ta.bl IZaton 3 1!-0 Pa.Ing 3 1!i<l Flal\Vort< 3200 aun up 32 10-:lllff12 COl!'flel! Strwt3 -------------~ __ , __ 3220 ltfl11 W3!er 32 ~ya-w.11Mand -~• -Actual Wor k -Remai ni ng Wo r k ♦ ♦ -Cr itica l Rema inin g Wor k ♦ ♦ MUestone • Cr itic al Milestone • Co mp lete d Milesto ne 5 5 -5--5- 30 -w -20~ 10, 1 0-0 113 11 3 f.] 63 -5 s 20 20 45 lS 5 s 5 s 20 2 2'0· 20 10· __ 1D 0 ,D eo &O I! 13 A -4 ~ 0 % 29✓un-20 1a Q'J, l c✓ul-20 1 8 0 % llo""11g-20 16 0 % 13-Aug-20 1 e 0% 23""11g-20 16 0 % JO-Aug-20 1 e ~019 0 % 05-0cl-2018 Q'J', 12-0:1-2018 0 % I 9-0cl-2D 18 15.-N~201& 0 % 02-Nov-20 15 •Ol-Dt<>-2D18 __ 0 % V-Nov-20 1 e ::g:;~:: -+-21:_HOV-20 18_ 0 % ~18 lA-Deo-201 & ~201! ~2011 1~18 ~2018 0 % 30-Allg-20 15 llS-S@P-,2D 1& 28-Aug-20 18 i 3 1-Aug-20 18 0% Ci!i-~2'015 17-S•p-2D15 I ·=ti>-201a . 1;i.,:;~ 2 0 1a CIP-OlP -Neighbo1·hood Street Construction Pl'Ogress Schedule Example (') ~ V, -l ;;<l C (') -l ~ -0 ;;<l 0 Cl ~ V, V, V, (') ;r; [Tl 0 C r [Tl I -0 ;;<l 0 Cl ;,o [Tl V, V, -0 ~ '.:: cl'J " ~~ N 0 -0 -...., r °' ~ CTlN Iv ...... TPW -Cap ita l Delivery Project 110 : C IP -01P Report Pri nt Date : 20-Jun-2018 Page 2 of 2 Layo ut Progress Te mplate ID OD RD ~"-111.ft'd.•d.Stan 91.FrojtaFln.tsh .,.,, c.mo""' 1 1 !O 50 1~18 :zA-Dto.2018 ll>()cl-@18 :zo.oeo-20 1' 2 s 5 Exca>'3D 0<1 O'!i 12-0cl-2Df 8 18-0ct-20 18 1D-Ocl·20 18 16-0ct·2D18 2 s s 2!11 :20 2>ll 20 10 10 Sl3bllzaron 0% 19-0c\-20 18 25-0ct-20 18 • 17-0ct-20 18 .23-0cl-20 18 2 Pa.tng o,i. 2lfi,-Oc!.20 18 :lo·ND,.2018 I 24-0ct-20 18 2-·2018 2 fla!Y/Ott O'!i 16-Nl<Yl'-W 1!i 1 •01!().20 18 I 14'X.0,i-20 18 TJ.Ol!o-2 0 18 2 ~.,, up 0% 11-0e1r201a u-0 .... 201 & , 07-0eo-2!11 18 20-Deo-201a, 2 0 •D 13' 13,I !llre1J Co 1!.1!...., ___ ~~------------'--.=.-.-c=c-'--...,..0% 2A •Deo-2D:.;1:.8_..,.~-~-..:20..,-0e=o-·c:2:.::0.:..180-.1.-.;c:..i __ 2 19"Sep-20 18 Dl'Apr-2019 17-S-,-2018 :ze.Mar-3 19 2 69 &9 19-Slp-20f8 27~1!-17 I :u-oeo;il)18 0 2 6 •6 .2!11 ~D J 3 20 2D lay8"\\<Jl!<al1<1 -SlMce&. 0 % 27·S•JHlll 1B :?A-Oct-2018 25-Sep-2!1 18 22-0c~2018 j O 2 ~P.1,tng1tepa1r o,i. 25-0c\-20 18 2--0ct-201e 2l-Ocl-20 1a 2S-0ct-20 1a I o 2 uya·sewer u neo t:..J2DJ-&L-!1346 ana Ser-• 0% z;n-Oc1-201e 25-N.,..201?! 26-0ct-20 18 26-Nlvi-2 □1 8 o 2 5 15 5 s 1--="'--·L=•=e:...::· sewer u nu L-J2 12 a. L-83~.s.ana S..Mee•:._ _______ +.=;.--'=:...+--cc□c',i.t'29:'--Noc=-'':.:,211;;.:1-=e'-1ic'1'=9-c.o'-'eo-"'--c2-=o-"1 a'.--+-=27:;.·.::;No=""211.;,:.,::18::..• ~17::..·,;:0l!,,o-:.:2;,□:.:1-=a+-_""o l----'2'-I ._,~"-.:..;"'-~~-"":;..;.",.• ... '•1 ... n~g~Repatr 0% 2!1-Di!o-211 18 1a i0eo-20 1e 2.$-0eo-20 1! o 2 eo 61) 07---2019 ~19 0 2 10 10 10 10 2lil 20 2!11 2D I 10· 10 M.211 ~14 COrnplele,'Sll b litmD earn~ 0 ,D 0% Dl ~r-2 0 19 28-Mar-20 19 tdtlill 111r :fAff ■t ·tstct~·ntt·ts 12tntt 276 276, I 0'!1 1 DJ-1,Uy·-201:!l D5..J"'1,2ll l 9 01-M3y-21l1! O;J..Ju ~:Z0-19 I 225 225 O'!i ·DJ•Ma)'-20 1! 15-Mar-20 19 0 1-Mly-211 1! 2H.rar-2019 10 1 D , 0% ll2-lif,<-2!1 19 15-Apr-2019 -, -' Inspections 85 ·tlgp!d!O esco tlspedloo 8510 flnal '15 ~<!dl0ll -~----3 0_~ 1 •~~t~--2a..:t~r•20_!1J _ · 1 1 ' 0% 05.Jun-2019 t,5,JIJ!H!!l19 ' . ··' -~--~-- 8520 .... --~_l_e~ Pll!ICII list }!•t. ___ ...:.85J:;.; ... :.;:o_-__ .;_f1:;.;na::;1.:W.;_3:clk::.Tl>ro=::::ll!l~ltlrCornpletHPLllcnUEl1:!,:U 8540 Con51rucllon Ftna l Compl•lo ltfWtta .. 1·me·1ee1,·ra·ti'lf l'Ufi'lfllt;·;w (} 0 0 % ,[)5.JtJn~19 !,,, !,,, !,,, 90 aiioeout 135 135 ...... 0% •Ci!i -Jun-20 19 17-0ei>-2019 11~2019 13-0eo-2 •·--Conslruction:;,--=-'-::--. "'""ea~.;.;m~act--:--::a"'..,...--.-utc----------------....::,-=c35=--""'1~35=--"--=1-:--c;.;=2=:coc'1-=c9""'""'1=1-o.....:::.;;~20c'1-=c9-"""'~,.:.:,.;;;;.-=,211c'1~9.._c1~~~~c','=9,..._.o;1..._..;21 · ··' ·;--;-- i i ::-.. .. --· ._ .. ~.. a l H 9121J, DIIDfrffltal&l~Clt!l&!OU ~Oocumentl ttnn ~-------+====.J-_,,._ _ __,2 1 -1-·1-· 5 5 Olio li&,.lJn-20 19 12-J IIIHW19 (J,I..Jun-20 19 10-JUr>-:i.'G 19 25 135 135 ~19 17~9 ~ 19 1~11 0 :II,] 3D 0% ·05-Jun-2019 C4..Jllr>-20l 9 16"1l1·2D 19 (I ~ 35 0% 19-Jul-2!l 19 09~!, 20 19· 0 91Jll Neece otCOrnpl!?.'OnrGrfffl $Jte~1 --=+------+~,-=~-+------l-c-~=.,+--,--- 2 ~ :,I, :,I, :,I, 9140 final Co"'11U Cll cn -Coo tract tnvcice Pal~ 91~ COnsl\JCIIOO CoolractClaoed ---------------+--~--,. -+--=+-=-=-c-+=,-=~-+-.,,.-,,-=~;..-~-=~-~;..----1 -·-, ·{--~-- I) 0% 2 1-0ct·2Df 9 0 0% t 2·N<IV-2019· (I 0 ID 0% 1A-Ncr~2D 19 l 2·K<IV-20 19· o· -Actu al Wor k -Rem ai ning Wo rk ♦ ♦ -Cr itical Rema inino Wor k ♦ ♦ Mi lestone ♦ Cr itica l Milestone ♦ Com pleted Milesto ne I i 0% 17-Di!o-2!1 19 17-Deo-201 9 13,0fo-211 19 t J.Ol!o-20 19· CIP-01P-eighborhood--Street-€oush·uction- Progress Schedule Examp l e Q 2 : ' : 2 3 4 5 6 DATE NAME Jul y 20, 20 18 M . Jarre ll May 7 , 202 1 M O½e n CITY OF FORT WORTH 01 32 16 .2 CONSTRUCTION PROGRESS SCHEDULE -PROGR ESS EXAMPLE Page 4 of 4 END OF SECTION Re\'i sion Log SUMMARY OF CHANGE Initial Issue Revised nam e due t o r ev isin g the sc hedul e specification STANDARD CONSTRUCT ION SPECIF ICATION DOCUMENTS Revised August 13 , 202 1 20 I 8 C IP In tersection Improvements A ltamesa Boul evard and Crowley Road C ity Project No . 101579 SECTION 01 32 16.3 01 32 16.3 -PROGRESS NARRAT IV E Page 1 of 1 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period : Date Issued: I Project Name : Contractor Company Name: City Project No: Contractor Schedule Contact: I City Project Manager: A List of activities changed in the 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) 8. List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) C. List any actual delays and provide recovery actions 1. (insert text here) 2. (insert text here) 3. (insert text here) City of Fort Worth, Texa s Con struction Project Schedule Narrative Report for CFW Projects Re vi sed August 13, 2021 Pag e 1 of 1 20 18 C IP Intersection Improve ments A ltamesa Boulevard and Crowley Road C ity Project No. IO 1579 013233-1 PRECONSTRUCTION VIDEO PART 1-GENERAL 1.1 SUMMARY A. Section Includes: SECTION 01 32 33 PRECONSTRUCTION VIDEO 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 limited to: Page I of2 1. Division O -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 SUBMITT ALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCU MENTS Revised Jul y I , 20 11 2018 CJP In tersection Improvements A ltamesa Boule vard and Crowley Road C ity Project No . 10 1579 PART 3 -EXECUTION [NOT US ED] END OF SECTION R ev is ion Log 0 I 32 33 -2 PRECONSTRUCTION V IDEO Page 2 of2 D ATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH ST AND ARD CONSTRUCTION SPECIF ICATION DOCUMENTS Revised July I, 2011 20 I 8 CIP Intersection Improvements A ltamesa Bou levard and Crowley Road C ity Project No. I O 1579 I PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: SECTION 01 33 00 SUBMITTALS 0 I 33 00 -I SUHM ITIALS Page I of8 1. 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 I . None. C. Related Specification Sections include, but are not necessarily limited to: I. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I . Work associated with thi s Item is considered subsidiary to the various items bid . No separate pay ment will be allowed for this Item . 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination I. Notify the City in writing, at the time of submittal, of any deviations in the s ubmittals 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 ap plicable 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 tim e w ill be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IF ICATION DOCUM ENTS Revi sed December 20, 2012 20 I 8 C IP Intersecti o n Im provements A lt a mes a Boulevard and Crowley Road City Project No . IO I 579 o, 33 oo _ l SUBMIITALS I Page 2 of8 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 O 1-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i .e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) Bis the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings , product data and samples, including those by subcontractors , prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data s ubmitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) "By this submittal , I hereby represent that I have determined and verified field measurements , field construction criteria, materials, dimensions , catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3 . Order a. Cover Sheet 1) Description of Pac ket 2) Contractor Certification b . Li st of items I Table of Contents c. Product Data /S hop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH STANDARD CONSTRUCTI ON SPECIF ICATION DOCUMENTS Revised December 20 , 2012 2018 C IP Interse ction Im provements Altamesa Boulevard and Crowley Road C ity Project No. I O I 579 0 I 33 00 -3 SUBMITTALS Page 3 of8 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 I I. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings I. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 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) I) 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 C ITY OF FORT WORTH STANDARD CONSTRU CTION SPECIFI CATION DOCU ME NTS Rev ised De cember 20, 20 12 20 18 C IP Intersecti o n Improvements Altamesa Bo ul evard a nd C rowley Road C ity Proj ect No. 10 1579 7) Standard wiring diagrams 01 33 00 -4 SUBMITIALS Page 4 of8 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed , materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3 . Complete project Work, materials , fabrication , and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFIC ATION DOCU ME NTS Re vi sed December 20, 2012 20 I 8 C IP In tersection Impro vements Altame sa Boulevard and Crowley Road City Project No. IO 1579 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals 0 1 3300 -5 SU BMITIALS Page 5 of8 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 I) 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. 3 . Di stribute reproductions of approved shop drawings and copies of approved product data and samples, where required , to the job site file and el sewhere 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 a s : a . Permitting any departure from the Contract requirements b . Relieving the Contractor of responsibility for any errors, including detail s, 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 doe s 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. lfthe 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 ex ception. 5 . Submittals will be returned to the Contractor under 1 of the following codes: a . Code I I) "NO EXCEPTIONS TAKEN" is a s signed when there are no notations or comments on the s ubmittal. a) When returned under thi s code the Contractor may release the equipment and/or material for manufacture . b. Code 2 C ITY OF FO R T WO RT H STAND ARD C ONSTRUCTIO N S PEC IF IC ATION DOCU M ENTS Revi sed Dece m be r 20, 20 12 20 18 C IP Inte rsecti on Improv e ments A lt amesa Bo ul evard and C ro wley Ro ad C ily Project No . IO 15 79 0 1 33 00 -6 SU BMITIA LS Page 6 o f 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) Res ubmittal 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 I) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents . 6. Res ubmittal s 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 ex pense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, bas ed on the City's or City Representative 's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's I review of submittals, will not entitle the Contractor to an extension of Contract Time . 7. Partial Submittals a. City reserve s the right to not review submittals deemed partial , at the City's disc retion . 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 m ay at its option provide a li st 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 Docume nts, then written notice must be prov ided thereof to the City at least 7 Calendar Days prior to release for manufacture. C ITY OF FO RT WORTH STAN DARD CON STR UC TI ON S PEC IFICATION DOCU MEN TS Rev ised Dece m be r 20, 20 12 20 I 8 C IP Inte rsect io n Im provements A ltam esa Bo ul evard a nd Crowley Road C ity Proj ect No. IO 1579 013300 -7 SUBMITTALS Page 7 of8 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 Day s 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. lf specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required . N. Request for Information (RFI) I. Contractor Request for additional information a. C larification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. Wh e n the Contractor believes there is a conflict between the Drawings and Specifications I) Identify th e conflict and request clarification 2. Use the Request for Information (RFJ) form provided by the City . 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-xxx", beginning with "OJ " and increasing sequentiall y with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will lo g each request and will review the request. a. If review of the project information request indicate s that a change to the Contract Documents is required , the City will is s ue a Field Order or Change Order, as appropriate. 1.5 SUBMITT ALS [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] CITY OF FORT WORTH STANDARD CONSTRUCTION S PEC IFI CATION DOCUMENTS Revi sed December 20 , 20 12 20 I 8 C IP Intersection Imp rovements A ltamesa Bou levard and Crowley Road City Project No. 10 1579 PART 2 -PRODUCTS [NOT USED] PART 3 -EXECUTION [NOT USED ] END OF SECTION Revision Log 0 133 00-8 SUBMITTALSI Page 8 of 8 1 DATE NAME SUMMARY OF CHANGE I 12 /20/2012 D . Johnson 1.4 .K.8. Working Day s modified to Calend ar Days I CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IF ICATION DO CUMENTS Revi sed December 20, 2012 I 2018 C IP Intersecti on Improvements A lta mesa Boulev ard and Crowley Road City Project No. I O 15 79 01 35 13 -I SP EC IAL PROJ EC T PROCEDURES Page I o f8 SECTION 01 35 13 2 SPECIAL PROJECT PROCEDURES 3 PARTl-GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 I. 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 11 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 1. Coordination within Railroad permits areas 16 J . Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 I. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 I. Division 0-Bidding Requirements , Contract Forms and Conditions of the Contract 22 2. Division I -General Requirements 23 3. Section 33 12 25 -Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 I. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item wi ll be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 I) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and /or from the 41 construction of the Project. 42 C ITY OF FORT WORTH STANDARD CONSTRUCTION SP EC IFI C ATIO N DO CUM EN TS Revi sed Dece mber 20, 2012 20 18 C IP Intersecti on Improvement s A lta me sa Boulevard a nd C ro wley Ro ad C ity Project No . 101 5 79 0 1 35 13 -2 SPEC IAL PROJ EC T PROCEDURES Page 2 of8 2. Railroad Flagmen a. Measurement 1) Measurement for this Item will be per working day . b. Payment I 2 3 4 5 6 7 8 9 1) The work performed and materials furnished in accordance with this [tern will be paid for each working day that Railroad Flag men are present at the Site. 10 11 c. The price bid shall include: I) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad 3. All other item s 12 13 14 a. Work associated with these Items is cons idered subsidiary to the various Item s bid. No separate payment will be allowed for thi s Item . 15 1.3 REFERENCES 16 A. Reference Standard s 17 I . Reference standards cited in thi s Specification refer to the current reference 18 standard published at the time of the late st rev is ion date logged at the end of thi s 19 Specification, unless a date is specifically cited. 20 2. Health a nd Safety Code, Title 9 . Safety, Subtitle A. Public Safety, Cha pter 75 2 . 21 High Voltage Overhead Lines. 22 3. North Central Texas Council of Governments (NCTCOG) -Clean Construction 23 Specification 24 1.4 ADMINISTRATIVE REQUffiEMENTS 25 A. Coordination with the Texas Department of Transportation 26 I . When work in the right-of-way which is under the juri sdiction of the Texas 27 Department of Transportation (TxDOT): 28 a. Notify the Texas Department of Transportation prior to commencing any work 29 therein in accordance with the provisions of the permit 30 b. All work performed in the TxDOT right-of-way shall be performed in 3 1 compliance with and subject to approval from the Texas Department of 32 Transportation 33 B . Work near High Voltag e Lines 34 1. Regulatory Requirements 35 a. All Work near Hi g h Voltage Lines (more than 600 volts measured between 36 conductors or between a conductor and the ground) shall be in accordance with 37 Health and Safety Code, Title 9 , Subtitle A, Chapter 752 . 38 2. Warning sign 39 a. Provide sign of sufficient size meeting all OSHA requirements. 40 3. Equipment operating within 10 feet of hi gh voltage line s will require the following 41 safety feature s 42 a. Insulating cage-type of guard about the boom or arm 43 b. Insulator links on the lift hook connections for back hoes or dippers 44 c . Equipment must meet the safety requirements as set forth by OSHA and the 45 safety requirements of the owner of the high v oltage lines CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DO CU MENTS Re vise d December 20 , 20 12 2018 C IP In tersection Improvements Altamesa Bo ulevard and Crowle y Road C ity Project No . IO I 579 0 1 35 13 -3 SPECIAL PROJECT PROCEDURES Page3of8 4. Work within 6 feet of high voltage electric lines 2 a. Notification shall be given to: 3 1) The power company (example: ONCOR) 4 a) Maintain an accurate log of all such calls to power company and record 5 action taken in each case. 6 b. Coordination with power company 7 1) After notification coordinate with the power company to: 8 a) Erect temporary mechanical barriers , de-energize the lines, or raise or 9 lower the lines 10 c . No personnel may work within 6 feet of a high voltage line before the above 11 requirements have been met. 12 C. Confined Space Entry Program 13 1. Provide and.follow approved Confined Space Entry Program in accordance with 14 OSHA requirements. 15 2. Confined Spaces include : 16 a. Manholes 17 b . All other confined spaces in accordance with OSHA 's Permit Required for 18 Confined Spaces 19 D . Air Pollution Watch Days 2 0 1 . General 21 a. Observe the following guidelines relating to working on City construction sites 22 on days de s ignated as "AIR POLLUTION WATCH DAYS". 23 b. Typical Ozone Season 24 1) May 1 through October 31 . 25 c. Critical Emission Time 26 1) 6:00 a.rn . to 10 :00 a.m. 27 2. Watch Days 28 a. The Texas Commission on E nvironmental Quality (TCEQ), in coordination 29 with the National Weather Service, will issue the Air Pollution Watch by 3:00 30 p.m . on the afternoon prior to the WATCH day. 31 b. Requirements 32 l) Begin work after 10:00 a.m. whenever construction phas ing requires the 33 use of motorized equipment for periods in excess of 1 hour. 34 2) However, the Contractor may begin work prior to 10:00 a.m. if: 35 a) Use of motorized equipment is less than 1 hour, or 36 b) If equipment is new and certified by EPA as "Low Emitting", or 37 equipment burn s Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 38 alternative fuels such as CNG. 39 E. TCEQ Air Permit 40 1. Obtain TCEQ Air Perm it for construction activ ities per requirements of TCEQ. 41 F. Use of Explosives , Drop Weight, Etc. 42 I . When Contract Documents permit on the proj ect the following will apply: 43 a. Public Notification 44 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 45 prior to commencing. 46 2) Minimum 24 hour public notification in accordance with Section O 1 31 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF ICATION DOCUM ENTS Revised December 20, 2012 20 I 8 C IP In tersection Imp rovements A ltamesa Boulevard and Crowley Road C ity Project No . IO I 579 0 I 35 13 -4 S PEC IA L PROJECT PROCED URES Page 4 of8 I G . Water Department Coordination 2 I . During the construction of this project, it will be necessary to deactivate, for a 3 period of time, existing lines. The Contractor shall be required to coordinate with 4 the Water Department to determine the best times for deactivating and activating 5 those lines. 6 2. Coordinate any event that will require connecting to or the operation of an existing 7 City water line system with the City 's representative . 8 a. Coordination shall be in accordance with Section 33 12 25. 9 b. If needed , obtain a hydrant water meter from the Water Department for use 10 during the life of named project. 11 c. In the event that a water valve on an existing live system be turned off and on 12 to accommodate the construction of the project is required, coordinate this 13 activity through the appropriate City representative. 14 I) Do not operate water line valves of existing water system. 15 a) Failure to comply will render the Contractor in violation of Texas Pena 16 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 17 will be prosecuted to the full extent of the law. 18 b) In addition , the Contractor will assume all liabilities and 19 responsibilities as a result of these actions. 20 H. Public Notification Prior to Beginning Construction 21 I. Prior to beginning construction on any block in the project, on a block by block 22 basis , prepare and deliver a notice or flyer of the pending construction to the front 23 door of each residence or business that will be impacted by construction. The notic e 24 shall be prepared as follows : 25 a. Post notice or flyer 7 days prior to beginning any construction activity on each 26 block in the project area. 27 I) Prepare flyer on the Contractor's letterhead and include the following 28 information: 29 a) Name of Project 30 b) City Project No (CPN) 31 c) Scope of Project (i.e. type of construction activity) 32 d) Actual construction duration within the block 33 e) Name of the contractor's foreman and phone nwnber 34 f) Name of the City 's inspector and phone number 35 g) City 's after-hours phone number 36 2) A sample of the 'pre-construction notification' flyer is attached as Exhibit 37 A. 38 3) Submit schedule showing the construction start and finish time for each 39 block of the project to the inspector. 40 4) Deliver flyer to the City Inspector for review prior to distribution. 41 b . No construction will be allowed to begin on any block until the flyer is 42 delivered to all residents of the block. 43 I. Public Notification of Temporary Water Service Interruption during Construction 44 I. In the event it becomes necessary to temporarily shut down water service to 45 residents or businesses during construction , prepare and deliver a notice or flyer of 46 the pending interruption to the front door of each affected resident. 47 2. Prepared notice as follows: C ITY OF FORT WORT H STANDARD CO NSTRUC TION SP ECIF IC ATION DOC UM EN T S Revi sed De ce mber 20 , 20 12 20 18 C IP Intersect io n Imp rove ment s A lt amesa Bo ulevard a nd Crowley Road C ity Proj ect No . IO 15 79 0 1351 3 -5 S PEC IA L PROJ ECT PROCEDU RE S l 2 3 4 5 6 7 8 9 a. The notification or flyer shall be posted 24 hours prior to the temporary interruption . b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number Page 5 of8 10 II 12 13 14 15 16 17 18 c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f . Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. 19 J. Coordination with United States Army Corps of Engineers (USA CE) 20 I. At locations in the Project where construction activities occur in areas where 21 USACE permits are required, meet all requirements set forth in each designated 22 permit. 23 K . Coordination within Railroad Permit Areas 24 I. At locations in the project where construction activities occur in areas where 25 railroad permits are required, meet all requirements set forth in each designated 26 railroad permit. This includes, but is not limited to , provisions for: 27 a . Flagmen 28 b. Inspectors 29 c. Safety training 30 d. Additional insurance e. Insurance certificates 31 32 33 34 35 f . Other employees required to protect the right-of-way and property of the Railroad Company from damag e arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 36 2. Obtain any supplemental information needed to comply with the railroad 's 37 requirements. 38 3. Railroad Flagmen 39 a . Submit receipts to City for verification of working days that railroad flagmen 40 were present on Site . 41 L. Dust Control 42 I. Use acceptable measures to control dust at the Site . 43 a. If water is used to control dust, capture and properly dispose of waste water. 44 b. If wet saw cutting is performed , capture and properly dispose of slurry. 45 M. Employee Parking 46 I. Provide parking for employees at locations approved by the City. C ITY O F FO RT WORTH STANDARD CONSTR UC TION SP EC IFI CATI ON DOCUM ENT S Rev ised Dece mb er 20, 20 12 20 18 C IP Intersecti on Improvem ent s A ltamesa Bo ule vard and Crowley Road C ity Project No . IO 1579 1.5 SUBMITTALS [NOT USED] 0 I 35 13 -6 SPEC IAL PROJ ECT PROCEDURES Page6of8 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 [NOT USED] 10 PART 3 -EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 8/31/2012 D. Johnson C ITY OF FORT WORTH 1.4 .B -Added requirement of compliance with Health and Safety Code, Title 9. Safety , Subtitle A. Public Safety , C hapter 752 . Hi g h Voltage Overhead Lines. I 1.4 .E -Added Contractor respons ibili ty for obta ining a TCEQ Air Permit STANDARD CONSTRUCTION SPECIF ICATION DOCU M ENTS Rev ised December 20, 20 12 2018 C IP Intersection Im provements A ltamesa Bo ulev ard and Crowley Road City Project No. IO I 579 EXHIBIT A 01 35 13 -7 SPECIAL PROJECT PROCEDURES Page 7 of8 2 3 4 5 (To be printed on Contractor's Letterhead) 6 Date: 7 8 CPN No.: 9 Project Name : 10 Mapsco Locat ion : 11 Limits of Construction : 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 2 1 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT< TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 37 PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 20 12 20 I 8 CI P Intersection Improvements A lt amesa Boulevard a nd Crowley Road City Project No. 10 1579 2 3 4 0 1 35 13 -8 SPEC IAL PROJ ECT PROCEDU RES --------- EXHIBITB DOE JIO. XXXX Pl'ojec:CJlame: 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 mis SHUT-OUT, PLEASE CALL: Page 8 of8 MR. ______________ AT ____________ _ (CONTRACTORS SUPERINTENDENT} (TELEPHONE NUMBER) OR MR. ______________ AT ____________ _ (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, _____________ _,CONTRACTOR C ITY OF FORT WORTH STANDARD CONSTRUCT ION SPECJFICATJON DOCU M EN T S Rev ised December 20, 20 12 2018 CIP Intersect ion Improvements A ltamesa Bo ul evard and C rowley Road C ity Project No . IO I 579 01 45 23 TESTING AND INSP ECTION SERVIC ES PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: SECTION 01 45 23 TESTING AND INSPECTION SER VICES I. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification I. None. C. Related Specification Sections include, but are not necessarily limited to: Page I of2 1. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A . Measurement and Payment I. 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 I. 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 I) 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 . C ITY OF FORT WORTH STANDARD CO NSTRU CTION SP EC IFI C ATION DOCUM ENTS Revised March 9, 2020 20 I 8 C IP Intersecti on Improvements A lt amesa Bo ule vard and C ro wley Ro ad C ity Project No. IO 1579 0 I 45 2B TESTING AND INSPECTION SERVI CES I Page 2 om 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) I copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (ifrequired in lieu of electronic distribution) 1) Tests performed by City a) Di str ibute I 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 L ime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B . Inspection 1. Inspection or lack of inspection doe s 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 3/9/2 020 D.V . Magana Removed refe re nce to Buzzsaw and noted th at e lectro nic s ubmittals be upl oaded through th e C ity's do c ume nt management system. I I CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFI CATION DOCUMENTS Revi sed March 9 , 2020 20 18 CIP Intersecti on Improvements A ltamesa Boulevard and Crowley Road City Project No. 101579 0 I 50 00 -I TEMPORARY FAC ILITI ES AND CONTROLS SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1-GENERAL 1.1 SUMMARY A. Section Includes : Page I of 4 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. Devi atio ns from this City of Fort Worth Standard Specification I. None. C. Related Specification Sections include , but are not necessarily limited to : I. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract 2. Divi s ion I -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I. Work assoc iated with thi s 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. Temporary Utilities I . Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b . Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be respon s ible for utili ty service costs until Work is approved for Final Acceptance. I) 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 a nd maintain adequate sup pl y of potable water for domestic consumption by Contractor personnel and City's Proj ect Representatives. c . Coordination I) Contact City I week before water for construction is d esi red CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF ICATION DOCUM ENTS Rev ised Jul y I , 20 I I 20 18 C IP In tersection Im provements A lt amesa Bou levard and Crowley Road C ity Project No. IO I 579 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d . Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City 's establi shed rates. 3. E lectricity and Lighting a. Provide and pay for electric powered serv ice as required for Work, including testing of Work. I) Provide power for I ighting, operation of equ ipment, or other use . b. E lectri c power service includes temporary power service or generator to maintain operations during schedu led shutdown. 4. Telephone a. Provide emergency telephone serv ice 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 I . Provide and maintain sanitary faci liti es 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 s it e. a. Enclose and anchor sanitary faci liti es. b. No discharge will be a llo wed from these faci liti es. 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. I 4. Remove facilities at completion of Project C. Storage S heds and Buildings 1. Provide adequate ly venti lated, watertight, weatherproof storage facilities with floor above gro und level for materials and equ ipment susceptible to weather damage. 2. Storage of materials not susceptibl e 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 e lectrical service for equipment space heaters and heating or venti lation 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 Fi nal Acceptance . D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control C ITY OF FORT WORTH STANDARD CONSTRUCTION S PEC IFI CATION DOCUMENTS Revised July I , 20 11 2018 C IP Intersection Improvements A lt amesa Boulevard and Crowley Road City Project No. IO 1579 0 1 5000-3 TEMPORARY FACI LI TLES AND CONTROLS Page 3 of 4 1. Contractor is res pon s ible for ma inta inin g du st co ntrol through th e duration of th e project. a . Contractor re ma in s on-call at all times b . Must re s pond in a tim e ly m a nn e r F . T e mporary Protection of Con struction 1. Contractor or subcontractors are res pon s ibl e for prote cting Work from damage due to we ath er. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITT ALS/INFORMA TIONAL SUBMITT ALS [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 INST ALLA TI ON A. Temporary Fac iliti es 1. M a inta in all te mporary facilities for duration of con stru c tion activities as need e d . 3.5 [REPAIR]/ [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 ST AND ARD CONSTRUCTION S PEC IFICATION DOCUMENTS Revised Jul y I , 20 11 2018 C IP Intersection Improvements A ltamesa Bou levard and Crowley Road City Project No. IO 1579 015000-4 TEMPORARY FAC ILITI ES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and re store 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 C ITY OF FORT WORTH STANDARD CONSTRUCTI ON S PEClF IC ATION DOCU M EN TS Revised Jul y I , 20 11 I I 2018 C IP Intersection Improvements A ltamesa Boulev ard an d Crowle y Road C ity Project No . 101 579 01 55 26 - I STREET USE P ERMJT AND MODIFI CATIONS TOT RAFF IC CONTROL Page I of 3 1 SECTION 01 55 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1-GENERAL 4 1.1 SUMMARY 5 A Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b . Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Rel ated Specification Sections include, but are not necessarily limited to: 13 1. Division 0 -Bidding Require ments, Contract Forms and Conditions of the Contract 14 2. Division 1 -General Req uirements 15 3 . Section 34 71 13-Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A Meas ure m ent and Payment 18 1. Work associated with this Ite m is considered subsidiary to the various Items bid. 19 No separate pay m e nt will be a llow e d for this Item. 20 1.3 REFERENCES 21 A Reference Standards 22 1. Reference standards cited in this specification refer to the current r eference standard 23 published at the time of the latest revision date lo gged at the end of this 24 s pecification , unle ss a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control D ev ices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A Traffic Control 28 1 . General 29 a. Contractor shall minimize lane closures and impact to vehicular/pedes trian 30 traffic. 31 b. When traffic control plans are includ e d in the Drawings , provide Traffic 32 Control in accordance with Drawings and Section 34 71 13 . 33 c. Whe n traffic control plans are not includ ed in the Drawings, prepare traffic 34 control plans in accordance with Section 34 71 13 and submit to City for 35 review . 36 1) Allow minimum 10 working day s for review of proposed Traffic Control. CITY OF FORT WORTH STANDARD CONSTRUCT ION SPECIF ICAT ION DOCUMENTS Revised March 22 , 202 1 20 18 C IP Inte rsec ti on Imp rovements A lt amesa Bo ulevard and Crowley Road City Project No. IO 15 79 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 I 01 55 26 -~ STREET US E P ERMIT AND MODIFI CATIONS TO TRAFFIC C ONT ROIL I Page 2 o f3 2) A traffic control "Typical" published by City of Fort Worth , the Texas I Manual Unified Traffic Control Devices (TMUTCD) or Texas DepartmenV of Transportation (TxDOT) can be used as an alternative to preparing project/site specific traffic control plan if the typical is applicable to the specific project/site. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. 1) Allow a minimum of 5 working days for permit review. 2) It is the 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 not delayed. D. Removal of Street Sign 1. If it is determined that a streets ign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division tol remove the sign. E. Temporary Signage 1. In the case ofregulatory signs , replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control I 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 reinstaUed , 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 website. 1.5 SUBMIITALS [NOT USED) A. Submit aU required documentation to City 's Project Representative. C ITY OF FORT WORTH STANDARD C ONSTRUCT ION SPEC IFI C ATION DOC UMENTS Rev ised March 22 , 202 1 20 18 C IP Inte rsecti on Imp rovements A lta mesa Bo ulevard and Crowley Road C ity Project No. IO 15 79 I 0 I 55 26 -3 STREET USE P ERM IT ANDMODlFI CAT IONS T O TRAF FI C CONT ROL Page3of3 1.6 ACTION SUBMITIALS/INFORMA TIONAL SUBMITIALS [NOT USED] 2 1. 7 CLOSEOUT SUBMITIALS [NOT USED] 3 1.8 MAINI'ENANCE MA'IERIAL SUBMITIALS [NOT USED] 4 1.9 QUALI1Y ASSURANCE [NOT USED] 5 1.10 DELIVERY, SlORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANfY [NOT USED] 8 PART 2 -PRODUCTS [NOT USED] 9 PART 3 -EXECUTION [NOT USED] 10 END OF SECTION 11 Revis ion Lo g DATE N A M E SUMMARY OF CHANGE 1 .4 A. A dded language t o e mph as ize minim iz in g of lan e c losures an d imp a ct t o 12 traffic. 1.4 A. I. c. Adde d language t o a ll ow fo r use of publi sh ed t raffic co nt ro l "Ty p icals" if 3 /22/202 1 M O\-\e n a pplicabl e t o s p ecific p roject /s it e. 1.4 F. 1) Removed reference t o Buzzsaw 1.5 A dded language re: subm itt al of p er m it CITY OF FORT WORT H ST ANDARD CONSTRUCT ION SPECIF ICATION DOCUMENTS Rev ised March 22 , 202 1 20 18 CIP In tersection Im proveme nts Altamesa Bo ulevard an d Crowley Road C ity Proj ec t No. 10 1579 01 57 13 -I STORM WATER POLLUTION PREV EN TI01 Pa ge I of3 I SECTION 01 57 13 STORM WATER POLLUTION PREVENTION PART 1 -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 O -Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 -General Requirements 3. Section 31 25 00 -Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2 . Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 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 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan . C ITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revi sed Jul y I , 201 I 2018 CIP In tersect ion Improvements Altamesa Bo ulevard a nd Crowley Road City Project No . 101579 01 57 13 -2 STORM WATER POLLUTION PREVENTION Page 2 of3 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 TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send I 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) TXR150000 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 Divi s ion, (817) 392-6088. 1.5 SUB MITT ALS A. SWPPP 1. Submit in accordance with Section O I 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 Tran s portation and Public Works , Environmental Division for review CITY OF FORT WORTH ST AND ARD CONSTRUCTIO N SPECIF ICATION DOCUMENTS Revised July I , 2011 20 18 CIP Intersection Improvements Altam esa Boulevard and Crowley Road C ity Project No. IO I 579 I 0 1 5713-3 STORM WATER POLLUTION PREV EN TIO~ B. Modified SWPPP Page 3 of ! 1. If the SWPPP is revised during construction , resubmit modified SWPPP to the City in accordance with Section 01 33 00. 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 I I CITY OF FORT WORTH ST AND ARD CONSTRUCTION SPECIF ICATION DOCUMENTS Revised July I , 2011 20 I 8 C IP Intersection Impro ve ments A lt amesa Boulevard and Crowley Road City Proj ect No . IO 1579 01 58 13 -I TEMPORARY PROJ EC T SIGN AGE PART 1-GENERAL 1.1 SUMMARY A. Section Includes: SECTION 01 58 13 TEMPORARY PROJECT SIGNAGE 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include , but are not necessarily limited to: Page I of3 1. Division O -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 SUBMITT ALS [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 2.1 OWNER-FURNISHED [oR] 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. C IT Y OF FORT WORTH STAN DARD CON STRUC TION SP EC IFI CATI ON DOCUMENTS Rev ised Jul y I , 20 11 20 18 CIP Intersection Impro ve ments Altamesa Boul ev ard a nd Crowley Road C ity Project No . 10 15 79 B . M ateri a ls I . Si gn 01 58 13 -2 TEMPORARY PROJECT S IGNAG6 Page2 of3 a. Con structed of ¾-in ch fir pl y wood , grad e A-C (e xterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3-EXECUTION 3.1 INST ALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Ge neral I . Prov id e ve rti cal in stallat ion at exte nt s of proj ect. 2. R e locate s ign as needed , up o n requ est o f th e C ity . B . Mounting option s a. Skid s b . Posts c . B arric ade 3.5 REPAIR/ RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Ge neral I. Mainte nance w ill in c lud e pa inting a nd repa ir s as ne eded or directed by th e C ity. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IF ICATION DOCUMENTS Rev ised July I , 20 11 20 I 8 CIP Intersection Improvements A lt amesa Boulevard and Crowley Road City Project No . I O I 579 015813 - 3 TEM PORARY PROJ EC T SIGNAGE Page 3 of 3 R ev ision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rev ised July I , 20 11 SUMMARY OF CHANGE 20 18 C IP Intersect io n Im provements A ltame sa Boulevard a nd Crowley Ro ad City Project N o. 101579 PRODU CT REQ ULRE~:i~~ PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: SECTION 01 60 00 PRODUCT REQUlREMENTS 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: Pa ge I of 2 1. Division O -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://apps.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. I . 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. I. 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 O I 33 00 for submittal requirements of Product Data included on City 's Standard Product List. 1.5 SUBMITTALS [NOT USED) 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED) 1.7 CLOSEOUT SUBMITTALS [NOT USED) 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED) C ITY OF FORT WORT H STANDARD C ONSTRUCTION SPEC IFI C ATIO N DOCU MENTS Rev ise d March 9 , 2020 20 18 CIP Intersecti o n Improvement s A ltamesa Boule vard a nd C ro wley Road C ity Project No. IO 1579 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 0 1 60 00 PRODUCT REQU IREMENTS Pa ge 2 of2 DATE NAME SUMMARY OF CHANGE 10/12/12 D. John so n Modified Location of City 's Standard Product Li st 3/9/2020 D.V. Magana Removed reference to Bu zzsaw a nd noted that the City approved products li st is accessible throug h the City's website . C ITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFICATION DOCU MENTS Revi sed March 9 , 2020 20 18 CIP Intersection Improvements A ltamesa Boulevard and Crowley Road City Project No . 101579 0 1 6600 -1 PRODUCT STORAGE AND HANDLING REQUIREMENTS SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1-GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None . C. Related Specification Sections include, but are not necessarily limited to: Page I of 4 1. Division O -Bidding Requirements, Contract Forms and Conditions of the ContractJ 2. Division 1 -General Requirements I 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 SUBMITT ALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive de liveries . 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 STANDARD CONSTRUCTION SPECIFICA TJON DOCUMENTS Revised Jul y I , 20 11 20 18 C IP Int ersection Improvements A ltamesa Boulevard and Crowley Road City Project No . IO 15 79 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer 's recommendations and instructions . C . Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel , adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection . 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings , or a pproved 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 Repre se ntative. 6. Do not use lawn s, grass plots or other private property for storage purposes without written permi ss ion of owner or other perso n in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10 . Repair or replace damage d lawns , sidewalks, streets or other improvements to satisfaction of City's Project Repre sentative. a. Total length which material s may be di stributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by C ity's Project Representative. CITY OF FORT WORTH ST AND ARD CONSTRUCTIO N SPECIFICA TJON DOCUMENTS Revi sed Jul y I , 2011 20 I 8 C IP Intersection Improvements Altamesa Boulevard and Crowley Road City Project No. IO 1579 016600-3 PRO DUCT STORAGE AND H ANDLING REQU IREMENTS 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS [NOT USED] PART 3-EXECUTION 3.1 INST ALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR/ RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Tests and Inspections Page 3 of 4 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged , used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A . Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to item s while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION C ITY OF FORT WORTH STANDARD CONSTRUCTIO N S PEC IFI CATION DOCUME NTS Re vised July I , 201 1 20 18 C IP Intersection Improvements A ltam esa Bou levard and Crowley Road City Project No . IO 1579 0 1 6600-4 PRODUCT STORAGE AND HANDLING REQU IREMENTS Page 4 of 4 Rev is ion Log D ATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF ICATION DOCUMENTS Rev ised J uly I , 20 11 SUMMARY OF CHANGE 2018 C IP Intersection Improvements Altamesa Boul evard a nd Crowley Road City Project No. I O 1579 1 SECTION 01 70 00 01 70 00 - 1 MOBILIZATION AND REMOBILIZATIO~ Page 1 of 5 2 MOBILIZATION AND REMOBILIZATION 3 PARTl-GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 I) 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 1 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 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: CITY OF FORT WORTH 1) Demobilization a) Transportation of Contractor 's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22 , 2016 2018 CIP Intersection Improvements Altamesa Boulevard and Crowley Road City Project No . 101579 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 5 1 b) Stand-by or idle time 2 c) Lost profits 3 3. Mobilizations and Demobilization for Miscellaneous Projects 4 a. Mobilization and Demobilization 5 1) Mobilization shall consist of the activities and cost on a Work Order basis 6 necessary for: 7 a) Transportation of Contractor's personnel, equipment, and operating 8 supplies to the Site for the issued Work Order. 9 b) Establishment of necessary general facilities for the Contractor's 10 operation at the Site for the issued Work Order 11 2) Demobilization shall consist of the activities and cost necessary for: 12 a) Transpo1tation of Contractor 's personnel, equipment, and operating 13 supplies from the Site including disassembly for each issued Work 14 Order 15 b) Site Clean-up for each issued Work Order 16 c) Removal of all buildings or other facilities assembled at the Site for 17 each Work Oder 18 b. Mobilization and Demobilization do not include activities for specific items of 19 work for which payment is provided elsewhere in the contract. 20 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 21 a. A Mobilization for Miscellaneous Projects when directed by the City and the 22 mobilization occurs within 24 hours of the issuance of the Work Order. 23 B. Deviations from this City of Fort Wo1th Standard Specification 24 I . None. 25 C. Related Specification Sections include, but are not necessarily limited to: 26 I. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract 27 2. Division 1 -General Requirements 28 1.2 PRICE AND PAYMENT PROCEDURES 29 A. Measurement and Payment [Consult City Department/Division for direction on if 30 Mobilization pay item to be included or the item should be subsidiary. Include the 31 appropriate Section 1.2 A. l.] 32 I. Mobilization and Demobilization 33 a. Measure 34 1) This Item will be measured by the lump sum or each as the work 35 progresses. Mobilization is calculated on the base bid only and will not be 36 paid for separately on any additive alternate items added to the Contract. 37 2) Demobilization shall be considered subsidiary to the various bid items. 38 b. Payment 39 I) For this Item , the adjusted Contract amount will be calculated as the total 40 Contract amount less the lump sum for mobilization. Mobilization shall be 41 made in partial payments as follows: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 2018 CIP Intersection Improvements Altamesa Boulevard and Crowley Road City Project No. 101579 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 2. 01 70 00 -3 MOBILIZATION AND REMOBILIZATIO J Page 3 of 5 a) When I% of the adjusted Contract amount for construction Items is earned, 50% of the mobilization lump sum bid or 3% of the total Contract amount, whichever is less, will be paid. b) When 5% of the adjusted Contract amount for construction Items is earned, 75% of the mobilization lump sum bid or 4% of the total Contract amount, whichever is less, will be paid. Previous payments under the Item will be deducted from this amount. c) When 10% of the adjusted Contract amount for construction Items is earned, I 00% of the mobilization lump sum bid or 5% of the total Contract amount, whichever is less, will be paid. Previous payments under the Item will be deducted from this amount. d)A bid containing a total for "Mobilization" in excess of 5% of total contract shall be considered unbalanced and a cause for consideration of rejection. e) The Lump Sum bid for "Mobilization -Paving/Drainage" shall NO~ include any cost or sum for mobilization items associated with water/sewer items. Those costs shall be included in the various water/sewer bid Items. Otherwise the bid Items shall be considered unbalanced and a cause for consideration of rejection. t) The Lump Sum bid for "Mobilization -Paving" shall NOT include any cost or sum for mobilization items associated with drainage items. Those costs shall be included in the "Mobilization -Drainage" Lump Sum bid Item. Otherwise the bid Items shall be considered unbalanced and a cause for consideration of rejection. g) The Lump Sum bid for "Mobilization -Drainage" shall NOT include any cost or sum for mobilization items associated with paving items. Those costs shall be included in the "Mobilization -Paving" Lump Sum bid Item. Otherwise the bid Items shall be considered unbalanced and a cause for consideration of rejection. 2) The work performed and materials furnished for demobilization in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment I) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the uni price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: I) Demobilization as described in Section I . l .A.2 .a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) CITY OF FORT WORTH 2018 CIP Intersection Improvements Altamesa Boulevard and Crowley Road City Project No. 101579 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 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 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Pag e 4 of 5 d. No payments will be made for standby, idle time, or lo st profits associated this Item. 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article I 0 of Section 00 72 00. 2) No payments will be made for standby, idle time , or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement I) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment I) The Work performed and materi als furnished in accordance with thjs Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately . c. The price shall include: 1) Mobilization as described in Section 1.1.A.3 .a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d . No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement I) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment I) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents . Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c . The price shall include I) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby , idle time, or lost profits assoc iated this Item . 39 1.3 REFERENCES [NOT USED] 40 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 41 1.5 SUBMITTALS [NOT USED] 42 1.6 INFORMATIONAL SUBMITTALS [NOT USED) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revi se d November 22, 2016 2018 CIP Intersection Improvem ents Altamesa Boulevard and Crowley Road City Project No. 101579 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 017000-5 I MOBILIZATION AND REMOBILIZATIO ~ Page 5 of 5 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 1.11 FIELD [SITE ] CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED ] 7 PART 2 -PRODUCTS [NOT USED] 8 PART 3 -EXECUTION [NOT USED] 9 END OF SECTION 10 Revision Lo g I DATE NAME SUMMARY OF CHANGE 11 /22 /16 Michael Owen 1.2 Price a nd Payment Procedures -Revised s pec ifi catio n, includin g blue tex t, to 11 make spec ification fl ex ibl e for e ith er sub si diary o r paid bid it em for Mobilization. CITY O F FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revi se d November 22, 2016 2018 CIP Intersection Improveme nts Altam esa Boulevard and Crowley Ro ad City Project No . 101579 0 I 71 23 -I CONSTRUCTIO N STAKING AND SURVEY Page I of8 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART 1-GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B . Deviations from this City of Fort Worth Standard Spec ifi cation 1. None . C. Related Specification Sections include, but are not necessarily limited to: 1. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract 2 . Division 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Pay ment 1. Construction Staking a. Measurement 1) Meas urement for thi s Item shall be by lump sum. b. Payme nt 1) The work performed and the materials furnished in accordance with thi s Item shall be paid for at the lump sum price bid for "Construction Staking". 2) Payment for "Construction Staking" s hall be made in partial payments prorated by work completed compared to total work included in the lump s um item. c. The price bid shall include , but not be limited to the fo llo wi ng: 1) Verification of control data provided by City. 2) Placement, mainte nance and replacement ofrequired stakes and markin gs in the field . 3) Preparation and s ubmitta l of construction staking documentation in the form of "cut sheets" using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is considered s ubsidiary 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 compen sation will be a llo wed . 3 . As -Built Survey a. Measurement 1) Measurement for thi s Item shall be by lump s um. b . Payment 1) The work performed and the materi a ls furni shed in acco rdance with this ltem shall be paid for at the lump s um price bid for "As-Built Survey". C IT Y OF FORT WORTH STANDARD CONSTRU CTION SPECIF ICATION DOCUMENTS Revi se d February 14 , 2018 20 I 8 C IP Intersection Improvements A ltamesa Boulevard a nd Crowley Road C ity Project No. IO 15 79 017123 -2 CONSTRUCTION STAKING AND SURV E'lf Page 2 of8 2) Payment for "Construction Staking" shall be made in partial payments I ~rorated by work completed compared to total work included in the lump su~ item. I 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 ease ments and /or right of way if indicated on the plans. 4. Survey "Field Checks" -Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical Reference s 1. City of Fort Worth -Construction Staking Standards (available on City's Buzzsaw website)-0 I 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 , latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Lan j Surveying in the State of Texas, Category 5 I 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 of work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH STANDARD CONSTRUCTIO N SPECIFICATION DOCUMENTS Revised February 14, 2018 20 18 CIP Intersect ion Improvements A ltamesa Boulevard and Crowley Road City Project No . IO 1579 017123-3 CONSTRUCTION STAKING AND SURV EY Page 3 of8 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, shall 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. Construction staking will be performed by the Contractor. 2. Coordination a . Contact City's Project Rep resentative 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 de s ign survey and required for construction survey is available and in place . 3. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b . For construction method s 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 STANDARD CONSTRUCTIO N SPECIFICATION DO CUM EN TS Revi se d February 14 , 2018 20 I 8 C IP Intersection Im provement s A lt amesa Boulevard and Crowley Road City Project No . 101579 0 171 23-4 CO NSTRU CTION STAKTNG AN D SURVEY Page4 of8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use ofline and grades to establish the location of the pipe. 4) Submit to the City copies of field notes used 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 during construction. 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 construction 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 the following: I) WaterLines 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 C ITY OF FORT WORTH STANDARD CONSTRUC TI ON S PEC IFI C ATION DOCU M ENTS Revised February 14, 2018 20 I 8 C IP Inte rsecti on Improveme nts A ltam esa Boulevard a nd C ro wley Road C ity Projec t No. 10 1579 0 1 7 1 23-5 CONSTRUCTIO N STAKING AND SURVEY Page5of8 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) Press ure 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 for each b) Manholes and Junction Structures (1) Rim and flo w line elevations and coordinates for each manhole and junction structure. 4) Stormwater -Not Applicable 1.10 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 rel evant control points , points of curvature and points of intersection . 2. Es tablish temporary hori zon tal 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 beam s, parking areas, utilities , streets, highways, tunnels, and other construction. b . A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicatin g 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 fo llowin g formats shall be acceptable: a. AutoCAD (.dwg) b . ES RI Shapefile (.shp) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOC UMENTS Revi se d February 14 , 2018 20 18 CIP Intersec ti on Improvements A ltamesa Bou levard and Crowley Road C ity Project No. 10 1579 01 71 23 -6 CONSTRUCTION STAKrNG AND SU RV E ~ Page 6 o f8 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: 1. 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 . vertica tolerance . Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .0.1 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 producing no more than 0.05ft. tolerance from th'eir 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 of0.l 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 H STANDARD CONSTRUCTION SPECIFIC ATION DOC UMENTS Revised February 14, 2018 20 I 8 C IP Intersecti o n Impro vements Alta me sa Bo ul eva rd and C rowley Road C ity Project No. IO 1579 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR/ RESTORATION 01 7 1 23 -7 CONSTRUCTION STAKING AND SURVEY Page 7 of8 A. If the Contractor's work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. I. 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 [oR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specificat ion. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks I. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3rd party contracted surveyor are not intended to relieve the contractor of his /her responsibility for accuracy. 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 Re vi sion Log CITY OF FORT WORTH ST AND ARD CONSTRUCTION SPECIFI CA T!ON DOCUMENTS Revised February 14 , 2018 20 18 C IP Intersection Improvements Altamesa Boulevard and Crowle y Road C ity Project No. IO I 579 DATE NAME 8/3 1/20 12 D. Johnson 8/3 1/20 17 M. Owen 2/14/2018 M Owen CITY OF FORT WORTH 01 71 23 - 8 CONSTRUCTION STAKING AND SURVEY Page 8 of8 SUMMARY OF CHANGE I I Added instruction and modified measurement & payment under 1.2 ; added I definitions and references un der 1.3 ; modified 1.6; added 1.7 c loseout submittal requireme nts ; modified 1.9 Quality Assurance ; added PART 2 -PRODUCTS ; Added 3.1 In stall ers; added 3.5 Repair/Restoration; and added 3 .8 System Startup. Removed "blue text"; revised meas urement and payment sections for Construction Staking a nd As-Built S urvey ; added reference to selectio n comp li ance with TGC 2254; revised action and C loseout s ubmittal requirements; added acceptab le depth measurement criteria; revised li st of items req uiring as -built survey "durin g" and "after" construction; and revised acceptable digital survey file format STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Re vise d February 14 , 2018 20 18 C IP Intersection Improvements A lt amesa Bou levard and Crowley Ro ad City Project No . IO I 579 PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: SECTION 01 74 23 CLEANING 0 1 74 23 -I CLEANlNG Page I of 4 I. lntermediate 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: I. Division 0-Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I -General Requirements 3. Section 32 92 13 -Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I. 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 I. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1. 7 CLOSEOUT SUBMITT ALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements I. Store cleaning products and cleaning wastes in containers specifically designed for those materials . CITY OF FORT WORTH STANDARD CONSTRUCTIO N SPEC IFI CATION DOCUMENTS Revised July I , 201 1 20 18 C IP In tersection Improvements A lt amesa Boulevard a nd Crowley Road City Project No. IO 1579 1.11 FIELD [SITE] CONDITIONS [NOT USED) 1.12 WARRANTY [NOT USED] PART 2-PRODUCTS 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface bein g cleaned 2. New and uncontaminated 3. For ma nu factured surfaces a. Material recom mended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 -EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Preve nt acc umulation of wastes that create h azardous conditions. 0 1 74 23 -2 CLEANING Page 2 of 4 2. Conduct cleaning and di sposal operations to comply with law s and safety orders of gove rnin g authorities. 3. Do not dispose of volatile wastes s uch as mineral s pirit s, oil or paint thinn er in storm or sanitary drain s or sewers . 4. Di spose of de gradabl e debris at an approved so lid waste di s po sal s ite. 5 . Di spose of nondegradable debris at an ap pro ved so lid waste disposal site or in an a lt ernate manner approved by City and regu latory age nc ies. C ITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFI CATIO N DOCUMENTS Re vised Jul y I , 20 11 20 18 C IP In tersectio n Im provements A lta mesa Bou levard a nd Crowley Road City Project No. I O I 579 6 . Handle materials in a controlled manner with as few hand lings as possible. 01 74 23 -3 CLEANING Page 3 of 4 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8 . Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B . Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials , debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4 . Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis , until Final Acceptance. 5. Prior to storm events, thoroughl y clean site of a ll loose or unsecured items , which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease , mastic, adhesives , dust, dirt , stains, fingerprints , labels and other 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 permanent 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. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning I . 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. C IT Y OF FORT WORTH STANDARD CONSTRUCTIO N SPECIF ICATION DOCUMENTS Revi sed Jul y I , 20 I I 20 I 8 C IP Intersecti o n Improvements A ltamesa Bouleva rd and Crowley Road C ity Project No. IO 1579 0 1 74 23 - 4 CLEANING Page 4 of 4 4. If no lo nge r require d for ma intenance of eros ion fac iliti es, a nd upon a pproval by C ity, re mo ve e ro s ion control from s ite . 5. C lean s igns, li ght s, si gna ls, 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 Revisi o n Lo g DATE NAME SUMMARY OF CHANGE C ITY OF FORT WORTH ST AND ARD CONSTRUCTION SPEC IFICATION DOCUMENTS Revised July I , 20 I I 2018 CIP Intersection Improvements A lta mesa Bou levard and Crowley Road City Project No. IO 1579 SECTION 01 77 19 2 CLOSEOUT REQUIREMENTS 3 PART 1 -GENERAL 4 1.1 SUMMARY 5 A Section Includes : 6 1. The procedure for closing out a contract OJ 7719 -I CLOSEOUT RE QUIREMENTS Page I of 3 7 B. Deviat ions from this City of Fort Worth Standard Specification 8 1. None. 9 C. R e lated Specification Sections include, but are not necessaril y limited to : 10 1. Divis ion 0 -Bidding Requirements , Contract Forms and Conditions of the Contract 11 2. Division 1 -General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A Meas urement an d Pay ment 14 I . Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate pay ment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINIS1RATIVE REQUIREMENTS 18 A Guarantees, Bonds and Affidavits 19 1. No application for fmal payme nt will be accepted until all guarantees , bonds , 20 certificates , lic enses and affidav its required for Work or equipment as specified are 2 1 sati sfactorily fil ed with the City. 22 B. Rel ease of Liens or Claims 23 1. No application for fmal payment will be accepted until satisfactory evidence of 24 r elease of lien s has been submitted to the City. 25 1.5 SUBMITTALS 26 A Submit all required documentation to City's Project Representative. 27 2 8 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 29 30 1. 7 CLOSEOUT SUBMITTALS [NOT USED] 31 PART 2 -PRODUCTS [NOT USED] 32 C ITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF ICAT ION DOCUMENTS Revised March 22, 2Q2 l 20 18 C IP Intersecti o n Improvements Altamesa Bouleva rd a nd Crowley Road City Project No . I O 1579 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 PART 3 -EXECtmON 3.1 INSTALLERS [NOTUSED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A Prior to requesting Final Inspection, submit: 017719-2 CLOSEOUT REQUIREMENT ~ Page 2 of~ 1. Project Record Documents in accordance with Section 0 I 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 017423. C. Final Inspection I. After final cleaning, provide notice to the City Project Representative that the Worl 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. The Right-of-way shall be cleared of all construction materials, barricades, and temporary signage. 4. 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. 5. 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. Spee ified 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. Handw heels h. Other expendable items as required for initial start-up and operation of all equipment D . Notice of Project Completion I. Once the City Project Representative finds the Work subsequent to Final Ins pection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation CITY OF FORT WORTH STANDARD CONSTRUCT IO N SPECIF ICAT ION DOCUMENTS Revised March 22, 202 1 20 18 C IP Intersection Imp rove men ts A ltamesa Bou levard a nd Crowley Road City Project No. IO 1579 0177 19-3 CLOSEOUT REQUIREMENTS Page 3of3 1. Coordinate with the City Project Re presentative to complete th e foUowing 2 additional forms: 3 a. Final Payment Request 4 b . Statement of Contract Time 5 c. Affidavit of Pay ment and Re lease of Liens 6 d. Consent of Surety to Final Pay m ent 7 e. Pipe Report (if required) 8 f. Contractor's Evaluation of City 9 g. Performance Evaluation of Contractor IO F. Letter of Final Acceptance 11 1. Upon review and acceptance of Notic e of Project Completion and Supporting 12 Documentation, in accordance with General Conditions , City will issue Letter of 13 F inal Acceptance and release the Final Payment Request for payment. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOTUSED] 16 3. 7 FIELD joR] SITE QUALI1Y CONIROL [NOT USED] 17 3.8 SYSTEM STAR'TIJP [NOTUSED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOTUSED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINfENANCE [NOT USED] 23 3.14 ATIACHMEN1S [NOT USED] 24 END OF SECTION 25 Revis ion Log DATE NAME SUMMARY OF CHANGE 26 3/22/202 1 M O1-\en 3 .4 C. Added lan gua ge to clarify and emphasize requirem ent to "Clearing ROW " C ITY OF FORT W O RTH STANDARD CONSTRU CT ION SPECIF ICAT ION DOCUMENTS Revised March 22 , 202 1 20 I 8 C IP In tersection Improvements A lt amesa Bou levard a nd Crowley Road C ity Project N o . 10 1579 I 0 I 78 23 - I OPERATION AND MAINTENANCE DATA PART 1 -GENERAL 1.1 SUMMARY SECTION 01 78 23 OPERATION AND MAINTENANCE DAT A A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include , but are not limited to : a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B . Deviations from this City of Fort Worth Standard Specification 1. None . Page 1 of 5 C. Related Specification Sections include , but are not necessarily limited to : J 1. Division O -Bidding Requirements , Contract Forms and Conditions of the Contrac1 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. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITT ALS A. Submittals shall be in accordance with Section O 1 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 City personnel. 2. Format a. Size: 8 ½ inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer 's printed data, or neatly typewritten CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF ICATION DOCUMENTS Revised December 20, 20 12 20 18 C IP Int ersection Improveme nts A lt amesa Boulevard and Crowley Road C ity Project No. IO 1579 01 78 23 -2 OPERATION AND MArNTENANCE DATA d. Drawings I) 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. Page 2 of 5 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 "OPERA TING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used , correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 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: I) The name , address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of s upply for parts and replacement d . Identify each product by produ ct name and other identifying symbols as se t 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 install ation. c. Do not use Project Record Drawings as maintenance.drawings . 4. Written te xt , as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of in struction s of each procedure. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFI CATION DO CU MENTS Rev ise d December 20 , 2012 20 18 CJP Inte rsect ion Impro vements A ltamesa Bou le vard and Crowley Road City Project No. 10 1579 0 I 78 23 - OPERATION AND MAINTEN ANCE DATfl< 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 I) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance Page 3 of 5 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products I) Applicable standards 2) Chemical composition 3) Details of installation b. rnstructions 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 I) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures I) 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) Item s 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 STANDARD CONSTRUCTION SPEC IFICAT ION DOCUMENTS Revised December 20 , 20 12 20 I 8 C IP In te rsec ti o n Improvement s Altamesa Boulevard and Crowley Road C ity Project No . IO I 579 01 78 23 - 4 OPERATION AND MAfNTENANCE DATA Pa ge 4 of5 1. 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 electr ic and e lectronic system, as appropriate: a. Desc ription of system and component parts I) 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 ofpanelb oards I) Electrical service 2) Contro ls 3) Communications c. As installed co lor coded w irin g diagrams d . Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating in struction s e. Maintenance procedures I) Routine operations 2) Guide to "trouble s hootin g" 3) Di sasse mbly , repair and reas sembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instruction s g. List of origin al 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. Pre pare and include additional data when the need for s uch data becomes apparent durin g instruction of City's perso nnel. 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: I . Trained and experienced in maintenance and operation of desc ribed products 2 . Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawin gs CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF ICATION DOCU M ENTS Revi sed December 20, 20 12 20 I 8 C IP In tersection Improvements A lt amesa Bou levard and Crowley Ro ad City Project No . 101 579 OJ 78 23 -5 OP ERATION AND MAINTENANCE DATAj Page 5 of ~ 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 8/3 1/20 12 D. Johnson C ITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[F ICA TION DOCUMENTS Revised December 20 , 20 12 SUMMARY OF CHANGE I 1.5.A. I -titl e of secti o n re moved 20 18 CIP Intersection Improvements Altamesa Boulevard a nd Crowley Road City Project No. 101579 0 178 39-1 PROJECT RECORD DOCUMENTS PART 1-GENERAL 1.1 SUMMARY A . Section Includes: SECTION 01 78 39 PROJECT RECORD DOCUMENTS Page I of 4 I. 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 I. None. C. Related Specification Sections include , but are not necessarily limited to: I . Division O -Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A . Measurement and Payment I. 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 SUB MITT ALS A. Prior to submitting a request for Final Inspection , deliver Project Record Documents to City's Project Representative . 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents , making adequate and proper entries on each page of Specifications and each s heet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy ofrecords 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 . C ITY OF FORT WORTH STANDARD CONSTRUCTIO N SPEC IFI CATION DOC UM ENTS Revised Jul y I , 20 11 20 I 8 CIP In tersection Im provements A ltamesa Boulevard a nd Crowley Road City Project No. 101579 01 78 39 -2 PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records , make entries within 24 hours after receipt of information that the change has occurred. 4 . Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss ofrecorded data, use means necessary to again secure the data to the City's approval. a. [n 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 [oR] OWNER-SUPPLIED PRODUCTS [NOT USED) 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed , secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearin g the completion of the Work and prior to Final Inspection , provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3-EXECUTION 3.1 INST ALLERS [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 ofthe Documents with the title, "RECORD DOCUMENTS -JOB SET". CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revi sed July I , 20 11 2018 C IP Intersection Improvements A ltamesa Boule vard and Crowley Road City Project No . IO 15 79 2. Preservation 0 17839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b . Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearl y mark any deviation s 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 grap hic line and note as required. c. Date all entries. d . Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of sc hematic layo ut s 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 phys ical layout. 1) Final ph ys ical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b . Show on the job set of Record Drawings, by dimension accurate to within 1 inch , the centerline of each run of it e ms. l) Final phy s ical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", a nd the like). 3) Make all identification s ufficiently descriptive that it may be related re li a bly 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 iss ued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer c han ge 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 Drawin g a full de scr iption of changes made during construction, and the actual loc at ion of item s. CITY OF FORT WORTH ST AND ARD CONSTRUCTION SPECIF ICATION DOCUMENTS Revi sed July I , 20 11 2018 CIP Intersection Improvements A ltamesa Boulevard and Crowley Road C ity Project No. IO 1579 0 I 78 39 -4 PROJ EC T RECORD DOCUMENTS! Page 4 of 4 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, sec ure 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 REPAffi / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD !OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH ST AND ARD CONSTRUCTION SPECIF ICATION DOCUMENTS Revi sed July I , 20 fl 20 I 8 C IP Intersection Improvements A lta mesa Boulevard a nd Crowley Road City Project No . IO I 579 APPENDIX GC-6.06.D Minority and Women Owned Business E nterprise Compliance GC-6 .07 Wage Rates GR-0 I 60 00 Product Requirements C ITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFICATION DOCUM ENTS Revised Jul y I , 20 11 2018 CIP Intersection Improvem ents Altamesa Boul evard and Crowley Road City Project No . 101579 GC-6.06.D Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD C ONSTRUCTION SPEC IFI C ATION DOC UM ENTS Revised Jul y I , 20 11 2018 CIP Intersection Improvements Altamesa Boulevard and Crowley Road City Project No. 101579 Business Equity Compliance Report City of Fort Worth 2018 CIP Intersection Improvements, Altamesa Boulevard and Crowley Road City Project No 101579 Bid Date: March 24, 2022 McCLENDON CONSTRUCTION COMPANY, INCORPORATED -·--------------------------- McClendon Construction Company, Inc Altamesa Blvd/Crowley Rd OVERVIEW The following actions were taken, by category, to secure MBE participation: Opportunity Category: Action Taken: Result: Topsoil and Flexible Base Good Faith Effort WBE Participation (non-cert) Haul-off Trucking Use only MBE's MBE Participation Seeding and Sodding Good Faith Effort No MBE bids rece ived Ready Mix Concrete Good Faith Effort MBE Participation Rebar Supplier Good Faith Effort No MBE bids received Fuel Good Faith Effort No MBE bids received Portable Toilets Good Faith Effort No MBE Finns provided Project Signs, Barricades Good Faith Effort No MBE bids received Street signs and Markings Good Faith Effort No MBE bids received Traffic Signal Installation Good Faith Effort No MBE bids received Construction Staking Good Faith Effort No MBE bids received Joint Seal Good Faith Effort No MBE bids received ·--······--··----·--..... ·-·····-·· .. ·------------------------ FORT WORTH ~ City of Fort Worth Business Equity Utilization Form Disadvantaged Buslneu Enterprise Utilization Form (Applicable if Federally.funded) PRIME/OFFEROR/OWNER • coMPANY NAME: McClendon Construction Company, Inc PROJECT NAME: . 2018 CIP Intersection Improvements, Altamesa Blvd and Crowley Rd ATTACHMENT 1A Page 1 of4 PROJECT NUMBER: BID DATE: City's Business Equity Goal: Offeror's Busineu Equity (or DBE) 101579 03/24/2022 □ (Check If addressing DBE Goal) 24 % Commitment: 10.4 % Check all applicable boxes tb describe I ✓ I Not certified Prime/Offeror/Owner's Classification: □MBE Owee □DBE □Hu·B QosB Osection 3 Certifying Agency: □ NCTRCA □0/FWMSDC DixDoT DwBcs □Other: Ethnicity: □African American □Hispan i c Oeaucasian □Asian □ Native American Gender: DMale Qemale D Non-Binary Definitions: Business Equity Finn: Certified MBE Minority Business Enterprise or WBE Women Business Enterprise DBE: Disadvantaged Business Enterprise HUB: Historically Under Utilized Business VOSB: Veteran Owned Small Business Section 3: Certified Housing Urban Development Vendors ALL BUSINESS EQUITY FIRMS MUST BE CERTIFIED BEFORE CONTRACT AWARD Failu re to complete this form, in its entirety , and received by the Purchasing Division no later than 2 :00 p.m. on the third City business day after bid open ing, exdusive of bid opening date, will result in the bid ·being considered non-responsive to bid specifications . Exception : CFA. ICA. and CDBG projects. documents will be submitted to the City Project Manager if publidy bid or to the Developer if privately bid . The undersigned Prime/Offerer agrees to enter into a formal agreement with the Business Equity firm(s) listed in this utilization schedule , conditioned upon execution of a contract with the City of Fort Worth (Exception : Developer projects). The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications . Business Equity firms listed toward meeting the project goal must be located in . the City"s marketplace at the time of bid or the business has a Significant . Business Presence in the Marketplace . The marketplace is the City of Fort Worth induding portions of Denton. Parker, Wise, and all of Tarrant, Dallas, and Johnson counties . Certified means those firms , located within the Marketplace, that have been determined to be a ·bona-fide minority or women business enterprise by the North Central Texas Reg ional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC) and Women's Business Council-Southwest (WBCS). If hauling services are utilized , the Prime/Offeror will be given credit as long as the Business Equity firm listed owns and operates at least one fully licensed and operational truck to be used on the contract. The Business Equity firms may lease trucks from another Business Equity firm , including Business Equity owner-operated , and receive full Business Equity credit. The Business Equity firm may lease trucks from non-Business Equity firms, including owner-operated, but will only receive credit for the fees and commissions earned by the ausiness Equity as outlined in the lease agreement. Note: For DBE Goals, 60% of the services count towards the goal. Please see below. · Counting DBE Participation: If materials or supplies are obtained from a DBE manufacturer , count 100 percent of the cost of the materials or supplies towards the goal. If the materials or supplies are purchased from a DBE regular dealer, count 60 percent of the cost of the materials and supplies toward the DBE goal. When materials or supplies are purchased from a DBE neither a manufacturer nor a regular dealer. count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies or fees or transportation charges for the delivery of the materials or supplies delivered to the job site . in all cases, the Prime/Offerer is responsible to identify the amounts to be used toward the committed DBE goal. Etrectlve 01/01/2021 Updated 06/281202 1 FORT WORTH ---.........---Business Equity Utilization Form ATTACHMENT 1A Page 2 cU Please note that only certified Business Equity firms will be counted to meet the Business Equity goal. Prime/Offerors are required to identify & subcontractors/suppliers, regardless of status ; i.e., Business Equity firms and non-Business Equity firms . Prime/0fferors must identify by tier level all subcontractors/suppliers. Tier: means the level of subcontracting below the Prime/Offeror i.e. a direct payment from the Prime/0fferor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2nd tier. Business Equity finns are to be listed before non-Business Equity firms. The Prime/Offeror is responsible to provide proof of payment of all tiered sub-contractors/suppliers identified as a Business Equity firm and counting those dollars towards meeting the contract committed goal. Certified Business Equity Prime/Offeror Contractors counting their self-perfonnance towards meeting the contract goal, must be certified within those NAICS commodity codes with a certifying agency acceptable by the City of Fort Worth. Certified Business Equity Prime/Offerer counting self-performing services towards the goal, the service(s) to be performed should be listed first on the Utilization form. Check thla boxOlt certified Prime Contractor aervlcn will be counting towards the Buslnn• Equity contracting goal. Please llat Hrvlcn first below. Please llat certified BualneH Equity firm namea •• Hated on their certification, including OBA nam••· NAMES AND ADDRESSES OF TYPE OF SERVICES/SUPPLIES Specify Tier CONTRACTORS/SUPPLIERS PROVIDED (NAICS Required) Name 1 ■t Tier Bualn ... Name: Cowtown Redi-Mlx Type of Servlce/Suppll": Addren: PO Box 162327 Ready-Mix Concrete 1 Ft Worth, TX 76161 Supplier Phone: 8171759-1919 NAICS Code: 327320 Emall: maxcowtown@yahoo.com Contact Person: Max Ulrich $AM0UNT:s6,712.00 Business Name: J Rubio Trucking Type of Service/Supplies: 1 Addreaa: 900 CR513 Hauloff Services Alvarado, TX 76009 Phone: 817/829-3711 NAICS Code: 484220 Email: none Contact Person: Juan Rubio $ AMOUNT: 9, 121.00 Buslneu Name: Bean Electrical, Inc Type of Service/Supplln: 1 Address: 821 E Enon Ave Traffic Signal Work Fort Worth, TX 76140 Phone: 817/561-7400 NAICS Code: 36731 Q Email: ahawkins@beanelectrical.com Contact Person: Andrew Hawkins $ AMOUNT: 2-§9,498.00 Certification Agency Certified By: [pJFWMSDC [{JNCTRCA [Jrxoor Owacs O>ther: Certified By: □DFWMSDC [l)NCTRCA oncoor Owecs □Other: Certified By: □oFWMSDC ONCTRCA Drxoor Owscs Oother: Gender and Ethnicity: OMale (t] Female D Non-Binary D African American □Hispanic [l]Asian ocaucasian ONative American OMale D Female D Non-Binary 0 African American □Hispani c □Asian Ocaucasian □Native American OMale D Female O Non-Binary D African American OAsian Ocaucasian □Hispanic ONative American Effective 01/01/2021 Updated 06/2812021 FORT WORTH ~ Business Equity Utilization Form Please Include multiple copies of this page If needed to list all contractors and suppliers. NAMES AND ADDRESSES OF TYPE OF SERVICES/SUPPLIES Specify Tier Certfflcatton Agency CONTRACTORS/SUPPLIERS PROVIDED (NAICS Required) Name 1at Tier Business Name: Linear Traffic Markings LLC . Type of S.rvlce/Supplles: 1 Certified By: Addren: 1937 Golden Heights Rd #208 Pavement Markings :)otFWMSDC Ft Worth, TX 761 n a.NCTRCA Phone: 817/945-2470 NAICS Code: 23731 O []wees TXD0T Email: estimating@lineartrafficmartdng Oother: s.com Contact Person: S AMOUNT: 4,598.23 Business Name: Barmtco Supply Type of Service/Supplies: 1 Certified By: 500(l81ue Mound Rd •R$bar and Supplies []c>FWMSDC Address: Ft Worth, TX 76106 a11n40-2400 a:TRCA Phone: greg@bamsco.com NAICS Code: 238120 DOT []wees Emall: Oother: Contact Person: Greg Forbess $AMOUNT: 22,617.QQ Business Name: HJG Trucking Type of Service/Supplies: 1 Certified By: Address: 701 Denalr St Flexible Base supplier ~DFWMSDC Ft Worth, TX 76111 INCTRCA Phone: 817/834-7181 NAICS Code: 212321 == Owecs Emall: hjgtruck@flash.net TXD0T = Other : $ AMOUNT: $4, ?QQ.QQ - Contact Pel"8on: Cheryl Albrecht Business Name: Steven Rizo Company -Type of Service/Supplies: Certified By: AddreBS: PO Box730 Construction Staking OoFWMSDC Joshua.TX 76058 ...... NCTRCA Phone: 817/307-3060 NAICS Code: 541370 ~ Owecs Email: srco@prodigy.net TXD0T = Other: $AMOUNT: 4,560.QQ -Contact Person: Steve Rizo ATTACHMENT 1A Page 3 of 4 Gender and Ethnicity: □Male OFemale D Non-Binary OAmcan American □Hispanic OAsian Ocaucasian ONative American OMale OFemale □Non-Binary []African American □Hispanic □Asian Ocaucasian ONative American OMale (Z]Female ONon-Binary OAmcan American □Hispan i c □Asian Ocaucasian ONative American OMale D Female D Non-Binary OAtrican American OAsian Ocaucasian □Hispanic ONative American Effective 01/01/2021 Updated 06/28/2021 FORT WORTH •• Business Equity Utilization Form Total Dollar Amount of Certified Prtme/Offeror Services towards contract goal Total Dollar Amount of Business Equity (or DBE if applicable) Subcontractors/Suppliers Total Dollar Amount of Non-Business Equity Subcontractors/Suppliers TOTAL DOLLAR AMOUNT OF CERTIFIED PRIME/ALL SUBCONTRACTORS/SUPPLIERS $ 0.00 $ 65,833.00 $ 295,973.23 $ 361,806.23 ATTACHMENT 1A Page 4 of 4 The Prime/Offerer will not make additions, deletions, or substitutions to this certified list without the prior approval of the Business Equity Division through the submittal of a Request for Approval of Change/Addition on/ine. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Prime/Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed Business Equity goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including non-Business Equity firms. The Prime/Offerer also agrees to allow an audit and/or examination of any books, records and files held by their company. The Prime/Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the Business Equity firms on this contract, by an authorized officer or employee of the City . A Prime/Offerer who intentionally and/or knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years. A~~~ President Title McClendon Construction Company, Inc Company Name PO Box 999 Address Burleson.TX 76097 City/State/Zip Code Department of Diversity and Inclusion -Business Equity Division Email : OVIN_BEOffice@fortworthtexas.gov Ph : 817-392-2674 Dan Mcclendon Printed Signature Contact Name and Title (If different) 817 /295-0066 Phone Number dan@mcclendonconstruction.com Email Address 3/25/2022 Date Effective 01/01/2021 Updated 06/28/2021 IUJlJIO/IJJ~ ll«/10/10~ ...... -.. ----L609L X1 1lJOS81"18 '66if xoe 0d Hlllt-W-t 11:iw Ml µav• i..oe1.-N1Aa :para ~ ............ ~ .. ~,.....-ma ........... Cll ■1•1d!Dlll() .. ,,IIIIIIIUOPIIIDPUllllll&pUl'J:)a5JOQ Pla~M ••·ld(DIII() 111.cq ~ lll!lllllll-,'!111 pUI 11!111C1 ,.._.,, ....... 111111411 JO.IIW ..,..._op I 'ICIUIUM)~INU!lll'91,11'CM~,,Al:) .. JIPIIIIU.-,o,d lllllllllqll) .q palllflll lq MW l=l8JlUOO 111JOM ~ JO q:) U Ill ~ ~ I JO ~ Wll UllplHJO Ill 11..-.. ~ ,o ... • IIJIIIU JIii..,,... U ••'1110 ~ -.n8 SJIIOM ~ JO q:) "I CII ~ .,..., .......... ....... OU pUI ..... U wq IN 11111=111 .. ''8IICI put uag■II-,'! ..,...._lllliw,011811 .. 01 -_..,,..., 1111 II! .... 115 "~ .,,,. .... ...... ~--......,...,.i11111111 lllllpUI ou1 •,<uedwo:) UOn:>JUISU<>:) Uopu81:)0W ZZOZ/S~O 05 .1151M0-W~ ...... Plal931P .... X!W1P8H UMOJMOO o,ri~L'9S SIOJIIIIWI .. UI ...-v,-. •..--at uopuaoow ueo ..a Mlffl a« 3WmO ABBH 1 •••'dPQIIIO JOIMIIIIUV 11 ~ ""' ........ .....,~--- 9181:>CIO:)ici,-Xiiiiiii ~IPIJ0,1111U.,JOJ,iddi-.'F9dtlfql0jddl~ pfcudM>q1811IIJlllUCJIPIIIIOOll!P119!111!J8111.UllqlApfr,sJO,tlUllllQMpellmlp~ .. wqadC11puduil!pdiupllllll. .. ais~-sgLJL~& 1A11n w ••011d1•w•tr1=111ua•JW1.:J ~9~9L xi ''IJOMl:l 'L~~ xoe 0d WIPPV XJW-!P8~~~9CIPl~~lllllflll8,,IWIN 'C OUI '.(u9dwo0 uopl4SUO:J uopu&t:)OW ~~,,llmN 'I PlJ MIMOi5 pue J>Al8 asewqy iiuei,ueMi,dWJ lJOIP8SHIIUI dlO ai~ ~,, llmN "l -.-,qMllf PICICI -Plfllllll•IPlll:IW (·.»J.00X1JOtPU1~~ "I Aq (m ~-.. P161111Mp19'(] ••~Ill""" ~ "I IFJl{QIII ~ JO:j ~ 1.Loax,l) ~IIJJ. JO •••lledlo -J. .. IO ~ 1'Nfll'09 • PIIDO 11111!1"8 1,111WGM 100SN M:IQ) ':JUI 'Pn:> J1•11dai11te1Q ~ ~ 11111M ~ •~ ~ UIIIIIOP'J IIUOIIIIH -1 111..-o .-oN :Al:> ., .cq ~ _,. ~ 'id ......, Alnbi ~ _, IPaGI plllllGO Ill CII JIPID Ill pas,, ...,......,_ CII .qid ...., eq JlftU l0WUIJMO .. J1P111 a.-.., IU&IJ ~ 1111""'8 ,._, 'ICUIIIUO AFb3 -.na a.ll'OM l'O:i ID ArJ .. CII JilllUtdl w ... ; W4ililliilM»411111IIIS illlli4i;iW$1 S4iiliii :uaaliwcM ~~·-.na-v ~~~ FORTWORTH e ~ PROJECT# 1015?9 81D~---- (lf Applicable Please Check Ole) I Amendment D Change Order~ B_usiness Equity DMsion LETTER OF INTENT A. Business Equity Sub-Contractor/Consultant lnfonnation: A certified Business Eguitv flnn is owned by a Minority or Woman Business Enterprise (M/WBE) (Pursuant to the City of Fort Worth 's Bus iness Equity Ordinance , certified Business Equity firms participating under the O I inance must be certified prior to recommendation of award in order to be counted towards the Business Equ ity contract goal. Ce ~(fying agencies acceptable by the City : North Central Texas Regional Certification Agency (NCTRCA), Da ll as/Fort Worth Minority Supplier Development Council , Inc. (DFW MSDC), Women 's Bus iness Council -Southwest (WBCS), or the Texas l Departmen t of Transportation (TXDOT). Note: For Federally-Funded projects the firm must be certified as a Disadvantaged Business Ente rp rise (DBE) by the NCTRCA and /or TXDOT only .] AU Fields are Required -Do not leave blank . 1. Name of Project: 2018 CIP Intersection Improvements Altamesa Blvd and Crowley Rd 2. Name of Offeror/Prime Contractor: McClendon Construction Company, Inc 3. Name of Business Equity Sub-Contractor/Consultant: J Rubio Trucking Address : 900 CR 513, Alvarado, TX 76009 Firm Contact Name/Phone : Juan Rubio 817 /300-0 n 28 4. The undersigned is prepared to perform the following described work and/or supply the material listed in connection with the above project (where applicable specify ·supply' or "install ' or both ): Hauloff Truckin NAICS Code(s ): 484220 NA (Email Address) B. Affidavit of Offeror/Prime In the amount of $ 9,121.00 -------;----- J Rubio Trucking (Name of Certified 8usiless Equity Sub-ConSIJllal sultant) 03/25/2022 (Date) 817/300-0128 (Phone Number) I HEREBY DECLARE AND AFFIRM that Dan McClendon am the duly authorized representativ . of ----(Ow-ne-r/-Au_th_o_riz_ed_A-ge-n-t) ____ I McClendon Construction Company, Inc and that I have personally reviewed the materia l and facts (Name of OfferorlPrime) set forth in this Letter of Intent. To the best of my knowledge, information and belief, the facts in th is form are true , and no material facts have been omitted . I Pursuant to the City of Fort Worth 's Business Equity Ordinance, any person/entity that makes a fa lse or fraudulent statement in connection with participation of a certified firm in any City of Fort Worth contract may be referred for deba rin ent procedures under the City of Fort Worth 's Business Equ ity Ord inance. I do solemnly swear or affirm that the signatures conta ined herein and the information provided by the Offerer/Prime are true and correct , and that I am authorized on behalf of the Offeror/Prime to make the affidavit. dan@mcclendonconstruction.com (Email Address) De partm ent of Diversity and Incl usion Busi ness Eq uity Di vision Email : DVl N_B EOffice@fo rtw orthtexas .gov Ph :817 -392-2674 PO Box 999, Burleson, TX 76097 (Offerorh5ilme Adcnss) I 03/25/2022 (Date) 817 /295-0066 (Phone Number) EJieclive 0 1/0 1/202 1 Revised 07/0 1/202 1 FORTWORTHe ~ City of Fort Worth Business Equity Division Good Faith Effort Form PRIME/OFFEROR coMPANYNAME: McClendon Construction Co, Inc PROJECT NAME : 2018 CIP Intersection Improvements, Altamesa Blvd and Crowley Rd Business Equity Goal: I Offitror'• Buslneea Equity Goal Commitment: 24 % 10.4 o/o ATTACHMENT 1C Page 1 of 4 Check applicable box to describe Prlmel0t'f9ror's Certlfic:ation =1 Business Equity I llJI Non_-Bu~iness Firm Eautv Firm BtDDATE 03/24/2022 PROJECT NUMBER 101579 If the Offeror did not meet or exceed the Bu.lneu Equity Goal for this project, the Prlme/Offeror !!!!:!!l complete this fonn. If the Prime/Offeror's method of compliance with the Business Equity Goal is based upon demonstration of a "Good Faith Effort", the Prime/Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compllance with each item, 1 thru 10 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, Intentional and/or knowing misrepresentation of the facts or Intentional discrimination by the Prime/Offeror. Failure to comp this nn, In lt8 • rety w aupporting document.at on, and reeelved by t e Purchnlng Dlvl9ion no later than 2:00 p.m. on the aecond City buslnN8 day after bid opening, excluslve of bid opening date, will rwult In the bid being considered non-rNponslve to bid specifications. Exception: CFA, ICA, and CDBG project., documents wHI be submitted to the City Project Manager If publicly bid or to the Developer if privately bid. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardleaa of whether It la to be provided by a Bualneaa ~qulty flnn or non•Busln•s Equity flnn. (DO NOT LIST NAMES OF FIRMS). On all projects, the Prime/Offeror must list each subcontracting and or supplier opportunity regardleas of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunltln List of Supplier Opportunities Hauloff Trucking Topsoil and Flexible Base Seeding and Sodding Ready Mix Concrete Street Signs and Markings Rebar Supplier Traffic Signal Installation Fuel Construction Staking Portable Toilets Joint Seal Project Signs and Barricades Effective 0110112021 ATTAC~MENT 1C Page 2 of 4 2.) Obtain a current (not more than two (2) month• old from the bid open date) list of Bueiness qulty subcontractors and/or auppliera from the City's Buelnese Equity Division. (Z]vee □ No Date of Listing 3/03/2022 3.) Did you solicit bids from Bueinns Equity firms, within the subcontracting and/or supplier a 1 ~as prevlously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the aay the bids are opened? D Yes (tf y .. , .U.Ch list to include "frM of Business Equity flnn, person contacted, phone number and ~ an time of contact) ll] No 4.) Did you solicit bids from BusinN8 Equity firms, within the subcontracting and/or supplier areas previously listed, at 1 ... t ten calendar days prior to bid opening by fax, exclusive of the day thaj1 bide are opened? 1Z] Yes (If yes, attach list to inc;lude !!!!!!! of Business Equity firm, f8ll number and data and time of contact. In adftltlon, If the tu ls returned •• undeliverable, then that •undellverabta confirmation" received ma.t be print.d directly from the facalmlla for proper documentation. Fallure to submit confirmation and/or "undeliverable eonflrmatlon" doc1me1 may render the D No GFE non-responsive.) 5.) Did you solicit bids from Business Equity flnns, within the subcontracting and/or supplier areas previously Hated, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? 1Z] Yes (If yn, attach emall confirmation to Include name of Rusin ... Equity flnn, !!!I! and time. In addition, If an 1 email Is reb.lrned a undellven.ble, then that "undellvefabla mNAge" receipt must be prlnt&d directly from the □ N email system for proper documentation. Failure to submit confirmation and/or "undeliverable menage" O documentation may render the GFE non-naponslve.) NOTE: The three method• Identified above are acceptable for soliciting bids, and ••ch Hlected method must ba applied to the applicable contract. The Prlme/Offeror must document that either at least two attempts were made uelng two of the three method• 2! that at leaat 2!!! eucceutJ I contact was made uaing one of the thrN methods In order to dNmed rMponslve to the Good Faith Effort requirement. NOTE: The Prlrne/Offeror must contact the entire BualnNS Equity Hat specific to each subcontracting and supplier opportunity to be in compliance with questions 3 thru 5. 6.) Did you provide plans and specifications to potential Business Equity flnna? Ovee [l] No I 7 .) Did you provide the Information regarding the location of plans and specifications In order 10 assist the Bueiness Equity firms? · ll] Yes □No Effective 01/01/2021 ATTACHMENT 1C Page 3 of 4 8.) Did you prepare a quotation for the Business Equity finns to bid on gooda/aervlces specific to their skill set? [ll Yes (If yes, attach all coplN ofquotationS.) □No 9.) Was the contact Information on any of the listings not valid? r7l y (If y•, attach the Information that wu not valid in order for the Busin ... Equity Division to addreu IU 88 the corrections needed.) □ No 10.) Submit documentation if Busineea Equity finns quotes were rejected. The documentation submitted should be in the finns fonns of an affidavit, include a detailed explanation of why the Buslnese Equity flnns was rejected and any supporting documentation the Prime/Offeror wishes to be considered by the City. In the event of a bona fide dlapute concerning quotes, the Prtme/Offeror will provide for confidential in-camera access to an inspection of any relevant documentation by City personnel. (Plean u., additional sheets ff necessarv, and attach.J ComDanv Name Telenhone Contact Person Scope of Work Reason for Rejection No Business Equity bids were received and rejected ADDITIONAL INFORMATION: Please provide additional lnfonnatlon you feel will further explain your good and honest efforts to obtain Buaineas Equity firm participation on this project All listed Business Equity firms were first contacted by email with an attachment listing specific items of work or materials needed. If email contact was unsuccessful, faxes were sent. If the MBE firm had no email and a fax was unsuccessful, a letter was sent by postal mail. All pertinent Business Equity firms were contacted successfully by at least on of these methods. The Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Prime/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 work perfonned on this contract, by an authorized officer or employee of the City. A Prime/Offeror who intentionally and/or knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years. Effective 01/01/2021 ATTACJ1MENT 1C P1age4of 4 The undersigned certifies that the information provided and the Business Equity firms listed was/were contacted in good faith. It is understood that any Business Equity firms listed in Attachment 1C will be contacted and the reasons for not using the~ will be v d by !thhee C Cil~ty•s Bu= ulty Division. ~ Dan McClendon --------------Authorized Signature Printed Signature President Title Mcclendon Const Co Inc Company Name PO Box 999 Address Burleson, TX 76097 City/State/Zip Business Equity Division Email : DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 Contact Name and Title (if different) 817 /295-0066 Phone Number I dan@mcclendonconstructio'l.com Email Addreaa 03/25/2022 Date Effective 0110112021 Intersection Improvements Altamesa and Crowley Blvd City Project No 101579 Good Faith Effort Documentation MBE Listin2s Requests/Replies Justin Blair From: Sent To: Justin Blair <jblair@mcclendonconstruction .com> Thursday, March 3, 2022 3:12 PM 'DVIN _BE ' Subject: RE: MWBE Listing Request Attachments: Request for Listing of Certified Firms -2021 .pdf Please see the attached listing request on updated form. Thanks, Justin Blair McClendon Construction 817-295-0066 From: DVIN_BE <DV1N_BE0ffice@fortworthtexas.gov> Sent: Thursday, March 3, 2022 9:21 AM To: Justin Blair <jblair@mcclendonconstruction.com>; DVIN _BE <DVIN_BEOffice@fortworthtexas.gov> Subject: RE : MWBE Listing Requ~st Good Morning Justin , Please use the updated Listing Request Form attached. Thank you, Xaefa La:wrence Contract Compliance Specialist I Business Equity Division Department of Diversity and Inclusion City of Fort Worth {682} 429-0226 (wor1c cell) Kaela .Lawrence@fortworthtexas.gov FORT WORTH. ~ From: Justin Blair <jblair@mcclendonconstruction.com> Sent: Thursday, March 3, 2022 8:46 AM To: DVIN_BE <DVIN BEOffice@fortworthtexas .gov> Subject MWBE Listing Request CAUTION: This email originated from outside of the Qty of Fort Worth email system. Do not click any links or open attachments unless you recognize the sender and know the content Is safe . Please provide a list of MWBE firms for the attached 2 pages of Contractor /Supplier opportunities. l Thanks, Justin Blair McClendon Construction 817 -295-0066 2 FoRTWoRTH~ ' , Business Equity Firms are certified Minority/Women Business Enterprise (M/WBE) Q Disadvantage Business Enterpri se (DBE) Q Request for Listing of Certified Firms PLEASE ANSWER ALL QUESTIONS ON THIS FORM TO ENSURE FASTER PROCESSING COMPANY NAME: McClendon Construction Co .• ~ ADDRESS: PO Box 999 0 DEVELOPER PRo.ECT/810# 10~435 cm'/STATE/ZIP: Burleson, TX 76097 REQUESTER'S NAME : Justin Blair ---------- @ GENERALCONTRACTOR 0 CONSULTANT PROJECT TYPE:@CITY-FUNDED OAX INCENTIVE Q3so AGREEMENT Qr1F Q FEDERALLY-FUN IDED BID OPENING DATE: 3-17-;2 PROJ. START DATE* ___ PROJECT NAME: Chisholm Trail Ranch N Brewer GOAL TYPE: D M/WBE D MSE D WBE D DBE D secr1S~~ O OTHER I Please specify other Goal Type (s): ----------------------,.- e ONSTRUCTION PROFESSIONAL( RFP /RFQ) PROFESSIONAL SERVICES GOODS/ SERVICES All requests will be processed within 2 City business Days (Exception : l.arge requests may take 3 days) •Estimated Project Start Date is applicable to Tax lncentfves, 3I0's, tlf and Fed11rally-fund«J proJ•cts Please i nclude the 6-dlglt NAICS Code and descript ion of the product/service. A link to the NAICS Code Search is provided for your convenience. Attach a separate form if more space is needed. CONTRUCTION & PROFESSIO~ SERVICES SUPPLIER OF GOODS &S~CES . NAICS Codes Search (Required) NAICS Cnties Search fReauired) NAICSCODE Descri ption NAICSCODE Description 237310 Asphalt Paving 212321 Aggregate: Sand Gravel Topsoil 237110 Boring 561990 Barricades/ Traffic Control 237120 Manhole Construction 327320 Redi-Mix Concrete 238140 Masonry 562991 Portable Toilets 238990 Brick Pavers 324121 Asphalt Mixtures 561730 Sodding/Seeding 327310 Cement for Stabilization 238210 Traffic Signal Installation NIA Chemical Lime for Stabilization 237310 Street Sign Installation 454310 Fuel Suppliers 238390 Joint Seal 331110 Rebar Suppliers 23711 Water & Sewer Utilities EMAIL THE COMPLETED FORM TO: DVIN BEOffice@fortworthtexas.gov . Listings reports can be utilized for six (6) months from the date of the report. If additional commodities are needed with i n this period, submit a new request for listi ngs to the email address above. If you need additional assistance, please call (817) 392-2674. City of Fort Worth I Business Equity Division I 818 Missouri Ave, Suite 230 I Fort Worth, TX 76104 ···-··-· --- Business Equity Firms are certified Minority/Women Business Enterprise (M/WBE) Q Disadvantage Business Enterprise {DBE) Q . Request for Listing of Certified Firms PLEASE ANSWER ALL QUESTIONS ON THIS FORM TO ENSURE FASTER PROCESSING COMPANY NAME: McClendon Construction Co .,. ADDRESS: PO Box 999 CITY/STATE/ZIP: Burleson, TX 76097 REQUESTER 'S NAME : Justin Blair -------------- 0 DEVELOPER PRC>ErrBDI, ___ _ @ GENERALCONTRACTOR 0 CONSULTANT PROJECT TYPE: Qc1TY-FUNDED OAX INCENTIVE Q3so AGREEMENT QnF QFEDERAllY-FUNDED BID OPENING DATE: ___ PROJ. START DATE* __ _ PROJECT NAME: ________ _ GOAL TYPE : □ M/WBE □ MBE □ WBE □DBE □ SECTION 3 □ OTHER Please specify other Goal Type (s): ______________________ _ .. ONSTRUCTION PROFESSIONAL( RFP /RFQ) PROFESSIONAL SERVICES GOODS/ SERVICES All requests wtll be processed within 2 City business Days (Exception: Lorge requests may take 3 days) •Estimated Pro}fft Start Dots ls app/lcabl• to Ta1t lnCl!nti11ff, 3BO's, tif and Federally-funded projects Please include the 6-dlglt NAICS Code and description of the product/servi ce . A link to the NAICS Code Search is provi ded for your conve nience. Attach a separate fo r m if more space is needed. CONTRUCTION & PROFESSIOPW. SERVICES SUPPLIER OF~ &SERVICES NAICS Codes Search <Required) NAICS Codes Search (ReQuired ) NAICS CODE Description NAICSCODE Description 237990 Storm Drain 237990 Inlets 561730 Erosion Control & SWPPP 238990 Fence Installation 332322 Guardrail 561730 Tree Removal 237110 Irrigation 561730 Landscape 237310 Pavement Milling 327310 Cement Stabilization EMAIL THE COMPLETED FORM TO : DVIN BEOffice@fortworthtexas.gov . Listings reports can be utilized for six (6) months from the date of the report. If additional commodities are needed within this period, submit a new request for listings to the email address above . If you need add i t i onal ass istance, please call (817) 392-2674. City of Fort Worth I Business Equity Division I 818 Missouri Ave, Suite Z30 I Fort Worth, TX 76104 Business Equity Firms are certified Minority/Women Business Enterprise (M/WBE) Q Disadvantage Business Enterprise (DBE)Q Request for Listing of Certified Firms PLEASE ANSWER ALL QUESTIONS ON THIS FORM TO ENSURE FASTER PROCESSING COMPANY NAME: Mcclendon Construction Co.,. ADDRESS: PO Box 999 CITY/STATE/ZIP: Burleson. TX 76097 REQUESTER'S NAME:..;;J..;;;u.;;.sti;::,;'n-=--=B.:..:la::..:ir~------ 0 DEVELOPER PRo.ECT/810,. ___ _ @ GENERALCONTRACTOR 0 CONSULTANT PROJECTlYPE:QaTY-FUNDED OAXINCENTIVE Q3soAGREEMENT QnF QFEDERALLY-FUNDED BID OPENING DATE : ____ PROJ. START DATE• __ _ PROJECT NAME:---------'-- GOAL TYPE: □ M/WBE □ MBE □ WBE OosE □ SECTION 3 □ OTHER Please specify other Goal Type (s): -------------------------,-- e ONSTRUCTION PROFESSIONAL(RFP/RFQ) PROFESSIONAL SERVICES GOODS/ SERVICES All requests will be processed within 2 City business Days (Exception: Large requests may take 3 days) •Estimated Pro/«t Start Dat. is applkable to Tax Incentives, JBO's, ti/ and hderrtlly-funded projects Please include the 6-dtgit NAICS Code and descripti on of the product/servi ce . A link to the NAICS Code Search is provided for your convenience. Attach a separate form if more space Is needed . CONTRUCTION & PROFESSIONAL SERVICES SUPPLIER OF GOODS & SERVICES NAICS Codes Search (Required) NAIC~ Codes Search (Reauired) NAICS CODE Description NAICSCODE Description 237310 Pavement Markings 238910 Pulverization 238910 Excavation 541370 Construction Survey 238210 Street Light Installation EMAIL THE COMPLETED FORM TO: DVIN BEOffice@fortworthtexas.gov. Listings reports can be utilized for six (6) months from the date of the report. If additiona l commod ities are needed within this period, submit a new request for listings to the email address above . If you need additional ass i stance, please call (817) 392-2674. City of Fort Worth I Business Equity Division 1818 Missouri Ave, Suite 230 I Fort Worth, TX 76104 Justin Blair From: Sent: DVIN _BE < DV1N_BE0ffice@fortworthtexas.gov> Thursday, March 3, 2022 3:44 PM To: Justin Blair; DVIN_BE Subject: RE : MWBE Listing Request Attachments: Chilson Trail Ranch_McClendon Construction_Project#10343S_Listing Request 03032022.xlsx Good Afternoon, Please see your listing attached . Thank you ! XQe{a Lawrence Contract Compliance Specialist I Business Equity Division Department of Diversity and lrdusion City of Fort Worth (682) 429-0226 (work cell) Kaela .Lawrence@fortworthtexas.gov FORT WORTH. ~ From: Justin Blair <jblair@mcclendonconstruction.com> Sent: Thursday, March 3, 2022 3:12 PM To: DVIN_BE <DVIN_BE0ffice@fortworthtexas.gov> Subject: RE: MWBE Listing Request CAUTION: This email ortainall!d.from ~ of:1'1e Qty of fort° Wonhemail system. Do not cllck any links or open attachments unless you reqnlze the senclet •nd kriow,~:~· is safe. · · · · · · · Please see the attached listing request on updated form. Thanks, Justin Blair Mcclendon Construction 817-295-0066 From: DVIN_BE <DVIN BEOffice@fortworthtexas.gov> Sent: Thursday, March 3, 2022 9 :21 AM To: Justin Blair <jblair@mcclendonconstruction .com>; DVIN _BE <DVIN BEOffice@fortworthtexas.gov> Subject: RE : MWBE listing Request Good Morning Justin, 1 Please use the updated listing Request Form attached. Thank you, :Kaela Lawrence Contract Compliance Specialist I Business Equity Division Department of Diversity and Inclusion City of Fort Worth (682) 4~0226 (work ceU) Kaela . Lawrence@fortworthtexas .gov FORT WORTH. ~ From: Justin Blair <jblair@mcclendonconstruction.com> Sent: Thursday, March 3, 2022 8:46 AM To: DVIN_BE <DVIN BEOffice@fortworthtexas.gov> Subject: MWBE Listing Request CAUtlON: This email~._.~ of theatyof F'Grt Worth email system. Do not dick any links or open ~ments untess vau recaan1a tt1e sender ancHrMwthe content 1s-. I Please provide a list of MWBE firms for the attached 2 pages of Contractor /Supplier opportunities. Thanks, Justin Blair Mcclendon Construction 817-295-0066 2 ····•··---·· ---- Intersection Improvements Altamesa Blvd and Crowley Rd City Project No 101579 Good Faith Effort Documentation MBE Listings Used Dl$dlfmlr Please be advised that the City of Fort Worth does not make any recommendations as to the capabilities or qualifications of any of these businesses to perform the work requ i red on City contracts. The City, therefore, will not guarantee, recommend or give warranty or other assurances as to the competency and/or fitness of certified Minority Busi ness Enterprises and Women Bus i ness Enterprises (M/WBEs). At the present t i me, this list of certified firms is being formulated and maintained by the North Central Texas Regional Certification Agency (NCTRCA), the Dallas/Fort Worth Minority Supplier Development Council (D/FW MSOC), and Women Business Council Southwest (WBCS) agencies solely for the purpose of disseminating information of the availability of M/WBEs for the City. These listi ngs undergo continual revisions. The City of Fort Worth will accept certifications, issued by the NCTRCA, D/FW MSOC, and WBCS from vendors 1 · Iocated within the marketplace, prior to AWARD of the contract . The marketplace area Includes the counties of: Tarrant, Dallas, Denton, Johnson, Parker, and Wise. Please contact the Office of Bus i ness Diver sity at (817) 392-2674 or email us at : mwbeoffice@fortworthtexas .gov for any subsequent change(s) and/or questions. If a certi fied vendor's name does not appear on the listlng(s), please contact the Office of Business Diversity to verify. Note: An Offeror will be given credit toward the M/WBE goal only when the supplier performs a commercially useful function. An M/WBE supplier i s considered to have performed a commercially useful function when the M/WBE supplier Is a manufacturer or a regular dealer. As defined In the Ci ty Ordinance 20020-12-2011, a Regular Dealer Is a firm that own s, operates, o r maintains a store, a warehouse, or other establishments in which the materi als or supplies required for the contract are bought, kept In stock, and are regu l arly sotd retail or wholesale. A Manufacturer Is one that manufactures a product by hand or machinery suitable fo r uses; the process of maki ng wares . It is t he responsibi l ity of the Offerer to assure that the M/WBE supplier listed toward meeting the stated contract goal, also meet the City's requirements for a Manufacturer or Regular Deale r . Requested By: Justin Blair Project: 0,lsholm Trall Ranch N Brewe UPDATED LISTING FORMS ARE LOCATED AT: https://www.fortworthtexas.gov/departments/dfversity-i nclusion/buslness-equity Project# 10343S Report Date: 03/03/2022 Prepared by : Kaela Lawrence Firm Contact Address ~.~il!i~~•_,-;.~~.~!f!flf:@,t:~;:. zrp Pho ne Fax Email . :.~~~:~~~~-~~;?:~-i.:1~~t~1111~~iif t{~111:~;~\r~x1:~~r;~~t¾ti%}~~fil~ttiJi.~tit}:;\/;/ii'{~; .. (?:.· CCGMG LLC, Series B Bryndis Perez 219 Freddie St Velazquez Dallas TX 75217 (469)324-7770 · 1perez@ccg-llc.org Coronado Roadway Construction, LLC Tomas Coronado 9846, NW County Road FM 2221 Barry H.D. Cook's Rock SOiid_, Inc. Marcer Construction MSU Industries, LLC Nu-Way Construction, LLC Pannell Industries, Inc. Pate Jones Paving Perkins Construction Reliable Structural and Site Concrete, LLC . Reyes Group, Ltd . Date Run: 03/03/201.1. Heather D Cook Raul Estrada Shella Page Brandy Woehrle Nikki Gary Shella Jones Rickey Perkins Kathleen Lynn Long Marcos G Reyes 664 Manor Dr Argyle .1113 E Jefferson Blvd suite 214 Dallas 29?0 OAK PARK CI R, 101 FORT WORTH 1602 Eagle Ridge Drive 4361 Cedar Lake Drive, , P.O. Box 1112 3721 Huntwick Drive 1803 Peyco Drive North 1520 Parker Road Cori nth Da l las Kennedale Fort Worth Arlington Grand Prairie lX 75102 (469) 688-1719 tocorona@gmail.com TX TX TX TX TX TX TX TX TX 76226 75203 76109 76210 75227 76060 76123 76001 75050 (817) 846-9883 (940) 464-3617 office@hdrocksolid.com (214) 946-0404 (214) 946-7751 raul2004@mac.com (817) 797-6280 (817) 924-0284 sheila@msuindustries.com (817) 675-3888 (469) 844-4419 brandy@nu- wayconstruction .net (214) 388~9999 (214) 388-9998 rzhans@pibroom .com (8l7) 561-5229 (817) 483:5233 · patejorit?spaving@aoLcom (817) 733 -2337 (000) 000-0000 · rlckeyperkins2000@gmail.com (682) 216-7702 (817) 467-9148 kat@reliablestructural .com (708) 596-7100 {708) 596-7184 marcosg@reyesgroup.com Texas Star Transport, LP Date Run : 03/03/2022 Teresa M . Coronado 6365 River Wharf Dr 1 Dallas TX 75212 (214) 389-9890 (214) 389-9892 texasstartrans@aol .com UU:U: Alptialt Phfns Mbtture FN H Construction LLC Date Run : 03/03/2022 Candace Gillespie 4099 McEwen Road, Suite 600 Farmers Branch TX 75244 (469) 248--0301 (469) 248-2720 Candace@FNHConstruction .co m 1 2381S0:~-~~--~~-~•~9~ns.-~11ere ' . . . . . . A-ROD CONSTRUCTION, LLC MAURA 1200 WILLOW RUN RO GLENN TX 75154 (469) 360-990S (972) 920-S612 A- COLMENERO HEIGHTS RODCONSTRUCTION@ATT.NET C & C Directional Boring, LLC Denise Schleker 7193 Gregg Road Krum TX 76249 ·(940) 482-8102 (940) 482-8103 cra ig .schleker@charter.net Texplor of Dallas, Inc. Dianna Thomason 2615 Cartwright Lane Dallas TX 75212 (214) 678-0643 (972) 931-0154 dianna@texplordrilli ng.com DOWLING CONSTRUCTION LLC THERESA 850 GINGER COURT SOUTHLAKE TX 76092 (817) 477-1333 (817) 477-2746 INFO@DOWLINGCONSTRUCTIO DOWLING NLLC.COM Kraatz Drilling. LLC Donna Kraatz 9753 Delmonico Drive :Keller TX 76248 (817) 741-0446 (817) 741-0446 donna@kraatzdrilling.com MH Drilling M iguel A 528 Cliff Gables Drive Dallas TX 75211 (214) 392-3754 mhdrillingservices@att.net Hernandez Texplor of Dallas, Inc. Dianna Thomason 261S cartwright Lane Dallas TX 75212 (214) 678-0643 (972) 931-0154 dianna@texplordrilling.com Underground Support Services, LLC Stephanie Teetes 7907 Roundrock Rd Dallas TX 75248 (972) 971-0875 steetes@undergroundsupports er vices.com Date Run : 03/03/2022 ---~pijyti'.(•• .. ~rs,,.~~,-~- c. Green Scaping. lP Cathleen Ruiz 2401 Hand ley Ederville Road Exteriors Commercial Contracting, Inc . Miguel Ortiz Silver Star Construction , llC Benito Silva Date Run : 03/03/2022 1302 W. Shady Grove Rd. 2509 Jan ice lane, , TX Fort Worth TX 76118 (817) 577-9299 (8171 sn-9331 dloucks@greenscaping .com Ext . 102 Grand Prairie TX Fort Worth TX 76015 (817) 538-5586 76112 (817)653-7613 m iguelo@exteriorscci .com chris@silvastruckingllc .com 2313111Ji ,~.,._ CLe~.-• prooflna> mi~:'.\~1tt~ Kamden Contracting, Inc. Kathryn Youden 624 W. Un iversity, Suite 251 Denton TX 76201 (972) 335 -9113 (972) 712-9913 kyouden_kamden@outlook.co m Date Run : 03/03/2022 ~10: Cement Manufacturlnt Seaman Group LLC Angela Seaman 7775 Firefall Way, Suite 1532 Dallas TX 75230 (214) 676-6233 (214) 865-6609 angela@seaman -group .com 0ate Run : 03/03/2022 -----------------------------------------------·------ --·-~ 3W10: ~~ bir .(reblr):~;~J~~•,f~nd-~~linllia . AR Rojas Construction, Inc . Danya Rojas 2125 Sylvan Ave . RAPTRS , LLC Dat e Run ; 03/03/2022 J Guadalupe Rodriguez 1139 Pleasant Drive 1 Dallas TX 75208 (214) 698-2070 12141698-2077 arrojasconstruction@yahoo.co m Dallas TX 75217 (214) 257-4669 1000) 000-0000 info@raptrsllc.com ~l:~Sln6•nd~I.Mlnq ••, ·'• •• 'v•,· ·.. • BRANCH & BRANCH LOGISTICS, LLC Romero Trucki ng FN H Construction LLC Date Run : 03/03/2022 JOYCE BRANCH 217 Valley Lane Edgar Romero 2510 Trinity Mills Rd apt 2207 Candace Gillespie 4099 McEwen Road, Suite 600 Kennedale TX Carrollton TX Farmers Branch TX 76060 75006 75244 (817) 682-0171 bblogist1c1521@att.net (469) 661-4690 edgarromero962@yahoo .com (469) 248-0301 (469) 248--2720 Candace@FNHConstruction .co m 1 ~ts'i'O:(onst:i'ucttdn~---Ail llidnpfor 541310 combined here . . . . ,. . . ,,• .• - Yellow Rose Mapping, LLC Tiffany Pie pkorn 2011 Woodland Hills Ln Weatherford TX 76087 (817) 703-6578 tiffany.piepkorn@yellowrosem apping .com Straup Solutions LLC Cindi Straup 1825 W Walnut Hill Lans Su ite lrvlng TX 7S038 (214) 461-4840 (972.) 505-4886 cstraup@straupsolutlons .com 120 A.N.A. Consultants, LLC Lina Assaad S000 Thompson Terrace , , Colleville TX 76034 (817) 33S -9910 (817) 335.9955 Lina@anallc.com Ext . 202 D. Martinez Survey ing Inc Daniel Martinez 566, Turner Warnell Rd, Texas Mansfield TX 76063 (817) 822 -323S mtisurveylng@gmall.com DASOL Associates Solomon Olugbodi 2032 Kalgary Lane Grand Pra irie TX 7S052 (469) 877-4969 (972) 474-9019 solomon@ldasolassociates .com Fulton Surveying, Inc Susan Stewart 115 Saint Lou is Avenue Fort Worth TX 76104 (817) 335-3625 fultonsurveylng@SbQ!lobal .net JEA/HYDRO TECH ENGINEERING, INC . EdwardJ 6825 Manhattan Boulevard, Fort Worth TX 76120 jea-hydro@jea-hydro.com Gutierrez Suite 100 MARSHALL LANCASTER & ASSOCIATES, Marshall 1B64 NORWOOD DRIVE , SUITE HURST TX 76054 (817) 268-8000 d@mla -survey.com INC . Lancaster E Ext. 30 Research and Demographic Solutions Alicia Wlnkelblech 8628 Beetle Nut Ln ., TX North Richland TX 76180 (817) 800-3317 admin@rdsplannlng.com Group, LLC HIiis Adapt Infra Solutions, LLC Rama Gontlna 13500 Noel Rd, Suite 242 Dallas TX 75240 (972) 383 -9064 rama .gontl na@adapt l nfra .com DAL-TECH ENGINEERING, INC . Sedl A. Toumani 17400 DALLAS PARKWAY, SUITE DALLAS TX 75287 (972) 250-2727 (972) 250-2727 stoumanl@dal -tech.com 110 Garcia Land Data, Inc. Terri Garcia 6210 campbell Road , Ste #110 Dallas TX 75248 (214) 987-0149 (214) 987-4026 • tgarcia@garclalanddata .com Grad ient Systematics, LLC Shahram Bohlull 603 Munger Ave ., Suite 100 Dallas TX 75202 (972) 926-3480 sbohlull@gradientsystematlcs .c om Hanna Survey ing and Engineering, LLC Amanda Hanna 7275 Pecan Ct Mansfield TX 76063 (214) 449-6249 amanda@hanna-se .com iCivll Engi neering, Inc . Om Gharty 202 REPUBLIC LN EULESS TX 76040 (972) 514-7361 omgc@icivileng.com Chhetri JRB En11ineertng, LLC Eric Garcia 8908 Ambassador Row, Ste 400 Dallas TX 75247 (214) 678-0022 (214) 630-9827 egarcia@jrbenglneerlng.com Ext . 1801 MARSHALL LANCASTER & ASSOCIATES , Marshall 1864 NORWOOD DRIVE , SUITE HURST TX 76054 (817) 268-8000 cl@mla-survey .com •INC. Lancaster E Ext. 30 :str.i_ndSystems Engineering, Inc. Tamara L Spicer 10003 Technology Blvd West Dallas TX 75220 (972) 620-8204 (214) 377-2395 taml@strandae .com 'Victory Park Studios, LLC Stephen 2218 Loretta Lane Rowlett TX 75088 (214) 534 -7830 (214) 341-1640 steve@vps-llc.co Berkenbile Yellow Rose Mapping. LLC Tiffany Piepkorn 2011 Woodland Hills Ln Weatherford TX 76087 1sin 703 -6578 tiffany.piepkorn@yellowrosem apping .com -Arredondo, Zepeda & Brunz, LLC Alfonso Garza 11355 McCree Road Dallas TX 75238 (214) 341-9900 (214) 341-9925 agarza@azb-engrs .com ARS Engineers, Inc . Ayub R. Sandhu 12801 N CENTRAL EXPRESSWAY DALLAS TX 75243 (214) 739-3152 (214) 739-3169 kmch ugh@arsengineers .com ST 1250 Cook Consultants Inc. Jenny Chen 12850 Spurling Dr . St e. 120 Dallas TX 75230 (972) 387 -1920 (972) 387-8210 jenny_cse@sbcglobal .ne t Ext. 209 Date Run , 03/03/2022 -----------------------------------·-···-·· ·--·------------------------------------------------------1 CP & Y, Inc. Walter Chiang 1820 Regal Row, Suite 200 Dallas TX 75235 (214) 640-1703 (214) 638-3723 ssolano@cpyi .com Criado & Associates, Inc . Cr istina Criado 4100 Spring Valley Road , Suite DALLAS TX 75244 (972) 392-9092 (972) 392-9192 dhenry@criadoassoc iates.com 1001 OAS, Inc. Kim Johnson 4397 Westgrove Drive Addison TX 75001 (469) 855-1156 kim@dasmaps .com Di Sciullo-Terry, Stanton & Associates , Joyce Stanton 908 W. Ma in Street Arlington TX 76013 (817) 275-3361 (817) 275-8920 jstanton@dterry.com Inc. Gorrondona & Associates, Inc. Brad Gorrondona 2800 NE Loop 820, Suite 660 Fort Worth TX 76137 (817) 496-1424 (817) 496-1768 kstern@ga-inc.net Hanna Surveying and Engineering, LLC Amanda Hanna 7275 Pecan Ct ·Mansfield TX 76063 (214) 449-6249 amanda@hanna-se.com Hayden Consultants, Inc. Rachel Hayden 5646 Milton Street, Suite 500 Dallas TX 75206 '(214) 753-8100 bhart@haydenconsultants .com IBARRA Consulting Engineers, Inc Raquel Ibarra 362.o. McfarUn Blv:, Suite 840 Dallas TX 75205 (214) 219-1030 ibarra@ibarraengineers.com IKERD CONSULTING, LLC Brenda Ikerd • 1108 Dallas Ori Ste 310 Denton TX 76205 (214) 392-4021 blkerd@ikerd .com JBI Partners, Inc. Nancy lee 2121 Midway R.oad, Suite 300 Carrollton TX 75006 (972) 738-0226 (972) 248-1414 tjuhn@Jbipartners.com JO Infrastructure, LLC Murali 100 GLASS ST, SUITE 201 DA LLAS 'TX 75207 · (832) 941-5233 (281) 646-9711 Jqadmin@Jqeng .com Kariyarveedu Lamb-Star Engineering, LLC John Lamb 5700 W Plano Parkway, Suite '.Plano TX 75093 (214) 440-3603 (000) 000-0000 jana .jablonsky@lamb-star .com 1000 LEONARD TECHNICAL SERVICES , INC . Willie Leonard 7101 Bryant Irvin Rd , P.O. Box 'Fort Worth TX 76162 wleonard@ltsdesign .com 33229 LINA T. RAMEY AND ASSOCIATES, INC. Lina T. Ramey 3320 Belt Line Rd · Farmers Branch TX 75234 (214) 979-1144 lramey@itraengineers .com MBAYC Design Studios, LLC Calvin Bailey 136 Patience ,Quinlan ·TX ·75474 (9721572-2442 (972) 572-2442 cbailey@mbayc.com NATHAN 0 . MAIER CONSULT ING Jean Maier 12377 Merit Dr . #700 Dallas TX 75251 • 1214) 739-4741 (214) 739-5961 jmaierdean@ndmce.com ,Ext, 219 ... Pacheco Koch Consulting Engineers, Mark A. Pacheco 7557 Rambler Road, Suite 1400 Dallas TX 75231 (972) 235-3031 dejeune@pkce.com Inc Salcedo Group, Inc. Louis Salcedo · 401 College Street Grand Pra irie TX 75050 (214) 412-3122 (214) 412-3089 scamarillo@salcedogroupinc.co m Tech Group & Associates, Inc . Charles Martinez 4016 Rowlett Rd Rowlett TX 75088 (214) 227-5317 (214) 227-5340 norma@ltgainc.net Date Ru n: 03/03/2022 ~l'll'J-!i'i~~~~~~-~~nt~e,._·.,_ .. •. lotus Tiger International , LLC James Williams 8608 San Souci Drive Champion Fuel Solutions Patt i Russell 1812 Camden Grn Choctaw Proppant & Supply, Inc. Dennis Edward 2601 Rldgmar Plaza , Ste 1 Ward . .. . ..... . . EAGLE MOUNTAIN Oil CO MAP NY, LP Teena Canady 9625 Lechner Rd Lotus Tiger International, UC James Williams 8608 San Souci Drive Date Run : 03/03/2022 Dallas Colleyville Fort Worth Fort Worth Dallas TX 75238 (214) 882-3852 (214) 341-3075 wi ll iamsl@sbcglobal.net TX 76034 (877) 909-9191 (817) 251-1437 prussell@championfs.com TX 76116 (817) 832-7433 dw@choctawproppant .com TI( 76179 (817) 925 -3376 emoclp@outlook.com TI( 75238 (214) 882 -3852 (214) 341-3075 w i lliamsl@sbcglobal.net -------·------·--------·-··----·--·· - 1 ZJ--~ ~~:~~t~~~~ . : ~ ,• ~ ·•:;•.; Altus Construction LLC Jose .de Ugarte 7800 N STEMMONS FWY, STE Dallas TX 75247 (469) 575-6090 (469) 575-6199 info@altuscompany.com 360 Fort Worth Lawn Spri nkler Company, Arthur Garcia 5124 West Vickery Boulevard Fort Worth TX 76107 (817) 924-0148 sprinlders@fw.sprinkler.com Inc. POTERE CONSTRUCTION LLC Sharon Douglas 6825 Manhattan Blvd, 103 Fort Worth TX 76120 (817) 429-2443 sdouglas@potereconstruction .c om Rey-Mar Construction Company Oscar Martinez 3416 Reed Street Fort Worth TX 76119 (817) 535-3451 (817) 535-0153 david@reymarconstructl on .co m Texas Utility Services, LLC Gabriel carrizales 9515 Mcclung Lane Dallas TX 75217 (214) 47S-3561 (214) 602-7211 carrizales6@gmail .com Dilte Run : 03/03/2022 $•~m.~,~:~;~~~~~~-~ici11,p•~r .; .· Coverall Management & Associates, Christine Proctor 2627 MARTIN LUTHER KING JR Dallas ~c. ~VD G.J. Seeding, LLC Genesis Earth Solutions LLC Greycon, Inc. Leath Hydromulch & Enviromental Services Orte$a Land Clearing. LLC POTERE CONSTRUCTION LLC RC Paving, Inc. Date Run : 03/03/2022 Jose Rodriguez 1080 S Burleson Blvd Young Hui 632 Tweed Drive Tewksbury CEOJoyce Sakwa 1609 Wolf Creek Dr Woodson Leath 14011 Bridle Tri Freddy C.1 Ortega 3708 Stone Creek Parkway Sharon Douglas 6825 Manhattan Blvd, 103 Francisco PO BOX 851542 Rodriguez Burleson FORT WORTH Arlington Forney Fort Worth Fort Worth MESQUITE TX 75215 (214) 372-9292 (214) 260-0856 Johnproctor01@aol.com TX 76028 (817) 426-8284 gjseeding@gmail.com TX 76131 (585) 329-7036 (8171782-9803 young@genesisearthsolutions .c om TX 76018 (817) 307-8791 (817) 463-0064 admin@grey-construction.com TX 75126 :(972) 222-6666 (972} 564-7574 wleath@aol.com TX 76137 . (817) 689-6535 ortegalandclea_ring@gmail .com TX 76120 (817) 429-2443 sdouglas@potereconstruction .c om TX 75185 (214) 243-8520 r .ccncreteconstruction32@yah oo.com 2Jlf10( Elavatlon c:aMrK'IOrS • All PfOVidecl llsU. for 231910 ~here Aguilar Concrete Service5 LLC Brenda Aguilar 1017 SW 5th St . Grand Prairie TX 75051 (972) 639-3235 (844) 270-7564 blds@acsllctx.com Arreguin Construction Group, Inc Valentin Arreguin 3436 N Interstate 35 E Lancaster TX 75134 (214)484-3139 (214)484-3139 bids@arreguingroup.com Nu-Way Construction, LLC Brandy Woehr le 1602 Eagle Ridge Drive Corinth TX 76210 (817) 675-3888 (469) 844-4419 brandy@nu- wayconstruction.net A&J Excavat ion and Demolition LLC Juan Valles 4409 Martha Lane, , TX fort worth TX 76103 (682) 560-3.904 ajexcavation@yahoo.com ATX Commercial, LLC KRISTIN 401 FENCELINE DR ARGYLE TX 76226 (940) 390-6919 OFFICEATXCO@GMAIL.COM ASHWORTH Charro Boring Inc Jose Luis Ortiz 5524 Creek VaHey Drive Arlington TX 76018 (8171 932-3488 • (877) 592-8253 Charrosortiz0922@yahoo.com Con-Real Support Group, LP Gerald Alley 1900 Ballpark Way Ste 110, Arlington TX .76006 (713) 267-2344 (713) 267-2267 tharris@con-reat.com Suite 110 D/fw demolition & excavation Miguel Munoz 5336 Nell St, Texas Fort Worth TX 76119 (817) 714-6935 MUNOZ1159@GMAIL.COM Dr ive Commercial concrete Inc Alfonso Sancheze 1636 North Hampton Road DeSoto TX 75115 (972) 905-6800 (877) 455-6588 asanchez@drivecc .net Ext . 104 Earth Haulers, Inc Benny Tucker 11500 Mosler Valley Road Fort Worth TX 76040 (817) 540-2777 (817) 5714321 info@earthhaulers.com Epic Consulting and Contracting LLC Jerry Ashford Jr 5301 Alpha Rd, Su ite 80-8 Dallas TX 75240 (281) 417-5111 epic.consultingt,c@gmail.com Firefly Development LLC Maria Schneider 8300 S Central E><py Dallas TX 75241 (214) 717-1181 info@fireflyearthworks.com GRod Construction, LLC. Guillermo 889 E Rock Island Ave Boyd TX 76023 (682) 302-3219 (682) 204-0191 grod@grodconstruction.com Rodriguez Ext . 108 ···- GROUND UP DEVELOPMENT INC Marie Ransel 1212 Hodgson Street Fort Worth TX 76115 (817) 657-1757 marie@groundupdevelop.com Kenyatta Sand & Gravel James Green 6110 Challedon Lane 'Dallas TX 75211 (21~) 3.~8387 (214) 330-0077 dgreen17@lsbcBlobal.nl!t LA. Banda, LLC Jesus Hernandez 523 Neomi Ave. Dallas TX 75217 . (972) 835-2031 (000) 000-0000 labandallc@smail.com Lone Star Trucking and Excavation Carmen Chavez 1504 Marion Ave Fort Worth Tx TX 76104 (817) 412-8996 · lonestartruckingexc@gmail .co m Maya Construction Luis Maya 1115 N. Saint Augustine Road Dallas TX 75217 (214) 882-4570 .(214) 391-0949 mayaluis@sbcglobal.net Nu-Way Construction, LLC Brandy Woehrle 1602 Eagle Ridge Drive Corinth TX 76210 (817) 675-3888 (469) 844-4419 brandy@nu- wayconstruction.net O bra Ramos Construction, LLC Andres Ramos . 9300 John Hickman Parkway, Frisco TX 75035 (682) 560-9247 (817) 394-2452 andres@obraramos.com 604,TX , Pa~e Jones Paving Shella Jones ·p.Q, Box 1112 Kennedale TX 76060 (817! 561-5229 (817) 483-5233 patejonespaving@aol.com • PBJ Con5tructlon Bernardo Acosta • 2215 Honeway Cirde Dallas TX 7S228 (214) 679::6214 b.acosta@tx.rr.com Perkins Construction Rickey Perkins 3721 Huntwlck Drive Fort Worth TX 76123 (817) 733-2337 (000) 000-0000 rickeyperkins2000@1gmail .com POTERE CONSTRUCTION LLC Sharon Douglas · 6825 Manhattan Bl11d, 103 'fort Worth TX •76120 (817) 429-2443 sdouglas@potereconstruction .c om T & R Excavation, Inc. Tomas Reves 3529 Peori a Street Dallas TX 75212 (214) 631-2718 (214) 905-7565 ira.n@trexcavation.com TX Hydro lndustri.al Services, LLC Steven Cardenas 170 Private Road 4689 Boyd TX 76023 • (817) 805-0383 (682) 777-5952 steven@txhydro4u .com Date Run : 03/03/2022 1 ~~~~;.All~tltt~f~l319,90~hef;l~ i · ) . : ·~. · A.J . CONTRACTING LLC Esmer Reyes 2864 N Hampton Dri ve Grand Prairie TX 75052 (8171 829-0698 info@ajcontractingllc.com Green Hills Landscaping and Marina Gonzalez '806 Woodrow Street Arlington TX 76012 (214) 708-4937 (817) 275-6692 mgonzalez@greenhillslco.com Construction Co . Llano River Fence Company, LLC Ashanti Smith : 11418 Lake June Road Balch Spring TX 75186 (972) 286-4316 (866) 355-6979 asmith@llanoriverfence.com Omega Painting and Construction Rogetta Odhams 301 E. Debbie Ln. 102-1430, Mansfield TX 76063 (817) 533-1911 zi mbalist@omegapandc.com Texas SCOTT-KING GROUP LLC Steven Scott 605 S Sherman St, Ste 70Sl Richardson TX 75081 (972) 399--0S50 info@scottklngllc.com Trinity Miller Utility & Const LLC Mathel Miller 210S Loretta In ., None ROWLETT .TX 75088 (214) 882-9906 (469) 573-8885 trinitymillerlk@gmail.com . TSTCOMPANY Melissa Magee 8101 N. Water Tower Road Fort Worth TX 76116 (817) 896-2103 (817) 232-5678 fortworthfence@sbcglobal .net TX TinMan Enterprises LLC Tracy Green S569 Oak Street, TX Fort Worth TX 76140 (817) 288-6116 {817) 928-3044 tracy@ti n-man.net A & R Rent-A-Fence Rosa E Lopez 294 S Highway 175, 8008 Seagoville TX 75159 (214) 391-1929 {855) 387-0494 rosadlanr@gmail .com Rosemont Rd Dallas TX 7S217 B&D logistics LLC Bryson Fowler 8015 Megan Way DALLAS TX 7Si32 (972) 81S-S697 fowlerconstructlonandrooflng @gmaiLcom • Buzz Services, LLC Denise Schrader P.O . Bo>< 101442 Fort Worth TX 76185 {817) 797 -8008 (817) 263-4149 DSCHRADER@buzzfence.com : Greycon , Inc. CEOJoyce Sakwa 1609 Wolf Creek Dr Arlington TX 76018 (817) 307-8791 (817) 468-0064 admin@grey;:onstruction.com JS Contractors DFW, LLC Jehu Arellano 1440 carrollton Pkwy, Suite carrollton TX 75010 (469) 54&-5010 J@Jscontractors .net 15309 : Pipin!!_ Services, Inc. Jodi Randall . 4826 Carnegie Drive Frisco TX 75034 (214)SS7-6n6 jodi@pi pingservicesinc.com : ServiceBeaver Edmundo 0 308 Rawhide Path ·Keller TX 76248 (817) 9444990 admin@servicebeaver.com Torquem~da · Think On It, UC Walter Herron 1446 Sax Leigh Dr Dallas .n< 7S241 (214) 994-04S9 · thinkonitllc@gmail.com Date Run : 03/03/2022 ~ ~,.ft.t~ traffic control)~';:::_;,:;: Buyers Barricades, Inc. Shelba Buyers Elite Striping, LLC Tommy -.. -:"·-:~: 7409 Baker Blvd 1007 s. Cedar Hill Rd. Richland Hills TX Cedar Hill TX 76116 (817) 53S-3939 (817) 831-7171 Tori@buyersbarricades.com 75104 (972) 637-3495 estimating@elitestripingllc.com Samaniego Krysta Kothmann Krysta Kothmann 1000 W 10th Street, Suite 213 Fort Worth TX 76102 (512)818-5895 texsafeso\utions@gmail.com Date Ruri : 03/03/2022 23~QujRnll~ COMEN ENTERPRISE LLC J E Casey, LLC TX TinMan Enterprises LLC Date Run : 03/03/2022 Fab ian Mendez John Casey Tracy Green 4500 Mercantile Plaza, Ste 300 Fort Worth 1301 Bardin rd, PO BOX 180547 ARLINGTON 5569 Oak Street, TX Fort Worth TX TX TX 76137 . (817) 896-6791 fabian@comenenterprise .com 76096 (469) 316-6851 john_casey@jecinstall.com 76140 (817) 288--6116 (817) 928-3044 tracy@tln-man .net 23!~~;i~~~~(-,at..-.) G.J . Seedin$, LLC Jose Rodriguez Green Hills Landscaping and Construction Co. Date Run : 03/03/2022 Marina Gonzalez 1080 S Burleson Blvd 806 Woodrow Street Burleson Arlington nc nc 76028 76012 (817) 426-8284 gjseeding@gmail.com (214) 7084937 (817) 275-6692 mgonzalez@greenhillslco.com 1 56:1/7~.~~-~ ~.All listinl fot-~1'30 com~.,.,_ .\' A World of Services Quillon Brown 3744 Burnice Dr Fort Worth TX 76119 (817) 501 ·2929 qakmonbrown@gmail.com A.J . CONTRACTING LLC Esmer Reyes 2864 N Hampton Drive Grand Prairie TX 75052 {817) 829-0698 info@ajcontractlngllc.com ABS Janitorial, LLC Sandra Acosta 11034 Dennis Road Dallas TX 75229 (972) 406-9842 (972) 620-8788 sandraa@absmultlservice.com AQUAGREEN GLOBAL, LLC Devin Guinn 810 E. Jefferson Blvd . Dallas TX 75203 (469) 458-3514 (469} 546-4702 info@agglobal.us Bailey's Premier Services LLC Tamiko W Bailey 4200 s Hulen St., Ste 668 Fort Worth TX 76109 (817) 292·2423 (817) 292-2456 twballey@baileysprernierservic es.com Beverly Sue Global Services, LLC Chief Financial 2221 FARRINGTON LANE HURST TX 76054 (817) 701-1565 (817)701-1569 jjoe@bevsueglobal.com Officer John Joe BMR Janitorial & Pressure Washing BEN MILLER 3435 Highland Road, Suite#llO Dallas TX 75228 (214) 744-S606 (214) 744-7556 bmrwash1@sbcglobal.net Service, LLC Brokers Quality Grass ROBERT EDISON 1856 N 13SE, Texas Carrollton TX 75006 (972)466-0410 (972)245-2603 poann50@gmail.com Brooks Environmental Service Christina Broooks 11903 Coit Rd., Apt 3204 T Dallas TX 75251 (314) 398-9800 (314) 398--9801 bestllc@sbcglobal .net Technicians LLC C. Green Scaplng, LP Cathleen Ruiz 2401 Handley Ederviile Rd Fort Worth TX 76118 (817) 577•9299 {817) 577-9331 dloucks@greenscaping.com Ext. 102 CEDAR CREST GARDENS , LLC Eduardo 2842 Singleton Blvd, Ste 100 Dallas TX 75212 (469} 682-7520 Joshua@cedarcrestgardens.net Rodriguez, Co- Owner Crutchfield Constructi on Robert Crutchfield 681S Sall Aw;rv Pl Grand Prairie TX 75054 (540) 225 -1975 (540) 259·5875 rcrutch@crutchfleldconstructlo n .com DFW Pro Lawn Care, LLC Walter Velazquez 217 E. Mcleroy Blvd. Fort Worth TX 76179 (817) 625-4488 (817) 62S-0144 • info@prolawncaredfw.com Dickey Landscape Contractors, Inc. Mary Ann Dickey 360 Diamond Bar Trail Aledo TX 76008 (817) 244-1422 (817) 244-5496 . dlandscapeg17@lgmail .com Eco Vista, LLC Shavonne 7112 Senda Grand Prairie TX 75054 (817) 983-8898 (817) 983-9181 Chudson@govistapro.com Hardiman ELLECO CONSTRUCTION, INC. OwnerJANEA 201 W. COMMERCE ST. SUITE DALLAS TX 75208 (214) 760-9241 (214) 760-9244 Jweempe@ellecoconstructlon.c WEEMPE 101 om Five Star Landscape & Irrigation Mohammad Sadiq 13151 Emily Road, Suite# 105 Dallas TX 75240 (469) 774-2708 (972) 366-8666 · sajjadh@msn.com : FoUage Factory Landscape, Inc. Marsha Ross 10724 White Settlement Road Fort Worth TX 76108 (817) 246-0731 (817} 246-5131 . mross~follagefactory.com Glorla Valenzuela Enterprise, Inc Gloria Valenzuela 11946 Sam Reynolds Rd Justin TX 76247 (940) 433-8080 (9401433-8083 fernandeztrucking@netzero .co m Go-Tech Builders, LLC Fred Cham 3352 Broadway Blvd , Suite 450 Garland TX 75043 (214) 405-3791 (972) 722·6749 pkamami@yahoo.com Green Hills Landscaping and Marina Gonzalez 806 Woodrow Street Arlington TX 76012 (214) 708--4937 (817) 275-6692 mgonzalez@greenhillsico.com Construction Co . Greenforest Landscaping & Philip Pelayo 403 W. Simonds Rd. Seagoville TX 75159 (972) 287-4808 (866) 735-3203 · info@greenforestlandscaping.c : Maintenance, Inc. om Greenlist Services Derrick Henry 3131 Mcl(lnney Ave Dallas TX 75204 (972) 656-8241 bids@greenlistservices.com :Greycon, Inc. CEOJoyce Sakwa 1609 Wolf Creek Dr Arlington TX 76018 (817) 307-8791 (817) 468-0064 admin@grey-construction.com Guaranteed Hydromulch, LLC Owner Lori 6554 E Hwy 114 Rhome TX 76078 (817) 488-9528 (817) 481-0218 lorl@guaranteedhydromulch .co Bowden-Moody m Date Run: 03/03/2022 1 GV Landscaping and Construction LLC Eddy Medina 449 N Saint Augustine Dr. Dallas TX 7S217 (214) 232 -6139 eddyvalley@gmail.com H Services, LLC Ann Hawkins 6710 Barkworth Drive Dallas TX 75248 (214) 957.5533 hservicesdfw@gmall .com Infinity General Contractors LLC Luis Lopez 16 N Mill St Cleburne TX 76033 (817) 886-0347 (817) 904-1071 mail@infinitygc.net Innovation With Green, LLC Jovanae Har r is 6404 ROCK SPRINGS DR . ARLINGTON TX 76001 (8171 821-5586 (817) 478-3216 iwgdfw@gmail.com Instant Rain Designs, LLC Teri Slaughter 5311 PARKLAND AVE Dallas -TX 75235 (469) 767-4565 terl@instantralndesigns .com JBa Land Management, LLC John Battle 10875 J uplter Rd Dallas TX 75218 (214) 660-1500 (214) 660-1503 jbattle@jbalm .com JET Development, LLC Janay Tleken 2149 Pembrooke Place Denton TX 76205 (940) 39 .1-9363 janay@jetdevelopmentllc.com Joseph Development and Contracting Kevin Joseph Sr P.O Box 1833 Cedar HIii TX 75106 (214) 901-6744 (884) 888-4334 josephdevcont@gmall .com KDA LANDSCAPES , LLC Kimberley 2110 California Crossing Dallas TX 7S220 (214) 869-4050 (214) 351-2530 kim.domaschk@gmail.com Domaschk KME Integrated Services Corp. Onyekwere Ukoha 122 Castlbury Ct Coppell TX 75019 (214) 215-1191 (972) 254-7575 mkky@kmelsc.com Lady Liberty Group, LLC DeAynni Hatley 722 w Euless Blvd, Suite #115 Euless TX 76040 (817) 996-5874 (817) 241-3600 dl!!>ladyllbertygroup .com Lawn Patrol Service, Inc . Anthony Conley 9312 Parkview Dr Fort Worth TX 76134 tony@lawnpatrolservice .com Lee&#39;s Lawn & Garden Services, Adjunda Lee S809 malvey av FORT WORTH TX 76107 (817) 939-4822 paradisecustompools@yahoo .c LLC om Manual Chores, LLC Ronald Lewis 1221 Yosemite Way Burleson TX 76028 (817) 417-4702 (000) 000-0000 tricialewis5599@sbcglobal.net McGllvray Mowing Service, Inc Karla McGllvray 271 Marshall Road Newark TX 76071 (817) 439-0655 (817) 439-06S0 karlajune@me .com MK Landscape, Inc. Sally Bourgerie 21111/2 W. Arkansas Lane Arlington TX 76013 (817) 368-2779 sally.mk.landscape@gmall.com NASH CM, Inc. AFZAAL HAFEEZ 3968 E. PARK BLVD PLANO TX 7S074 (817) 941-4845 nashlcm@gmall.com ; Naturomulch, LLC Shobha Goyal 602 Davis St Grand Prairie TX 7S050 naturomulch@lgmail.com New World Industries, Inc Angela Jones 60S0 E. lancaster Fort Worth TX 76112 (817)654-3567 (817)492-0955 gajones@nwl-lnc.com PR Landscaping, Inc . Apuleyo Yanez P.O. Box 561238 The Colony TX 7S056 (972) 353-2252 (972) 353-2253 accountlng@prlandscaping .net Raul H Yepez Maintenance Service, Inc . Raul Yepez 8732 Comer Drive Dallas TX 75217 (214) 398-8038 (214) 309-9343 yepezmaintenanceservlces25@ yahoo .com Sleepers Erosion Control, Inc. Christopher 9940 Tanglevine Drive Dallas TX 7S238 (214) 549-6766 (214) 221-14S7 sleeperserosion@yahoo.com Sleeper -Spa Source USA, LLC Chau Stone 6308 Teal Court Plano TX 75024 (214) 201-3000 (214) 407.7134 sales@spasourceusa.com Texas Environmental Management -Julie Prcin 115 E. First Street Justin TX 76247 (940) 648-3640 (940) 648-3407 · Jprcin@texasenviro.com • San Antonio, Inc 'Texas Lone Star Trucking, LLC Eloy Guardado 3233 Joyce Drive Fort Worth TX 76116 (817) 733-2080 (817) 66S-3023 texaslonestartrucklng@yahoo.c om · Texas Tree Surgeons, Dallas Tree Amy Heath 196 S. International Blvd. Garland TX 75042 (972) 633-S462 amy@texastreesurgeons .com Surgeons The Ashelyn Group, UC VANESSA LEXI 600 Six Flags Or, Suite 437 Arlington TX 76011 1817) 907-1613 vanessa@theashelyngroup .com HALSEY The Lawn Helpers, LLC Jesse Cardoza 2631 Chalk Hill Rd Dallas TX 75212 jesse@lh-landscape.com Total Lawn Service Plus Anthony Clark 611 Vista Verde Drive Grand Prairie TX 7S051 (214) 669-1105 (972) 642-1872 anthonyS783@sbc8lobal .net Unicare Building Maintenance, Inc. Sam Son 11148 Morrison Ln Dallas TX 7S229 (972) 808-7685 (972) 808-7689 · s.son@unicaremaintenance.a, m ;, Urban Environments, LLC Linda Young 4216 Main Street Dallas TX 75226 (214) 826-1222 (214) 826-6898 calli@urbanjungles .net ;J; i D.rte Run : 03/03/2022 f ~ ., ~- ~ .. :;f{ ~- 1 Veci nos Construction Services, LLC. Victoria Vasquez 1604 N. hwy 67, Ste 1 Midlothian TX 76065 (2141 881--0621 (972) 291-1220 vecinosconstruction@gmail.co m West Fork Landscapes Christine Figley 2932 Marquita Fort Worth TX 76109 (817) 953-6800 ch ristine@wforks .com Whitlock Bulldlng Services, LLC Bruce Whitlock 525 Industrial Bllld, Ste B Grapevine TX 76051 (8171889-1719 Bruce.Whitlock@whitlockservic es.com Woodfin Enterprises Kenneth Woodfin 805 Heather Knoll Dri11e Desoto TX 75115 (972) 351-7109 (972) 274-3102 kwoodfin@sbcglobal .net Dellneator Design LLC Lauren Fasic 3525 Cedar Springs Road Dallas TX 75219 (214) 584-6572 lfasic@delineatordesign .com G.J. seeding, UC Jose Rodriguez 1080 S Burleson Bllld Burleson TX 76028 (817) 426-8284 gjseeding@gmail.com Date Run : 03/03/2022 1 ~t~~ ..... ~ ·. Arigold Electric & Construction Inc. Gills Patrick 6009 Rockhill Rd Fort Worth TX 76112 (817) 446-2460 (8171446-2461 patrick@ari goldelectrlc.com Ext. 0 Emp\re Electric Company, Inc. Julian Rueda 2000 N Beach St Haltom city TX 76111 (817) 831-8006 (817) 831-8005 isisrod@empireelectrlccomp.co . m Fort Worth Lawn Sprinkler Company, Arthur Garcia 5124 West Vickery Boulevard Fort Worth TX 76107 (817) 924-0148 sprinklers@fwsprinkler.com Inc. Green Energy Texastech, Inc . YOUNG SONG 2012 Clearwater Trail carrollton TX 75010 (972) 243-2752 greenenergytt@gmail .com Lighting Creation, LLC Alfred Walker 2644 Chadwick Dr Fort Worth TX 76131 (817) 917-2788 lightingcreationbydesign@gmai I.com Sterling Installations, LLC Alexandra Taylor 3609 Pecan Clrde Bedford TX 76021 (2141 460-5956 sales@eleganceoutdoorlighting .com Date Run: 03/03/2022 KIP UTILITY COMPANY Ana M. Martinez 8035 ERL THORNTON FWY# DALLAS TX 75228 (469) 335-7810 (214) 660-7344 CNJSTAFFING@OUTLOOK .COM Alvarez 470 Date Run : 03/03/2022 ~~~~·~1~"'117({~.IIJ~~bltMG•""-'·· Able Masonry & Stucco, LLC Mauricio Venegas 1525 Mariposa Or ., Su ite 200 Mesquite TX 75150 (469) 237-7889 ceo@ablemns.com A-Star Masonry and Stucco, LLC Daniel Arias 11S09 Seagoville Road Balch Springs TX 75180 (972) 557-4186 (972) 557-9331 dag@masonryandstucco.com Bernal Construction & Waterproofing Irene Bernal 4819 SINGLETON BLLVD DALLAS TX 75212 (214) 634-9555 (214) 688-9555 lrene@bernalcw.com Butler & Butler Constructi on, LLC PresKevin C Butler 2405 Cales Dr ARLINGTON TX 76013 (972) 636-8053 (214) 540-9325 kev3but@yahoo.com C. Bowman Enterprises, Inc. CHRISTA · 103 Batterson St Cleburne TX 76031 (817) 556-3884 (817) 556-0295 cbowman@sbcglobal.net BOWMAN Carranza's Drywall, LLC Roberto Carranza 5711 Enchanted Lane Dallas TX 75227 (972) 863-7122 (972) 863-7122 robert_Jr1132@sbcglobal.net Clayton Masonry, Inc . Ernest Clayton 8601 Fawn Hill Ct ,Fort Worth TX 76134 (817) 829-3606 eclayton@claytonmasonry.com Creed Construction, Inc. Chester Reed 1105 Huntington Trail 'Mansfield TX 76063 (682) 518-8835 (682) 518-8836 ruby@creedci.com DI -PECH INTERNATIONAL LLC OLADIMEJI 2612 WISTERIA COURT ARLINGTON TX 76014 (832) 416-3934 dejy@yahoo.com OLADELE Dot's Masonry Technology, Inc. · Patricia Beatey 105 Bent Tree Lane Ovilla TX 75154 (972) 617-7033 patricia.beatey@dotsmasonry.c om EPS LOGIX INC Fatal Obasuyi 2351 W Northwest Hwy, Suite Dallas TX 75220 (214) 377-4976 {214) 382-9430 fobasuyi@eps-loglx.com 3306 Ext. 208 Father & Son's Masonry & Stucco, Inc. Eduardo Arias 13707 Seaaoville Road Dallas 'TX 75253 . (972) 576-5432 {972) 576-5433 info@f5msi.com Felix Salinas Grou1>, Inc. • Felix Salinas 5701 Watau.aa Rd Watauga TX 76148 : (817) 380-1500 (817) 527-1900 fsalinas@excelcg.com Galindo & Bc,yd Wall Systems, LLC Manuel A Galindo 4625 Eastover Dr, Ste 206 Mesquite TX 75149 :(214) 647-1528 (2141647-1545 mgatlndo@gallndoboyd.com GRod Construction, LLC. Guillermo . 889 E Rock Isl and Ave Boyd TX 76023 (682) 302-3219 (682) 204-0191 . grod@grodconstruction.com Rodriguez Ext. 108 H & H Restoration, Inc. Kimberly 2632B Cha lk Hill Road Dallas TX 75212 (817) 460-2266 (817) 460-9467 khampton@hhrestoration.net Ike Painting & Construction Company, Eugene I. lgbeka 1717 Hill Creek Drive Garland TX 75043 (214) 221-8686 (214) 221-9898 eugene@ikepalntlng.com Inc. INNOVATIVE MASONRY, INC. Yvette Tllornhlll 1224 Stinnett Place Desoto TX 75115 adams_eld@yahoo.com J & A Contr actors, LLC Javier Martinez 10136 Oakwood Dr Dallas TX 75217 (972) 286-4744 (972) 286-8462 Jamasonry@gmall.com KRR CONSTRUCTION, LTD . Joseph Kemp 1015 North Duncanville Road Duncanville TX 75116 kemp@krrcom pan I es.com LK~ RESOURCES , UC Lorie Garza 1724 N Dooley Street Grapevine TX 76051 {817) 682-3060 (817) 722-8688 Lgarza@lKGResources.com ~rie G,alloway Companies, Inc. Lorie Galloway 922 County Road 4481 Decatur TX 76234 (817) 266-3773 (817) 887-1570 lorie@lgcompanles.com MSU Industries, UC Sheil~ Page 2920 OAK PARK CIR, 101 FORT WORTH TX 76109 (817) 797-6280 (817) 924-0284 shella@msuindustrles.com New World Industries, Inc Anl\ela Jones 6050 E. Lancaster Fort Worth TX 76112 (817) 654-3567 (817) 492-0955 gajones@nwi-inc.com Quick Set Concrete, Inc. Michael Ingle 3971 Summit Ridge Drive Corinth TX 76120 (972) 836-2919 · michael@quicksetconcrete.com R & A Ma.sonry, Inc Andrea Alaniz 1601S. Main Hutchins TX 75141 (214) 398-5703 . ( 214) 398-1S2S · andreaalaniz@sbcglobal .net Reyes Group1 Ltd. Marcos G Reyes 1520 Parker Road Grand Prairie TX 75050 (708) 596-7100 (708) 596-7184 · marcosg@reyesgroup.com ROC Construction, Inc. Romeo Collazo 11145 Morrison Lane Dallas TX 75229 (214) 349-1704 mrsroc@rocdallas.com Ronparco Eva Ronzani 900 Marlene Dri ve Euless TX 76040 (817) 354-8217 . eva .ronzani@ronparco.com Ronzani Inc. Eva Ronzani 900 Marlene Drive EULESS TX 76040 (817) 354-8217 (817) 354-6720 eva .ronzani@ r onparco.com ·smith Interiors Construction, LP Joseph Smith 2100 NE Green Oaks Blvd Arlington TX 76006 (817) 480-4458 (817) 385-0404 dsmith@smith-interiors.com Date Run : 03/03/2022 1 Stone Tee, Inc. Rupendra Shah 2929 W Kingsley Rd Garland TX 75041 (972) 27B-4477 (972) 840-6148 rod@stone-tec.net Texas Lone Star Trucking, LLC Eloy Guardado 3233 Joyce Drive Fort Worth TX 76116 (817) 733-2080 (817) 665-3023 texaslonestartrucklng@yahoo.c om The Ashelyn Group, LLC VANESSA LEXI 600 Six Flags Dr, Suite 437 Arlington TX 76011 (817) 907-1613 vanessa@theashelyngroup.com HALSEY The I.awn Helpers, LLC Jesse Cardoza 2631 Chalk Hill Rd Dallas TX 75212 jesse@lh-landscape.com Think On It, LLC Walter Herron _1446 Sax Leigh Dr Dallas TX 75241 (~14) 994--0459 _ thinkonitlk@gmail.com Thousand Mlle South Construction, Inc Mayola_ Ortiz P.O : Box 20~290,, Arlington TX 76006 (972) 7_90-3100 (972} 790-3110 aortiz@1kmsc.com Carmen R. Laboy Inc. Dba Builder Shawn Perronne 1855 Wall Street, Suite A Garland TX 75041 (972) 840-8399 (972) 840-8388 ooneill@builderservicesco.com Services Company DI -PECH INTERNATIONAL LLC OLADIMEJI 2612 WISTERIA COURT ARLINGTON TX 76014 (832) 416-3934 dejy@yahoo.com OLADELE Exteriors Commercial Contracting, Inc. Miguel Ortiz 1302 W . Shad','. Grove Rd . Grand Prairie TX 76015 (817) 53S-S586 miguelo@lexteriorscci.com .. Five Star Landscape & Irrigation Mohammad Sadiq 13151 Emily Road, Suite# 10_5 Dallas TX 7S240 (469) 774-2708 (972) 366-8666 sajjadh@msn.com HARDSCAPE SPECIALTIES, INC. Alfredo Anguiano 3121 GOLDENROD AVE ,FORT WORTH TX 76111 (817) 205-1634 alfredo@hardscapespecialtiesin c.com J & A Contractors, UC Javier Martinez 10136 Oakwood Dr Dallas TX 75217 (972) 286-4744 (972) 286-8462 jamasonry@gmail.com Mira Vista Landscaping UC Alma &Jesus 6213 Oakmont Bvld. Fort Worth TX 76132 (817) 924-6617 {817) 616-9784 support@miravistalandscapi ng . Piedra com Date Run : 03/03/2022 ~~,11nes;on h~; ~~'b!1dlM ~ Al!~"'"'~ ~~CPawmentMitrtcl?I) ~~ : _,_ • .. ,.-. Elite Striping, LLC Tommy 1007 S. Cedar Hill Rd . Cedar Hill TX 7S104 (972) 637-3495 estimating@elitestripingllc.com Saman l ego Guinn Group LLC Edward W. Guinn 3308 Preston Rd ., Ste 350 #353 Plano TX 75093 (866) 894-7641 (866) 311-3836 eguinn@rtofwayllc.com Dura Products Industries, LLC PETER MEI 990 Security Row, Su ite 102 RICHARDSON TX 75081 (214) 502-6711 (972) 690-0074 info@dpi-us.com Eco Vista, UC Shavonne 7112Senda Grand Prairie TX 75054 (817) 983-8898 (817) 983-9181 Chudson@govistapro.com Hardiman Guinn Group LLC Edward W . Guinn 3308 Preston Rd., Ste 350 #353 Plano TX 75093 . (866) 894-7641 (866) 311-3836 egulnn@rtofway1lc.com Texas Utility Servi ces, LLC Gabriel Carri zales 9515 McC lung Lane Dallas TX 75217 (214) 475-3561 (214) 602-7211 carrizales6@gmail.com Date Run : 03/03/2022 1 u,~~~ lliflri~ Big D Concrete , Inc . Hanadl AI-Anani 10361 Bickham Rd . Dallas TX 75220 (972) 401 -2443 (972) 506-8270 BigDConcrete@yahoo .com Capa Concrete, Inc. Norma Carreno 4460 Langdon Rd Dallas TX 75241 (4691 343 -5242 (469) 802-6840 capaconcrete@gmai l.com Cowtown Redi Mix, Inc. Mariam El-P O Box 162327 Fort Worth TX 76161 (817) 759-1919 (817) 759-1716 mahourani@cowtownrm.us Hourani J&L lmperi um Industries, LLC Brandon Johnson 1700 Pacific Ave., Ste 2680 Dallas TX 75201 bj@jl i mperiu m .com . Jerusalem Corporation Jerusalem Abdul 1715 KAve. Plano TX 75074 (972) 423-9479 (972) 422-9864 jabdulalhakim@verizon .net Alhakim KEE Concrete and Construction, Inc . Kelley Eubanks 5601 Bridge St, Ste 300 Fort Worth TX 76112 (682) 559-2952 (682) 559-2952 ke@des ignconstructbykee.com LEMCO Construction Services , LP JUDY LEMBKE 14131 Midway Rd. Ste. 660 Addison TX 7S001 (214) 637-4222 (214) 637-4220 jlembke@lemcocs.com Seaman Group LLC Angela Seaman 7775 Firefall Way, Suite 1532 Dallas TX 75230 (214) 676-6233 (214) 865-6609 angela@seaman-group .com Date Run: 03/03/2022 ~ ... ~erectlari . Skystream Aerial, LLC Charles Gbadebo 2400 S. Ervay, Suite 116, Texas Dallas TX 75215 {682) 651 -8201 info@skystreamaerial.com Date Run : 03/03/2022 1 ~•·$!ta, .. ~~••"'-.......... 3i Concrete, LLC Micheal Williams 1111 W Mockingbird Ln, Ste Dallas TX 7S247 (214) 263-7216 mwilliams@3icontracting.com 1050 ALPHA & OMEGA INDUSTRIES LLC OBA Terry Brittian 2S1S Willowbrook Road, Suite Dallas TX 7S220 tbr1tt1an@ao-ind.com 111 Aushlll Construction LLC Chukwuka 2919 Commerce Street, Suite Dallas TX 75226 (214) 699-4751 canumele@aushill.com Anumele 700 Azteca Enterprises, Inc. Luis Spinola 2518 Chalk Hill Rd Dallas TX 75212 (214) 905-0612 (214) 905-0828 sklmbrel@azteca-omega.com Ext. 203 Billy L. & Joan Nabors, Inc. George Gomez 2802 NORTH HIGHWAY 175 SEAGOVIUE TX 75159 (972) 287-2287 (972) 287-4168 george@naborsdemo.com BlackStar Companies, LLC LES ALLEN JR 5312 s Hampton Rd, Apt 2027 Dallas TX 75232 (888) 864-7773 Jes. allen@blackstarcom panies. c om Cactus Abatement & Demolition, LLC Nelda Hall 211JAMESST ROANOKE TX 76262 (817) 491-4791 (817) 491-4793 offlce@cactusabatement.net Carmen R. Laboy Inc . Oba Builder Shawn Perronne 1855 Wall Street, Suite A Garland TX 75041 (972) 840-8399 (972) 840-8388 coneill@bullderservicesco .com Services Company Con-Real Support Group, LP Gerald Alley 1900 Ballpark Way, Suite 110 Arlington TX 76006 (713) 267-2344 (713) 267-2267 tharris@con-real.com Construction Companies Group, LLC Rolando Perez 8523 CF HWY FWY DALLAS TX 7S217 (469) 324-7770 jap@ccg-llc.or9 Coverall Management & Associates, Christine Proctor 2614 E 11th St. Dallas TX 75203 (214) 372-9292 (214) 260-0856 johnproctor01@aol.com Inc. 'Cross Utilities, LLC Tyrone Tasby 5525 Egg Farm Rd, #2800, Fort Worth TX 76244 (817) 379-0166 (817) 562-2220 · info@crossutllitlesllc.com Demolition Specialties LP Linda Proctor 1421 Perry Street lrvin11 TX 75060 (972) 438-3366 (972) 438-4466 proctor@demotx .com Diversity Resources Group, LLC Wayne Lawrence 8951 Cypress Waters Blvd, Suite Coppell TX 75019 (469) 916-4711 wlawrence@diversltyresources 160 ·group.com E W Wells Group, LLC Mark Williams 1221 S Lamar St DAUAS TX 75215 (214) 421-2700 (214) 421-3132 trisa.farrlsh@wellsgroup.us El Cala Construction, LLC Manuel Salas P. 0 . Box 7576 Fort Worth TX 76111 (817) 271-3636 (817) 222-0578 elcala@latt.net EPCS Environmental LLC Dale Anderson 17630 Davenport Rd, Suite 111 Dallas TX 75252 (214) 915-8950 (817) 975-5790 epcs2562@yahoo.com Epic Consulting and Contracting LLC Jerry Ashford Jr 5301 Alpha Rd, Suite 80-8 Dallas TX 75240 (281) 417-5111 . eplc.consultlngtx@gmall.com F. Hall Mowing Floydell Hall 5707 Everglade Road Dallas TX 75227 (214) 381-5570 (2141381-5570 · halldevin@msn.com FeUx. Salinas Group, Inc. Felix Salinas 5701 Watauga Rd Watauga TX 76148 (817) 380-1500 (817) 527-1900 fsailnas@excelcg.com · Flow-Line Construction, Inc. 'Eduardo 4310 Gaston Ave, Suite 200, Dallas TX 75246 (214) 390-2848 eduardo.hernandez@flow- ·Hernandez #200 lineconstruction.com FNH Construction LLC Candace Gillespie 4099 McEwen Road, Suite 600 Farmers Branch TX 75244 (469) 248-0301 (469) 24&-2720 Candace@FNHConstruction .c o m G.L. Morris Enterprises Inc./ dba Lance McClure 241S Cullen Street Fort Worth TX 76107 (972) 492-5108 (972) 492-5108 marla@sun-belt.com Sun belt Industrial Service Gene Hill Equipment Co ., Inc. Suzanne Hill 1920 E. LANCASTER AVE., BLDG . FORT WORTH TX 76103 (817) 535-5200 (817) 534-4819 suzi@thehillcompany.com C Gentry carpentry & Construction LLC Mark Gentry 612 Shelby Rd , STE A, Everman TX 76140 (817) 439-9060 (817) 887-5488 gccinfo@gentrycarpentryconstr uction.com H.D. Cook's Rock Solid, lnc. Heather D Cook 664 Manor Dr Argyle TX 76226 {817) 846-9883 (940) 464-3617 offlce@hdrocksolid.com Date Run: 03/03/2022 Haros Partners, LP Heri berto Haros 7514 MANSFIELD HWY KENNEDALE TX 76060 (817) 572 -6332 (817) 478-4420 heri berto@harosbros.com Hayden Capital Corporation Margo Bri an 5136 Vesta Farley Rd FORT WORTH TX .76119 (817) 478-3765 (817) ,561-2368 · mbrian6274@aol.com Inceptive Group, Inc. Craig Edwards 2351 W . Northwest Hwy, Suite Dallas TX 75220 (972) 974-6699 (000) 000-0000 craige@incept ivegrp .com 2235 Ingram Property Management LLC Ronald Ingram 7605 Indi an Ridge Trail .Dallas ·TX 75232 (214) 957-0609 (972) 224-9395 ringram@ipmcco .com lntercon Environmental, Inc Karen Andrews 210 S WALNUT CREEK DR MANSFIELD ,TX 76063 1817) 4n.9995 (817) 477-9996 karen@intercon- environmental.com JET Development, LLC ·Janay Tieken 2149 Pembr ooke Place Denton 'TX 76205 (940) 391-9363 j anay@jetdevelopmentllc.com Jordan & Compan ies · Lorrie Jordan 445 East FM 1382, Suite 3 Cedar Hill :TX 75104 (214) 236-9396 jordanandcompanies@yahoo.c om KAB EXCAVATION, LLC Del ia Miranda 833 E Northside Dr Pilot Poi nt TX 76258 tony@kabexc.com Lara fiydrovac Excavation, LLC Lu i s Lara · 2922 Tanglers Dr Dallas TX 75211 (214} 753-7009 larahydrovac953@gmail.com Lifestyle Construction Lu i s O Delgado 7489 Red Bud Lane Fort Worth TX 76135 (817) 808--8009 Ufestyteconstructlonllc@gmail. com Lindamood Demolition, Inc. Kayla Lindamood 2020 S NURSERY ROAD IRVING TX 75060 (972) 721-0898 (972) 438-6745 Keri@U ndamood.net Little J.J. Trucking #2 AmmySewell P.O. Box 15884 Fort Worth TX 76119 (817) 996-1414 (817) 531-3756 mlnistersewell@yahoo.com Logan Trucking, Inc. Andrew Logan 2533 Pa lo Alto Drive Dallas TX 75241 (9721 228-9159 (972) 228-4121 logan.tr_ucki ng@yahoo.com MJE Services, LLC Mike Embry PO 80X26919 Fort Worth TX 76155 mlke@n.,;etexas.com NASH CM, Inc. AFZAAL HAFEEZ 3968 E. PARK BLVD PLANO TX 75074 (817) 9414845 : : nashlcm~grnail.com Oml!~ construction Group, LLC Alfredo Parra 2455 E Long Ave Fort Worth TX 76107 (469) 232-8715 (972) 420-8715 : aparra@ornf!gacgp.com Orn!!~ .contracting, Inc. Luis Spi nola 2518 Chalk Hill Rd Dallas TX :1s2i2 luiss@aztl!ca-omega.com Petrek Mechanical Contractors, Ltd. Connie Petrek 961_8 Camp Bowie West Blvd Fort Worth TX 76116 (817) 244-6861 . (817) 244-5714 petrekpmc@aol.com Placido Construction Placido Huerta 3326 Obenchain St Dallas TX :752_;2 (214) 517 -8861 . (214) SU-8861 placido'.hu1!rti!@lyahoo.com Ponce Contractors, Inc. Elizabeth Ponce 3819 N Hampton Road ·Dallas TX ,75251 (817) 868-9800 (817) 868-9802 eponce@poncecontractorsi nc.c om Q. Roberts Trudcing Incorporated Qui ncy Roberts 2508 CLUB TERRACE DR DALLAS TX 75237 (469) 726-2458 (469) 726-2437 quincy@robertstruckingi nc.com Qu ick Set Concrete, Inc. Michael Ingle . 3971 Summ i t Ridge Drive Corinth TX 76120 (972) 836-2919 mlchael@quicksetconcrete.com ... ,. . . .. (Rl!~S Group, ltd. Marcos G Reyes · 1520 Parker Road Grand Prairie TX 7S050 (708) 596-7100 (708) 596-7184 marcosg@reyesgroup.com 'Rumsey Site Construction, LLC STEVEN RUMSEY 306 West Seventh Dr. Suite Fort Worth TX 76102 {214) 893-4208 (214) 556-1110 srumsey@crossdevelopment.ne 1025 t SERCO CONSTRUCTION GROUP, LTD Serge Francoi s 17430 Campbell Rd #110 Dallas TX 75252 (214)948-0159 (214)276-0934 cfrancois@sercoconstruction.co m TerraXplore Testi ng and Engineering, MoeMunlm 2324 Fabens Road Dallas TX 75229 (214) 865-6914 (214) 865-6915 alvi92@gmail.com LlC Texas Environmental Management -Julie Prcin 115 E. First Street Justin TX 76247 :(9401 648-3640 (940) 648-3407 :iprcin@texasenviro.com San Antonio, Inc ... . Texas Lone Star Trucking, LLC Eloy Guardado 3233 Joyce Drive Fort Worth TX 76116 (817) 733-2080 {817) 665-3023 texaslonestartrucking@yahoo.c om Date Run : 03/03/2022 1 Texplor of-Callas, Inc. Dianna Thomason 2615 Cartwright Lane Dallas TX 75212 (214) 678-0643 (972) 931-0154 dianna@texplordrilling.com TFP Green Builders, LLC Jose Padilla 901 Waterfal l Way, Ste 301 Richardson TX 75080 (214) 636--9S81 tfpbullders@gmail .com The BlackStar Companies Leslie Allen Jr 5312 S. Hampton Rd., Ste . 2027 Dallas TX 75232 (888) 864-7773 (888) 864-2S55 les .allen@blackstarcompanies .c om Trinity Elise Companies Eddie Vinson 2723 Nicholson Drive Da l las TX 75224 (214) 930-:6076 (214) 602-4924 evinson@trinityelise .com Underground Support Services, LLC Stephanie Teetes 7907 Roundrock Road : Da llas TX 75248 (972) 971-087S steetes@undergroundsupports ervices.com Unified Services of Texas, Inc .Marshall Ryan 2110 Greenbriar Drive Southlake TX 76092 (817) 865-8320 mryan@ustfuel.com Universal Fence Company, Inc. Kelly Lipham : 1137 W Hurst Blvd Hurst TX ·16053 (214) 492-1005 (214) 492 -1324 kelly@universalfencecompany.c om Vero Construction, LLC Veronica 10# 118,, Arllngton TX ·16010 (214) 876--9357 (000) 000-0000 veroconstruction1@gmail .com ·Mclemore Vista Earthworks Excavation, Inc . Anthony Baiseri 833 E Northside Dr Pilot Point TX 76258 (9401 365-9925 accounting@vistaearthworks.co m Date Run : 03/03/2022 1 ~?-~\ .. ~sei'vk:es · AllHstlnisf~.-~w~:~~-~•~~~~: ::~/:_;/ .>:·J-:i: ... A& T Landscaping LLC Allan Harris 8600 Hawkview Dr, Texas Ft Worth TX 76179 (817) 808-2806 (817) 237 -0225 lnfo@at1andscaping .com G.J. Seeding, LlC Jose Rodriguez 1080 S Burleson Blvd .Burleson TX 76028 (817) 426-8284 gjseeding@gmall.com Greycon, Inc. CEOJoyce Sakwa 1609 Wolf Creek Dr Arlington TX 76018 (817) 307-8791 ( 817) 468,.0064 admin@grey-construction .com A& T Landscaping LLC Allan Harris 8600 Hawkview Dr, Texas Ft Worth TX 76179 (817) 808-2806 (817) 237-0225 info@atlandscaping.com DFW Pro Lawn care, LLC Walter Velazquez 217 E. Mcleroy Blvd. Fort Worth TX 76179 (817) GiS-4488 (817) 625-0144 . info@prolawncaredfw.c<Jm Eco Vista, LLC Shavonne 7112Senda Grand Prairie TX 75054 (817) 983-8898 (817) 983-9181 Chudson@govlstap ro .com Hardiman Gloria Valenzuela Enterprise, Inc Gloria Valenzuela 11946 Sam Reynolds Rd Justin TX 76247 (940) 433-8080 (940) 433-8083 fernandeztrucking@netzero.co m Lawn Patrol Service, Inc . Anthony Conley 9312 Parkview Drive Fort Worth TX 76134 tony@lawnpatrolservice.com Mira Vista Landscaping LLC Alma &Jesus 6213 Oa~nt Bvld . Fort Worth TX 76132 (817) 924-6617 (8171 616-9784 support@miravistalandscaping. Piedra com R&R Landscape Management, LLC Jason Rayes 12035 Eggstore Road Fort Worth TX 76244 (8171401 -1S17 rrlandscapemgt@gmail.com Think On It, LLC Walter Herron 1446 Sax Leigh Dr Dallas TX 75241 (214) 994.0459 thinkonitllc@gmail.com A&T Landscaping LLC Allan Harris 8600 Hawkview Dr , Texas Ft Worth TX 76179 (817) 808-2806 (817) 237 -0225 info@atlandscaping.com Date Run : 03/03/2022 1 Westside Construction Group David Castaneda -4144 N. Central Expressway, Dallas TX 75204 (214) 540-4967 david@westsideus.com Martinez Suite #600, Texas Date Run : 03/03/2022 ~10:T•~~•~-All~i~:Z_m~'f~~~~t,~,~bl~~tt : .. EAR TELECOMMUNICATIONS LLC Carlos Reyes 1012 West Fuller Ave Fort Worth JE Casey, LLC Joh,n Cilsey 1301 Bardin rd, PO BOX 180547 ARLINGTON Arigold Electr ic & Construction Inc . Gills Patrick 6009 Rockhill Rd Fort Worth Date Run : 03/03/2022 TX 761 15 TX 76096 TX 76112 (512) 218-4200 (512) 218-4201 car los .reyes@eartc.com (4691316-6851 .john_casey@jecinstall .com (817) 446-2460 (817) 446-2461 patrtck@arigoldelect ri c.com Ext . 0 1 1 :SQ,7:JO;t,-,..,.. .... <' ., • Greenlist Services Derrick Henry 3131 McKinney Ave Dallas TX 75204 (9721 656-8241 blds@greenlistservices.com Lady Liberty Group, LLC DeAynni Hatley 722 W Euless Blvd, Suite #115 Euless TX 76040 (8171996-5874 (817) 241-3600 d@ladylibertygroup.com Mira Vista landscaping LLC Alma &Jesus 6213 Oakmont Bvld . Fort Worth TX 76132 (8171924-6617 (817) 616-9784 su pport@miravistalandscaping. · Piedra com 'Ortega Land Clearing, LLC .. Freddy C. l Ortega 3708 Stone Creek Parkway Fort Worth TX 76137 (817) 689-6535 ortegalandclearing@gm_ail.com Soriano's Trucking, LLC Juan Soriano P.O. Box 59513 Dallas TX 75229 (214) 213-2058 (214) 247-2943 betosoriano07@yahoo.com TreeNewal, LLC David Gaona 1712 FM 407 East Argyle TX 76226 (817) 994.3795 lnfo@treenewal.com Oate Rull : 03/03/2022 1 .·~----s.-.:Une•.~·~7~~·~~~10~~<:<· :.',·· Tri-Star Legacy, Inc. Kimberlyn Miller 4600 Marsalis St Haltom City TX 76117 (817) 336-5708 (817) 831-7802 klm.rotofw@flash.net A & M Construction & Utilities Inc Antonio Banda 4950 Grisham Dr Rowlett TX 75061 (972) 412-0255 (972) 463-0736 ab@amconst r uctlonutlllty.com Adm iral Concrete Paving Corp. Otto L. Scott 7407 University Hills Blvd Dallas TX 75241 (972) 228-3009 ottoscott@hotmail.com Aushill Construction LLC Chukwuka 2919 Commerce Street, Suite Dallas TX 75226 (214) 699-4751 canumele@aushill.com Anumele 700 Axis Contracting, Inc . Kindra Quent in .1910 Silverado Drive Dallas TX 75253 (972) 557 -3672 (972) 557-2400 mhernandez@axlscontracting.c om · BAR Constructors, Inc. . Sheryl Cathey 805 Katy Street Lancaster TX 75146 (972) 227-3287 (972) 227-9043 marlenea@barconstructors.co m Barbosa A construction, Inc . Alfredo Barbosa 2408 E. Trin ity MiUs Rd , #113 Carrollton TX 75006 (214) 876-9582 . barbosa .alfredo@icloud .com Bear Creek Site Utilities & Sandi lzzarelli 4950 Hanson Drive Irving TX 75038 (972) 957-1700 (972) 957-1707 sandl .l@bccutilities.com Construction , Ltd C & C Directional Boring, LLC Denise Schleker 7193 Gre~ Road Krum TX 76249 (940) 482-8102 (940) 482-8103 cralg.schleker@charter.net C. Green Scaplng, LP Cathleen Ruiz 2401 Handley Ederville Rd Fort Worth TX 76118 (817) 577-9299 (817) 577-9331 dloucks@greenscaping.com Ext. 102 Calvo Construction , Inc . GUSTAVO CALVO 10600 BRAEWOOO DR FORT WORTH TX 76131 (817) 394-3912 (817) 841-8789 ]calvo@calvoconstruction.com Civil Construction Mohammad Khan .1914 Tarrant Place Apt D Dallas TX 75252 (469) 237-9565 m.aslam.khan@att.net · Craig Design Group, Inc. Nancy Jolene 1914 Stallion Circle ·Rowlett TX 75088 (972) 463-4251 (972) 463-4251 jcraig@cdgland.com Craig . -· Engi neering Solutions and Technology, Sajjad Hussain . 2828 FOREST LANE , SUITE 2200 DALLAS TX 75234 (972) 978-9583 (972) 243-2227 shussain@est-i.com Inc. F & E Utilities LLC Jose Luna 13624 Garden Grove Dr . Dallas TX 75253 ;(214) 797-7658 Jluna@feuti_lities.com Fire Line Services, Inc . Bree Wink 4270 Rendon Road Fort Worth TX 76140 .· theresa~fir_l!lineservices.com Five Star landscape & Irrigation Mohammad Sadiq 13151 Emily Road , Suite# 105 Dallas TX 75240 (469) 774 -2708 (972) 366-8666 • sajjadh@msn ,com · Flow Une Utlntles, Inc. Edgar Romero 2546 Merrell Road, Suite 103 Dallas TX 75229 (972) 243 -3510 (972) 243-3530 noelr@flowlineutilitles .com Flow-Line Construction, Inc. Eduardo 4310 Gaston Ave , Suite 200, Dallas TX 75246 {214) 390-2848 • eduardo.hernandez@flow- Hernandez #200 llneconstruction .com • FNH Construct ion LLC Candace Gillespie 4099 McEwen Road, Suite 600 Farmers Branch TX 75244 (469) 248-0301 (469) 248-2720 Candace@FNHConstructlon.co m Gomez Brothers Construction, Inc. Roberto Gomez 1~37 _Bran11us Or. Crowley TX 76036 (682) 465-7592 (817) 297-4095 gomez9786@sbqlobal.net Greenscape Pump Services, Inc. Deb Chapman _1425 Whitlock Lane, Suite 108 Carrollton TX 75006 (972) 446-0037 (972) 446-0313 dchapman@gpsiwater.com GRod Construction, LLC. Guillermo 889 E Rock Island Ave Boyd TX 76023 (682) 302-3219 (682) 204-0191 grod@grodconstruction.com Rodriguez . Ext . 108 ·-Hayden Capital Corporation Margo Brian 5136 Vesta Farley Rd FORT WORTH TX 76119 · (817)_ 47~3765 (817) 561 -2368 mbrian6274@aol .com J RB Pipeline Services, LLC JUAN BANDA 9463 SANOYLANO BLVD DALLAS TX 75217 (469) 955-0508 • jrbpipeline@yahoo.com KAI/ ALLIANCE, LC. Michael B. 5010 Riverside Dr, Su ite 250 Irving TX 75039 (214) 742-0400 (817) 288-0952 · KA10esign@kai-db.com Kennedy L.aughley Bridge & Construction , Inc Charles Laughley :P.O. Box 123800 Fort Worth TX 76121 (817) 401-3306 claughley@laughleybrldge .com LKG RESOURCES , LLC Lorie Garza 1724 N Dooley Street Grapevine TX 76051 (817) 682-3060 (817) 722-8688 Lgarza@LKGResources .com Date Ru n: 03/03/2022 1 MOJ CONTRACTING INC MONICA 10925 ESTATE LN W -211 DALLAS TX 75238 (214) 229-7214 monica@mdjcontracting.net JOHNSON MJE _ Services, LLC Mike Embry PO BOX 26919 Fort Worth TX 76155 mike@mjetexas.com Muniz Construction Inc Ramon Muniz 1835 Garden Springs Dr. Dallas TX 75253 (972) 557-1385 (9721913-8255 munizconstruction@live.com NASH CM, Inc. AFZAAL HAFEEZ 3968 E. PARK BLVD PLANO TX 75074 (817) 941-4845 nashlcm@gmail.com Ortega land Clearing, LLC Freddy C.1 Ortega 3708 Stone Creek Parkway Fort Worth TX .76137 (817) 689-6535 orte$3landdearing@gmail .com Prose Backhoe & Utilities, LLC Debbie Prose 8659 Blair Road 'Justin TX ;76247 (940) 479-276_3 ; (940) 479-0409 gdprose@vahoo.com RBR Infrastructure & Roads, UC Julio Betan 825 Watters Creek Blvd, Suite Allen TX '75013 (972) 996-4550 . . rafybetances@rbr-llc.com 250 Renaissance Contractors, Inc. An11ela 1662 w. Jeter Rd. Bartonville TX 76226 {817) 430-0054 (817) 430-0074 angelad@renconinc.com : Reyes Group, Ltd . Marcos G_ Reyes · 1520 Parker Road Grand Prairie TX 75050 (708) 596-7100 (708) 596-7184 marc05f!@reyesgroup'.com RSC Construction, Ltd Raul Solis · 736 Bimebella Lane Dallas TX 75211 (817) 268-2490 (817) 268-2490 sollsandsollsltd@laol.com Rumsey Site Construction, LLC STEVEN RUMSEY 306 West Seventh Or . Suite Fort Worth TX 76102 {214) 893-4208 (214) 556-1110 srumSl!fV@crossdevelopment.ne 1025 t S.Y.B. CONSTRUCTION CO., INC. Shirley Bennett 421 Compton Avenue Irving TX 75061 (972) 399-1066 (972139~1586 sybennett@sybconstruction.co m Tech Underground Utilities, Inc. Lupe Zamora PO BOX 7029 FORT WORTH TX 76111 (817)759-0063 (817)759-0064 lupe@techundergroundutilitles .com Tejas Commercial Construction, LLC. Philip Rojo 6313 Stone Lake Drive Fort Worth TX 76179 (817) 223-6284 (972) 466-2443 philiprojo@tejasconstructlon. n et Texas Auger __ Borin~ LL~ ·Jose Garcia 2057 camelot Or Lewisville TX 75067 (972) 876-6Sn texasaugerbo~lng@gmail.com Texas Environmental Management -:Julie Prcin : 115 E. First Street Justin TX 76247 (940) 648-3640 (940) 648-3407 jprcin@ltexasenvlro.com San Antonio, Inc . Texas Utility Servl~s, LLC Gabriel carrizales 195!5 Mc~lung Lane . Dallas TX . 75217 (214) 475-3561 (214) 602-7211 carrizales6@gmail.com Trinity Miller Utility & Const LLC Mathel Miller · 2105_ Loretta In ., N':)_nf! ROWLETT TX 75088 (214) 882-9906 (469) 573-8885 trinitymltlerllc_@gmail.com Tri-Star Legacy, Inc:. Kimberlyn MIiier 4600 Marsalis St Haltom City TX 76117 • (817) 336-5708 (817) 831-7802 klm.rotofw(!)flash._net Unified Services of Texas, Inc Marsh_all Ryan 2110 Greenbriar Drive Southlake ·,TX 76092 •(817) 865-8320 .•. mryan@ustfuel.com WlnTex Mechanical Winda Jackson 1023 Wind Ridge Or Duncanville TX 75138 (214) 429-75:49 J972) 709-5881 wJackson@1wlr:itex.com A.J . CONTRACTING LLC Esmer Reyes 2864 N Hampton Drive Grand Prairie TX 75052 (817) 829-0698 , lnfo@ajcontra.et1n$11c.eom . Trinity MUler Utility & Const LLC Mathe! Miller 2105 Loretta _In., _None ROWLETT TX 75088 (214) 882 :99.()6 {469) 573-8885 trlnitymlllerllc@grr,ail.com : GRod Construction, LLC. Guillermo 889 E Rock Island Ave Boyd TX 76023 (682) 302-3219 (682) 204-0191 grod@grodconstructlon.com R'?'iriiiuez . Ext.108 Texas Utility Servic:es, LLC Gabriel Carrizales 9515 MCCiung Lane Dallas TX 75217 (214) 475-3~61 (214) 602-7211 carrizales6@)gmail.com Tri-Star ~g_acy, Inc. . Kimberlyn _ Miller 4600 Marsalis St . Haltom City TX 76117 (817) 336-5708 (SH) 831-7802 kim.rotofw@flash.net Calvo Construction, Inc. GUSTAVO CALVO :10600 BRAEWOOD DR FORT WORTH TX 76131 (817) 394-3912 (817) 841-8789 jcalvo@calvoconstruction.com Cueto Consulting & Construction, Uc Andrew Cueto 900 Larkspur Ln _. Fort Worth TX 76112 ,(81718s1-1;9s 5ales@C3-LLC.net GRod Construction, LLC . Guillermo 889 E Rock Island Ave Boyd TX 76023 (682) 302-3219 (682) 204-0191 :srod@grodconstruction.com Rodriguez Eitt .108 Nu-Way Construction, LLC Brandy Woehrle 1602 Eagle Ridge Drive Corinth TX 76210 (817) 675-3888 (469) 844-4419 brandy@nu- wayconstruction.net Date Run : 03/03/2022 1 Post L Group, LLC Jeffery Postell 1125 E. Berry Street Fort Worth TX 76110 {682) 312-7888 tiffany@postlgroup.com Tech Underground Utilities, Inc. Lupe Zamora PO BOX 7029 FORT WORTH TX 76111 (817)759-0063 {817)759-0064 lupe@techundergroundutilitles .com JRB Pipeline Services, LLC JUAN BANDA 9463 SANDYIANO BLVD DALLAS TX 75217 (469) 955-0508 jrbpipeline@yahoo.com Trinity MIiier Utility & Const LLC • , · Mathel Miller 2105 Loretta In., None ROWLETT TX 75088 (21") 882-9906 (469) 573-8885 trinitymillerllc@gmall.com JRB Pipeline Services, LLC JUAN BANDA 9463 SANDYLAND BLVD DALLAS TX 75217 (469) 955-0508 jrbpipeline@yahoo.com Date 'lJn: 03/03/2022 I Intersection Improvements Altamesa Blvd and Crowley Rd City Project No 101579 Documentation of Good Faith Effort Email Contact Documentation ---------.. The following are the emails sent to the various categories of subs or suppliers along with the quotation form for each category. Justin Blair From: Sent To: Subject Attachments: March 7, 2022 Justin Blair <jblair@mcclendonconstruction.com> Monday, March 7, 2022 9:11 AM 'lperez@ccg -llc.org'; 'tocorona@gmail.com'; 'office@hdrocksol id.com '; 'raul2004 @mac.com'; 'sheila@msuindustries.com'; 'brandy@nu -wayconstruction .net'; 'rzhang@pibroom.com'; 'patejonespaving@aol.com'; 'rickeyperkins2000@gmail.com'; 'kat@reliablestructural .com'; 'marcosg@reyesgroup.com'; 'texasstartrans@aol.com'; 'Candace@FNHConstruction.com ' Request for Bid -•· tr · at t 1t b"'IYil:r,.,,SNI# .. Mcclendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project#l: Bid Date: Plans Location: Contact: Project#2: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie.willhelm@fortworthtexas.gov CIP Intersection Improvements at Alta mesa Blvd & Crowley Rd, CPN #101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@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#l: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 N/A Project#2: CIP Intersection Improvements at Alta mesa Blvd & Crowley Rd, CPN #101579 20 2" Asphalt Pvmt Type C 3212 .0201 SY 474 21 4" Asphalt Base Type B 3212.0501 SY 743 Justin Blair From: Justin Blair <jblair@mcclendonconstruction.com> Sent: Monday, March 7, 2022 9:17 AM To: Subject: 'A-RODCONSTRUCTION@ATT.NET '; 'craig .schleker@charter.net'; 'dianna@texplordrilling .com'; 'INFO@DOWLINGCONSTRUCTIONLLC.COM ; 'donna@kraatzdrilling.com '; 'mhdrillingservices@att.net'; 'dianna@texplordrilling.com '; 'steetes@undergroundsupportservices.com ' Request for Bi d Attachments: ·111ifb.gb-C-onstructioltpdt ~ March 7, 2022 Mcclendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the foll o f ing City of Fort Worth construction project(s): Project #1: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 Bid Date: March 17, 2022 Plans Location: City of Fort Worth Purchasing Website Contact: Debbie Willhelm, Debbie.willhelm@fortworthtexas.gov Project#2: Bid Date: Plans Location : Contact: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@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. I Quotes received less than 3 hours before the deadline will not be considered because time is needed to put t he bid together and deliver it before the deadline. A list of items to quote for each project is below. Please refer a11y questions concerning the job to the project engineer. Project#l: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 Furnish/Install Conduit-Schedule 80 PVC 2 Inch Bore 26 05 33 LF 45 Project#2: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 15 2" CONDT PVC SCH 80 (8) 2605 .3016 LF 120 17 3" CONDT PVC SCH 80 (B) 2605 .3026 LF 145 1 Justin Blair From: Sent To: Subject Attachments: Thanks, Justin Blair Justin Blair <jblair@mcclendonconstruction.com> Monday, March 7, 2022 9:22 AM 'lcyouden_kamden@outlook.com' RE: Reque,s! Jel 9irl .:: r r · illlr'.fidr McClendon Construction 817-295-0066 From: Justin Blair <jblair@mcclendonconstruction.com> Sent: Monday, March 7, 2022 9:21 AM To: 'kyouden_kamden@outlook.com' <kyouden_kamden@outlook.com> Subject: Request for Bid March 7, 2022 Mcclendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project #1: Bid Date: Plans Location: Contact: Project#2: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie.willhelm@fortworthtexas.gov CIP Intersection Improvements at Alta mesa Blvd & Crowley Rd, CPN #101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@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. Project#l: Chisholm Trail Ranch N Bound Brewer Btvd, CPN #103435 Provide price to furnish and install silicone joint seal to meet City of Fort Worth specifications on approximately 10,200 SY of Concrete Pavement. 1 Project#2: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 Provide price to furnish and install silicone joint seal to meet City of Fort Worth specifications on approximately 1,100 SY of Concrete Pavement. Thanks, Justin Blair Mcclendon Construction 817-295-0066 2 Justin Blair From: Sent: To: Subject: Attachments: March 7, 2022 Justin Blair <jblair@mcclendonconstruction.com > Monday, March 7, 2022 9:27 AM 'arrojasconstruction@yahoo.com'; 'info@raptrsllc.com' Request for Bid • a1u••••tic9• , ·• McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project#l: Bid Date: Plans Location: Contact: Project#:Z: Bid Date: Plans location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie.willhelm@fortworthtexas.gov CIP Intersection Improvements at Alta mesa Blvd & Crowley Rd, CPN #101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@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: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 Provide price to furnish rebar to meet City of Fort Worth specifications for the duration of the project. Project#:Z: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 Provide price to furnish rebar to meet City of Fort Worth specifications for the duration of the project. Thanks, 1 Justin Blair From: Sent: To: Subject: Attachments: March 7, 2022 Justin Blair <jblair@mcclendonconstruction.com> Monday, March 7, 2022 9:31 AM 'bblogistic1521@att.net'; 'edgarromero962@yahoo.com'; 'Candace@FNHConstruction.com' Request for Bid r<Construction Sand Gravel Aggregate .pdf Mcclendon Construction Co ., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project#l: Bid Date: Plans Location: Contact: Project#2: Bid Date: Plans location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie.willhelm@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@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. I Quotes received less than 3 hours before the deadline will not be considered because time is needed to put ~he 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. I p roject#l: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 3 4" Topsoil Import 32 9119 SY 7350 11 Borrow by Plan 31 2323 CY 5~03 p roject#2: CIP Intersection Improvements at Alta mesa Blvd & Crowley Rd, CPN #101579 19 6" Flexible Base, Type A, Gr-1 3211 .0112 SY 474 37 Topsoil 3291 .0100 CY 5 .9 1 Justin Blair From: Sent To: Subject: Attachments: March 7, 2022 Justin Blair <jblair@mcclendonconstruction.com> Monday, March 7, 2022 9:34 AM 'tiffany.piepkorn@yellowrosemapping.com'; 'cstraup@straupsolutions.com '; 'Lina@anallc.com'; 'mtzsurveying@gmail.com'; 'solomon@dasolassociates.com'; 'fultonsurveying@sbcglobal.net'; 1ea-hydro@jea-hydro.com'; 'cl@mla -survey.com '; 'admin@rdsplanning.com '; 'rama.gontina@adaptinfra.com'; 'stou mani@dal-tech.com '; 'tgarcia@garcialanddata.com '; 'sbohluli@gradientsystematics.com ·; 'amanda@hanna- se.com'; 'omgc@icivileng.com'; 'egarcia@jrbengineering .com'; 'cf@mla -survey.com'; 'tami@strandae.com'; 'steve@vps -llc.co'; 'tiffany.piepkorn@yellowrosemapping .com'; 'agarza@azb-engrs.com'; 'kmchugh@arsengineers.com'; Jenny_cse@sbcglobal.net'; 'ssolano@cpyi.com'; 'dhenry@criadoassociates.com'; 'kim@dasmaps.com'; 'jstanton@dterry.com'; 'kstern@ga-inc.net'; 'amanda@hanna-se.com'; 'bhart@haydenconsultants.com'; 'ibarra@ibarraengineers.com'; 'bikerd@ikerd.com'; 'tjuhn@jbipartners.com '; 1qadmin@jqeng.com'; Jana .jablonsky@lamb-star.com '; 'wleonard@ltsdesign.com'; 'lramey@ltraengineers.com'; 'cbailey@mbayc.com'; 'jmaierdean@ndmce.com'; 'clejeune@pkce.com'; 'scamarillo@salcedogroupinc.com'; 'norma@tgainc.net' Request for Bid '"~~ McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project#!: Bid Date: Plans Location: Contact: Project#2: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie. willhelm@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@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 qu15tions concerning the job to the project engineer. Project#l: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 RFQ & RFP to provide construction staking & Survey for the project. l Project#2: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 RFQ & RFP to provide construction staking & Survey for the project. Thanks, Justin Blair McClendon Construction 817-295-0066 2 Justin Blair From: Sent: To: Subject: Attachments: March 7, 2022 Justin Blair <jblair@mcclendonconstruction.com> Monday, March 7, 2022 9:37 AM 'williams1@sbcglobal.net'; 'prussell@championfs.com'; 'dw@choctawproppant.com'; 'emodp@outlook.com '; 'williams1@sbcglobal.net' Request for Bid :~-llilsel -Fuel Supplier,piff Mcclendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project#1: Bid Date: Plans Location: Contact: Project#2: Bid Date: Plans 1.oc:atlon: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie.willhelm@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@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. Project#1: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 Provide a price to furnish diesel fuel for the duration of the project. Project #2: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 Provide a price to furnish diesel fuel for the duration of the project. Thanks, Justin Blair Justin Blair From: Justin Blair <jblair@mcclendonconstruction.com> Sent: Monday, March 7, 2022 9:39 AM To: 'info@altuscompany.com'; 'sprinklers@fwsprinkler.com'; 'sdouglas@potereconstruction.co rri '; 'd avid@reyma rconstructio n .com'; 'ca rizales6 @gmail.com' Subject Attachments: March 7, 2022 Request for Bid ~il• . g Clinsbvclit=tf ... Mcclendon Constructi on Co., Inc, is requesting bids from certified Minority Business Enterprises for the foll of ing City of Fort Worth construction project(s): Project #1: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 Bid Date: March 17, 2022 Plans Location: City of Fort Worth Purchasing Website Contact: Debbie Willhelm, Debbie.willhelm@fortworthtexas.gov Project #2: Bid Date: Plans Location: Contact: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@fortworthtexas.gov If your company is interested In quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can alsl email jblair@mcclendonconstruction.com with the project name on the subject line. J 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 arl y questions concerning the job to the project engineer. I Project#1: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 19 Remove 18" Storm Line 02 4114 LF ~o 20 Remove 42" Stonn Line 02 41 14 LF 45 21 Remove Headwall/SET 02 4114 EA 1 22 Unclassified Excavation by Plan 3310 00 CY 2eo 23 Borrow by Plan 312323 CY s2bo 24 Embankment by Plan 31 24 00 CY 5420 25 Concrete Riprap 313700 SY 54 26 Medium Stone Riprap , dry 313700 SY 194 27 Trench Safety 33 0510 LF 3624 28 27" RCP, Class Ill 33 4110 LF 14 l 29 36" RCP, Class 111 33 4110 LF 30 6x5 Box Culvert 33 4110 LF 31 4' Storm Junction Box 467 EA 32 5' Storm Junction Box 33 49 10 EA 33 4' Stacked Manhole 33 4910 EA 34 SET (TY II) (24 IN) (RCP) (4: 1) (P) 467 EA 35 1 O' Recessed Inlet 33 49 20 EA 36 15' Recessed Inlet 466 EA 37 20' Recessed Inlet 466 EA 38 5' Drop Inlet 33 49 20 LF 39 VVINGWALL (FW-0) (HW=8 FT) 466 LF 40 VVINGWALL (FW -S) (HW=8 FT) 466 LF 41 24" Polypropylene 33 4113 LF 42 36" Polypropylene 33 4113 LF 43 48" Polypropylene 33 4113 LF 44 Remove and Reset Chaintink Fence 02 4113 LF Project#2: CIP Intersection Improvements at Alta mesa Blvd & Crowley Rd, CPN #101579 N/A Thanks, Justin Blair Mcclendon Construction 817-295-0066 2 31 1235 5 4 3 1 1 2 1 1 1 1 960 831 553 460 Justin Blair From: Sent: To: Subject: Attachments: March 7, 2022 Justin Blair <jblair@mcclendonconstruction.com> Monday, March 7, 2022 9:42 AM 'johnproctor01@aol.com'; 'gjseeding@gmail.com'; 'young@genesisearthsolutions.com'; 'admin@grey-construction.com'; 'wleath@aol.com'; 'ortegalandclearing@gmail.com'; 'sdouglas@potereconstruction.com'; 'r.concreteconstruction32@yahoo.com' Request for Bid . t ·•IIWs:: C'entrof Sencies.pdf ' Mcclendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the folloL ing City of Fort Worth construction project(s): Project#l: Bid Date: Plans Location: Contact: Project#2: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie.willhelm@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@fortworthtexas.gov If your company is interested in quoting, please contact us at 817-29S-0066 or fax 817-29S-6796 . You can also email jblair@mcclendonconstruction.com with the project name on the subject line. I 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 a~I y questions concerning the job to the project engineer. Project#l: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 2 SWPPP ~ 1 acre 312500 LS 1 Project#2: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 Provide price to furnish and install BM P's on a project less than 1 acre. Thanks, Justin Blair Mcclendon Construction l Justin Blair From: Sent: To: Subject: Attachments: March 7, 2022 Justin Blair <jblair@mcclendonconstruction.com> Monday, March 7, 2022 9:44 AM 'bids@acsllctx.com'; 'bids@arreguingroup.com'; 'brandy@nu-wayconstruction.net'; 'ajexcavation@yahoo.com'; 'OFFICEATXCO@GMAIL.COM'; 'Charrosortiz0922 @yahoo.com'; 'tharris@con-real.com'; 'MUNOZ1159@GMAILCOM '; 'asanchez@drivecc.net'; 'info@earthhaulers.com '; 'epic.consultingtx@gmail.com'; 'info@fireflyearthworks.com'; 'grod@grodconstruction.com'; 'marie@groundupdevelop.com '; 'dgreen17@sbcglobal.net'; 'labandallc@gmail.com'; 'lonestartruckingexc@gmail.com'; 'mayaluis@sbcglobal.net'; 'brandy@nu- wayconstruction.net'; 'andres@obraramos.com'; 'patejonespaving@aol.com'; 'b.acosta@tx.rr.com'; 'rickeyperkins2000@gmail.com '; 'sdouglas@potereconstruction.com'; 'iran@trexcavation .com'; 'steven@txhydro4u.com' Request for Bid Excavation Conmdols.ptf Mcclendon Construction Co ., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project#1: Bid Date: Plans Location: Contact: Project#2: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie.willhelm@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@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: 10 11 12 ProJect#Z: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 Unclassified Excavation by Plan 33 10 00 CY Borrow by Plan 31 23 23 CY Embankment by Plan 312400 CY CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 1 3195 5803 3195 N/A Thanks, Justin Blair Mcclendon Construction 817-295·0066 2 Justin Blair From: Sent: To: Subject Attachments: March 7, 2022 Justin Blair <jblair@mcclendonconstruction.com> Monday, March 7, 2022 9:52 AM 'info@ajcontractingllc.com'; 'mgonzalez@greenhillslco.com'; 'asmith@llanoriverfence.com'; 'zimbalist@omegapandc.com'; 'info@scottkingllc.com'; 'trinitymillerllc@gmail.com'; 'fortworthfence@sbcglobal.net'; 'tracy@tin -man.net'; 'rosadlanr@gmail.com'; 'fowterconstructionandroofing@gmail.com'; 'DSCHRADER@buzzfence.com'; 'admin@grey-construction.com'; 'J@jscontractors.net'; 'jodi@pipingservicesinc.com'; 'admin@servicebeaver.com'; 'thinkonitllc@gmail.com ' Request for Bid . _sr,:ntalfatwn.pdf ~ McClendon Construction Co ., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project #1: Bid Date: Plans Location: Contact: Project#2: Bid Date: Plans location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie. willhelm@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@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#l: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 44 Remove and Reset Chainlink Fence 02 4113 LF 460 21 4' Gate, Steel (16' Wide) 321613 LF 358 32 4' Gate, Steel 32 31 26 EA 2 Project#Z: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 N/A l Justin Blair From: Sent To: Subject: Attachments: March 7, 2022 Justin Blair <jblair@mcclendonconstruction.com> Monday, March 7, 2022 9:54 AM 'Tori@buyersbarricades.com'; 'estimating@elitestripingllc.com'; 'texsafesolutions@gmail.com' Request for Bid . {h _.ticeonln>f Services.pdf 1 Mcclendon Construction Co ., Inc, is requesting bids from certified Minority Business Enterprises for the follojw i ng City of Fort Worth construction project(s): Project#!: Bid Date : Plans Location: Contact: Project #2: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie.willhelm@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 March 24, 2022 City of Fo rt Worth Purchasing Website Bradley Radovich, bradley.radovich@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 . I 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 a~I y questions concerning the job to the project engineer. Project#l: 6 Project#2: 75 Thanks, Justin Blair Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 I Traffic Control 13411 13 CIP Intersection Improvements at Alta mesa Blvd & Crowley Rd , CPN #101579 Traffic Control 3471 .0001 MO Mcclendon Construction 1 el 4 Justin Blair From: Sent: Justin Blair <jblair@mcclendonconstruction.com> Monday, March 7, 2022 10:06 AM To: Subject: 'patrick@arigoldelectric.com'; 'isisrod@empireelectriccomp.com ·; 'sprinklers@fwsprinkler.com'; 'greenenergytt@gmail .com'; 'lightingcreationbydesign@gmail.com'; 'sales@eleganceoutdoorlighting.com ' Request for Bid Attachments: Lighting System lnstallation.pdf March 7, 2022 McClendon Construction Co., Inc, Is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project#1: Bid Date: Plans Location: Contact: Project#2: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie .willhelm@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@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#l: 1 2 3 4 ·---~---.. 5 6 9 10 - - Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 Furnish/Install Conduit-Schedule 80 PVC 2 Inch Open Cut 26 05 33 Furnish/Install Conduit-Schedule 80 PVC 2 Inch Bore 26 05 33 NO 2 Insulated Elec Condr 34 41 10 Ground Box Type B, w/Apron 34 41 10 Furnish/Install Type 33A Arm 34 41 20 Furnish/Install LED Lighting Fixture (70 watt ATBO Cobra Head) 34 41 20 Rdwy lllum Foundation TY 3,5 ,6, and 8 34 41 20 Reconnect Conductor 34 41 20 Relocate Street Light Pole 34 41 20 Salvage & Install Existing Conductor 1 LF 819 LF 45 LF 2016 EA 8 EA 13 EA 13 EA 3 EA 2 EA 3 LF 3644 Project#2: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 39 3-Sect Signal Head Assmbly 3441.1001 EA 8 40 Ped Signal Head Assmbly 3441 .1011 EA 4 41 Audible Pedestrian Pushbutton Station 3441 .1031 EA 8 I 42 Furnish/Install BBU System EXT Mounted 3441 .1209 EA 1 43 Furnish/Install Hybrid Detection System 3441 .1215 EA 4 44 Furnish/Install Hybrid Detection Cable 3441 .1217 LF 1,100 45 Install Model 711 Preemption Detector 3441.1222 EA 1 46 Install Preemption Cable 3441 .1225 LF 315 47 4/C 14 AWG Multi-Conductor Cable 3441 .1310 LF 40 48 5/C 14 AWG Multi-Conductor Cable 3441 .1311 LF 317 49 10/C 14 AWG Multi-Conductor Cable 3441 .1314 LF 705 50 20/C 14 AWG Multi-Conductor Cable 3441.1315 LF 185 51 3/C 14 AWG Multi-Conductor Cable 3441 .1322 LF 1,735 52 NO 8 Insulated Elec Condr 3441 .1409 LF 1,800 53 NO 8 Bare Elect Condr 3441.1414 LF 580 54 Ground Box Type B, w/Apron 3441 .1502 EA 4 55 Ground Box Type D, w/Apron 3441 .1503 EA 1 56 Furnish/Install 10' -14' Ped Pole Assmbly 3441 .1603 EA 3 I 57 Furnish/Install Type 45 Signal Pole 3441 .1615 EA 1 58 Furnish/Install Mast Arm 52' -60' 3441 .1625 EA 1 59 TY 1 Signal Foundation 3441 .1701 EA 3 60 TY 5 Signal Foundation 3441 .1705 EA 1 61 Furnish/Install 352i Controller Cabinet 3441.1741 EA 1 Assembly 62 Dispose of Pole and Mast Arm Assmbly 3441 .2003 EA 2 I 63 Rdwy lllum Assmbly TY 18, 18A, 19, and D-40 3441 .3003 EA 2 Furnish/Install LED Lighting 64 Fixture (137 3441.3051 EA 4 watt ATB2 Cobra Head} 65 Rdwy lllum Foundation TY 3, 5, 6, and 8 3441 .3302 EA 2 66 Furnish/Install 8' Wood Light Pole Arm 3441 .3323 EA 2 67 Reconnect Conductor 3441 .3411 EA 2 68 Salvage Street Light Pole 3441 .3501 EA 1 69 Furnish/Install Alum Sign Mast Arm Mount 3441 .4001 EA 10 70 Furnish/Install Alum Sign Ground 3441 .4002 EA 2 Mount TxOOTStd. Furnish/Install Alum Sign Ground Mount City I 71 Std. 3441 .4003 EA 1 72 Remove Sign Panel 3441 .4109 EA 3 73 Furnish/Install PTZ Camera 9999.0008 EA 1 74 Furnish/Install PTZ Camera Cable 9999.0009 LF 240 2 Thanks, Justin Blair Mcclendon Construction 817-295-0066 3 Justin Blair From: Sent: To: Subject: Attachments: March 7, 2022 Justin Blair <jblair@mcclendonconstruction.com > Monday, March 7, 2022 10:09 AM 'CNJST AFFING@OUTLOOK.COM' Request for Bid J I I DI £anstnlction.pdf f McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project#l: Bid Date: Plans location: Contact: Project#Z: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie.willhelm@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@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 atl y questions concerning the job to the project engineer. Project#l: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 3 Manhole Adjustment, Major 33 0514 EA 1 31 4' Stom1 Junction Box 467 EA 5 32 5' Stom1 Junction Box 334910 EA 4 33 4' Stacked Manhole 33 4910 EA 3 p roject#Z: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 N /A 1 -···-·-------------------------------------- Justin Blair From: Sent: Justin Blair <jblair@mcdendonconstruction.com > Monday, March 7, 2022 10:12 AM To: Subject: 'estimating@elitestripingllc.com'; 'eguinn@rtofwayllc.com'; 'info@dpi-us.com'; 'Chudson@govistapro.com'; ·eguinn@rtofwayllc.com'; 'carrizales6@gmail.com' Request for Bid Attachments: Pavement Maricings.pdf March 7, 2022 Mcclendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project#l: Bid Date: Plans Location: Contact: Project#2: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Wil I helm, Debbie . will he I m@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd , CPN #101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@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#!: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 22 4" SLD Pvmt Marking HAS (W) 3217 23 LF 685 23 4" BRK Pvmt Marking HAS (W) 32 17 23 LF 1430 24 8" SLD Pvmt Marking HAS (W) 32 17 23 LF 405 25 Lane Legend Arrow · 32 17 23 EA 5 26 Lane Legend Only 3217 23 EA 2 27 REFL Raised Marker TY 1-C 3217 23 EA 35 28 REFL Raised Marker TY 11-C-R 32 17 23 EA 136 29 Remove 4" Pvmt Marking 32 17 23 LF 5479 30 Remove 8" Pvmt Marking 32 17 23 LF 443 33 Furnish/Install Alum Sign Ground Mount City Std . 34 41 30 EA 5 34 Remove Sign Panel and Post 34 41 30 EA 5 35 Remove Sign Panel 34 41 30 EA 3 Project#2: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd , CPN #101579 29 4" DOT Pvmt Marking HAS (W) 30 8" SLD Pvmt Marking HAS (W) 31 12" SLD Pvmt Marking HAE (W) 32 24" SLO Pvmt Marking HAE (W) 33 Median Extension SLD Pvmt Marking (Y) 34 Lane Legend Arrow 35 Lane Legend Only 36 REFL Raised Marker TY 1-C 71 Fumish/lnstall Alum Sign Ground Mount City Std. 72 Remove Sign Panel Thanks, Justin Blair Mcclendon Construction 817-295-0066 3217.0005 LF 3217.0201 LF 3217.0301 LF 3217 .0501 LF 9999.0007 EA 3217.1002 EA 3217.1004 EA 3217.2102 EA 3441.4003 EA 3441.4109 EA 2 99 390 410 112 2 6 6 20 1 3 Justin Blair From: Sent: To: Subject Attachments: March 7, 2022 Justin Blair <jblair@mcclendonconstruction.com> Monday, March 7, 2022 10:16 AM 'BigDConcrete@yahoo.com'; 'capaconcrete@gmail.com'; 'mahourani@cowtownrm.us'; 'bj@jlimperium.com'; Jabdulalhakim@verizon.net'; 'ke@designconstructbykee.com'; 'jlembke@lemcocs.com'; 'angela@seaman-group.com' Request for Bid , U ; lllfx €011uete.pcrr--·' Mcclendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project#l: Bid Date: Plans Location: Contact: Project#2: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Will helm, Debbie. will helm@fortworthtexas.gov CIP Intersection Improvements at Alta mesa Blvd & Crowley Rd, CPN #101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@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#l: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 Provide price to furnish redi-mix concrete to meet City of Fort Worth Specifications on approximately 4,000 CY. Project#2: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 Provide price to furnish redi-mix concrete to meet City of Fort Worth Specifications on approximately 450 CY. Thanks, Justin Blair Mcclendon Construction 1 Justin Blair From: Sent: To: Subject: Attachments: Justin Blair <jblair@mcclendonconstruction.com> Monday, March 7, 2022 10:18 AM 'info@skystreamaerial.com' Request for Bid ,'<:ti'!ljiit. Bbifding. Erection_pdf March 7, 2022 I Mcclendon Construction Co ., Inc, is requesting bids from certified Minority Business Enterprises for the foll , wing City of Fort Worth construction project(s): Project#l: Bid Date: Plans Location: Contact: Project#2: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Oebbie.willhelm@fortworthtexas.gov CIP Intersection Improvements at Alta mesa Blvd & Crowley Rd, CPN #101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@fortworthtexas.gov If your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can al l o email jblair@mcclendonconstruction.com with the project name on the subject line. I Quotes received less than 3 hours before the deadline will not be considered because time is needed to put lthe bid together and deliver it before the deadline A list of items to quote for each project is below Please refer any questions C oncerning the job to the project engineer. p roject#l: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 33 Furnish/Install Alum Sign Ground Mount City Std . 34 41 30 EA 5 34 Remove Sign Panel and Post 34 41 30 EA 5 35 Remove Sign Panel 34 41 30 EA 3 p roject #2: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 70 Furnish/Install Alum Sign Ground 3441.4002 EA 2 Mount TxDOT Std. 71 Furnish/Install Alum Sign Ground Mount City 3441 .4003 EA 1 Std . 72 Remove Sign Panel 3441 .4109 EA 3 1 Justin Blair From: Sent: To: Subject Attachments: March 7, 2022 Justin Blair <jblair@mcclendonconstruction.com> Monday, March 7, 2022 10:20 AM 'info@atlandscaping.com '; 'gjseeding@gmail.com'; 'admin@grey-construction.com'; 'info@atlandscaping .com'; 'info@prolawncaredfw.com'; 'Chudson@govistapro .com'; 'fernandeztrucking@netzero.com'; 'tony@lawnpatrolservice.com'; 'support@miravistalandscaping.com'; 'rrlandscapemgt@gmail.com'; 'thinkonitllc@gmail.com'; 'info@atlandscaping .com' Request for Bid _ .. Soe t,....,... Sen,ias--1 ,,.,. _,,,.~ -f'UT Mcclendon Construction Co ., Inc, is requesting bids from certified Minority Bus i ness Enterprises for the following City of Fort Worth construction project(s): Project #1: Bid Date: Plans Location: Contact: Project#2: Bid Date : Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie.willhelm@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@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#l: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 4 Block Sod Placement 32 92 13 SY 7350 5 Seeding, Hydromulch 32 92 13 SY 23900 Project#2: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 38 I Block Sod Placement 3292.0100 SY 46 1 Justin Blair From: Sent: To: Subject: Attachments: March 7, 2022 Justin Blair <jblair@mcclendonconstruction.com> Monday, March 7, 2022 10:22 AM 'david@westsideus.com' Request for Bid Asphalt Paving & Asphalt Paving Mixture.pdf \ McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the follojwing City of Fort Worth construction project(s): Project#l: Bid Date: Plans Location: Contact: Project#2: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie.willhelm@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@fortworthtexas.gov If your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can al ~o email jblair@mcclendonconstructi on .com with the project name on the subject line . I Quotes received less than 3 hours before the deadline will not be considered because time is needed to put f he 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. I Project#1: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 N/A p roject#2: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 20 21 Thanks, Justin Blair 2" Asphalt Pvmt Type C 4" Asphalt Base Type B McClendon Construction 817-295-0066 3212.0201 SY 3212.0501 SY 1 474 743 I Justin Blair From: Sent: Justin Blair <jblair@mcclendonconstruction.com> Monday, March 7, 2022 10:24 AM To: Subject: 'carlos.reyes@eartc.com'; 'john_casey@jecinstall.com '; 'patrick@arigoldelectric.com' Request for Bid Attachments: ,1Plfic Sg,al IMfillitfo,sqfd f ,.~ March 7, 2022 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project#1: Bid Date: Plans Location: Contact: Project#2: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie.willhelm@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@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: N/A ProJect#2: 39 40 41 42 43 44 45 46 47 48 Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 3-Sect Signal Head Assmbly 3441 .1001 EA Ped Signal Head Assmbly 3441.1011 EA Audible Pedestrian Pushbutton Station 3441.1031 EA Furnish/Install BBU System EXT Mounted 3441 .1209 EA Furnish/Install Hybrid Detection System 3441.1215 EA Furnish/Install Hybrid Detection Cable 3441 .1217 LF Install Model 711 Preemption Detector 3441 .1222 EA Install Preemption Cable 3441.1225 LF 4/C 14 AWG Multi-Conductor Gable 3441 .1310 LF 5/C 14 AWG Multi-Conductor Cable 3441.1311 LF l 8 4 8 1 4 1,100 1 315 40 317 49 10/C 14 AWG Multi-Conductor Cable 50 20/C 14 AWG Multi-Conductor Cable 51 3/C 14 AWG Multi-Conductor Cable 52 NO 8 Insulated Elec Condr 53 NO 8 Bare Elect Condr 54 Ground Box Type B, w/Apron 55 Ground Box Type D, w/Apron 56 Furnish/tnstall 10' -14' Ped Pole Assmbly 57 Furnish/Install Type 45 Signal Pole 58 Furnish/Install Mast Arm 52' -60' 59 TY 1 Signal Foundation 80 TY 5 Signal Foundation 61 Furnish/Install 352i Controller Cabinet Assembly 62 Dispose of Pole and Mast Arm Assrnbly 63 Rdwy lllum Assmbly TY 18, 18A, 19, and D-40 Furnish/Install LED lighting 64 Fixture (137 watt ATB2 Cobra Head) 65 Rdwy lllum Foundation TY 3, 5, 6, and 8 66 Furnish/Install 8' Wood Light Pole Arm 67 Reconnect Conductor 68 Salvage Street Light Pole 69 Furnish/Install Alum Sign Mast Arm Mount 70 Furnish/Install Alum Sign Ground Mount TxOOTStd. 71 Furnish/Install Alum Sign Ground Mount City Std. 72 Remove Sign Panel 73 Furnish/Install PTZ Camera 74 Furnish/Install PTZ Camera Cable Thanks, Justin Blair McClendon Construction 817 -295-0066 2 3441.1314 LF 705 3441 .1315 LF 185 3441 .1322 LF 1,735 3441 .1409 LF 1,800 3441.1414 LF 580 3441 .1502 EA 4 3441 .1503 EA 1 3441 .1603 EA 3 I 3441.1615 EA 1 3441 .1625 EA 1 3441 .1701 EA 3 3441 .1705 EA 1 3441.1741 EA 1 3441 .2003 EA 2 3441.3003 EA 2 3441 .3051 EA 4 3441.3302 EA 2 3441 .3323 EA 2 3441.3411 EA 2 3441 .3501 EA 1 3441 .4001 EA 10 3441.4002 EA 2 I 3441 .4003 EA 1 3441 .4109 EA 3 9999.0008 EA 1 9999 .0009 LF 240 Justin Blair From: Sent: To: Subject Attachments: March 7, 2022 Justin Blair <jblair@mcclendonconstruction.com> Monday, March 7, 2022 10:28 AM 'bids@greenlistservices .com'; 'd@ladylibertygroup.com'; 'support@miravistalandscaping .com'; 'ortegalandclearing@gmail.com'; 'betosoriano07@yahoo.com'; 'info@treenewal.com' Request for Bid f1YSS R ■r I I ( .. McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s}: Project#l: Bid Date: Plans location: Contact: Project#2: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie.willhelm@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@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#l: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 9 I 6"-12" Tree Removal I 311000 Project 12: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 N/A Thanks, Justin Blair Mcclendon Construction 817-295-0066 1 11 Justin Blair From: Sent: To: Subject Attachments: March 7, 2022 Justin Blair <jblair@mcclendonconstruction.com> Monday, March 7, 2022 10:31 AM 'kim.rotofw@flash.net'; 'ab@amconstructionutility.com'; 'ottoscott@hotmj il.com'; 'canumele@aushill.com'; 'mhemandez@axiscontracting.com'; 'marlenea@barconstructors.com '; 'barbosa .alfredo@icloud.com'; 'sandi .i@bccutilities.com'; 'craig.schleker@charter.net'; 'dloucks@greenscaf ing.com'; 'jcalvo@calvoconstruction.com'; 'm.aslam.khan@att.net'; 'jcraig@cdgland.<rom'; 'shussain@est-i.com'; 'jluna@feutilities.com'; 'theresa@firelineservices.co '.1r '; 'sajjadh@msn .com'; 'noelr@flowlineutilities.com'; 'eduardo.hernandez@ft1 w - lineconstruction.com'; 'Candace@FNHConstruction.com'; 'gomez9786@sl:kgloba1.net'; 'dchapman@gpsiwater.com'; 'grod@grodconstruction.com '; 'mbrian6274@aol.com'; 1rbpipe1ine@yahoo.com'; 'KAIDesign@kai-db.com'; 'claughley@laughleyb1ridge.com'; 'Lgarza@LKGResources.com'; 'monica@mdjcontracting.net'; 'mike@mjete as.com'; 'munizconstruction@live.com'; 'nash1 cm@gmail.com'; 'ortegalandclearing@gmail.com'; 'gdprose@yahoo.com'; 'rafybetances@rbr -llc.com'; 'angelad@renconinc.com'; 'marcosg@reyesgroup.com '; 'solisandsolisltd @aol.com'; 'srumsey@crossdevelopment.net'; 'sybennett@sybconstruction.com'; 'lupe@techundergroundutilities.com'; 'philiprojo@tejasconstruction.net'; 'texasaugerboring@gmail.com'; 'jprcin@texasenviro.com'; 'carrizales6@g ail.com '; 'trinitymillerllc@gmail.com'; 'kim .rotofw@flash.net'; 'mryan@ustfuel.com '; wjackson@ 1 wintex.com'; 'info@ajcontractingllc.com'; 'trinitymil lerl lc@gmail.com '; 'grod@grodconstruction.com '; 'carriza1es6@gmail.com '; 'kim.rotofw@flas 1 .net'; 'jcalvo@calvoconstruction.com'; 'Sa1es@C3 -LLC.net'; 'grod@grodconstruction.com '; 'brandy@nu-wayconstruction.net'; 'tiffany@postlgroup.com '; 'lupe@techundergroundutilities.com '; 1rbpipeline@yahoo.com '; 'trinitymillerllc@gmail.com'; 'jrbpipeline@yahoo.com' Request for Bid lllll!r and Sewer lines-and Retat:zd Snr:twes. Co~ Mcclendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project#l: Bid Date: Plans location: Contact: Project#2: Bid Date: Plans location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie. willhelm@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@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@mcdendonconstruction .com with the project name on the subject line. 1 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#l: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 1 Remove 6" Water Valve 02 4114 EA 2 Salvage Fire Hydrant 02 41 14 EA 3 Manhole Adjustment, Major 33 0514 EA 4 Manhole Adjustment, Minor 33 0514 EA 5 Trench Safety 33 0510 LF 6 Valve Box Adjustment 33 0514 EA 7 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 8 6" DIP Water, CLSM Backfill 33 11 10 LF 9 12" DIP Water, CLSM Backfill 33 11 10 LF 10 Fire Hydrant 331240 EA 11 Connection to Existing 24" Water Main 3312 25 EA 12 Connection to Existing 4"-12" water Main 33 12 25 EA 13 1 1/2" Water Service, Meter Reconnection 37 12 10 EA 14 1 1/2" Bored Water Service 38 12 10 EA 15 2" Water Service 43 12 10 EA 16 Relocate ARV Vent 3312 20 EA 17 12" Gate Valve 3312 20 EA 18 Relocate ARV Vent -EA Project#2: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 N/A Thanks, Justin Blair Mcclendon Construction 817-295-0066 2 1 1 1 1 195 1 1.8 80 115 2 2 2 1 1 2 1 1 1 The following were attachments sent with each email, fax, or postal mail to MBE's in each category McCLENDON CONSTRUCTION CO., INC. P .O. Box 999 • Burleson, Texas 76097 • (817) 295-0066 • Fax (817) 295-6796 • jblair@mcclendonconstruction.com March 7, 2022 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project #1: Bid Date: Plans Location: Contact: Project #2: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie. willhelrn@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN # 101579 March 24 , 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@fortworthtexas.gov lfyour 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#l: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 NIA Project #2: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 20 2" Asphalt Pvmt Type C 3212.0201 SY 474 21 4" Asphalt Base Type B 3212.0501 SY 743 Ap h~ 14-j) .. .,: J t" 4jph; It j:>,..,~ Alf ;~Le.. McCLENDON CONSTRUCTION CO., lt'C. P.O. Box 999 • Burleson , Texas 76097 • (817) 295-0066 • Fax (817) 295-6796 • jblair@mcdendonconstruction .com M~~~ I McClendon Construction Co ., Inc, is requesting bids from certified Minority Business Enterprises for the follo j:wing City of Fort Worth construction project(s): Project#l: Bid Date: Plans Location: Contact: Project #2: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie.wilJhelm@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 March 24 , 2022 . City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@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 ~id 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. I Project #1: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 2 Furnish/Install Conduit-Schedule 80 PVC 2 Inch ~~ ~~~ LF 45 P ·ect #2 l'OJ : CIP I t n ersect1on Im provemen a esa V rowey ' ts t Altam Bl d & C l Rd CPN #101579 15 2" CONDT PVC SCH 80 (B) 2605.3016 LF 120 17 3" CONDT PVC SCH 80 (B) 2605.3026 LF 145 McCLENDON CONSTRUCTION CO., INC. P.O . Box 999 • Burleson, Texas 76097 • (817) 295-0066 • Fax (817) 295-6796 • jblair@mcclendonconstruction.com March 7, 2022 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project #1: Bid Date: Plans Location: Contact: Project #2: Bid Date: Plans Location: Contact: Chishohn Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie.willhelm@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd. CPN #101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@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 ofitems to quote for each project is below. Please refer any questions concerning the job to the project engineer. Project #1: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 Provide price to furnish and install silicone joint seal to meet City of Fort Worth specifications on approximately 10,200 SY of Concrete Pavement. Project #2: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd. CPN #IO 1579 Provide price to furnish and install silicone joint seal to meet City of Fort Worth specifications on approximately 1,100 SY of Concrete Pavement. McCLENDON CONSTRUCTION CO., INC. P.O. Box 999 • Burleson, Texas 76097 • (817) 295-0066 • Fax (817) 295-6796 • jblair@mcclendonconstrudtion.com March 7, 2022 Mcclendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project#!: Bid Date: Plans Loation: Contact: Project #2: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie. willhelm@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN # I 01579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@fortworthtexas.gov lf 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. I Quotes received less than 3 hours before the deadline will not be considered because time is needed to put th~ 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. I Project #1: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 Provide price to furnish rebar to meet City of Fort Worth specifications for the duration of the project. Project #2: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 Provide price to furnish rebar to meet City of Fort Worth specifications for the duration of the project. McCLENDON CONSTRUCTION CO., INC. P.O . Box 999 • Burleson, Texas 76097 • (817) 295-0066 • Fax (817) 295-6796 • jblair@mcclendonconstruction.com March 7, 2022 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project#!: Bid Date: Plau Location: Contact: Project#2: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie. willhelm@fortworthtexas.gov CIP Intersection Improvements at Altarnesa Blvd & Crowley Rd, CPN # 101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley .radovich@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: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 3 4 11 Topsoil Import 32 91 19 SY 7350 11 Borrow by Plan 312323 CY 5803 Project#l: CIP Intersection Improvements at Altarnesa Blvd & Crowley Rd, CPN # l 0 1579 19 6'' Flexible Base, Type A, Gr-1 3211 .0112 SY 474 37 Topsoil 3291 .0100 CY 5.9 ··-----------····-···---------------------------------------- ◄McCLENDON CONSTRUCTION CO., l~C. P.O . Box 999 • Burleson, Texas 76097 • (817) 295-0066 • Fax (817) 295-6796 • jblair@mcclendonconstructibn .com March 7, 2022 Mcclendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the fol1owing City of Fort Worth construction project(s): Project #1: Bid Date: Plans Location: Contact: Project #2: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Wil1helm, Debbie. willhelm@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@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 wil1 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: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 RFQ & RFP to provide construction staking & Survey for the project. Project #2: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN # l 0 I 579 RFQ & RFP to provide construction staking & Survey for the project. McCLENDON CONSTRUCTION CO., INC. P.O. Box 999 • Burteson, Texas 76097 • (817) 29~0066 • Fax (817) 295-6796 • jblair@mcclendonconstruction.com March 7, 2022 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project #1: Bid Date: Plans Location: Contact: Project#l: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie. willhelm@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@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: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 Provide a price to furn ish diesel fuel for the duration of the project. Project #2: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 Provide a price to furnish diesel fuel for the duration of the project. I McCLENDON CONSTRUCTION CO., ~NC. P.O. Box 999 • Burleson, Texas 76097 • (817) 295-0066 • Fax (817) 295-6796 • jblair@mcclendonconstru r ·on.com March 7, 2022 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project #1: Bid Date: Plans Location: Contact: Project#2: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm , Debbie.willhelm@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@fortworthtexas.gov If your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can al ~o email jblair@mcclendonconstruction .com with the project name on the subject line. I 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 questioris concerning the job to the project engineer. Project#l: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 19 Remove 18" Storm Line 02 41 14 LF 60 20 Remove 42" Storm Line 02 4114 LF 45 21 Remove Headwall/SET 02 4114 EA 1 22 Unclassified Excavation by Plan 331000 CY 220 23 Borrow by Plan 312323 CY 5200 24 Embankment by Plan 312400 CY 5420 25 Concrete Riprap 313700 SY ~4 26 Medium Stone Riprap, dry 313700 SY 194 27 Trench Safety 33 0510 LF 3624 28 27" RCP, Class Ill 33 4110 LF 14 29 36" RCP, Class Ill 33 4110 LF 31 30 6x5 Box Culvert 33 4110 LF 12~5 31 4' Stenn Junction Box 467 EA Is 32 5' Storm Junction Box 33 4910 EA 4 33 4' Stacked Manhole 33 49 10 EA 3 34 SET (TY II) (24 IN) (RCP) (4: 1) (P) 467 EA 1 35 1 O' Recessed Inlet 33 49 20 EA 1 36 15' Recessed Inlet 466 EA 2 37 20' Recessed Inlet 466 EA 1 38 5' Drop Inlet 33 49 20 LF 1 39 WINGWALL (FW -0) (HW=8 FT) 466 LF 1 [)rq: Co~ ln;J:o ~ ~c.... 5 40 WINGWALL (FW -S) (HW=B FT) 466 LF 1 41 24" Polypropylene 33 4113 LF 960 42 36" Polypropylene 33 4113 LF 831 43 48" Polypropylene 33 4113 LF 553 44 Remove and Reset Chainlink Fence 02 4113 LF 460 Project #2: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd. CPN # 101579 NIA McCLENDON CONSTRUCTION CO., l~C. P.O. Box 999 • Burleson, Texas 76097 • (817) 295-0066 • Fax (817) 295-6796 • jblair@mcclendonconstructii n.com March 7, 2022 , McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project #1: Bid Date: Plans Location: Contact: Project #2: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN # 103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie.willhelm@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN # 101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@fortworthtexas.gov If your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can als l 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 id together and deliver it before the deadline. A list of items to quote for each project is below. Please refer any question concerning the job to the project engineer. Project #1: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 2 SWPPP :?: 1 acre 312500 LS 1 Project #2: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN # l 0 1579 Provide price to furnish and install BMP's on a project less than 1 acre. McCLENDON CONSTRUCTION CO., INC. P.O . Box 999 • Burleson, Texas 76097 • (817) 295-0066 • Fax (817) 295-6796 • jblair@mcclendonconstruction.com March 7, 2022 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project #1: Bid Date: Plans Location: Contact: Project #2: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie. willhelm@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@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#l: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 10 Unclassified Excavation by Plan 33 10 00 CY 3195 11 Borrow by Plan 312323 CY 5803 12 Embankment by Plan 312400 CY 3195 Project #2: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 NIA McCLENDON CONSTRUCTION co., !Ne. P.O. Box 999 • Burleson, Texas 76097 • (817) 295-0066 • Fax (817) 295-6796 • jblair@mcctendonconstru ! ion.com March 7, 2022 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the fol owing City of Fort Worth construction project(s): Project#l: Bid Date: Plans Location: Contact: Project#l: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 1 7, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie.willhelrn@fortworthtexas.gov CIP Intersection Improvements at Altarnesa Blvd & Crowley Rd, CPN #101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich , bradley.radovich@fortworthtexas .gov If your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can a1I1 o 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 th bid together and deliver it before the deadline. A list of items to quote for each project is below. Please refer any questior1 s concerning the job to the project engineer. Project#!: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 44 Remove and Reset Chainlink Fence 02 4113 LF 4~0 21 4' Gate , Steel (16' Wide) 32 16 13 LF 3p8 32 4' Gate, Steel 32 31 26 EA 2 Project #l: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 NIA McCLENDON CONSTRUCTION CO., INC. P.O . Box 999 • Burleson, Texas 76097 • (817) 295-0066 • Fax (817) 295-6796 • jblair@mcclendonconstruction.com March 7, 2022 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project #1: Bid Date: Plans Location: Contact: Project #2: Bid Date: Plans Location: Coatact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie. willhelm@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN # 101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@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: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 6 I Traffic Control I 34 7113 Project #2: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN # 101579 75 I Traffic Control 3471 .0001 MO 4 McCLENDON CONSTRUCTION CO., INC. P.O . Box 999 • Burleson, Texas 76097 • (817) 295-0066 • Fax (817) 295-6796 • jblair@mcclendonconstruction.com March 7, 2022 Mcclendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project( s ): Project #1: Bid Date: Plans Location: Contact: Project #2: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd. CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie.willhelm@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN # l01579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@fortworthtexas.gov If your company is interested in quoting, please contact us at 817-295-0066 or fax 817-295-6796. You can al o 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. I Project #1: 1 2 3 4 5 6 7 8 9 10 Project #2: 39 40 41 42 43 44 Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 Furnish/Install Conduit-Schedule 80 PVC 2 Inch Open Cut 26 05 33 LF 8~9 Furnish/Install Conduit-Schedule 80 PVC 2 Inch l s Bore 26 05 33 LF NO 2 Insulated Elec Condr 34 41 10 LF 2016 Ground Box Type B, w/Apron 34 4110 EA la Furnishnnstall Type 33A Arm 34 41 20 EA '3 Furnish/Install LED Lighting Fixture (70 watt ~3 ATBO Cobra Head) 3441 20 EA Rdwy lllum Foundation TY 3,5,6, and 8 34 41 20 EA 13 Reconnect Conductor 34 41 20 EA 12 Relocate Street Light Pole 344120 EA 3 Salvage & Install Existing Conductor LF 3644 CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN # 101579 3-Sect Signal Head Assmbly 3441 .1001 EA 8 Ped Signal Head Assmbly 3441 .1011 EA 4 Audible Pedestrian Pushbutton Station 3441.1031 EA 8 Furnish/Install BBU System EXT Mounted 3441 .1209 EA 1 Furnish/Install Hybrid Detection System 3441.1215 EA 4 Furnish/Install Hybrid Detection Cable 3441 .1217 LF 1,100 5J~J-l; !Al: ~ ·~Ill~~ 45 Install Model 711 Preemption Detector 3441 .1222 EA 1 46 Install Preemption Cable 3441.1225 LF 315 47 4/C 14 AWG Multi-Conductor cable 3441 .1310 LF 40 48 5/C 14 AWG Multi-Conductor cable 3441 .1311 LF 317 49 10/C 14 AWG Multi-Conductor Cable 3441.1314 LF 705 50 20/C 14 AWG Multi-Conductor Cable 3441 .1315 LF 185 51 3/C 14 AWG Multi-Conductor cable 3441 .1322 LF 1,735 52 NO 8 Insulated Elec Condr 3441.1409 LF 1,800 53 NO 8 Bare Elect Condr 3441.1414 LF 580 54 Ground Box Type B, w/Apron 3441.1502 EA 4 55 Ground Box Type D, w/Apron 3441.1503 EA 1 56 Fumish/lnstall 10' -14' Ped Pole Assmbly 3441 .1603 EA 3 57 Furnish/Install Type 45 Signal Pole 3441.1615 EA 1 58 Furnish/Install Mast Arm 52 ' -60' 3441.1625 EA 1 59 TY 1 Signal Foundation 3441.1701 EA 3 60 TY 5 Signal Foundation 3441.1705 EA 1 61 Furnish/Install 352i Controller Cabinet 3441.1741 EA 1 Assembly 62 Dispose of Pole and Mast Arm Assmbly 3441.2003 EA 2 63 Rdwy Ilium Assmbly TY 18, 18A, 19, and D-40 3441.3003 EA 2 64 Furnish/Install LED Lighting Fixture 3441 .3051 EA 4 ( 137 watt ATB2 Cobra Head) 65 Rdwy Ilium Foundation TY 3, 5, 6 , and 8 3441 .3302 EA 2 66 Furnish/Install 8' Wood Light Pole Ann 3441.3323 EA 2 67 Reconnect Conductor 3441.3411 EA 2 68 Salvage Street Light Pole 3441 .3501 EA 1 69 Furnish/Install Alum Sign Mast Arm Mount 3441.4001 EA 10 70 Furnish/Install Alum Sign Ground Mount 3441.4002 EA 2 TxDOT Std. 71 Furnish/Install Alum Sign Ground Mount City 3441.4003 EA 1 Std . 72 Remove Sign Panel 3441.4109 EA 3 73 Furnish/Install PTZ Camera 9999.0008 EA 1 74 Furnish/Install PTZ Camera Cable 9999.0009 LF 240 I McCLENDON CONSTRUCTION CO., INC. I P.O. Box 999 • Burleson, Texas 76097 • (817) 295-0066 • Fax (817) 295-6796 • jblair@mcclendonconstruction.com March 7, 2022 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project #1: Bid Date: Plans Location: Contact: Project #2: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie.willhelm@fortworthtexas .gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #IOI 579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@fortworthtexas.gov If your company is interested in quoting, please contact us at 817-295-0066 or fax 81 7-295-6796. 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 questior concerning the job to the project engineer. Project #1: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 3 Manhole Adjustment, Major 33 0514 EA 1 31 4' Storm Junction Box 467 EA 5 32 5' Storm Junction Box 33 4910 EA 4 33 4' Stacked Manhole 33 49 10 EA 3 Project#2: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 NIA A°\~~L ~JUJ . .,~ McCLENDON CONSTRUCTION CO., INC. P.O. Box 999 • Burleson, Texas 76097 • (817) 29~066 • Fax (817) 295-6796 • jblair@mcdendonconstruction .com March 7, 2022 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project #1: Bid Date: Plans Location: Contact: Project #2: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN # 103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie. willhelm@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@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: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 22 4" SLD Pvmt Marking HAS (W) 32 17 23 LF 685 23 4" BRK Pvmt Marking HAS (W) 32 17 23 LF 1430 24 8" SLD Pvmt Marking HAS (W) 3217 23 LF 405 25 Lane Legend Arrow 32 17 23 EA 5 26 Lane Legend Only 3217 23 EA 2 27 REFL Raised Marker TY 1-C 32 17 23 EA 35 28 REFL Raised Marker TY 11-C-R 32 17 23 EA 136 29 Remove 4" Pvmt Marking 3217 23 LF 5479 30 Remove 8" Pvmt Marking 32 17 23 LF 443 33 Furnish/Install Alum Sign Ground Mount City Std. 34 41 30 EA 5 34 Remove Sign Panel and Post 34 41 30 EA 5 35 Remove Sign Panel 34 41 30 EA 3 Project#l: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 29 4" DOT Pvmt Marking HAS (W) 3217.0005 LF 99 30 8" SLD Pvmt Marking HAS (W) 3217.0201 LF 390 31 12" SLD Pvmt Marking HAE 0N) 3217.0301 LF 410 32 24" SLD Pvmt Marking HAE 0N) 3217.0501 LF 112 33 Median Extension SLD Pvmt Marking {Y) 9999.0007 EA 2 34 Lane Legend Arrow 3217.1002 EA 6 ·--· -------------- 35 Lane Legend Only 3217.1004 EA 6 36 REFL Raised Marker TY 1-C 3217.2102 EA 20 71 Furnish/Install Alum Sign Ground Mount City 3441 .4003 EA 1 I Std. 72 Remove Sign Panel 3441.4109 EA 3 McCLENDON CONSTRUCTION CO., INC. P.O. Box 999 • Burleson, Texas 76097 • (817) 295-0066 • Fax (817) 295-6796 • jblair@mcclendonconstruction .com March 7, 2022 McClendon Construction Co., lnc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project #1: Bid Date: Plans Location: Contact: Project#2: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie.willhelm@fortworthtexas.gov CIP Intersection lmprovements at Altamesa Blvd & Crowley Rd, CPN # l O 1579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@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: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 Provide price to furnish redi-mix concrete to meet City of Fort Worth Specifications on approximately 4,000 CY . Project #2: CIP Intersection lmprovements at Altamesa Blvd & Crowley Rd, CPN #101579 Provide price to furnish redi-mix concrete to meet City of Fort Worth Specifications on approximately 450 CY. --·------------------------------------------ McCLENDON CONSTRUCTION CO., INC. P .O. Box 999 • Burleson , Texas 76097 • (817) 295-0066 • Fax (817) 295-6796 • jblair@mcclendonconstruction.com March 7, 2022 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project#!: Bid Date: Plans Location: Contact: Project#2: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN # 103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie. willhelm@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN # 101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@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. I 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· . Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 33 Furnish/Install Alum Sign Ground Mount City Std . 34 41 30 EA 5 34 Remove Sign Panel and Post 34 41 30 EA Is 35 Remove Sign Panel 3441 30 EA 3 Project #2: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 70 Furnish/Install Alum Sign Ground Mount 3441.4002 EA 2 TxDOTStd. 71 Furnish/Install Alum Sign Ground Mount City 3441 .4003 EA 1 Std. 72 Remove Sign Panel 3441.4109 EA 3 I McCLENDON CONSTRUCTION CO., INC. P.O. Box 999 • Burleson, Texas 76097 • (817} 29~0066 • Fax {817) 29~6796 • jblair@mcclendonconstruction.com March 7, 2022 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project #1: Bid Date: Plans Location: Contact: Project #2: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie. willhelm@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN # 101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@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: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 4 Block Sod Placement 32 92 13 SY 7350 5 Seeding, Hydromulch 32 92 13 SY 23900 Project #2: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #IO 1579 38 I Block Sod Placement 3292.0100 SY 46 McCLENDON CONSTRUCTION CO., INC. P.O . Box 999 • Burleson, Texas 76097 • (817) 295-0066 • Fax (817) 295-6796 • jblair@mcclendonconstructi]n.com March 7, 2022 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the folio ing City of Port Worth construction project(s): Project#l: Bid Date: Plans Location: Contact: Project #2: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie.willhelm@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@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 br·· d together and deliver it before the deadline. A list ofitems to quote for each project is below. Please refer any questions concerning the job to the project engineer. Project #1: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 NIA Project#2: ClP Intersection lmprovements at Altamesa Blvd & Crowley Rd, CPN # 101579 20 2'' Asphalt Pvmt Type C 3212.0201 SY 474 21 4" Asphalt Base Type B 3212.0sot SY 743 5/J LO-'vl.vvlv, -Js/ .. II-P~~,JA McCLENDON CONSTRUCTION CO., INC. P.O. Box 999 • Burleson, Texas 76097 • (817) 29~0066 • Fax (817) 29~6796 • jblair@mcclendonconstruction.com March 7, 2022 McClendon Construction Co ., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s ): Project #1: Bid Date: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #l03435 March 17, 2022 Plans Location: City of Fort Worth Purchasing Website Contact: Project#l: Bid Date: Debbie Willhelm , Debbie.willhelm@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN # 101579 March 24, 2022 Plans Location: City of Fort Worth Purchasing Website Contact: Bradley Radovich, bradley.radovich@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: NIA Project#l: 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 Chisholm Trail Ranch N Bound Brewer Blvd, CPN #l03435 CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 3-Sect Signal Head Assmbly 3441.1001 EA 8 Ped Signal Head Assmbly 3441 .1011 EA 4 Audible Pedestrian Pushbutton Station 3441 .1031 EA 8 Furnish/Install BBU System EXT Mounted 3441 .1209 EA 1 Furnish/Install Hybrid Detection System 3441 .1215 EA 4 Furnish/Install Hybrid Detection Cable 3441.1217 LF 1,100 Install Model 711 Preemption Detector 3441 .1222 EA 1 Install Preemption Cable 3441 .1225 LF 315 4/C 14 AWG Multi-Conductor Cable 3441.1310 LF 40 5/C 14 AWG Multi-Conductor Cable 3441.1311 LF 317 10/C 14 AWG Multi-Conductor Cable 3441 .1314 LF 705 20/C 14 AWG Multi-Conductor Cable 3441.1315 LF 185 3/C 14 AWG Multi-Conductor Cable 3441.1322 LF 1,735 NO 8 Insulated Elec Condr 3441 .1409 LF 1,800 NO 8 Bare Elect Condr 3441.1414 LF 580 Ground Box Type B, w/Apron 3441.1502 EA 4 Ground Box Type D, w/Apron 3441.1503 EA 1 ,~~ >r' (/WI ~4i /(/,()~ 56 Fumish/lnstall 10' -14' Ped Pole Assmbly 3441 .1603 EA 3 57 Furnish/Install Type 45 Signal Pole 3441.1615 EA 1 58 Furnish/Install Mast Arm 52' -60' 3441 .1625 EA 1 59 TY 1 Signal Foundation 3441 .1701 EA 3 60 TY 5 Signal Foundation 3441 .1705 EA 1 61 Furnish/Install 352i Controller Cabinet 3441.1741 EA 1 Assembly 62 Dispose of Pole and Mast Arm Assmbly 3441 .2003 EA 2 I 63 Rdwy lllum Assmbly TY 18, 18A, 19, and 0-40 3441.3003 EA 2 64 Furnish/Install LED lighting Fixture 3441.3051 EA 4 I (137 watt ATB2 Cobra Head) 65 Rdwy Ilium Foundation TY 3, 5, 6, and 8 3441 .3302 EA 2 66 Furnish/Install 8' Wood Light Pole Ann 3441.3323 EA 2 I 67 Reconnect Conductor 3441 .3411 EA 2 I 68 Salvage Street Light Pole 3441.3501 EA 1 69 Furnish/Install Alum Sign Mast Arm Mount 3441.4001 EA 10 70 Furnish/Install Alum Sign Ground Mount 3441 .4002 EA 2 TxDOT Std. 71 Furnish/Install Alum Sign Ground Mount City 3441.4003 EA 1 I Std. 72 Remove Sign Panel 3441.4109 EA 3 73 Furnish/Install PTZ Camera 9999.0008 EA 1 I 74 Furnish/Install PTZ Camera Cable 9999.0009 LF 240 I -----------------·-------·--· ----· ------------------------- McCLENDON CONSTRUCTION CO., INC. P.O . Box 999 • Burleson, Texas 76097 • (817) 295-0066 • Fax (817) 295-6796 • jblair@mcclendonconstruction.com March 7, 2022 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project #1: Bid Date: Plans Location: Contact: Project#2: Bid Date: Plans Location: Contact: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #l03435 March 17, 2022 City of Fort Worth Purchasing Website Debbie Willhelm, Debbie.willhelm@fortworthtexas.gov CIP Intersection hnprovements at Altamesa Blvd & Crowley Rd, CPN #101579 March 24, 2022 City of Fort Worth Purchasing Website Bradley Radovich, bradley.radovich@fortworthtexas.gov If your company is interested in quoting, please contact us at 8 17-295-0066 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: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 9 I 6"-12" Tree Removal I 311000 I EA 11 Project#2: CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #101579 NIA McCLENDON CONSTRUCTION CO., INC. P.O. Box 999 • Burleson, Texas 76097 • (817) 29~0066 • Fax (817) 29~6796 • jblair@mcclendonconstruction.com March 7, 2022 McClendon Construction Co., Inc, is requesting bids from certified Minority Business Enterprises for the following City of Fort Worth construction project(s): Project #1: Bid Date: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 March 17, 2022 Plans Location: City of Fort Worth Purchasing Website Contact: Project #2: Bid Date: Debbie Willhelm, Debbie. willhelm@fortworthtexas.gov CIP Intersection Improvements at Altamesa Blvd & Crowley Rd, CPN #IO 1579 March 24, 2022 Plans Location: City of Fort Worth Purchasing Website Contact: Bradley Radovich, bradley.radovich@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. I Quotes received less tha.n 3 hours before the deadline will not be considered because time is needed to put the ~id 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. I Project#!: Chisholm Trail Ranch N Bound Brewer Blvd, CPN #103435 1 Remove 6" Water Valve 02 4114 EA 1 2 Salvage Fire Hydrant 02 4114 EA 1 3 Manhole Adjustment, Major 33 0514 EA 1 4 Manhole Adjustment, Minor 33 0514 EA 1 5 Trench Safety 33 05 10 LF 1~5 6 Valve Box Adjustment 33 0514 EA 1 7 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 1.8 8 6" DIP Water, CLSM Backfill 33 1110 LF 80 9 12" DIP Water, CLSM Backfill 33 11 10 LF 11 15 10 Fire Hydrant 3312 40 EA 2 11 Connection to Existing 24" Water Main 3312 25 EA 2 12 Connection to Existing 4"-12" Water Main 3312 25 EA 2 13 1 1/2" Water Service, Meter Reconnection 37 12 10 EA 1 14 1 1 /2" Bored Water Service 38 12 10 EA 1 15 2" Water Service 43 12 10 EA 2 16 Relocate ARV Vent 3312 20 EA 1 17 12" Gate Valve 3312 20 EA 1 18 Relocate ARV Vent -EA 1 Project#2: NIA CIP Intersection Improvements at Altamesa Blvd & Crow~y f:ld, f PN #IO I 57~ / / vvo.tc..r r 5~ ~,-L: """'-l C\vv( ~N. s?i-v~ ~6~~.,, Documentation of Fax Contact ---------·· .. . ·--··-----·-···-····-·----~ The following are faxes that were attempted sent to those subs who had no email address or whose emails were returned as undeliverable Justin Blair From: Sent: To: Subject: Attachments: MAILER -DAEMON (Mail Delivery System) Monday, March 7, 2022 10:12 AM jblair@mcclendonconstruction.com Undelivered Mail Returned to Sender details.txt; Undelivered Message Headers.txt This is the mail system at host smtp17.relay.ordld.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 <eguinn@rtofwayllc.com>: Host or domain name not found . Name service error for name=rtofwayllc.com type=A: Host not found &--u: \AV\ &TV" (i> ~ y_,,,,J-Adf 'j 7 · q c;tJ 7 ttu, Jr !& ..,, Su i" k • I 6 i f2:v~rd ~c,"' 7( 1 ;-0~ / Justin Blair From: Sent To: Subject: noreplybox@websites.att-mail.com Monday, March 7, 2022 10:51 AM mwebb@mcclendonconstruction.com; bjblair@mcclendonconstruction.com; dan@mcclendonconstruction.com; jblair@nicclendonconstruction.com; scott@mcclendonconstruction.com Yourfax to 1 866 311 -3836 has been successfully sent Your fax to 1 866 311-3836 has been successfully delivered . A copy of this fax will be stored in the Online Fax portal for 1 year, after which time you will be notified by email that you have 48 hours before the fax will be deleted.I If you have any questions, please do not hesitate to contact us 24/7 by phone 1.888.WEBHOST or by e-mail at onlinefax@websites.att-mai l.com . For billing, please e-mail us at billing@websites .att-mail.com. Thank you for choosing AT&T. We appreciate your business and look forward to serving you . AT & T Website Solutions T earn 1.888. WEB HOST I The following MBEs were contacted by postal mail with the appropriate letter for their category Justin Blair From: Sent: To: Subject: Attachments: Mail Delivery System <mailer-daemon@ppe-hosted.com> Monday, March 7, 2022 9:35 AM jblair@mcclendonconstruction.com Undelivered Mail Returned to Sender details.bet; Undelivered Message Headers.bet This is the PPE Hosted Dispatch mail system. PPE Hosted tried to deliver your email message, but was unable to do so for reasons outside our control. We recommend contacting the person or service responsible for looking after the recipient domain's email server directly. The last error message we have available from the recipient's server is included right below, along with an extract of your email: <jea-hydro@jea-hydro.com>: host jeahydro-com0i.mail.protection.outlook.com[104.47. 73.138) said: 554 5.4.14 Hop count exceeded -possible mail loop A TTR34 [MW2NAM04FT037.eop-NAM04.prod.protection.outlook.com] (in reply to end of DATA command) { J /_ l,o"' "'\-tV ✓-o"' 7UsJ7 1'? .. / i 1rAi.,kfa G~:~ -:t:ve t/t i,; 11 .. " ti di{,,, ~I J-'v ";I,, I tP I (di f--wo'r+'-" T"-1 ur 20 Pl -::,t ?TC>•,'J) r rJ .r 11\0 , 'G,,-1-oa "-;vo 1 McCLENDON CONSTRUCTION CO., INC. P.O. Box 999 Burleson, Texas 76097 Guinn Group, LLC 3308 Preston Toad, Suite 350#353 Plano, TX 75093 McCLENDON CONSTRUCTION CO., INC. P.O. Box 999 Burleson, Texas 76097 JEA/Hyrdotech Engineering Inc. 6825 Manhattan Blvd Suite 100 Fort Worth, TX 76120 •: ' ' . • . . B2Gnow CITY OF FORT WORTH CONTRACT COMPLIANCE MEMORANDUM THIS FORM MUST BE ATTACHED TO THE ROUTING "M & C" BEFORE LAW DEPARTMENT AND CITY MANAGER APPROVAL To: Department Pr oject Manager From: Office of Business Equity Date: March 31, 2022 In the Amount of: $716,077.34 101579 DOE/P roj ect No. Project/Bid: Altamesa Blvd and Crowley Road Intersection Improvements (Construction) I I 1. Compliance with the City's Business Equity Ordinance has been achieved by the following method: I Mcclendon Construction Co., Inc . is in compliance with the City's Business Equity Ordinance by committing to 10% Business Equity participation and docume hting good faith effort. McClendon Construction Co., Inc . identified several subco ~tracting and supplier opportunities. However, the firms contacted in the areas identified did not respond or did not submit the lowest bids . The City's Business Equity goal on this project is 24%. https ://fortworth.diversitycompliance.com/FrontPage/DiversityMain.asp?X ID=2 029 1 /1 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK C ITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOC UM ENTS Revised Jul y I , 20 I I 2018 CIP Intersection Improvements Altamesa Boul evard and Crowley Road City Project No. 101579 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 St r uctures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16 .05 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 .52 Crawler Tractor Operator $ 14 .07 Electrician $ 19 .80 Excavator Operator, 50,000 pounds or less $ 17 .19 Excavator Operator, Over 50,000 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 Pipe layer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16 .18 Roller Operator, Asphalt $ 13.08 Roller Operator, Other $ 11 .51 Scraper Operator $ 12 .96 Servicer $ 14 .58 Small Slipform Machine Operator $ 15 .96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-M ix $ 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 con stru ction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Te xas' Standard Job Cla ssifi cations and Descriptions for Highway, Heavy, Utilities, and Indu strial Construction in Te xas. Page 1 of 1 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTIO N SPECIFICATION DOCUMENTS Revised Jul y 1, 2011 2018 CIP Intersection Improvements Altamesa Bou leva rd and Crow ley Road City Project No. 101579 Approva l Spec No. Classsiti cation 1-·.-- Manhole Inserts . E l -14 CITY OF FORT WORTH WATER DEPARTMENT'S STANDARD PRODUCTS LIST Manufacturer Model No. ---- WASTEWATER Knutson Enterprises Made 10 Order -Pl as tic j Manhole Lnsert .--El-14 ------~·lanholc Insert South Western Packaging Made to Order -Plast ic -. E l -14 [Manhole Insert Nonow-lnOow Made to Order -Pl astic 09/23/96 El-1 4 Manho le Insert Southwes tern Pack.in 2 & Seals , lnc. LifcSavcr . Stainless S teel 09/23/96 E l-1 4 I Manhole Insert Southwestern Packin 2. & Seals, Inc. TcthcrLok • Stainless Steel I Manholes & Bases/Frames & Covers/Rectangular . I Manhole Frames and Cove rs Wes tern lron Works, Bass & l-lavs Foun drv 1001 . I Manhole Frames and Covers Vulcan Foundrv 6780 I Manholes & Bases/Frames & Covers/Sta ndard (R o und) . El-14 Manhole Frames and Covers Western lroo Wo rks, Bass & Ha ys Fo undry 30024 . El-14 Manhole Frames and Covers Mc Kinlev Iro n Works lnc. A24AM . El-14 Manho le Frames and Covers Neenah Castine. . El-14 Manhole Frames and Covers Vulcan Fo undry 1342 El -14 Manhole Frames and Covers Si£ma Corpora1io n MH-144N El -14 Manhole Frames and Covers S ie.ma Coroora1io n Ml-l -143N El -14 Manhole Frames and Covers Pont -A-Mousson GTS-STO El -14 Manho le Frames and Covers Neenah C astin£ 7/25/03 El-14 Manho le Frames and Covers Saint-Gobain Pioc lincs (Pamrex/rexus) RE32-R8 FS 01/3 1/06 E l-14 30" DI M l I Rina and Cover East Jordan Iron Works V J432-2 and V 1483 Desi ns 11/02/10 El-14 30" DI MH Rin£ and Cover Si2ma Corporation MHl65 1FWN & Ml-116502 07/19/1 1 E l-1 4 30" DI MH Rine. and Cover Siar Pioe Products MH32Fl'WSS-DC 08/10/11 El-14 30" DI MH Ring and Cm·er Accucast 220700 Heavy Duty with Gasket Ring Manhol es & Bases/Fram es & Covers/Water Tight & Pre ss ure Tight . E l -14 Manhole Frames and Covers Po nt-A -Mo usson Pamti £hl . E l -14 Manhole F rames and Covers Neenah Castin.it . E l -14 Manhole Frames and Covers Vulcan Foundrv 2342 . E l -14 Manhole Frames and Covers Western Lron Works.Bass & Hays Foundry 300-24P . El -14 Manhole Frames and Covers McKinlev Iro n Wo rks Inc. WPA2 4AM 03/08/00 El -14 Manho le Frames and Covers Accucast RC-2 100 04/20/0 1 El -14 Manhole Frames and Covers ScramPorc In dustri es Pri vate Ltd. 300-24-23.75 Rin 2 and Cover Manholes & Bases/New/Com gonent s 07/23/97 Urethane l-l vdroohilic Wa1crs100 Asahi Ko2yo K.K. Adeka Ult ra-Seal P-20 1 04/26/00 Offset Jo int fo r 4' Diam. MH Hanson Concrete Prod ucts Drawine. No. 35-0048-00 I 04/26/00 Profile Gasket fo r 4' Diam. Ml I. Press-Seal G asket Corp. 250-40 Gasket 1/26/99 HOPE Manho le adiustmcnt Rin2 Ladtcch, Inc HOPE Adi uslment Ri n2 5/13,1)5 Manhole External Wrap Canusa -CPS WrapKISeaJ Manhole Encansulation Svstcm Manholes & Bases/New/Precast Concrete . El-14 Manho le, Precasl Concrete Hvdro Conduit Corp SPL lt em#49 . El -14 Manhole, P recast Concrete Wall Concrete Pioe Co. lnc. . E l -14 Manhole, Precast Concrete Hanson (formerl y G ifford-Hill) 04/26/00 E-14 MH, S in2le Offset Seal Joint Hanson Tvoc F Dw2 35-0048-00 1 09/23/96 E l -14 Manhole, Prccast Concrete Concrete Product Lnc . 48H I.D . Manho le w/ Jr Cone 08/30/06 E l -14 Manhole, Prccast Concrete The T urner Compan y 48 .. I.D. Manhole w/ 24" Cone 10/27/06 E l-14 Manhole. Precast Concrete O ldcas1le Prccast Inc. 48" I.D. Manho le w/ 24" Cone 06/09110 El-14 Manho le. Prccast (Reinforce Po lymcr)Concrete US Compasil e Pipe Reinforced Polvmcr Concrete Manholes & Bases/New/Fibe rglass 1/26/99 Fiber2lass Manhole Fluid Con1ainme nt, Inc. Flowtite 08/30/06 Fiber2lass Manhole L.F. Man ufacturin2 Manholes & Bas es/Rehab Systems/Cementitious . El-14 Manho le Reha b Svs tems Quadex 04/23/0 1 E l -14 Manho le Re hab S ys tems Standard Cement Materials, lnc. Reliner MSP El-14 Manhole Rehab Svstems AP/M Pem1aform 4/20/0 1 El -14 Manhole Rehab Svs lem Stro m! -Seal S vs tems Strom?. Seal MS2A Rehab S stem 5/12/03 El-14 Manhole Rehab Sys tem Pol y-triplex Technologies MH repair product to stop infiltration 08/30/06 General COflCrete Repair Flcx.Krete Tcchnol<>jtics Vin yl Polvcster Reoair Product Manholes & Bases/Rehab Systems/NonCementitious 05/20/96 E l -14 Manho le Rehab Svstems S pravroo, S p ray Wall Polyurethane Coating . E l -14 Manhole Rehab Systems S un Coast 01/3 1/06 Coatin2s for Corrosion Protection Chesterton Arc 79 1, S IIIB, S I, S2 8nsnoo6 Coatin2.S for Corrosion Protection Warren Environmental S,30 1 and M-30 1 08/30/06 Coatin2s for Corrosion Protection C i1adcl Sl.S-30 Solids Epoxy Pige/New/Centrifugall y Cast Fiberg lass Reinforced Pige/Polymer Modified Concrete 7/21 /97 Cem. Cast Fi ber.11Jass lfobas Pi pe USA , Inc. Hobas Pipe (Non-Pressu re) 10/30/03 lF lowtite Amitec h USA Prepared 2/29/2012 UPDATED: 2-29-20 12 National Spec Size --- I ASTM D 1248 .I.. For 24" dia. ASTM D 1248 For 24" dia. ASTM D 1248 f"-For24"dia. I For 24" d ia. I For 24 " dia 24 "x40" WO 24"x40"WD I 24" Dia . 24" Dia. 24" Dia . ASTMA48 I 24" Di a. I 24" d ia. 24" d ia. I 30" Dia . AAS IITO M306-04 I 30" Dia. 30" Dia 30" Dia 30" Dia I 24" Dia. 24" Dia. ASTMA48 24" Dia. 24" Dia. 24" Dia . ASTM A48 24" Dia. ASTM A48 24" Dia. ASTM 0 2240/0 4 12/0 792 ASTM C-443/C-361 I SSMU I Non-traffic area ASTM C478 48" ASTMC-443 I 48" ASTM C478 48 " ASTM C478 48" Diam Ml-I ASTM C478 48" w/32 " cone ASTMC478 48" ASTMC478 48" Diam w 24 .. R in2 ASTMC-76 48 " to 72" ASTM 3753 Non-tra ffi c area Non.traffic area ASTM D58 13 Misc. Use ASTM D639/D790 Acid Resistance Test Sewer Aoolications Sewer Aoolications Sewer Applications ASTM 0 3262/03754 Page 1 Approva l Spec No. Classsification 03n2/IO Fibcretass Pioc 4/14,IJS Polymer Modified Conm.'1c Pipe 06/09/10 E l -9 Reinforced Polvm...-Concrete Pioc Pi11e s/New/Concrete . E l -04 Cone . Pipe, Re inforced . El -04 Cone. Pipe, Reinforced . E l -04 Cone. Pinc, Reinforced . E l -04 Cone. Pipe, Reinforced Pi11es/New/Du ctil e Iron . El -06 Ducti le Iron Pipe . El -06 Ductile iron Pi pe . El-06 Ductil e lron Pipe . E l -06 Duc til e Iron Pipe Pi11es/New/PVC (Pressure) 12/02/11 E l -24 OR -14 PV C Press ure Pi pe Pi11e s/New/HDPE (PiJl!e BurstinglSii11Iining) . Hidt-dcnsit y polyethylene pipe . Hi2h-densit v oolvcthvl cne oioe . Hil!h -dcnsit ' oolvelhvlene oioe High-density polyethylene pipe Pi11e s/New/PVC * 11/04/98 El-31 PVC Corru2ated Sewer Pipe E l -31 PVC Comu?alcd Sewer Pioc 0S /04,1)9 E l -3 1 PVC Corrugated Sewer Pioe . El -25 PVC Sewer Pipe . E l -25 PVC Sewer Pioc . E l -25 PVC Sewer Pipe . E l -25 PVC Sewer PiDC 12/23/97• E l -27 PVC Sewer Pipe . E l -27 PVC Sewer Pipe . E l -25 PVC Sewer Pipe 11/11 /98 El-28 PVC Sewer Pi oe . E l -28 PVC Sewer Pipe 11/12/99 E l -29 PVC Truss Pipe 09/26/9 1 E I00-2 Closed Profile PVC Pi pe 11/1 7/99 E I00-2 Closed Profil e PVC Pi pe 05/06,1)5 El-28 PVC Solkt Wall Pi pe 04/27,1)6 El -25 PVC Sewer Fillings -E l -25 PVC Sewer Fittings - Pi11e s/New/Ribbed 011 en Profile Large Diamete r 09/26/91 E I00-2 PVC Sewer Pi oc, Ribbed 09/26/91 E I00-2 PVC Sewer Pi pe, Ribbed EI00-2 PVC Sewer Pi pe, Ribbed 11 /10/IO (EI00-2) Polvoroovlcnc (PP) Sewer Pioc, Double Wall 11/1 0/10 (E I00-2) Polypropylene (PP) Sewer Pipe, Triple Wall 05/1611 1 Steel Reinforced Polyelhylcnc Pipe Pi11es/Reh ab/CJPP . Cured in Place Pi oe 05/03/99 Cured in Place Pipe 05/29/96 C ured in Pl ace Pioe Pi11e s/Rehab/Fold & Form . Fold and Form Pipe 1 1/03/98 Fold and Fonn Pioc Fold and Form Pipe 12/04/00 Fo ld and Fom1 Pi pe 06/09/03 Fold and Fom1 Pioe Pi11 e Enlargm e nt S~stem (Method) !PIM Sys tem !McConnell Sys tems ITRS Svstems Pi11e Ca sing S11acers 11/04/02 Steel Band Casing Spacers 02/02/93 Stainless Steel Casing Spacer 04/22/87 Casing Spacers 09/14/10 Stainless Steel Casing Spacer 09/14/10 Coated Steel Casio Spacers 05/10/11 Stainl ess Ste.e l Cas ing Space r Coatin gs 02/25,1)2 Eoox.v Lininv. Svs tem CITY OF FORT WORTH WATER DEPARTMENT'S STANDARD PRODUCTS LIST Ma nufacturer Model No, -Amcron Bondslrand APMP P ipe Ami tech USA Meyer Polvcrete Pipe US Comoosi1c Pioc Reinforced Polvmcr Concre1c Pioe Wall Concrete Pi ne Co. Inc. Hydro Conduit ~lion Class UJ T&G, SPL Item #77 Hanson Concrete Prod uclS SPL Item #95-Manhole, #98-Pioc Concrete Pinc & Product s Co. Inc . Griffin Pipe Prod ucts, Co. Super Bcll-Ti1c Ductil e Lron Press ure Pipe, America n Ductile lroo Pipe Co. American Fast itc Pi pe U.S. Pipe and Found ry Co. Mc Wane Cas t lro n Pi pe Co. Pipeli fc Jetstrcam PVC Pressure Pipe Phillips Driscopipe, Inc. Opticorc Ductile Polyethylene Pipe Pl exco Inc. Poll v Pi oe, lnc. CSR Hydro Conduil/Pincline Systems McConnell Pi pe Enl argement Coo toch Construction Products, Inc. Con1ech A-2000 Sewer Pipe Uoonor ETI Comoanv Ultra corr Diamond Pl astics Cnrnnrntion CORR21 Can-Tex, Industries Certain-Teed Products Coro Napco Manufacturing Corp J-M Manufaeturin2 Company, Inc. Diamond Plastics Cn""'ration SDR -26 and SDR-35 Lamson Vy lon Pipe Extrus ion Tochnolo2ies, Inc Diamond Plastics Cnrt'V\ra tion .. S" Gravil v Sewer Pi oe J-M Manufacturing Company, Lnc. Co ntech Construction Product s, Inc Contoch PVC Truss Pi oe Lamson Vvlo n Pioe Carlo n Vvlon H.C. C lose Profile Diamond Pl astics Co rpora tion Diamond Pl astics Comor.i.tion UPDATED: 2-29-2012 Na tional S~c -S iz~ -ASTM 03262/03754 ASTM C33, A276, F477 8" to !Or, Class v ASTMC-76 ASTM C76 ASTM C76 ASTM C76 ASTM C76 AWWAC l 50,C l 5 1 r1hru24" AWWAC 150,C l 51 4",8"& 10" AWWAC l 50,C 151 AWWAC l 50,C l 5 I AWWAC900 4" thru 12" ASTM D 1248 8" ASTM D 1248 8" ASTM D 1248 8" AS TMD 1248 ASTM F 949 8" thru 36" ASTM F949 24" lo 36" Only ASTM F949 24 " to 36" o nl v ASTM D 3034 4" thru 12" ASTM D 3034 4" thru 15 " ASTM D 3034 , D 1784 4"&8" ASTM D 3034 4" -I S" ASTM F 789, ASTM D 3034 4"thru 15" ASTM F789 4 " thru 15" ASTM D 3034 8", 10" ASTMF679 18" 10 27" ASTMF679 18" -27" ASTM D 2680 8" throu2.h 15" ASTM F 794 18"1048" ASTM I 803/F794 18 .. 1048" PS 46 ASTM F-679 I SM 10 48 M Harco SDR-26 and SDR -3.5 Gaskct Fiuin~~M D-3034, D-17 84. C!:._--4" -I S" Plastic Trends. ln .c -Gaskelcd PVC Sewer Main htting~ ASTM D 303> Lamson Vylo n Pipe Carlon Vylon J-1 .C. Closed Profile Pipe, ASTM F679 18" 10 48" Extrusion Technolo2 ics, Inc. Ultra-Rib Oocn Profile Sewer Pioc ASTM F679 is-to 48" Uoonoc ETI Company Advanced Drainaa.e Svstems (ADS) SaniTitc HP Double Wall (Corru2atcd) ASTM F2736 24 "-JO M Advanced Drainue Svstcms (ADS) SaniTitc I-IP Triolc Wall Pioc ASTM F2764 30" to 60M ConTcch Cons1ruction Products Durmaxx ASTM f 2562 24" 1072" lns itu form Texa rk., Inc ASTM F 12 16 Nat ional Envirotech Grouo Na tiona l Liner, (SPL) Item #27 ASTM F-1216/D-5813 Reyno lds lndlnliner Tcchnolgy (lnliner USA) lnlincr Technolo2y ASTM F 12 16 Cullum Pipe Sys tems, Inc . lns itu fonn Tochnolo2ics, Inc . lnsitufonn "N uPl oe" ASTM F-1504 Amcrican Pine & Pl as Lics. lnc. Demo. Pu""""' Onl v Ult ralincr Ultra liner PVC Allo Pi oe liner ASTM F-1504, 1871 , 1867 Mill er Pioelinc Coro. EX Method ASTM F-1504 , F-1947 Uo 10 18" diameter PIM Cnrrvvntion Polveth vlenc PIM Corn., Pisca ta Wa v, NJ . Aooroved Previous ly Mela! Construction Pol vclh vlenc Houston, Tex as Aooroved Previously Trcnchless Reolaccmcnt Svstem Polvethv lene Caloarv, Canada Approved Previous ly Ad vanced Products and Systems, Inc. Carbon Stee l Spacers, Mode l SI Advanced Products and Systems, Lnc. Stainless Steel Spacer, Model SSI Cascade Waterworks Manufacturing Casing Spacers Pipeline Seal and lnsul31or StainJess Steel Casing Spacer Up to 48" <l ><2> Pipe line Seal and lnsufo1or Coated Steel Casin Spacers Up to 48" <1><2> PowerSt.'"O.I 48 10 Powe r chock Up lO 48" <1><2> Saucrciscn, Inc SewerGard2 10RS LA Count y#2 10-l .33 Prepared 2/29/2012 Page 2 ~1 -SpecNo. Classsification 12/14/0 1 Eooxv Li nin2 Svs tem 04/14/05 interior Ductile lron Pioc Coo.tine. Piges/Val ves & F ittin g s/Combina ti o n A ir R e leas e . E l -II Combinatio n Air Re lease Valve . El -II Combi nati on Air Re lease Valve . E l -I I Combination Ai r Release Valve Piges/Va l v e s & F ittings/Duc ti le Iro n F itti ngs 07/23/92 El -07 Duct ile Iron Fitt ings . El -07 Ductile Iron Fiuine.s . El -07 Ductile lron Fiu inRS 05/1 4/98 E l -07 Ductile Iro n Fit1 in2s 08/10/98 El -07 MJ Finings 05/14/98 El -07 Duct ile Iron Joint Restraints 11/09/04 El -07 Ductile lron Joint Restraints 02/29/12 33-11 -11 Ductile Iron Pi pe Mechanical Joint Restraint 02/29/12 33-11-11 PVC Pipe Mechanical Join! Restraint 08/05/04 E l -07 Mechanical Joint Retainer Glands 10/12/10 E l -24 In teri or Restrained Joint System 08/16/06 El-07 Mechan ical Joint Fittinizs Piges/Va l v e s & F ittings /Resilie nt Sea ted Gate Val ve* Res ilient Wed ed Gale Vah·e wino Gears 121 13/02 Res ilient Wed2e Gate Va lve 08/3 1/99 Res ilient Wed.1tc Gate Va lve 05/18/99 Resi lient Wed2e Gate Va lve 10/24/00 El -26 Res ilient Wcd2e Gate Va lve 08/05/04 Res ilient Wcd2c Gate Va lve 05/23/91 E l -26 Resi lient Wedge Gate Va lve 0 1/24/02 El -26 Res ilient Wed2e Gate Va lve . E l -26 Res il ient Seated Gate Valve . E l -26 Res il ient Seated Gate VaJ ve . E l -26 Res il ient Seated Gate VaJ ve 11 /08/99 Resi lient Wed2e Gate Va lve 0 1/23/03 Res ilient Wedl,!,e Gate Valve 05/13/05 Resilient Wed2c Gate Valve 01/31/06 Resilient Wcd2e Gate Valve 0 1/28/88 El -26 Res il ient Wedge Gate Va lve 10/04/94 Res ilient Wcd2e Gate VaJ ve 11/08199 El -2 6 Resil ient Wcd2e Gate Valve -Note <3> 06/2 1/10 Resilient Wed2e Gate Va lve 05/08/9 1 El -26 Resilient Seated Gate Va lve . El -26 Res ili ent Seated Gate Valve Piges /Val v e s & F ittings/Rubbe r S e a t ed Butte rfl x V a l ve . El -30 Rubber Seated Butterfl y Valve . El -30 Rubber Seated Bunerflv Valve 1/1 1/99 El -30 Rubber Seated Buu erfl Val ve 06/12/03 El -30 Valmatic American Butterfly Valve 04/06/07 E l -30 Rubber Seated Butterfly Valve 1s a mgl!ng s tati o n 3/12/96 Water Samoli n2 S tatio n Drx Barrel Fire H xdrants 10/0 1/87 E-1-12 Dry Barrel Fire Hvdrant 03 /3 1/88 E-1-12 Dry Barrel Fire Hyd ranl 09/30/87 E-1-12 Dry Barrel Fire Hydrant 0 1/12/93 E-1-12 Orv Barrel Fire Hvdrant 08/24/88 E-1-12 Dry Barrel Fire Hydrant E-1-12 Drv Barrel Fire Hvdran t 09/24/87 E-1-12 Drv Barrel Fire Hydrant l0/14/87 E-1-12 Orv Barrel Fire Hvdrant 0 1/15/88 El-12 Orv Barrel Fire Hvdrant 10/09/87 E-1-12 Orv Barrel Fire Hydra nt 09/1 6/87 E-1-12 Orv Barrel Fire 1-lvdrant ,w a ter A ggu rtena n ces 08/08/02 El -18A Pl as tic Meter Boxes 08/28/02 Double S tra p Saddle 0 1/26/00 SS Taooin 2 Saddle 0 1/30/0 1 Tappi n2 Sack:lle 05 /10/11 Taooiniz Sleeve (Stainless Steel) 02/29/12 33-12-25 TappinR. S leeve (Coated Steel) 02/29/12 33-12-2!5 Taooin2. S leeve (Slaink:ss S1ccl) CITY OF FORT WORTH WATER D EPARTMENT'S STANDARD PRODUCTS LIST Manufacturer Model No. Ri nker Materials Ertcch 2030 and 2100 Series lnduron Protecto 40 I WATER G A Ind us tries, lnc. Empire Air and Vacuum Valve. Model 935 Multiolex Manu facturin2 Co. Crispin Ai r and Vacuum Valves, Model No. Valve and Primer Corp. APCO #143C, #l 45C and #l 47C Star Pipe Products, Inc. Mechanica l Joint Fi ttings Griffin Pi vc Products, Co. Mechanica l Joint Fitti n.2s Mc Wanc/l'ylcr Pipe/ Union Ut il ities Division Mechanical Joint Fitti ngs, SSB C lass 350 Uni-Fl a n2e Series 1500 Circle Lock Pi pe Res traints S i2ma, Co. C lass 350 C-153 MJ Fittings Ford Meter Box Co. Uni -Flange Seri es 1500 Circle-Lock One Bolt, lnc. One Bolt Restrained Joint Fi tti ng EBAAlron,lnc. MegaJug Series 11 00 (for DI Pi pe) EBAA Iron, Inc . MegaJug Series 2000 (for PVC Pi pe) S i1mia,Co. S igma One-Lok Mechanical Joint Restrainer Bulldog System ( Diamond Lok.21 &J M S & B Techncial Products Eagle Loe 900) S IP Industries Mechanical Joint Fittings American Flow Control Series 2500 Drawin2 # 94-20247 Arreri can Flow Control Series 2530 and Series 2536 Arreri can Flow Cont rol Series 2520 & 2524 (S O 94-20255) Anrri can Flow Control Series 25 16 S D 94-20247) Ame ri ca n Flow Control Series 2500 Anrrican Flow Control 42" a nd 48" AFC 2500 Ameri ca n A VK Comoanv American AV K Resilient Seaded GV Ameri can A VK Company Kennedy M&H Mueller Co. Muell er Co. Series A236 I (SD 6647) Mueller Co. Series A2360 for 18"-24" (S D 6709) Mueller Co. Mueller 30" & 36", C-5 15 Mueller Co. Mueller 4'1" & 48", C-515 C low Va lve Co. C low Va lve Co. 16" RS GV (S D D-20995 ) C low Valve Co. Clow RW Va lve (SD 0 -21652) Gls \I sl eCe. Gia Jg "&J6"G ~13 Clow VaJ\'e Co. Clow Valve Model 2638 Stockham Va lves & Fitti ngs U.S . Pipe and Found rv Co. Metroseal 250, requ irements SPL #74 Henry Pratt Co. Muell er Co. Dezurik Va lves Co. Valma tic Valve and ManufacturinR Corp. Valmatic American Butterfly Val\'e. M&H Valve M&II Sivie 4500 & 1450 Wa ter Plus 8 20 Wate r Samo lin.1t Statio n American-Da rline Va lve Drawin Nos. 90-18608. 94-18560 American Darling Valve S hop Orawin.1t No. 94-1879 1 Clow C.........,..ration S ho p D rawing No. 0 -1 9895 American A VK Comoany Model 2700 Clow Corooration Drawin gs 0 20435, 0 20436, B20506 ITT Kennedy Valve S ho o Drawi n2 No. D-80783FW M&H Va lve Company Shop Drawin.1t No. 13476 Shop Drawi ngs No. 646 1 Muell er Company A-423 Centurion S hop Drawing FH-12 Mueller Company A-423 Super Centurion 200 U.S. Pipe & Foundry Sho p DrawinR No. 960250 Wa terous Comoanv S hoo Drawin No. SK740803 East Jordan Iron Wo rks, lnc. Me ter Box (Plas tic) w/ Cl li d Smith Bl air #3 17 Coated Double S trap Saddle JCM Ind ustri es, Inc. #406 Double Band SS Saddle JCM Industri es, lnc . #405 Coated Tappin£ Saddle Powerseal 3490AS (Flan2e) & 3490MJ Rom,c FTS 240 Rom,c SST Stainless Steel P re pa red 2/29/201 2 UPDATED : 2-29-201 2 National Spec 1 Size ASTM B-11 7 Ductile Lron Pipe Only ASTM A 126 Class B, ASTM 'A 1"&2" 1/2 ", I" & 2" l ",2"&3" AWWAC l 53&CI IO AWWAC IIO AWWAC 153,C 1IO,C Ill AWWAC l 53 4". 24" AW WACI II/C l 53 4 " to 12" AW WA C l I I/C l 16/C l 53 4" to tr AWWA C l I I/C ll 6/C 15l 4 "to4Z- AWWA C l I I/Cl 16/Cl53 4" lo 24" AWWACI I I/C l 53 4 " 1024" ASTM F-16 24 I 4" 10 12" AWWAC l5 3 I 4 " 1024" 16" AWWA C5 15 30" and 36" AW WA C5 15 20" and 24" AWWAC5 15 16" AWW A C509 4 " to 12" AWWAC5 l 5 42" and 48" AWWAC509 4" to 12" 20" and smaller 4" -12" 4" · 12" 4" -12" AW WAC5 l 5 16" AW WAC5 15 24" and smaller AWWAC515 30" and 36" AWWAC515 42" and 48" AW WAC509 4" -12" AWWAC5 15 16" AWWAC5 15 24 " and smaller ~ -AWWAC515 30" to 48" AWWA C »J. A..'lSl420 -Mcm. ASTh1 4 " -12" 3" to 16 " AWWAC-504 24 " AWWAC-504 24 " AWWAC-504 24" and lar.1ter AWWA C -504 Up 10 84" diameter AWWAC-504 24" 1048" AWWAC-502 AWWAC-502 AWWAC-502 AWWA C-502 AWWAC-502 AWWA C-502 AWWAC-502 AWWA C-502 AWWAC-502 AWWAC-502 AWWAC-502 Cla ss A, B, C I " to 12" taos I " to 12" laps 4·_8,. and 16 ,. AWWAC-223 U p 10 42" w/24~ Out AWWAC-223 Uo 10 24• w/212" Ou1 Page 3 Approval 02/29/12 05/10/11 08/28/06 08/30/06 05/12/05 05112/05 05/12/05 02/05193 08/05/04 NOT ES .,_,v u Spec No. Classsili cation 33-12-25 Tapping Sleeve (Slainlcss Steel) Joint Reoair Clarno Plas1ic Meter Box. w Cl Lid Plastic Meter Box w/ Plastic Ud Polyethyle ne Encase ment El-13 Polyeth ylene Encasmcnt El-13 Polycthyk!ne Encasmcnt El-13 Po lvcth vknc Encasment Meters EI0 l -5 Detector Check Meter Ma2.netic Drive Vertical Turb ine . From OriR.ina l Stand11rd Prod ucts Li st <I> Carrier Pi pe 1.0 . <2> Above 48 " Aoorvocd on case bv case bas i s <3> Product Suspended 1-5-2-12 CITY OF FORT WORT H WATER DEPARTMENT'S STANDARD PRODUCTS LI ST Manufacturer Model No. Romac SST ill Stainless Steel Powcrseal 3232 Bell Joint Reoair Clamp ACCUCAST Class "A" Plaslk Box. w/ CI Lid OfW Plastics lnc. Class" A" PlaMic Box w/ Plastic Lid I-l ex.sol Packaging Fulton Enterprises Moun tain St.o.tcs Pl as tics (MSP) and AEP Ind . Standard I lard.ware AEP lndus1ries Bull stromt bv Cowtown Bolt & Gasket Ames Comoany Model 1000 Detector Check Valve Hcrsev Ma1mctic Drive Vert ical -- a er ....... .,ar men ,_nuaru uc,:. .._1:,, uas ......... n ...... ve.-r-, ,v mmmuz., u,c suonuna1 review.,, .,roouas wmcn mce "'" o,, .. .,,, .. a er ...... par men , -·~·-aru .;,peel ica ions UP DATED: 2·29-201 2 Na tional Spec Size AWWAC-223 Up to 30" w/21 r Out 4" toJO" Class"A" Class"A" AWWA Cl05 8mi!LLD AWWA Cl05 8 mil LLD AWWACI05 8 mil LLD AWWA C.550 4". 10 · AWWA C70 1, Class I 3/4" · 6 " - urmg u,1 1 y ,.,.,ns rue ,on proJ"""'"· .... en ,ca Spcciftcations for specifi c products, are included as part of the Constr uction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Wa ter Departmen t's S tandard Specifications and the Fort Worth Wa ter Depart ment's S1andard Prod uct s List and approva l of the spec ific prod ucts will be based on the requirements of the Technical Specifi ca tion whether or nor the spec ific prod uct meets the Fon Worth Water Department's Standard Specifi ca tions or is on the Fon Worth Water Deoartment 's Standard Products Lisi. I I I Prepared 2/29/20 12 Page 4