Loading...
HomeMy WebLinkAboutContract 52591-CO2CSC No. 52591-0O2 �'��Z�4� �`�''(�k�i�H City of Fort Worth Change Order Request Project Name Risinger Road Imprcvements City Sec # 52591 Client Project #(s) CO2239 Description Risinger Road from McCart Avenue to Crowley Road Contractor Jackson Construction, Ltd. Change Order # 2 Date 4/13/2021 City Project Mgr. JT Auldridge City Inspector ponald Watson Dept. Original Contract Amount Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date Amount of Pr000sed Chanae Order Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) TPW 011.84 00 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT MAX ALLOWABLE CONTRACTAMOUNT (ORIGINAL CONTRACT COST+ 25%) Carmen Estep '� ` Date Pro ect and Gontract Compliance Apr15,2021 - Date Senior Capital Pro'ect Off� ,>.; Apr 16, 2021 �����?t�7 Date Director, Contrac6n De: ��t�� Apr19,2021 ,,�� Date ` Assistant Git' Mana er Apr 20, 2021 �� a`���� Gc�ttnc� AGtio� (�9aired) M&C Number N/A ;.; J������ ,; ���' ��ER �_:,- ; �� IN ACCORDANCE WITH THIS CONSTRUCTI�N CHANGE ORDER, THE CONTRACTOR SHALL Furnish all labor and materials as per attached proposed RFIs. RFI #15 - City requests that the Contractor elirr inate the future f ber optic conduit and pull boxes from the project (Delete Items 50, 160) RFI #17 - Additional compensation for LED light fixtures. (Add Items 177, 178) RFI #18 - Spread footing was used to avoid a �tility conflict with pedestrian pole P-6. (Add item 212) RFI #19 - Remove and replace the vault on the existing 16" water valve on the NW corner of Risinger and FM 731 instead of installing a new valve. (Add Item 213; Delete Items 1, 16) RFI #20 - Addition of a 3'x3' drain inlet with grate top at the end of the trench drain. Installation of 190 LF of 6" PVC Schedule 40 pipe to connect to proposed curb inleL (Add Item 214) RFI #23 - Due to conflicts with new Oncor OHE a portion of street lights must be installed on the Oncor wood poles. (Add Items 215, 219-223, Delete Item 176) RFI #25 - Addition of sidewalk curb and concre�e riprap between the sidewalk and the fence along the Gibbs property due to the steep slope. (Add Items 210, 216) RFI #26 - City authorizes removal of tree. (Add item 217) RFI #27 - City authorizes use of low profle con�rete barriers at BNSF crossing. (Add item 218) Contract Time: Total additional contract time by fhis Change Order is 90 days, It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full (both time and money) for all costs arising out of, or incidental to, the above Change Order. The Project/Program Manager signing below acknowledges that he/she is the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. _, , Contracto�'s Gompanv Nar�- "; G�ntractor (Name) '=` f''1 Contractor Signature � Date Jackson Construction, Ltd ATTEST: ��� Mary J. Kayser, City Secretary pp�` F�RT ��`�_aT p.Os�p00000pOo Y ��o p�r o � �' /. � ° �1 �a o V° �2 a o o � o � 0 �'� ° ° � ` ��o 00 � � _�0000a a Contract Time Totals CD $7,649,431.40 365 $42,011.84 118 $14,688.00 $7,676,755.24 483 $18,917.09 90 $7,695,672.33 573 $0.00 $18,917.09 0.60% $9,561,789.25 � � - � 4114/2021 Date Apr15,2021 Date Apr17,2021 �.a. ��.: Date � Apr19,2021 Date Apr20,2021 M&C Date Approvetl N/A OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX .��,... City of Fort Worth Change Order Additions Project Name Risin er Road Im rovements City Sec # 5259t Client Project # CO2239 Contractor Jackson Construction, Ltd. PM JT Aufdridge Inspector ponald Watson Change Order Submittal# � Date 4113I2021 ADDITIONS ��� 3441.3050 Fumishllnstall LED Ligh6ng Fixture (70 watt AT62 Cobra Head) TPW 178 3441.3051 Furnishllnstail LED Lighting Fixture (137 wattATB2 Cobra Head) TPW 210 3213.0322 Conc Curb at Back of Sidewalk TPW p�2 e es ian oe prea oo ng p 2� 3 emove exis va ve vau an rep ace wi new speaa cas -in p ace concrete vault TPW 214 x rop rain in e, o pipe core cur in e P 216 221 421 EA EA LF 1.00000000� EA � $18,027 $19,307.06 —$i'i6�ba $18,027.33 Change Order Additions Page 1 of 1 F�R� w,*;� city of Fort wortn Change Order Deletions Project Name Risin er Road Im rovements City Sec # 52591 Client Project # CO2239 Contractor Jackson Construcfion, Ltd. PM JT Auldridge Inspector ponald Watson Change Order Submittal# �2 Date 4/1312021 DELETIONS Change Order Deletions Page 1 of 1 TT MISBE for this Change Order Request for Information — Initiation Form Form should be completed by Contractors Project Manager or Designated Representative Project Name: Risinger Road (McCart to Crowley) RFI #: 15 Project No. (CPN): CO2239 Date Submitted: 8/11/2020 Contractor: Jackson Construction Response Needed by (NLT): City Project Manager: JT Auldridge Design Engineer: David Smith (Halff Associates) RFI Title (Short Description): Fiber Conduit Attachments Image ❑ Document ❑ RFI Reference Data (If Applicable): Specification Section No. N/A Spec Page No N/A Paragraph No. N/A Drawing Sheet No. 188-192 Drawing Detail Title: Liqhtinp Plan Other: N/A RFI Question or Clarification Needed: (Describe the issue and clearly state the question. Provide field data related to the issue, including street location, distance measurements and pictures if applicable.) The construction plans include a 2-inch PVC conduit and pull boxes for a future fiber optic line. Traffic management now uses wireless communication and no longer needs the future fiber optic line. The conduit and pull boxes shall not be installed with the project. Contractors Recommendation: (Please do not leave blank. Provide the contractors recommended solution based on his knowledge of the project and existing conditions to assist with accelerating the response) Fiber optic conduit and pull boxes shall not be installed with the project. Does the Contractors Recommended Solution require a Change Order? : Yes � No ❑ Potential Impact to the City of Fort Worth (Schedule, Scope, Cost): Removal of the fiber optic conduit and pull boxes will reduce the cost of the project. See response for reduced costs. Is This RFI Stopping ALL work on the project? Yes ❑ No � If yes, why was this issue not foreseen and sufficient response time provided? Request for Information — Response Form Project Name: Risinger Road (McCart to Crowley) RFI #: 15 Version #: N/A Project No.: CO2239 Response Needed by (NLT): City Project Manager: JT Auldridge Response Date: 8/11/2020 Design Firm Halff Associates Response Author: David Smith RFI Title: Fiber Conduit Attachments Image ❑ Document ❑ RFI Response: 2-inch PVC conduit and pull boxes for future fiber optic line shall not be installed with the project. Does Response Require Change Order Proposal: Yes � No ❑ Contractor's Response: Contractor agrees to eliminate the future fiber optic conduit and pull boxes from the project. The total cost savings is indicated below. Change Proposal (if Applicable): Construction Allowance to be used Work Item Description Unit Quantity Unit Price Total 2605.3015 2" CONDT LF -5,047 $8.00 ($40,376.00) PVC SCH 80 (T) 3441.1505 Ground Box EA -11 $3,000.00 ($33,000.00) Type DS (TxDOT), w/ Apron Total Proposal Amount: ($73,376.00) Total Additional Days: 0 City PM Status: Accepted � Rejected ❑ City PM Comments: From: Auldridae, JT To: Curtis Hindman Cc: Watson. Donald Subject: RE: Risinger rd Date: Friday, June 26, 2020 11:44:00 AM Curtis —The City no longer wants to install the conduit and ground boxes for the future fiber. Looks like we'll need to work out a CO to remove this work from the project. J.T. Auldridge, PE, PMP Transportation and Public Works Department Office Phone: 817-392-7252 Cell Phone: 817-905-2195 JT.Auldridge(cr�.fortworthtexas. gov From: Curtis Hindman [mailto:curtis@jacksonconstruction.net] Sent: Wednesday, June 24, 2020 1:35 PM To: Auldridge, JT <JT.Auldridge@fortworthtexas.gov>; Watson, Donald <Donald.Watson @fortworthtexas.gov> Subject: Fwd: Risinger rd WARNING: The sender of this email could not be validated and may not match the person in the "From" field. CAUTION: This email originated from outside of the City of Fort Worth email system. Do not click any links or open attachments unless you recognize the sender and know the content is safe. Hello JT Would let us know on these lids Thanks Sent from my iPhone Begin forwarded message: From: Jason Hess <jhessC�beanelectricaLcom> Date: June 24, 2020 at 1:14:31 PM CDT To: Curtis Hindman <curtisCjacksonconstruction.net> Subject: Risinger rd Curtis- the Type DS Ground boxes that will be installed for the future fiber, do you know who to ask on what the lid need to say " Danger High Voltage" "Surveillance" or anything else? Thank You, �2�,�� �eQ� Bean Electrical, Inc 817 561 7400 Tel 817 561 7403 Fax www. bea nelectrica I.com TECL # 17979 ���� ��__��� ELE �T �1 �AL IhJC_ "Regulated by The Texas Department of Licensing and Regulation, P.O. Box 12157, Austin, Texas 78711, 1-800-803-9202, 512-463-6599; website: www.tdlr.texas.gov From: Rahman. Aziz To: Looez, Raul; Auldridge. JT; Smith. David Cc: Elkhalil. Kassem M Subject: RE: Risinger rd Date: Friday, June 26, 2020 11:35:11 AM Raul, Correct. Please omit. Thanks, Aziz Aziz Rahman, PE, PTOE Sr. Professional Engineer Traffic Management Division Transportation & Public Works Department 817-392-8653 (Office) 817-734-2861 (Cell) Aziz.rahman�fortworthtexas.gov From: Lopez, Raul Sent: Friday, June 26, 2020 10:41 AM To: Auldridge, JT <JT.Auldridge@fortworthtexas.gov>; Smith, David <dsmith@Halff.com> Cc: Elkhalil, Kassem M<Kassem.ElKhalil@fortworthtexas.gov>; Rahman, Aziz <Aziz.Rahman @fortworthtexas.gov> Subject: RE: Risinger rd As I understand, we are now planning in using wireless communication for interconnectivity of signals. We have been omitting wire-housing infrastructure for the last few years. By the way, when he says remove, he means omit. Anything already installed should stay in place. Kassem, Aziz, Will you please confirm that is the reason ? Raul E. Lopez, P.E. Program Manager Department of Transportation and Public Works Arterials - Capital Delivery Division Office: 817.392.2457 M: 817.880.1376 Email: raul.lo�ez�fortworthtexas.gov City of Fort Worth — Working together to build a strong community. ��1�T'�+'�{��TH� How am 1 doing? P/ease contact my supervisor: Jennifer.RobertsC�fortworthtexas.gov From: Auldridge, JT Sent: Friday, June 26, 2020 10:35 AM To: Lopez, Raul <Raul.LopezRoura�fortworthtexas.gov>; Smith, David <dsmith�Halff.com> Subject: FW: Risinger rd Raul & David —Transportation Management is requesting that we remove the conduit and ground boxes for the future fiber on Risinger Rd (see email string below). Do either of you know any reason why we should keep the conduit and boxes? J.T. Auldridge, PE, PMP Transportation and Public Works Department Office Phone: 817-392-7252 Cell Phone: 817-905-2195 JT.Auldridgena,fortworthtexas.gov From: Rahman, Aziz Sent: Friday, June 26, 2020 9:08 AM To: Auldridge, JT <JT.Auldridge�fortworthtexas.gov> Cc: Jin, Yang <Yang.JinC�fortworthtexas.gov> Subject: RE: Risinger rd We are not using fiber. Please eliminate it. Aziz Rahman, PE, PTOE Sr. Professional Engineer Traffic Management Division Transportation & Public Works Department 817-392-8653 (Office) 817-734-2861 (Cell) Aziz.rahmanCa�fortworthtexas.gov From: Auldridge, JT Sent: Thursday, June 25, 2020 9:05 AM To: Rahman, Aziz <Aziz.RahmanC�fortworthtexas.gov> Cc: Jin, Yang <Yang.Jin�fortworthtexas.gov> Subject: RE: Risinger rd Aziz — Attached are the illumination plans that show the ground boxes and conduit being installed for "Future Fiber." In the past, the City's Transportation Management group would request this infrastructure to be installed for their future use. If you don't think we'll ever use it, then we could eliminate it from the construction. J.T. Auldridge, PE, PMP Transportation and Public Works Department Office Phone: 817-392-7252 Cell Phone: 817-905-2195 JT.Auldridgena,fortworthtexas.gov From: Rahman, Aziz <Aziz.Rahmanl�fortworthtexas.gov> Sent: Wednesday, June 24, 2020 5:38 PM To: Auldridge, JT <JT.AuldridgeC�fortworthtexas.gov> Cc: Jin, Yang <Yang.Jin(�fortworthtexas.gov> Subject: RE: Risinger rd JT, Can you please send us plan showing the box you are referring to? We do not used fiber for communication. All our communication are on cell modems. Is that something TxDOT requested? Thanks, Aziz Aziz Rahman, PE, PTOE Sr. Professional Engineer Traffic Management Division Transportation & Public Works Department 817-392-8653 (Office) 817-734-2861 (Cell) Aziz.rahmanCc�fortworthtexas.gov From: Auldridge, JT Sent: Wednesday, June 24, 2020 4:57 PM To: Rahman, Aziz <Aziz.RahmanC�fortworthtexas.gov> Cc: Jin, Yang <Yang.Jin�fortworthtexas.gov> Subject: FW: Risinger rd Aziz — Can you answer the question below from our Risinger contractor? J.T. Auldridge, PE, PMP Transportation and Public Works Department Office Phone: 817-392-7252 Cell Phone: 817-905-2195 JT. Auldridge(cr�.fortworthtexas. gov From: Curtis Hindman [mailto:curtisC�iacksonconstruction.net] Sent: Wednesday, June 24, 2020 1:35 PM To: Auldridge, JT <JT.Auldridge�fortworthtexas.gov>; Watson, Donald <Donald.Watson�fortworthtexas.gov> Subject: Fwd: Risinger rd WARNING: The sender of this email could not be validated and may not match the person in the "From" field. CAUTION: This email originated from outside of the City of Fort Worth email system. Do not click any links or open attachments unless you recognize the sender and know the content is safe. Hello JT Would let us know on these lids Thanks Sent from my iPhone Begin forwarded message: From: Jason Hess <ihessC�beanelectricaLcom> Date: June 24, 2020 at 1:14:31 PM CDT To: Curtis Hindman <curtisC�jacksonconstruction.net> Subject: Risinger rd Curtis- the Type DS Ground boxes that will be installed for the future fiber, do you know who to ask on what the lid need to say " Danger High Voltage" "Surveillance" or anything else? Thank You, �2�,a�� �eQ� Bean Electrical� Inc 817 561 7400 Tel 817 561 7403 Fax www. bea nelectrica I.com TECL # 17979 � i�- .�`� ELE�7�1��L PI�JC_ "Regulated by The Texas Department of Licensing and Regulation, P.O. Box 12157, Austin, Texas 78711, 1-800-803-9202, 512-463-6599; website: www.tdlr.texas.gov Request for Information — Initiation Form Form should be completed by Contractors Project Manager or Designated Representative Project Name: Risinger Road (McCart to Crowley) RFI #: 17 Project No. (CPN): CO2239 Date Submitted: 11/03/2020 Contractor: Jackson Construction Response Needed by (NLT): City Project Manager: JT Auldridge/Ronak Rekani Design Engineer: David Smith (Halff Associates) RFI Title (Short Description): Lighting Quantities Attachments Image ❑ Document ❑ RFI Reference Data (If Applicable): Specification Section No. 34 41 20 Spec Page No N/A Paragraph No. N/A Drawing Sheet No. 188-194 Drawing Detail Title: Liqhtinq Plan Other: N/A RFI Question or Clarification Needed: (Describe the issue and clearly state the question. Provide field data related to the issue, including street location, distance measurements and pictures if applicable.) On the bid items it only shows 14 LED fixtures and no arms. There will need to be another 49 — 140w LED fixtures, 3 — 70w fixtures and 56 — 33A arms extra for a change order. Contractors Recommendation: (Please do not leave blank. Provide the contractors recommended solution based on his knowledge of the project and existing conditions to assist with accelerating the response) Add quantities in change order. Does the Contractors Recommended Solution require a Change Order? : Yes � No ❑ Potential Impact to the City of Fort Worth (Schedule, Scope, Cost): Addition of fixture and arm quantities will increase the cost. Answer required before ordering materials which could cause a delay. Is This RFI Stopping ALL work on the project? Yes ❑ No � If yes, why was this issue not foreseen and sufficient response time provided? Request for Information — Response Form Project Name: Risinger Road (McCart to Crowley) RFI #: 17 Version #: N/A Project No.: CO2239 Response Needed by (NLT): City Project Manager: JT Auldridge Response Date: 2/19/2021 Design Firm Halff Associates Response Author: David Smith RFI Title: Lighting Quantities Attachments Image ❑ Document � RFI Response: The 14 LED Lighting Fixtures provided in the bid proposal are for installation on existing street light pole and new traffic signal poles. All new street light poles were bid as "Rdwy Illum Assmbly" items. Per the specification 34 41 20 Roadway Illumination Assemblies used at the time of bidding (see attached), the unit price bid per "Rdwy Illum Assmbly" includes arms and fixtures. Specification 34 41 20 also states that when a pay item for Illumination Assembly exists the fixture item is subsidiary to Illumination Assembly installation. TPW management has agreed to additional compensation for LED fixtures only. Does Response Require Change Order Proposal: Yes ❑ No � Contractor's Response: Change Proposal (if Applicable): Construction Allowance to be used Work Item Description Unit Quantity Unit Price Total Item 178 - 3441.3051 EA 49 $600.00 $29,400.00 Furnish/Install LED Lighting Fixture (137 watt ATB2 Cobra Head) Item 177 - 3441.3050 EA 3 $500.00 $1,500.00 Furnish/Install LED Lighting Fixture (70 watt ATB2 Cobra Head) Total Proposal Amount: $30,900.00 Total Additional Days: 0 City PM Status: Accepted � Rejected ❑ City PM Comments: 344120-1 ROADWAY ILLUMINATION ASSEMBLIES Page 1 of 12 SECTION 34 41 20 ROADWAY ILLUMINATION ASSEMBLIES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Roadway illumination assemblies 2. Roadway illumination foundations 3. Removal of roadway illumination assemblies 4. Relocation of roadway illumination assemblies B. Deviations from this City of Fort Worth Standard Speciiication 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 30 00 — Cast-in-Place Concrete 4. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 5. Section 33 OS 30 — Location of Existing Utilities 6. Section 34 41 10 — Traffic Signals 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Roadway Illumination Assemblies a. Measurement 1) Measurement for this Item shall be per each Roadway Illumination Assembly installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Rdwy Illum Assmbly" installed for: a) Various types c. The price bid shall include: 1) Furnishing Roadway Illumination Assembly, if required 2) Assembling and installing each Roadway Illumination Assembly 3) Poles 4) Arms 5) Anchor bolts 6) Fixtures 7) Internal electrical conductors 8) Connection and mounting hardware 9) Bases 10) Lamps CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 344120-2 ROADWAY ILLUMINATION ASSEMBLIES 11) Preparing submittals 12) Exploratory excavation (as needed) 13) Coordination and notification 14) Assembly and transportation of all items 15) Excavation, hauling, disposal of excess material 16) Protection of the excavation 17) Clean-up 18) Testing Page 2 of 12 2. Ornamental Illumination Assemblies � c. a. Measurement 1) Measurement for this Item sha11 be per each Ornamental Assembly installed. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Ornamental Assmbly" installed for: a) Various types The price bid shall include: 1) Furnishing Ornamental Illumination Assembly, if required 2) Assembling and installing each Ornamental Assembly 3) Poles 4) Arms 5) Anchor bolts 6) Fixtures 7) Internal electrical conductors 8) Connection and mounting hardware 9) Bases 10) Lamps 11) Preparing submittals 12) Exploratory excavation (as needed) 13) Coordination and notification 14) Assembly and transportation of all items 15) Excavation, hauling, disposal of excess material 16) Protection of the excavation 17) Clean-up 18) Testing Lighting Fixtures a. When a pay item for Illumination Assembly exists: 1) Measurement a) This Item is considered subsidiary to Illumination Assembly installation. 2) Payment a) The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per each "Rdwy Illum Assmbly" or "Ornamental Assmbly" bid, and no other compensation will be allowed. b. When a pay item for Illumination Assembly does not exist: 1) Measurement a) Measurement for this Item shall be per each Lighting Fixture installed. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 344120-3 ROADWAY ILLUMINATION ASSEMBLIES Page 3 of 12 2) Payment a) The wark performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Lighting Fixture" installed for: (1) Various types (2) Various power 3) The price bid shall include: a) Furnishing Lighting Fixture, if required b) Assembling Lighting Fixture c) Wiring connections d) Disposal of any unused or replaced materials e) C1ean-up 4. Roadway Illumination Foundations a. Measurement 1) Measurement for this Item shall be per each Roadway Illumination Foundation installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid far at the unit price bid per each "Rdwy Illum Foundation" installed for: a) Various types c. The price bid shall include: 1) Installing each Roadway Illumination Foundation 2) Reinforcing steel 3) Exploratory excavation (as needed) 4) Grounding rods 5) Coordination and notiiication 6) Excavation, hauling, disposal of excess material 7) Protection of the excavation 8) Clean-up 9) Testing Contact Enclosure a. Measurement 1) Measurement for this Item shall be per each Contact Enclosure installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Contact Enclosure" installed for: a) Various mounting methods c. The price bid shall include: 1) Furnishing and installing Contact Enclosure 2) Mounting materials 3) Clean-up 6. Furnishing and Installing Wood Light Pole a. Measurement 1) Measurement for this Item shall be per each 40' Wood Light Pole furnished and installed. b. Payment CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 344120-4 ROADWAY ILLUMINATION ASSEMBLIES Page 4 of 12 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Furnisl�/Insta1140' Wood Light Pole". c. The price bid shall include: 1) Excavation 2) Furnishing and installing each 40' Wood Light Pole 3) Furnishing, placement and compaction of backfill 4) Clean-up 7. Furnishing and Installing Wood Light Pole Arm a. Measurement 1) Measurement for this Item sha11 be per each 8' Wood Light Pole Arm furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Furnisl�/Install 8' Wood Light Pole Arm". c. The price bid shall include: 1) Furnishing and installing each 8' Wood Light Pole Arm 2) Clean-up 8. Aluminum Electrical Conductors a. Measurement 1) Measurement for this Item shall be per linear foot of Aluminum Electrical Conductor installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Alum Elec Conductor" installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Aluminum Electrical Conductor 2) Testing 9. Conductor Reconnection a. Measurement 1) Measurement for this Item shall be per each conductor reconnected. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Reconnect Conductor". c. The price bid shall include: 1) Reconnection of conductors using City approved method 2) Testing of connection 10. Street Light Pole Removal and Salvage a. Measurement 1) Measurement for this Item shall be per each Street Light removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Salvage Street Light Pole" performed. c. The price bid shall include: CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 344120-5 ROADWAY ILLUMINATION ASSEMBLIES Page 5 of 12 1) Removal and salvage of Street Light Pole 2) Maintain existing street light circuit including new ground box and reconnection of circuits (if required by City) 3) Removal of existing street light pole foundation 2' below grade, back fi11 with like surrounding material 4) Delivery of salvaged materials to appropriate location 5) Clean-up 11. Street Light Pole Relocation a. Measurement 1) Measurement for this Item shall be per each Street Light Pole removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Relocate Street Light Po1e" performed. c. The price bid shall include: 1) Removal and salvage of Street Light Pole 2) Delivery of salvaged materials to appropriate location 3) Replacement of pole to new location 4) Furnishing, placement and compaction of backfill material 5) Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Speciiication 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. National Electric Code (NEC) 3. Texas State Law, Article 1426C 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify City at (817) 392-7738 a minimum of 7 days before beginning Work on the Proj ect. 2. Notify Inspector prior to pouring roadway illumination assembly foundations. 3. Coordinate with Traffic Services Inspector for pole types, template dimensions and anchor bolts, and any questions about installing the foundations and conduit. 4. For location of City underground street luminaire cable and conduit call (817) 392- 7738 or (817) 392-8100. 5. Obtain and pay for all permits as required to Work in parkway. B. Preinstallation Meetings 1. Attend pre-construction meeting. 1.5 SUBMITTALS A. Shop Drawings will be required for each Illumination Assembly and shall include: 1. Material Data CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 344120-6 ROADWAY ILLUMINATION ASSEMBLIES Page 6 of 12 2. Pole dimensions and data 3. Luminaire arm dimensions and data 4. Attachment details 5. Fixtures 6. Base details 7. Anchor bolt data 8. Wall thickness 9. Permissible loading and allowable stress B. Product Data submittals shall be in accordance with Section Ol 33 00. C. All submittals shall be approved by the Engineer or the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data Sheets 1. Submit product data sheets for roadway illumination assemblies to City for approval prior to ordering materials. 1.7 CLOSEOUT SUBMITTALS A. Warranty Documentation 1. Provide manufacturer warranty information to the City. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Parts shall be properly protected so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation. 2. Exposed anchor bolts shall be protected until pole shaft is installed. 3. Prevent plastic and similar brittle items from being exposed to direct sunlight and extremes in temperature. 4. The Contractor shall secure and maintain a location to store the material in accordance with Section O1 50 00. B. Delivery and Acceptance 1. Contactor and Inspector shall visually inspect roadway illumination assemblies after removal to determine the condition of the hardware. 2. Contractor shall protect all salvable material during transport to City specified storage facility. 3. Delivered material must be in the same condition after removal, as agreed upon by Contractor and Inspector after removal. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 344120-7 ROADWAY ILLUMINATION ASSEMBLIES 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's warranty shall be in accordance with Division 1. PART 2 - PRODUCTS 2.1 PRODUCTS TO BE PURCHASED FROM THE CITY A. Refer to Drawings and Contract Documents to determine if any Items are to be purchased from the City and installed by the Contractor. B. Items eligible for purchase from the City include: 1. Roadway Illumination poles 2. Contactors 2.2 ASSEMBLIES, EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers Page 7 of 12 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section O1 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. B. Description 1. Regulatory Requirements a. All Work related to the installation of roadway illumination assemblies shall be in compliance with the National Electric Code (NEC). 2. Roadway Illumination Assemblies a. Poles, arms, light fixtures and lamps shall conform to City Standard Details. b. Ornamental Assemblies 1) Refer to Drawings for ornamental pole specifications. c. Lighting Fixtures 1) Refer to Drawings for lighting fixture specifications. d. Foundations 1) Concrete shall conform to Section 03 30 00. e. Wood Light Poles 1) Wood Poles for electrical service shall be ANSI Class 5 treated timber. a) For other applications, Class 2 treated timber is allowed. 2) All treated wood poles shall be free from pith holes. a) Trimmed scars are allowable up to a depth of 2-inches in poles up to 10 inches in diameter. b) Scars 1/5 of the pole diameter at the scar location will be allowable for wood poles larger than 10-inches. 3) Wood poles shall not deviate from straight more than 1 inch in 10 feet of length. a) Only a single sweep shall be permitted. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 344120-8 ROADWAY ILLUMINATION ASSEMBLIES i� g• Page 8 of 12 b) A straight line adjoining the midpoint of the pole at the butt with the midpoint of the pole at the top shall not at any intermediate pass through the external surface of the pole. c) Only a single twist of spiral grain will be permitted. 4) Butt slivering due to felling shall be permitted if the distance from the outside circumference is not less than'/a inch and the height is not more than 1 foot. 5) Timber shall be treated for preservation in accordance with AWPA C4 pressure treatment methods. a) The poles shall have the minimum net retention of preservative treatment shown in the following table: Minimum Retention Treatment ( ounds er cubic foot) Creosote 9.0 Pentachlorophenol 0.45 ACA/CCA 0.6 6) Pole Markings 7) All markings shall be in accordance with the following table: a) The bottom brand shall be placed squarely on the face of each pole 10 feet from the butt. Markin Descri tion of Markin PTC Supplier's code or trademark (ie. Pole Treating Company) F-01 Plant location and year of treatment (ie. Forestville, 2001) SPC Species and preservative code (ie. southern pine, creosote) 5-35 Class-length (ie. Class 5, 35-foot pole) 8) A treatment certification will be required with each shipment of treated timber poles including: a) Name of treatment company b) Location of treatment plant c) Applicable product standard (AWPA C4) d) Charge number e) Date of treatment f) Contents of charges (poles) g) Preservative treatment h) Measured preservative retention values Wood Light Pole Arms 1) Refer to City Standard Detail Drawings for light pole arm specifications. Aluminum Electrical Conductors 1) Refer to Drawings for conductor sizes 2) Use stranded insulated conductors that are rated for 600 volts 3) Approved for wet locations 4) Marked in accordance with UL, NEC, and CSA requirements 3. Roadway illumination pole foundations a. Foundations shall be Class C(3000 PSI) concrete. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 344120-9 ROADWAY ILLUMINATION ASSEMBLIES Page 9 of 12 1) Refer to Section 03 30 00. b. Foundation shall be 24 or 30 inches in diameter unless shown otherwise in the Drawings. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Notify the Traffic Services Division Inspector 24 hours in advance (between 8:00 am and 5:00 pm) of all concrete pours at (817) 392-7738. a. Inspector must be present when concrete is placed on the Proj ect Site. PART 3 - EXECUTION 3.1 EXAMINATION A. Veriiication of Conditions 1. Contractor shall verify by exploratory excavation, if needed, that existing underground utilities are not in conflict with proposed foundations. a. All exploratory excavation shall conform to Section 33 OS 30. 2. Contractor shall contact the following entities at least 48 hours in advance of excavation: a. DIG TESS b. City of Fort Worth Water Department c. City of Fort Worth T/PW Department 3. No additional payment will be made for relocation of any foundations or conduit due to location of existing utilities. 4. The Engineer may shift an assembly's location, if necessary, to avoid conflict with utilities. 3.2 PREPARATION A. Protection of In-Place Conditions Contractor shall be responsible for the following at no additional cost to the City: a. Prevent any property damage to property owner's poles, fences, shrubs, mailboxes, etc. Any damaged property will be restored as directed by Engineer. b. Adjust and repair any existing landscaping and the sprinkler systems as directed by the Engineer to allow for the placement of all roadway illumination equipment. This shall be done in a manner equal to or better than the areas adj acent to the damaged areas. c. Provide access to all driveways during construction, unless authorized by the mspector. d. Protect all underground and overhead utilities and repair any damages. 3.3 INSTALLATION A. Foundations CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 34 41 20 - 10 ROADWAY ILLUMINATION ASSEMBLIES Page 10 of 12 1. Dimensions shown on Drawings for locations of street light foundations, conduit and other items may be varied to meet local conditions; subject to approval of Engineer. 2. Foundation piers shall be drilled plumb. 3. The top of foundation shall be poured level. 4. The top 3 inches of the exposed pier (height) above finished grade shall have the sonotube removed. 5. Anchor bolts shall extend above the top of the foundation concrete as shown on Anchor Bolt Detail. 6. Anchor bolts, ground rod, reinforcing, and conduit shall be in place before pouring concrete in pier foundations. 7. Pier foundations shall have 1 continuous concrete pour. 8. Foundations shall have a chamfered edge (beveled) at the top. 9. Top of foundation shall be 3 inches above the �nished grade unless shown different on Drawings. 10. Foundations in medians shall be placed in the center of the median between the 2 curbs. 1 L Foundations shall not be drilled within 3 feet of a water line ar fire hydrant. 12. In residential areas foundations shall be placed in the street right of way (R.O.W.) in line with the property line between lots and at the break of the radius point of the street curb at street intersections. 13. Foundations shall not be placed in sidewalks (or location of future sidewalks) or sidewalk ramps. 14. No street light poles shall be placed on foundations prior to 7 days following pouring of concrete. B. Roadway Illumination Assemblies Roadway Illumination Assemblies a. Use established industry and utiliry safety practices when installing poles located near overhead or underground utilities. Consult with the appropriate utility company before beginning work. b. Prevent scarring or marring of poles, mast arm, and fixtures. c. Stake, install, and align each assembly as shown on the plans. d. Do not use screw-in type foundations. e. Install anchor bolts and coat anchor bolt threads. £ Erect structures after foundation has attained its design strength as required in Section 03 30 00. g. Tighten anchor bolts for poles with shoe bases. h. Do not place grout between base plate and foundation. i. Test installed roadway illumination assembly with City inspector present. Wood Light Pole a. Alllight pole installations should be coordinated with all appropriate utility companies prior to Work beginning. b. Drill holes for setting poles shall be a minimum of 1.5 diameters of the pole butt. c. Poles shall be set plumb, unless otherwise specified on the Drawings. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 34 41 20 - 11 ROADWAY ILLUMINATION ASSEMBLIES Page 11 of 12 d. Unless otherwise shown in Drawings, poles should be set to the minimum depths shown in the following table: Pole Length Minimum Setting Depth (feet) (feet) < 25 4.5 26-30 5.0 31-35 5.5 36-40 6.0 41-45 6.5 46-50 7.0 e. Backfill the hole around the pole thoroughly by tamping 6-inch lifts of backfill material until reaching natural grade. 1) Once grade is met, apply a last 6-inch lift in a cone shape around the pole to allow for settling. 2) Backfill in accordance to Section 33 OS 10. £ Repair and clean-up surrounding area to a condition that is equal to or better than its condition prior to installation. 3.4 REPAIR / RESTORATION [NOT USED] 3.5 RELOCATION AND REMOVAL A. Relocation 1. Disconnect and remove conductors from abandoned circuits. 2. Remove abandoned circuit or ducts to a point 6 inches below final grade. 3. Reconnect conduit, ducts, conductors to be reused. 4. Replace damaged conduit, ducts, and conductors. 5. Do not use screw-in type foundations. 6. Install existing structures on new foundations. 7. Do not place grout between base plate and foundation. 8. Furnish and install new internal conductors, fused and unfused connectors, and fixtures. 9. Test installed roadway illumination assembly with City inspector present 10. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. B. Removal 1. Remove roadway illumination assembly components in accordance with established industry and utility safety practices. 2. Remove transformer bases from transformer base poles. 3. Remove luminaires and mast arms from the pole shaft. 4. Stockpile pole shafts, mast arms, and assembly hardware at a location designated by the City. 5. Pole shafts, mast arms, and assembly hardware will remain City property unless otherwise shown on the plans or directed. 6. Disconnect and remove conductors from abandoned circuits. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 34 41 20 - 12 ROADWAY ILLUMINATION ASSEMBLIES Page 12 of 12 7. Remove abandoned conduit and ducts to a point 6 inches below final grade. 8. Destroy existing transformer bases to prevent reuse. 9. Remove abandoned concrete foundations to a point 2 ft. below final grade. 10. Backfill the hole with material that is equal in composition and density to the surrounding area. 11. Replace surfacing material with similar material to an equivalent condition. 12. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. 3.6 FIELD [ou] SITE QUALITY CONTROL [NOT USED] 3.7 SYSTEM STARTUP [NOT USED] 3.8 ADJUSTING [NOT USED] 3.9 CLEANING A. Contractor shall clean up and remove all loose material resulting from construction operations. 3.10 CLOSEOUT ACTIVITIES [NOT USED] 3.11 PROTECTION [NOT USED] 3.12 MAINTENANCE [NOT USED] 3.13 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 Request for Information — Initiation Form Form should be completed by Contractors Project Manager or Designated Representative Project Name: Risinger Road (McCart to Crowley) RFI #: 18 Project No. (CPN): CO2239 Date Submitted: 11/16/2020 Contractor: Jackson Construction Response Needed by (NLT): City Project Manager: JT Auldridge/Ronak Rekani Design Engineer: David Smith (Halff Associates) RFI Title (Short Description): Signal Spread Footing Attachments Image ❑ Document � RFI Reference Data (If Applicable): Specification Section No. N/A Spec Page No N/A Paragraph No. N/A Drawing Sheet No. 104 Drawing Detail Title: Proposed Siqnal Lavout Other: N/A RFI Question or Clarification Needed: (Describe the issue and clearly state the question. Provide field data related to the issue, including street location, distance measurements and pictures if applicable.) On the SW corner of Risinger & FM 731 the pedestrian foundation P-6 is in conflict with an existing underground utility (Fiber). Please Advise Contractors Recommendation: (Please do not leave blank. Provide the contractors recommended solution based on his knowledge of the project and existing conditions to assist with accelerating the response) The fiber is at approximately 3' in depth so a spread footing would suffice. Spread Footer needs to be drawn by EOR. Does the Contractors Recommended Solution require a Change Order? : Yes ❑ No � Potential Impact to the City of Fort Worth (Schedule, Scope, Cost): Pedestrian pole foundation must be placed before ramp and sidewalk can be completed. Is This RFI Stopping ALL work on the project? Yes ❑ No � If yes, why was this issue not foreseen and sufficient response time provided? ��`1C� � 1�L1��' 1.����1�U��1�� 1���J � � 891 E. Enon �1�-enue P 817-561-7�00 Foi-t �Z'oi-th, Tetas 761�0 F 817-561-7�03 «���T�.k�eanelectricaLcoin TO: JACKSON CONSTRUCTION, LTD DATE: 11/16/2020 JOB: RISINGER ROAD 5112 SUN VALLEY DRIVE ATTENTION: Curtis Hindman TRANSMITTAL: 1 FORT WORTH, TX 76119 RE: JACKSON CONSTRUCTION, LTD WE ARE SENDING YOU: � ❑ Attached ❑ Under Separate Cover VIA: THE FOLLOWING ITEMS: � ❑ Submittal ❑ Request For Proposal 0 Request For Change 0 Request For Information ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ WE ARE SENDING YOU: [J� For Approval ❑ As Requested ❑ ❑ U.S. Mail ❑ Fax, Total No.of Pages: ❑ Other ■ ■ ■ ■ ❑ ForYour Use ❑ For Review ❑ REMARKS COPY TO: ❑ ApprovedAs Submitted ❑ ApprovedAs Noted ❑ ReviseAnd Resubmit ❑ Rejected ❑ ❑ SIGNED: DATE: Bean Electrical, Inc. TECL 17979 Regulatedby The Texas Deparhnentof Licensing and Regulations, P.O. Box 12157, Austin, Texas 78711, 1 800 803 9202, 512 463 6599, website www.license.state.tx.us/com plaints Bean Electrical, Inc PO Box 40016 Fort Worth, TX 76140 Request for Information RFI Number: 1 Date: 11 /16/2020 Page 1 of 1 Regarding: SW Corner - Existing Utility Conflict With Pedestrian Foundation To: JACKSON CONSTRUCTION, LTD 5112 SUN VALLEY DRIVE FORT WORTH, TX 76119 Attn: Curtis Hindman Job Site: RISINGER ROAD McCart Aveto Crowley Rd Fort Worth, TX Requested By: , Phone: Cody Turner (817) 561-7400 ,E-mail: cturner@beanelectrical.com Question(s): We are hereby submitting the following questions for your response. These issues have potential time and cost impacts. On theSW corner of Risinger & FM 731 the pedestrian foundation P-6 is in conflict with an existing underground utility (Fiber).Please Advise Remarks/Suggestions: The fiber is atapproxiametly 3' in depth so a spread footing would suffice. Spread Footer needs to be drawn by EOR. Answer(s): (For your convenience, you can "Reply" to the email with your response.) Please respond by: 11/17/2020 Cody Turner Curtis Hindman Bean Electrical JACKSON CONSTRUCTION, LTD sz�z tt3oa ia�z-� _--= s� = o� 'r��° �°��a;',,�T J�¢_ �_ � �I ' I' �� _ � _ Z�' .., , - - ��� j_ I � � �o�a �O I W �r ��� aaaa �' � '� - �� z= a � .. �.�_� , . . � :? �r � •��� � � �h,-� �.,. �*� ''� � _ �, t .:_ :r = -. �� - - "�. �.,c: . . _., : t�_.� .� .� - . .��_ r� r . �� - l �, s � ��.I K�(�_ Y'xi �" � �� �;: ,�r��d . " tW � �'� �.s�i . ;,...>_ a - - c � - o- - = - = o. � - � ' _ _ \\d1ry'SIII/ O _ _ _ _ � i,l%�I1�Eo _- _ _ ' _--- c hf:..:. _ _ �� <u.¢o�y,a �.. � - � � � : �i / -.� � � ��� ��� � - Q� ����i Ilxllx �`I I`�I I`�I �J \� \J � I� e e � J1 � .� , .�.5�� � � - �. I R�k ,SZI ,Zl ,521 .�A. � 3�d 1Nd��W � � ,� o Q � z x o w J � � ; smo �� � > oo� �zw Q> � �zw 000 �� J L� Q Q o � � � o � � � a �n u ' � z , � oxa� � � � oJ �a a o� z ww a >o � w� w �w � z� � �� ado� ���Nisi� 0 a 0 �� r� W w O � > a Zo �a Q WQ oJ � Q� �J � Q �> z � �w �� w �� Q� z �� o0 � �o o� _ � �ti �� �o w� �� � z � o0 � - �\ ��� �� - kgA � - - k� ^ - - \ q�� � 9 � � �� _ _- kV e,9 - - �9J� � Qora�0000�, �� � � _ �V �� h �nN� Q Gm= ,� �. \ h �� ��90, ^ \ � N��1�'� e aF `\ \�� ��J/b1'�0 � Nb�py�d i , � /� � �� �a o" � � / � � J � � � Q Q O U � W W Q > � � w � W O � Q Z U � �� ��� SS ��JB �'Vy� 'o��� oo � s Ob�� .( 1 °a >�y�c�/J Request for Information — Response Form Project Name: Risinger Road (McCart to Crowley) RFI #: 18 Version #: N/A Project No.: CO2239 Response Needed by (NLT): City Project Manager: JT Auldridge/Ronak Rekani Response Date: 11/19/2020 Design Firm Halff Associates Response Author: David Smith RFI Title: Signal Spread Footing Attachments Image ❑ Document � RFI Response: Please install a spread footing foundation for pedestrian pole P-6 per attached sheet 113B. Does Response Require Change Order Proposal: Yes � No ❑ Contractor's Response: Contractor agrees to the additional work at the price indicated below. Change Proposal (if Applicable): Construction Allowance to be used Work Item Description Unit Quantity Unit Price Total New Item — Pedestrian 1 EA $1,100.00 $1,100.00 Pole Spread Footing Total Proposal Amount: $1,100.00 Total Additional Days: 0 City PM Status: Accepted � Rejected ❑ City PM Comments: sz�z �3oa �aca-� ado� �-�Mo�� ol 3nN�nd lad��w wo�� avo� �3�Nisia _ _ _ y LL .e�� _- ZO w J O O�I O � J � `qlyl. � Q _- - a � � � � � � d w _ J� �w_ �ps" ...���, = - - _ - a o � , w o _- a=-__�'` W W'','-- _- _ > �Q> ��w o �:� a� � � w �� �� �,;��. .: �Zw o � , �:"`�_ � _ � o00 �'�� �Q =m �LL� ,, : : ,= z - - _ - - a � J z � � Q o ���,';���y o -- _� a Q �� o � z --- o � � ~ � �~ wo ��� - ' -' - r o d � �� ��� - _ c� �z � � _ aCa4 6 _ _ � I� - � � �� <,.�.¢o���< x�`s o 0 a� � - m pp o Z _� O �. F w w N � � Q _ a o Oo F w � W � � � � I I I I � � � �� � � - �.a .s—� - .9 .0-,Z m ❑ w Q' J aQ �F J � aZ o QO,_ �p _ WZ �� � W Q a a� Request for Information — Initiation Form Form should be completed by Contractors Project Manager or Designated Representative Project Name: Risinger Road (McCart to Crowley) RFI #: 19 Project No. (CPN): CO2239 Date Submitted: 11/19/2020 Contractor: Jackson Construction Response Needed by (NLT): City Project Manager: JTAuldridge/Ronak Rekani Design Engineer: David Smith (Halff Associates) RFI Title (Short Description): 16" Water Valve Attachments Image ❑ Document ❑ RFI Reference Data (If Applicable): Specification Section No. _ N/A _ Spec Page No N/A Paragraph No. N/A Drawing Sheet No. 51 Drawing Detail Title: Water Line Adjustment Plan Other: N/A RFI QuestiOn Or ClaYifiCBtiOn Needed: (Describethe issue and clearly state the question. Provide field data related to the issue, including street location, distance measurements and pictures ifapplicable.) On the NW corner of Risinger & FM 731 the 16" water valve was specified to be replaced with a new valve outside the proposed paving limits. During the shut out plan the valves down line were discovered as non-functioning which would req uire a number of businesses and residents to be out of service for the valve replacement. The shut down would also require a temporary service to provide fire safety. The water department asked if a new vault could be constructed over the existing valve since it is only 13-15 years old. The curb inlet near by was changed to a non- recessed inletwhich provides additional space forthe vaNe vault. Contractors Recommendation: (Pleasedo notleaveblank. Providethecontractorsrecommended solution based on his knowledge ofthe projectand existing conditions to assistwith accelerating the response) Leave the existing 16" valve in place and remove and replace the valve vault. Does the Contractors Recommended Solution require a Change Order? : Yes ❑ No � Potential Impact to the City of Fort Worth (Schedule, Scope, Cost): Replacing the valve vault instead of installing a new valve will provide a cost savings. See RFI response for summary of cost savings. Is This RFI Stopping ALL work on the project? Yes ❑ No � If yes, why was this issue not foreseen and sufficient response time provided? Request for Information — Response Form Project Name: Risinger Road (McCart to Crowley) RFI #: 19 Version #: N/A Project No.: CO2239 Response Needed by (NLT): City Project Manager: JT Auldridge/Ronak Rekani Response Date: 1/15/2021 Design Firm Halff Associates Response Author: David Smith RFI Title: 16" Water Valve Attachments Image ❑ Document ❑ RFI Response: Please leave the existing 16" valve in place and remove and replace the valve vault. Does Response Require Change Order Proposal: Yes � No ❑ Contractor's Response: Contractor agrees to performing the work at the price indicated below. Change Proposal (if Applicable): Construction Allowance to be used Work Item Description Unit Quantity Unit Price Total Item 1 - 0241.1351 Ea -1 $1,200.00 ($1,200.00) Salvage 16" Valve Item 16 - 3312.3106 16" Ea -1 $25,000.00 ($25,000.00) Cut-In Valve with Vault New Item - Remove Exist. Ea 1 $18,027.33 $18,027.33 16" Valve Vault and Replace with Special Cast-in-place Concrete Vault Total Proposal Amount: ($8,172.67) Total Additional Days: 0 City PM Status: Accepted � Rejected ❑ City PM Comments: Request for Information — Initiation Form Form should be completed by Contractors Project Manager or Designated Representative Project Name: Risinger Road (McCart to Crowley) RFI #: 20 Project No. (CPN): CO2239 Date Submitted: 01/26/2021 Contractor: Jackson Construction Response Needed by (NLT): City Project Manager: JT Auldridge/Ronak Rekani Design Engineer: David Smith (Halff Associates) RFI Title (Short Description): Meyer's Trench Drain Connection Attachments Image � Document ❑ RFI Reference Data (If Applicable): Specification Section No. N/A Spec Page No N/A Paragraph No. N/A Drawing Sheet No. 125 & 152 Drawing Detail Title: N/A Other: N/A RFI Question or Clarification Needed: (Describe the issue and clearly state the question. Provide field data related to the issue, including street location, distance measurements and pictures if applicable.) Along the Southern face of the Meyer's building is a trench drain within the existing sidewalk. The trench drain appears to be active and will have nowhere to drain once the concrete loading dock is removed. Contractors Recommendation: (Please do not leave blank. Provide the contractors recommended solution based on his knowledge of the project and existing conditions to assist with accelerating the response) Install a small junction box at the end of the trench drain and utilize a 4" pipe to connect it do the proposed inlet. Does the Contractors Recommended Solution require a Change Order? : Yes � No ❑ Potential Impact to the City of Fort Worth (Schedule, Scope, Cost): The junction box and pipe will add some cost to the project. See RFI response for summary of added cost. Is This RFI Stopping ALL work on the project? Yes ❑ No � If yes, why was this issue not foreseen and sufficient response time provided? � �-° � ,_ , , � � �`,,�.?,,;�� . y � � . � � � �� , , �� °T � �� . .,,.. _ � �. 'y 'e i , � � r '� � '�' •. � � � �� �.�'�� _ �'`�" ��� _ R�' �����" �' � � ��� � � �` � a�.� � / , a `��i `/ j� � �f� \ i � - � � �� � :� �' / . . v y�� � .,� - ii ,� / L\ �4 � �'�� `, /� �r��� � � �, � , \� t , ��. � a� �i \� � ,,� .i � ��� � � ., _ ��k , � tl�� '` � ; \��` ;-� �� � . �,�t.��� � ��� � - � � i��' � k� i��� � �.� �.�. �^� � � � ` '- ,�� ��, � � � . , � . . '°� ,,q� � � � ; � � � � �'�-�_. � � � � � "�,� "� : � �,,�� � . � � ,�� ,° ., , � � ���d : . ��,� � � k f� �"'«�������������������i,,��,+�V,,���,1 `�`,rr� � ,F,�. s �. � � A � �►,i►� ♦ ����� � s�, yjr f� _ _,��"- ,'����T?�'�,' ...�,,r'���- �I�t ' �,�� �t � �� �� +: : '`� � ���' J • . i� � `, �� Y� � � ,,y;� _-� w � " ' ' ��i � •� ,. � � I � ��� 4' ,.�. / � ;� � � ; �a ,,�.a y,� ;� � � .�' .ra '� i. - , . f ���� �� � �: � i ' . .ak : 1�' - � �„¢o � , �, � � � .c .���. t :; r ,r, r� � �v, . ,��"a "�+w-, 1f . , c �r'� �, , � , � ' } � � f_ �`. _ '� 4' }y ,y, " qV 6 �� r ' �^r� � � � � �. �. .� '.r p r ��� M����� p ��, rnr� y� . [ �� �y, ��' . . . " . � . h �6� �� `:� ���'� � ���Y 'y' .� ���.. d� a A• `' j� Y � ��b��,�/"'A � 4 '+�.�� !' �� � �.�� _,. ' " l � . ����.� ���� � '� � � �t�`��r���� ,:�....� � '_� �,�aHw � � '.f ' l � �-` �K+�`r.,�rr r r � a�� . `� A �,,�I�g���IM���.��� �� � ..a. S � ��. �� � e 'r +�' �� '��'���y � `�� � w��`�y1 �.` . v . r� � z' 0�1',` "y, d ' °,r � �r� ��i s, r � i, a'�' a. � �� � -y� �. f � , , N -r A9 'M.�n+',. . �,� ..� �Y, �] J � r r : �M+f° .� r � , �,� Yt ,r� � ,.� � r � 1� '? �+T E �. ' � � 4. � x 1:'Y {¢;; �,°, . �,w+Y' h ��, ���� r �: ` � r ��cri � a�. �, ,�;;�-J � . ,�;«♦v� rn " �,,s� j'r - r � �"�+ � � 1 �'�+$� � �" r� ' �,�,�` ,'''�` � _„ d�" , , r � � , ,, '��; � �*.. ,�,� a L,�d, � *^-� '� .: � h'�!k ,. V , �,� � ,. • ��� ,d �'' ,��Tlf . �. �f � ,;�,"p].�fu � k� ''u��� ,�, ,'�!�►��, �y^r ^ ��' `s � " �7 3 ?'" . A i r��' ! " � � ��7r�f� �r � > � r tir'i'�a� r k ,� .,� � '.,M� � }��� 1� '� �� �1 "�,�, 1r ,,, � � �t"� ��, •� . ,r; }r A !' Y•� � •� � �Yr �j�, qr} s�Ar f° y,�.� d,,,,�* � � �' �: , � �� r �� . � �� -. o .,:�d�i" . � �'&a Ef�...��i�a'J�°.1� - '0, .h�Nif�k,�.,..�.;.� k,.+VAR � r . , t .. . �,r � }... 'a �� R. Request for Information — Response Form Project Name: Risinger Road (McCart to Crowley) RFI #: 20 Version #: N/A Project No.: CO2239 Response Needed by (NLT): City Project Manager: JT Auldridge/Ronak Rekani Response Date: 2/19/2021 Design Firm Halff Associates Response Author: David Smith RFI Title: Meyer's Trench Drain Connection Attachments Image ❑ Document ❑ RFI Response: Please add a 3'x3' drain inlet with grate top and 190LF of 6" PVC Schedule 40 pipe and connect to proposed curb inlet. Does Response Require Change Order Proposal: Yes � No ❑ Contractor's Response: Contractor agrees to performing the work at the price indicated below. Change Proposal (if Applicable): Construction Allowance to be used Work Item Description Unit Quantity Unit Price Total New Item - 3'x3' drop EA 1 $6,844.00 $6,844.00 drain inlet, 190' of 6" Sch 40 PVC pipe and core curb inlet Total Proposal Amount: $6,844.00 Total Additional Days: 0 City PM Status: Accepted � Rejected ❑ City PM Comments: Request for Information — Initiation Form Form should be completed by Contractors Project Manager or Designated Representative Project Name: Risinger Road (McCart to Crowley) RFI #: 23 Project No. (CPN): CO2239 Date Submitted: 02/09/2021 Contractor: Jackson Construction Response Needed by (NLT): City Project Manager: JT Auldridge/Ronak Rekani Design Engineer: David Smith (Halff Associates) RFI Title (Short Description): Street Light Conflicts Attachments Image ❑ Document ❑ RFI Reference Data (If Applicable): Specification Section No. N/A Spec Page No N/A Paragraph No. N/A Drawing Sheet No. 189,190, and 191 Drawing Detail Title: N/A Other: N/A RFI Question or Clarification Needed: (Describe the issue and clearly state the question. Provide field data related to the issue, including street location, distance measurements and pictures if applicable.) The following light poles are in conflict with overhead electric along the southern Right of Way: T-17, T-19, T-21, T- 23, T-25, T-27, T-29, T-31, T-34 The following light poles are in conflict with overhead electric within the center median: T-36 and T-43 Contractors Recommendation: (Please do not leave blank. Provide the contractors recommended solution based on his knowledge of the project and existing conditions to assist with accelerating the response) Light poles along the southern Right of Way will be placed on Oncor electrical poles. Light poles T-36 and T-43 will be shifted to avoid the electrical lines. Does the Contractors Recommended Solution require a Change Order? : Yes � No ❑ Potential Impact to the City of Fort Worth (Schedule, Scope, Cost): Is This RFI Stopping ALL work on the project? Yes ❑ No � If yes, why was this issue not foreseen and sufficient response time provided? i l oi� � I \ II �� i ,�-� F�aEa �o .�� �o�o�. I % � � i I I '�� �z��a � � �— � � � �� I � -- E�E�.R��a� �oNo��r � �� / � � i �> / �I � I m �ao�No eox JI _ _ _ - — , - — _ — — — — — — — ��a���r �<aE� � p raoNswe�ee see rvo.e i� i -.ia. .- �..- nvo wuNonrioNeo o m e�ec.�cn� scev�ce I/� T-12� I�r �i II �I� 'a FUTURE ROAD ��ae �,�� i.ss.so z3 ' "ourEisr N �eo __ __ __ _ s9.�s m so �r � s.a =a.63.o0 �r Nsilni eNi Po�e <No oniioN A° aisimcea eoao � � s.n zn - iirvcca no �nno iounoax opo�e x ftLESiON ROn� iKSinLL ��DOi9TVPE DS GROUND BOx �I I INS1nLL S1vPE 0 GROUND BOx iNSi �� T��00 ��YPE OS R�RO��Np ROnD N� � ip . 0 5 LT ip a♦ 0 5 LT ALL i i G BOX � RISINGER50.0 39.�' RISINGER 0.0 39.�' �� � axi° ��"��P .> -r -r e. ir� o � m rnFour�i�c Po�c iry rn`� u. aND OUNDaiiONOLE INSTALL STVPE B CROUNDRBOXER R�p w O IIJ I II AND DnIiON C O o I{ � ascur° e°�uru - - q�°cEqso.003s.�s��r = o + r ii�u �'� RE �7«< <�r°Po�E - — BE pND FO�N�niON N N -- � � � � soEwAu —_ — w�sioe nu _ a T-14 e es� ^ .. T 16J.� e aio� —� e. s� , a. T 18 'ie a i� e �3 T-2p- a � ~ a zon zoo � � � 6� ���. zzwo �3 �o za.00 -- -zs«oo — zs w z�+oo — za�oo __ — W � — W Z Z T_ �* �-. 'B T- 5 a2 ,. l! T_.� ia.25' 200 R23�i8 — T � �� ��-- J az� ��o. z. �� � $ o�soEwoi ` _ — -� — a � �oxc. a z�.saoa 3 - ; ' —�_"�i ' - oEw �rc T- � _ c' � oA "�d°Fo � A�9°Po�t �� A zs o.o0 3 eEyp 7 qo � � ��� Ty13 1� m.- e n roN � +- eoae � on p � � <No i�ouNoiioNo�e Q a �LE�-i�c'=�oNc wsrai��so.ov°E'e'cRouNOR�eo+Ea aono `TioHftEM°NE I°NoprouNoniioNo�E � � Exi�� � �nu�pro��o;Ta3.00'Ri L _�II — — � rYP � sraNn.aa.iz � °nONo�E — — I I 11 --- --_ _--_ --- __ _i _------� �I _ l II I �_______ � J I I �I}w� � — � �----�I-- \ / — I — ?K ' I � � � I �� i,lm I I I � I -------� � I I� I I N � p■p HALFF� �,�� I �. � M ��. . � ' o1i si1o�9 � FlRu f 3 2 coNsraucnoN Nores �a..�� .a«o..� .. «... «.w.: r.� o o.:.�n�::.:.. � �s:fss. � ssrz ..�� o --:ie.T�L S VERTiCAL CONTROL � O � w a CiTY OF FORT WORTH,TEXAS � TRANSPORTATION AND PUBLIC WORKS a U CAPITAL DELIVERY DIVISION � � RlSINGER ROAD � FROM McCART AVENUE o 70 CROWLEY ROAO a 0 LIGHTWG PLAN STA 21+00 TO STA 29+00 c� z �re.wu. xo� i=ao oziioi5 i89 or�za2 _ __ - __ - __ - _ - - __ - __. - __ - - - rtl 4 REVISiONS i � .. srn ss.�o.00 az.zs� �T RiswccR rtono �� �� � �� � � � iNSTaLL 1xD0i i7PE DS GROUND BOx �� z4 sTn ii.�o.00 n2zs��r aisiNCEa aono � � /� Ox I I I Sie 36�50.00 39.'l5'Li I �� ... I I Y � I RISINGER R i POLE � >LL x UN I INNO �FIXINOGHA / I SIA GE 50.00 39.I5'Li FBEftUIi FOR FUiUPE A AiION Si<GER50.0�039.i5'Li I INSDpFO�NDPii�NOLE I I O � INNSo�FL�L LiGNi�POLE � I S'pERL�R0o0N9.� RSi�n�R ivPE B O} O N ; pry s v �1 n un�nrioN :'� in s o�c i�s � � nn� - . . czc_vo eax __ _ � + �_ � I _ — __ i 6� . . ___ _ - . __ . . . ___. ._ � � N �i �so A�k - - - - - � °�..r = - � n�rc - M _ =_ -- ,. Q � T-22 �ie e sf T 24 z o. Nvl r T 26 - a} zoo, �28 '��3 zoo� a ai � � 3a Vl � __ _ - _ 8 R8 _ V7 00 - - -' 30 a- -- - 3i.0 32�00 ' . i -_ - i ' -_ - - � 35Icc 'V 'Jo �5 C., �E 00 __ _ _` - --__--�-____ -- -_ — w Ill - - - �� _ S 2�C z Movznrvra�s�n�i.ao z zoo T_21 ie Rzs z I T_23 � a eze�so� T-25 �-' .a' � J�a s_ T-27 _ T-29 _ � J � - - r. - - - -- o�soewa x� - a 3i - - . - ��� ���r � - - � � SiPGEq50 3]SRi� R30U = R2 U.�B I�.'� •.li / �BELO�CPHED �N� FOUNOpii 0 E 29 in'iB H ■ ■ Q ���E o � � ' � ° s A °;.sso �,a a, � ... HALFF. � �Ex '"�a°F ��oa�r�o�°�E R ra is.so.00 i9.,s ar a�=�r�a ao°oe �� �.. �,�„z,rs,,. "'�'s, ftl5p GEft qo.0 o3q.i5,Ri / GROUND BOxPE �O�ft PAME �N 00 STAN37 T T EM �p OiFOUNOGATONOLE �NNpAF UN� TiON� wSieLLCi200E CEL70.SIiNGLE CONNECiEiORNPw�Ew 3s � `11s�� ra zv so o z�s o ao.a N oa°sicmo os E vEp �-� ', /�,,I M �uDAFO�N� 1TOu��E p GROUND BO PE 8 0 C ,� ���w � iBPE FlRu f 3i2 � o GaouND Box CONSiRUCiION NOTES u*`* �a��---w LiGxi POLE qFWil LaBEL � *• ••� Ta n x . -� �' Z�.I � �t E%iSTING LiGHT POLE 0 iftANSFOftM E!1LL *o d BE*rEn rx<x vn*xc caroi*vn' ar rw Exra� s>r. ' I I, QL I Cin LN6q.69 2N.50'R 91. ' i GE A TA�L T _ - q E�ECiR�PiCCOND�IT � SfkvC�Ep� E __ L�si��' `oxsNen�azeEzas xxwnzrnwn i iNSinFL LiGx1EPpLE � < FiOEF 0 ONDllii AN� �N��P��O NSTaLL ixDii ivPEftD5ftGfl0UN0 BOX R Q. SEE NOTE i Sin e2 39.'IS'Li oRISNGERB3qp�p75N O Q RiSiNqEL L�ROa�39 5 I RiSpNGER 0<0 9 5 L iNS1nLL�E B GROIINO BOx GROUNO BOxPE e O �'��T �� O D F D ��. R-3Z � . ' . + dc- ez ewn�x in� o� • � � ' e ° F� Q � . B .. " � ' : �� g --_ - -- .�'.T,L S VERTiCAL CONTROL a �5,i �'`�".- � � �SDE L I"i �^ 0 5 � _� 35�\�.�� �_ . � 200' p 200' � Q Q z o, T30 - . , } T-33 � a �s go, 3 3 � �- � . :., � T 36 � T 37 � Vl tn o —_ _ _ - �2 __ -'��� _.. icoT-35 . -- . �- �a-nre�r � ��-- P--{ �-' W w - - k� z ia�°v.�axiwi o. �o n' � � e� i Z o, 3 i�o� 0�� ��` T-34 ,{ 5 �`.p�3�°�a I\ ` J Sco�CITY OF FORT WORTH, TEXAS I2 - R in i�32 �� J -�-- - - �-�=�- - "-- -� - . - \. . o oE S TR I I KS - - - - ,. - - i� si w ANSPORTAT ON AND PUBL C WOR _ -�-�- - -- --- -1 I�� � � \ - U CAPITAL DELIVERY DIVISION U _ _ _ �.-.- - - + � �Si -OIIC i0 BE \ _� ��Sin aER80o0 I.So L Q. FSiN tOn� �BY OTHER51 1siAGER �p 5��� \Nlslrv� \ GRO°D BOx'� ° nNs0�r�0uN0AT�oNOLE f � � ��pF� � u� �o39i �^Fo �m�. a � Na ES Rl5/NGER ROAD nNo ouNoniioN°LE a�rvo`Fo �oai'°n°LE Ri nNo uNon.ioN �E RiSiNGER ROnD wN�aFo N�prri ao�E � FROM McCART AVENUE n oN soNoc�ni�E nNo�vEaiFr TO CROWLEY ROAO irvsTa�� Txoo. TVPE os cRourvo eox iNsrn�� TvaE e caouNo eox �iriESArN "onRccoNF�ici�w?EAo rxe carvsraucnarv. LIGHTWG PLAN our � H Miors r. STA 29+p0 TO STA 47+00 ' sEc� eNo P wi.x uxE Eainis. 3. coNoui* ocPiN: uN. ss iNcxcs i90 or za2 i:�30000s�30a3i�caad�5neets�30a3i-LVu 03AgnOF 2u15/20i9p��ii3]:a3 nM an30li ' Request for Information — Response Form Project Name: Risinger Road (McCart to Crowley) RFI #: 23 Version #: N/A Project No.: CO2239 Response Needed by (NLT): City Project Manager: JT Auldridge/Ronak Rekani Response Date: 3/19/2021 Design Firm Halff Associates Response Author: David Smith RFI Title: Street Light Conflicts Attachments Image ❑ Document � RFI Response: Light poles along the southern Right of Way will be placed on Oncor electrical poles. Light poles T-36 and T-43 will be shifted to avoid the electrical lines. See attached revised illumination sheets. Due to the existing Oncor wood pole spacing one less streetlight will be installed. Does Response Require Change Order Proposal: Yes � No ❑ Contractor's Response: Contractor agrees to performing the work at the price indicated below. Change Proposal (if Applicable): Work Item Description Unit Quantity Unit Price Total Item 176 — 3441.3003 Rdwy Illum EA -10 $2,000.00 ($20,000.00) Assmbly TY 18, 18A, 19, and D-40 New Item — Wood Pole Arm EA 10 $550.00 $5,500.00 New Item — Demo Foundation 2' EA 2 $975.00 $1,950.00 Below Grade New Item — Electrical Conductor No. 8 LF 1,080 $3.00 $3,240.00 XHHW Copper New Item — Remove & Replace Sod SY 111 $25.00 $2,775.00 (Electrical) New Item — Rdwy Illum Assembly EA 10 $1,700.00 $17,000.00 Type 18 (Without Install) New Item — Deliver Poles and LS 1 $700.00 $700.00 Breakaways to the City Total Proposal $11,165.00 Amount: Total Additional 0 Days: City PM Status: Accepted � Rejected ❑ City PM Comments: sz�z tt3oa �g�z-� ado� �,3�Mo�� ol �nN3nd l�d��w wo�� ado� ���Nisi� _ �, `� - X 3 zo O � - - o � J � O � � � - _ _ r � � O �O aQ z � r � Q� �� = J��_ � _ z- - - _ — o o � �, �� 0 0- � �z; ��w �o - _ Z�a Q=� -= - � - - - � � z w � �� �~ _ �.�..,.,. �o. � _ __ o0o z� �o - "„+ � o - -- � Q Q `� � o � � ■■■ / _pz,..i.o ry5lll/ _ ___ -_ o � o Q � � a � ■ �;,�:o �� _ - _ _-_= o _ � � � � _ ■■■ ''�;,as - _ _ - " Q �, _ QQQQ 1j�1\N��. _ � � _ �� J � � I I • al ❑ a _ U�+6� �J15 �NI� H�LdW � � �i _ I �� — z—�o�� � m �, 1} � � I o I I� i f � i _ Y��� i � H I �i� � � � � i i - - - I � � � adoa ��nln�l �_ �� ��I � I �--�—I , - I �� - �'�I� � I � , �=� � � - � , _ I� � �o ' � I I, � ' — _ �� _ I -I = � _a �,�I - I I� I — ��a ��N��� �I = � a a _�� I��z N ��_� o_ I a , � �� �� _ �� �---� Ia i m loq I� i m- i I i — I ' - � , - "��� � � _ � , - "� I � I ' I � - � I ;woo =�r - � � j� ' � � � I� I I 0 o I' �' II I' --- - I — � o _ — I �P� � a - I- - � , w � _o�'��' � I i � � � I , ��, I I �' I' � �_ - � � - _ I -_ , , _ - I �I - � I � - -a j�� � I � e� � � - ,J _ � � ,j _ �I � I � � �_ � � �� m �_ M �� oa�� � Jo , o��o - � �Jm ��a z� _ �w � I �I��r x�o I �, � � � ���� ;, � o � ��m w�� � i N� N Q� o o� � � � � ;Nt `� � � �- -- - _ I I, ' I � �� ', - - - I � 00 ���_ �J I � � p �= p -- � �, - I, � I i �-- �-- �- �, j� ,I i _ I � `I: ! _ _ �� �I �, �+ � - � � � x�l , I�� a_ I � � w 3 1I � � ' I�= . �II m 'I�� - _� I I - - - � I I � � �' 1- -, - _ - �� ' i.l , �� ����� - - - - --� I o � wll o ml' w I� z - - I I I �o o �� _ II � � , �_ � II'`�� ' I�� �'� _ , �I a � �� I _ I� � I i _ - � , I', - m, � f' II� - - i , - o � � i �z �a .J a �a �a = a= _ �� � o� � a � �m "J 4 I � m ��� _ a,� -- __ a --- —= y,% � � w�o Q� ��' I' �� z �� �� i � _ �� �� - -- � . , � a �- --__ Nois��ad� � - - � - _ � � ' '�, m�� � �� � M �1 313NJ.Od — — � m� ,, — H� �- — - —= �` � �� � m� r g — -- � �— ----- --- — �� ; � � _ — — � z I -o i I �� I �I bl _ +I 00 lZ �d1S �NI� �H�ldW sz�z tt3oa ia�a-� _ o� Z� ado� �3�Mo�� ol �nN3nd l�d��w wo�� ado� ���Nisi� - v, _� X � o W O � -_ p H J � Q� Q � � � � �O Qa J�e_ � _- o= --- _ - oo> ��w �� a� -= '=o. � -- _- � o0o z�� =o 2.m . , .,. _ .,� � o - -- =-- - � � Q `�' �o � � __•, .�� _ � � � � � ■■■ : �'`y"p�'��,i�;o "w44 _ -_- __- � o Q � ■ is," Eo`�o _ - _ __'_ �o _ ~ � U Q ��� �l�lis � - _ U Q � x 1j�1\N��. _ _ � � �� 00+8� d1S �NI� HJ1dW �, �� w OO+Lb d1S �NI� H�1dW --_ - - - - � � � � . ��o� a.��� I��� � � - �� �I ���� ��I � _ � �� � "�� - _ _ o I - o - �, m I � ��' � - I - .. o oa _ ., � '�� �, - - � � _ a : � �'� � - -- _o a �- I w � I� �I - _ . r, � � - -= m� � el�� � �� � - � � - � I = -�o�� _ � I � "�_� o � I � 1�� �,- - � � Ij N - II = a �I w � _ � �, ' �� mt� I I � �, - - _ _ I �t , _ a _ _ �'F � III�G _- J w i LL _ �'=�r�N -,« � �f = - �II I I � - N -" I I - � � o II � o � - - - I, � � Ieil'� _ - ��p � I m al � �� � ��w ���o �I � � � � � �1 �� � �'� ,I � � _� �` _� � � I , - � - - �I�� �I�, II 'j � - �� �1 �� m � I I � � r� � el � � � � I �� - �I - _ - I�� �I - _ a �. � I� �I � . I I -�i , P� o -,J I I _ �` 11 �r � I �� - w - � I_ �} �� � �� ��� �� _ I � �I � � �' I � �I N _ y� - li � e � I I '�" - � I �\ I m I M ¢ CO o � I Z � M � � ��I � c� r i- _ o o z �� . S I� - — I I c� J� o � S o - I � H S ''� � �� - —� � � � � �' I - � a�LL ��� I �� SI I �7 � ——- -,���'i'��'� � N I �� �' ~�-ti II w ' � - J - l� - �I - �� '�� o - ��� � I I � - - , �I _ �� '�, _ � a � �I _ � � - I N I Y � a� �� � - , -w � I _ �i �� � , � ��, � � � �I� mll - �� - i � � � � '� - ' - —__ _ �� el �� N I � _ F I - ' ,II� � - . -___ ___ i y�o -i l II� 3 �� w _� � � I � I �,,r��� ��.i ' I _ I;�_ I ol �.......,.., oT I ___ __ \ I I _ }� ` � N ' I� _ �� � � N ;I, � �__� �',I � I ` ' I w I � �� � � o� I � - _ i I ,I -� - - � ��� �� �I� � .I �I i N � - _ I � - ~ I - il _a I I illl ��+6Z� d1S �NI� H�LdW d ww Wa— } �w�o ��� II a � 2I II zo � � a� o r � I �� � �.=a - _ i� � � _ iR �I, ; ��I I ��-J I I� �I o III I �II' '� ry � � � ����i - _ i _ - , � I o� I I'; � _ �', � I � �� - = IMI �� I - _ � I � �-- -ain � II M p- � � r� `� - I�II o _ N � - � m � � I � 3/�12�Q � dNl�Oad� � — - �I� ,� _�-- <,� �I _ ' i { ;,I �i � �i � I � - ��' II i -_avi �� I I O - — mJ� F I ¢� � 00+8� d1S �NI� H�ldW sz�z tt3oa �g�z-� ado� �,3�Mo�� ol �nN3nd l�d��w wo�� ado� ���Nisi� _ �, - j� x � O O _ � - o � J � O � O � _ _ ' � � � O �O a� = J��_ � _ z- - - _ - o o � � �� �� 0 0- � �z; � - Z� Q�" = — - � - _ - _ ' � z w � �o zo — _ 2�.,.,. =o. � _ __ � o 0 0 � °� _+ - `�v o - -- � Q Q `� � o � � ...���� __- o � � � oti Q ��� : �'z'�Es;o "?,��i = _ -- o r o Q � � � � �is.�io��o _ - _ - � _ ~ � U � - ��� ��i�'s F - � a QQQQ 1j�1\N��. _ � � _ �� OCrs`� � � I I • a ❑� - � _ � b� - -- 00+�9 b1S �NI� H�lbW -- s �N�� z �a�� �. �� - ��� ��V ��� _ _�� � �3 �, �� 1 j , � I ,� 1� � � � / � �, z �� I,i - � � i r�l . a ��- I I f��� � � � � `% �� ���- � � ,- , / � _ � % �' � % � I � � i I l -- I � oJ oF o �� v a a� � x � �� �' ��� � - �_ ; �o m � � � o i�' , f�� �-� 1 .�� o� J� � � a�l „ � r� i� �� a �� ����_ �+� , ; o � m - �_ o ;� j - - � - �j ' ; �- �- ;� o � - �� C 3I o _ � a = Q I' �I f I II i I I= �� j� ; '� �I - I; j � � �� I �I {1 -�i I �� a rQ � F - =a� �� o o�a Q o � m � . � �_� o� � � y � l 0 o �x � � o�w o� � mo� , ��� h;� � � r � 1 � I � �a Jxm J. =p� Nz z � � � � ��m �= o� �I � w. a � � �xm ! : =� o � ti � � ��� I I � ��_ � J a J=o z ��� �,i �, , � � o - � (� %`4 / �� ol - - - _� �7= � - � I % a�'= -��_ - - � �� ,I� ���' a adoa�ida�sNa �� _PI- = - - �/ �/� �, p oo / ' 'iiI - - � - �- a�b �;L� _ �� � / � % I MII-__II _ %� � /` 1,L� � � � � ��o m , � � ; I _ � , � F I � al o � <. I � I I 11L /` *���' - � I � - a bl � a� i _ � � t� I �� -- � j � � �� �� � , � I � o � a � a � o � I � a= -� ����'� � � � � � o o a � � a m o�=a w , _ � w =o oa � o� o�r o � I� � � i I - — — � — � � oJ �� � �� �� �z `;� ��a� �o �NN� ��a �� � w �w =� �� � , o ��=a , , � � � �' �i �� � ` - - - i � ; / o�� ,, I � ; �i o /, � �'� = Y / % I �, o� ��Jo �� I I� �t N / �. I� � I I! _ �I ��� i �,.1 � - ^� ,� � � � I o� o OU � JS ty �� -_ I �� �I � �1� - � �N��� ��- N � 1 OO+Zb b1S� �NI� NJ1dW bW��� sz�z tt3oa ia�a-� � 0 .� - c Z� J� s:�� � o - =4 .�� � � _ � °°°�;'.... - o -- ��� _ - — ^ � ��� _ - " _--- o 3�d 1Nd��W � � ,� o Q � z x o w J � H � s m o �� � > oo� �zw � Q> �zw 0 0 0 � � J L� Q Q o � � � o � � � a vi c� � U Z � , � oxi� �� ado� ���Nisi� � w � Q W m Q W� �N � Q� �� , zo � �w =N w �� �� � o� Jw Z �� w � }_ �o av� � �ti �� � o a � _ �z� m3oQ �mma �o _?��� Request for Information — Initiation Form Form should be completed by Contractors Project Manager or Designated Representative Project Name: Risinger Road (McCart to Crowley) RFI #: 25 Project No. (CPN): CO2239 Date Submitted: 02/11/2021 Contractor: Jackson Construction Response Needed by (NLT): City Project Manager: JT Auldridge/Ronak Rekani Design Engineer: David Smith (Halff Associates) RFI Title (Short Description): Conc Riprap Attachments Image ❑ Document ❑ RFI Reference Data (If Applicable): Specification Section No. N/A Spec Page No N/A Paragraph No. N/A Drawing Sheet No. 91, 92, 127, and 128 Drawing Detail Title: N/A Other: N/A RFI Question or Clarification Needed: (Describe the issue and clearly state the question. Provide field data related to the issue, including street location, distance measurements and pictures if applicable.) Parcel 5 property owner is concerned with the grade between the fence and the sidewalk will have negative impacts to the fence. Contractors Recommendation: (Please do not leave blank. Provide the contractors recommended solution based on his knowledge of the project and existing conditions to assist with accelerating the response) Place concrete riprap between the fence and the sidewalk. Does the Contractors Recommended Solution require a Change Order? : Yes � No ❑ Potential Impact to the City of Fort Worth (Schedule, Scope, Cost): See RFI response for cost impact. Is This RFI Stopping ALL work on the project? Yes ❑ No � If yes, why was this issue not foreseen and sufficient response time provided? Request for Information — Response Form Project Name: Risinger Road (McCart to Crowley) RFI #: 25 Version #: N/A Project No.: CO2239 Response Needed by (NLT): City Project Manager: JT Auldridge/Ronak Rekani Response Date: 2/19/2021 Design Firm Halff Associates Response Author: David Smith RFI Title: Conc Riprap Attachments Image ❑ Document � RFI Response: Add sidewalk curb and concrete riprap between the fence and sidewalk along parcel 5 as shown in the attached sketch. Does Response Require Change Order Proposal: Yes � No ❑ Contractor's Response: Contractor agrees to performing the work at the price indicated below. Change Proposal (if Applicable): Construction Allowance to be used Work Item Description Unit Quantity Unit Price Total New Item 216 - 4" SF 1,751 $6.30 $11,031.30 Reinforced Concrete RipRap with Toewalls Item 210 — 3213.0322 LF 421 $45.86 $19,307.06 Conc Curb at Back of Sidewalk Total Proposal Amount: $30,338.36 Total Additional Days: 0 City PM Status: Accepted � Rejected ❑ City PM Comments: sz�z tt3oa �g�z-� ado� �,3�Mo�� ol �nN3nd l�d��w wo�� ado� ���Nisi� _ = _ � � � �� - --_ Q� z wo � _ - _ � �=ww � J � a Zo &� `� � � � o �o ��Q _ � J��_ � _ z- -- - _ - o o � � �� ��� �_ ��� � _ - �- - - w__ �z; � Q 2 Q�� _ � _ _ Q � � Q� �zo w w � z c� o� Q - �- = o. � _ � - - o 0 0 � �� z Jo .~i ..�.�. m N _ _ _ inzw � ~ J U ��O _ \\y O _ __ a � a Q � � O � - _ ��...� 1j z O� � O � c9 , _ ��� i �Pz'�:=:_ zll�i - -- o - } � Q � _ lfl o m -.� ■ %.i.�:o��o , - - -'- O ~ � U Q � o � �I ��� �l�lis...:` '� - - - U Q � � x Q Q Q Q u 1j�1\N��� � _ �� ' ^ V�i _ -_ V aOr aOr aOr aOr aOr - �zw�o� �=w�o� �g � LS �NI- N�1dW � r� 0+ b � I H d �� ` �'`' i �� � �d �� .�d� � I Y-�� �f � � � I�� I ¢� � Q . atl0 ' 3J I51 0'0 +09 tl S t Z5' \ jl � � I 'I o�-wl x O II I I � II �, wo¢I Oz II II I _� _� �� � �,, �a,�� � �� �� � � __ __ � � � �� �N , w� �� �� � � _ - - � �e �� �� � � �� �'� �; � � a� �� m�� � � m� � - o� � ti �� `� I, I o,� I I ; � � : ��—O � � m � I I � �zw�o� �=w�o�l� ��� �`�� �� � `� I aQ � e��zg�=�,� �, � �a _ \ � '� tA'. \ I I K3 . . . I I i I I � . I � / II \ \',; - il I 2¢ . . . II I i I I . \ N� I 2 � �\ I � \ I \ ', \\ I I 3 . I I� I . I \ � � �v I \ �\I 1 �\ r � \ c� - I � � V II \ m � 1 \\ I II i !I ¢L'�9i =7/1 1� R la 3 I \ I'; \ � \\ � I ` . I I . . �� i , ,,�� � , , �, I M'0' C� SOd; iid -Pll \ �\ � � �� � \ li \ I�' I PGQ J� I \ � I Y\ �\ \ - � . _ . - a I� _ I "'I . � ¢\ I �� I � �� \ - \� \ � m I ' b�'E9L =J/1 ll R 121 :. � Ir -.�.. � ��\� �� \ - �\\�\\ � p� I a ¢ \ � - m ' I c�v� v� �a � _ . i 9'£9L J 1 ll 21 o" ____ - \ - \m II "�d �y �� ~ 0' i 3 NlSlil 0'0 +85 Y S � � i \� �� \ \ W I i I I � - \ � �� (�` I� I . o / \ II ' , U I /�` \�y F \ . v�� �� I > _ � ���� �\ — I E , . \ - Q � �' - W - c� . bL'E9i -J/1 1� R 11J - n \ > N c -' I �� _ - � \ 2 � I \� / i �� � I ..\ -_- ��� ' �� ' I r/ n�/ . � \ IpII . i . . 1f� ` � I p. I \ 1` ` / \ \ I I�, O � ' . �cVi ' � % - �- � � \\ . . w II I _ II�J i . � � I o�� � I� � �z I ��� �� �` ��� � � _ a i�� �ii� ii �� � � �� ��� � 'V ` i '�i i � � r �__ ox � - �I "' � Q .� � � �� a ,; � _ i �� _ , i i �,`� , w � ; � � - \" -- I 6 'b9i =J/1 ll 'd 121 I � \ 5 m I� /� o \". I I I Q / // I �/N� A I. I I I Q / i / \ \ - I'.- I � \ I � I � / I N I r n N � ¢ I � I v�l - '�a� 1 / \\ \ . . I � . z I / �� \ �_ �� . . II/ I� . w� _ / \ - �\ ��II �I - / � 8- I.IL o � � �I<< � � � 9-9.L£ �� 'i� /0 9-9 SZ,� \\ � I C � la / N i P I RGp m\ �a \ � � bb'b9L =J/1 1� �3 121 �^ / 21 � � 21"/RCP � i I'69! � 1 1� 11J _- � i � \_ � a�l I I � I ..� d � i ' -o / i apo � 3 Nisia o�o �ss eis I � _ � o ��� � i , - � _ - � _ �' ���� �i ,\� �1�� , p� / N o-I' No op � � ���i i� � r � - i V � r I F h�� � '�/ I \., / � I � o �V I ,% _ � I y /��/�/ _ Zl'S9L =�/1 ll 4 lEi � '� / � I � o , N \ J ��� � � �'� � 0e4.s ^� / � � i' o � J � ✓i i � \ . . . �I , � � � y I� - r,�� � �I I / 4 0 / I ,FX I/��' = \ . . �I .� ' . � a ��`° �� - � _�_, ' �� � �� � � �i � ,��a � �� - r � ,-- °� _ ,- z �`; i � ii ; .-- ,-- � � � 00+95 �y� S-7N1-) H��1t�VV �- 0+ d � I H W sz�z tt3oa ia�a-� � s� � o z� ❑ J� ¢ - _ Q= � -= - Z�' .., .,. o , ��� ¢ � �I ��� QQQQ IU - - o 0 � - - - � - �_ - - - = o. � - � ' Pz��� \\��� O _ _ _ _ _ � ��i.�io��o _ - _-�- � _ IIII1 ���N���. �_ _ � V aOF �O~ O LL-w 00+}�g d-LS �IN'I�� H�1bW i �� I I � I� �' '�'� ' � � � ''� , �� ��', ���'� I� - � � ' I ���� ' a�� M � �o�a aasoeobd,oi��i �iI � �i �i � _ oa � � ��� oz � c � ,'I �i ' i i I Q��� �� - � � a-a,z�.�. - � i p �¢� � 3 I I 8- ,S� 'll I I I �¢ o, ¢¢ . I I I I II I o I � I' ' - I ''�I II o I � m I m _ �r W w h o � � � wN � } I' o } I o N _ li �I I 7 I - O . � �� - IJ > - 1�= �� I � j� WW �� � IIIIII w � '� _���_ � � �,_ �,Q � � I - �I,>� � _ ����II I � � ��, z o � � � �� ��'� �'� , _ � � � � � i jl � �z � a II�= 1� ^�'� '� � I o Vl�,'� �l �,�� - �? I� �� - � �,� � �m �� _ �� I ��� ,�� � � � � � �, - I �_�', �, I - ���,�� �I �m j � � �m �� ���w �, I'��� � ":za��e�� -����� �I ' ' � � �o 0 ��I ���> � ���� � , � i �� I � �I iii � �' � w� _ _ � �� e��e'''�—� �-j �� � � II ', �' I -ao � I' �o � - � � -�� � J _ I ���I � � � � � � � I � _ _ ,'� li - - � � - - - °�o I �� _ �I �I o - �I - M� _ - I �I li I�3 -�} - �� � I a 1I I I o _- - c� W �� �� � I I I� m� 9-9 .lZ I I � - r � _ � 1I II I o � l I _ �_i I � � / - I I oa� � o�� o� o Nn> �>a �a __ v� �¢ �i I V I \. _ �� II i ___ I'� _ I r _'i I�I I a _ � li� ��� � I II I V ' IIY �/ I' � '. 1 I I II II L— --_- a � I� I /II �� I I � TI���ppp aI �i� I I ' ��I � v� I�� - �_ II I ' I I I I I n�i� I �I - �I o-1 II I I a I �; � + _ I a �� � i ��, � i ���,a_ ��, - � � - � '�_ --� — - � ��� __ - 1—" =- = a � L= — — - I �I �� o - P! Qo , R� a I ol �� � � � o > � ��� � T 2 � ��I � � �� \ �} —__- — �' I a ��- �I� � �, � ^ � i ih \ �I' ,�F i I /\ /I �Q � \ �II - - � i � ��� �_i _ �� i�-���� ,, � _ �e � �i ,� �— i �'�� _ o � � — �- _ �i � -- - � � ' �i i �i Q mg a - I I � II � _ � I I m F� I � I li I I I �} I I� o a� U� od I -J �y I_ -_I - - ? �1 I----_-- ----I-o�_ - --II I I � i� ��� {J�1lJLO I ~� _ p3 ierrizeoaa � N ��2� _ 9-a i [ 3Naea - , � I r� I Hiv � Nd ol tN3Vl3st3�oZ 8-g Sz �-------r - a -- ---- - --- - - - --�- � a � , s �� _ ----- � ,se �� Q � �i ' I o���� �a � J I ��a= o _ � 00+� � �;i , _, ; I�"p�LL � � 1S ]NI I i��l�d � W U -�< � 3nd l�d��w wo�� ado� ���Nisi� � � o w� N a � z �� x o � Q � m � O �o ���o � � � � Q� oo� � > 0 0 � � > �z� ti � Q > � �w �Qo 0 � w �� wz� �zw � o �Q 0 0 o z�� z Jo � H J U � d � � a a Cn � O � � - O � H � Oti � } p � � Z � d a > vi c� Q � ` U Z � � x , � ox�� o 0 ��,�����Y� ���� NI01 ■ii==- ���� ������ I� I i +a� I b � z 65� i� i � � � , � I �z9 �S� i; il I b0109i lu j� I I� i II I � ZI'09L li� I ;, w i; `� 6L'09i I LI'19L I � i w S'l9 II � I H bV u Request for Information — Initiation Form Form should be completed by Contractors Project Manager or Designated Representative Project Name: Risinger Road (McCart to Crowley) RFI #: 26 Project No. (CPN): CO2239 Date Submitted: 01/28/2021 Contractor: Jackson Construction Response Needed by (NLT): City Project Manager: JT Auldridge/Ronak Rekani Design Engineer: David Smith (Halff Associates) RFI Title (Short Description): Tree Removal Attachments Image � Document ❑ RFI Reference Data (If Applicable): Specification Section No. N/A Spec Page No N/A Paragraph No. N/A Drawing Sheet No. 74 Drawing Detail Title: N/A Other: N/A RFI Question or Clarification Needed: (Describe the issue and clearly state the question. Provide field data related to the issue, including street location, distance measurements and pictures if applicable.) There is a large tree behind the sidewalk at Sta 42+50. It looks ruff behind the sidewalk. Should the tree be removed? Contractors Recommendation: (Please do not leave blank. Provide the contractors recommended solution based on his knowledge of the project and existing conditions to assist with accelerating the response) Remove the existing tree. Does the Contractors Recommended Solution require a Change Order? : Yes � No ❑ Potential Impact to the City of Fort Worth (Schedule, Scope, Cost): See RFI response for cost impact. Is This RFI Stopping ALL work on the project? Yes ❑ No � If yes, why was this issue not foreseen and sufficient response time provided? •. r . . �y4�,�. x � t . � . •h�� i�'t��% '4�, ����il �� +' {�i`Ay i fH . r' �_' • g: 4� �i . L I .' ., ' � �"r �:;`i;�. �t` .;' , '�"'�'�` k,. �p: -- � 1�'� � i 1 � s� �:. �� , ���_ M1r ��� t I�r�• .-f�rr�x, '������.� •-'�-7, * � � � i 'ti-'�:'� ' �M1. � �: �• �.a�. } f } �.' ' ����'Y �I��I� ��`�� i y �A i::�.�'T', ,�I�:t:.• f � � ..� sr. ,:.r�� /s r ���'�. y..x.�r'wt. �x. �, x . i�h. '� - •1F i`�1��, ,t" .+ ' . . j7.J1����'.�{�R`l4.�1.5���Tv' �.i�.JS' #iF�', !�,��;ti`.� a����`+� ..4 i #' � �' . , �r lyTi -�hr�,• },�„ , h .,'4� � ;;��. . F �t�k. ;`'��,' � ° � r. _. f,� ��'.{w�:: � Y�t+��'':�..''.'j ., �'� ry°F?� t +.,ti : �� - . • - . '. . ,, s' ; '.,?� �1 ' � "�"r , ,��: . .� .r� �>� ,� s '".�' :i • h�vr' �1��'A�•" �;� �' 'fi t . ��, . _ i K.S ' � ��. r�' ' . " "�}�i,•.i 3 4: � r�.y�, S' : 4 , ,� , 4. ' �;yF•--•a�� �h '.��. . �{ �-� � ��-. � .. 3. _ .. •.ti� u•�i`, T '{�:J�A'.' }�� JT , r : . � ,��' . hi • '�}+`.���''�` ,• ;' ,•i '11��,`` '�"s. Y � - � ' _ . - -,. 41} ,. �: r,1i,' . ' ''' ..'� , �.. ��'' # ? L . _ k. . �t. �-• �' ` f 'I•, +:, , . . � . • �ti fr ;L ��4�`.�.� f • , s; 4�`5, � �+F¢ ,` . -- � � . - t .- - -- +�'.- ;, , �,,� ; r�'. I , 5, r * ..� . `i j } , � i'� �1� � . . •( �a.l . �� ' S �, �. .,� .. � �y'�(,� 'Ak � � t,' . 'F���"-. t'�..y',: ' ?�`�',41�i(7F �� � � ,. `, . �' 1 Y�. 1. {�' 4� r}� ��'t}F�' �., �-�r` � �= r . �� M1i' �S� 1�,� . . . �x�� t^`'��' + � *� �+. ' 1 ��.. f f . r' f' ��1 k' . � ��' 1 h � . �� •�� ~1 ,' � a ��- � �:� '� . ' `� :<, _ i.S�,J � - ' } :`� ' . . �. i �. .� {. � `L�'0` . 4 ' :<�,�� , s �i� � '� ^�5� ` . . .� h�. f�Y: `'� ..�` � � :� ' f s�" � .. i ' � `p' � w� ��. , ' - - i . . �.,� A�` 1 � .1 _ }- y�� ' , �'4 _y'T ' ' _ ' _ ^��r .�' " � • �F;: _ - �-. ,v.ta., r� 5•. �� . �i'.•• l. � d `I ' ' ' k' �", z �.'Sr�} - � � ' ' St' '�' �,';��. :��;. �r �. � �..� ` t , , _ — - -. �'��_F i; '��e: .��•.F �h� • y. � „_� �. . � , � •- f � .��} � _,'4� -,r�� , �.��. &.�. f . , ` . �'� �:'�;' ..� - I .�. - � y . �. ;� ^.�� :,�#` ' . ; �T_. �, .� � �� ���,. 0 � `L �!/�' t' ' F�� � �= //''``''''''''�� �,, . '� ... . e,. ,., ���, � Jf, !►, � �' + } � _�-.T `�1 --" _.._ �+Y , i ■.�r� .-" �' •��� ;f � .'..� �4 . .{. �: i . € �+{ .._ .. _, � `l'--� i' '�; �" i�"'� !` + '�.{' - .i}:�" ' t'';.�� , � ��'�-- ��! [��� _ . _ . .. ._ __....�� --- - _ - ,� -; � ':7, t _. � . _ �- -J -��� � -- -- �+- � - } f r . t�!'; � r ": ' , '•'r}� i �..•--`� �� _ - - � '. tI 'r,r•. - .�� r- � �- ' _ .• , y . �. . ' ,�...r.< < _ q��}..� r-=�:r-�� - r .7;" ' „ ` ;,r'}`�, �,��•'�r.1;' .��-r -r= — - 1�... � _ - • � ,., F' n�,Y�`� ' '�':�•. � p � - ,�. ' - �. � - ; � _ • . .- . - "'y'� �,,,rr '-r:r '°.. �':' . ;'. , '. ..� ''.4 ',�`: � � � - - 1 .+ ' l�� ' ' � . ���`•. _ _ . ��,- r � �� ,_�.. � J��y:;:,;:'"�.. � . - � .a ; _ . "-` -,a�a ,�. ' #� r �.wk} : �`�-1`',+.-'-. •., �';��`•:,, �= k:�, - ':�a. r " . s.: r. n•.�. . � -+�e: .�a,�� - - .� ,:s; :,.-�i: - _ '� �' ����' - ' �. - . . s� � � ...�.�y Y^-.�,_ . � _ ±<"�'�'1 `;� _'_ . -.. �.1 "� - 1 �'�'' �.' ''�h.'• 3 _ . .r , � .,�, �..i.s�'�S ���-'."�R�: -�J�_�..�3=' �a*iµv; . 3.�i :` .:� : _ . ._�� :r�_ .•' . - ._ - � �_y:-' f::' �.` . ..�. s �, �::�£ F 1 �'y:, - . . � _ . " . . _ . , '`i4'" ' -_ .�'�' " - • 7'�� � - x�'G,�.."'s�" "' * � r � - _ �"�_+t h * � q� - �--�'.. . . . _ �y � � -�'7.�:.y '"�,r•:r' � J . '_� . _ _ ' ��•vs�,�" #':-�.t•.� M1 �y- - . , � . " _ . .. ��f�-'1S:' � � ��'� .•'�5�.. '�__� . � . .. "�k'_ ' '- `t�,- ,`'� ' �'� '" 'I��.f :.. , ~ �.. . . k �r •. � .' . , . . . � , "X -.�`.,�„ r y . �.r� � •, ��' . - , . - : � , �4��:iF . , ..�^j � . ..� 3 't' ..-F . ' �lk=-.��ly� �-1 � . � '.���'R�-� ��.��� •, • _ � . � $�-. .' __ _ ' �.. '_ - ' . , .1 � - ' ' � .n;Gi- � - �-��� _v,:D- - � . �,: .,. _ . . :.W,.�+.. '; ti.nF+ , ' ` �' __�.'-�.'�i-'y. .��� - .�r�� _ - . . . . _ ` _ ..^.7•,.' i. .�•.l� � ' - `�'-`,'�_':-} ..' ..._ _t _ ,�.Y�. _ � �-... _. .,,..Y, � �i • ,r . - _ . _ • . _ - ' - . , °�,-�.�•iw: -`-r:�:� . . - ' - _ . _ . . R - 4. .�•vw_F� -M1 t''sti�r'�'` _ ' ' .�:'_�:.r /�. �''i�lY�� -�, � __ ..a . T _ citi `'��;'.," - lF '� �l,.._'{^ F� ;;. �_ .. � ~ '-' � . - - � - - . "� �•,'L� � ., .,�� -... _ �.. �...y �} , ,����'ir;..�. ._ _ _`- - . -�t�i. �"•���i.v�4ih. '�' , • - . ��_��,,.'s.�r.� . �'•�" , „ ��+�+'w •`'�'r �--�., j a Y . • . ��rr _.�. �:�{:,���.�,.+_ � , . ' . � 4': •� f� [ y� • 4 - J���", ! �...Y. � � ��'r . _ #..". � . . r'r:/�T`�i: � � � u�r _ ��- . . -. .��'' . � r J /f} 1.`�. 1 �1'� . r, J r' � . Y'Jf'� .• •'l�.� '.�i 4; �• J , �:'_1 *t '. ' _ .-�ti.j.�M1 , t�'. f '�+�,t . ,�t.:�.- ',,�-.," !' y - �� . ,.�5!�.tih�°'�, �"`f4 n ., - `, � �''' ' �. . - .. �.r.. .;��:'� _ . �:��: : ..,,�. - . , y.•�. � r ' .`._ � J ' " y�-2.T' •. w ��' .�. f',:i�.F.'� J�� A � �� -. � r ~ � �'F' + '�.�,' f+�§�+� � ...' :•� . - _ • _ . . . - '•��' '�_{.�. ' F.� � . . '�'��' 1.. - •{r'•:.+�i-I.}�, y +.. � ,r"-_ 1 ].A.• ' , � - :. !�R'''::#',- -w,� Y . '�s -3rl:�:�r'. `rs �,.� , f ,�. w�',. � J ,;�44 _ � .: +t'��5;'� :�.V��; �, .,_ ' • � ' - . 1:; � �'.' .,r�� ;i.;,i"."^F;�-�r.� ~'z�` _.x,!' r ' , . .r �_.. :,,,...:.p;�' �;•ti '- ,;� --•- k�.. _ r . :{: .�' .� : -.'�'i�M•---�.y _f.. f� '. ' •' r'}I'r_" � . i' �} �,�ryvf. �5 W�+L.�1`� � L_..'.�i' � .. t . r;l. . ; J ' -Ai: :.+f' . . . ,J. �,-�. �i'' . :.�n��. .. ,. . t: �±wr' � ,, �' x.:..� . . � . *y.� _�. � i ��'.�,.�#'' ir �4 L c ' . f ''t a :�'�� �,�;�: cw;.. . � � . } � � � .xiO�7r � ,-�'� �= •.-� - - _ -'~-���:� R • � �. _' ' . : �' �}" '.'e � •i� x�`y� �. Kff"' �• e}� �'v. � ` 4 ��` � . � � - '" '." '_�*��" ' • . -��� , i ..�r� � � � . d 'r.;C.• ! sY • i , ',;. 4 �'._h� , '; '';�,, R �., ' y 'f ' '% . `''�`,' S �� J.' � 1 _ • .4 .�. . , `�..' ' V}#'y : .'f, �±� . � .��. �• ` �.�',. � ., �;:t• r , '. . . 1 ��s � i �'} �. � � 4. �',A .y�. Y - 'T . ' 1I ' , f �ti�,�� . ; nf.�i: . � . sr�Y . .j � - �F . . . '�' � `� S� ' '7k:� .Y.�Y + � i''L .�R�'C��.' •:t � r4 'i{a XI . _ _ •'� : ; 5 I''�' _ � ��'�` � l _ ' . � . . ' Y . � ' � . �4'�; �. . L ' . '�. P . . . Fr �. {��'4 .i __' Y r� . �''i . � !4' � �� ` f.•� � `.'•.1 � ~. . ..` �f -. . y _ ( } ,,;;}:�:� � .. .:_r...... �. ..r.:� �'., ,�� ..r'. ..;. . , -s �Srr-� , , ;.}; ;-- r � { - �7� � M �' -� `�`�'C , �9Y����Y� . : t�', f i y�. ._ ..� _:� . � "�'�i. ' �'' � � . . . r *���� � 4 . � � � 5i ��'� Y{`. ' _ y-:� F�' 4' f �'f`i�Y3' �'!�''� � . rsl_'�1'�rl� ��. C ;, ti..' _'r. _�� � ., . `a � , �. , �.� . '� .- t �C,•�: � a.. �.�'a�.�;;>.-: . �}:'..y.�^��y+..�,� r-�� � � �'. `.-;:,�:�.i,�."f�'vs. -'`�, ��`'4`� �a��"' � , , ��;. ` r - . � . r. � � r w �.�.. _ . .i��'���'k �',y�! ' � F �' �' ' �'�i �� '�i ,. 5 �S� - ' ' �'sj-w�j� � 'i �,� ;,r '� : ..�` ' . � . .. , - H.,.+ w`r � , v, .. , ..y� �s � . _ . . ,�-,`�j�, . 4 . Y ..�� � � .r.. �.a ,. � '^''r� .. F.� � . r '.1 �J��:i-drf': � i . . . i `-���.:' -- � ---- -t_ - _ -_ _.. .eir, '��- - ������:_���,: . . . u�uorE - -'.• , . ���GaS •JC4 _ _ �— - .— "_"'___.��Ya� � .. . � _ _ __J.. � - — ... �JL�` � _' -f7�- -- _- — -_�_ -� - ..�y.;ff--.._-.. -- - � .. -z � + `--- __ -- - - _ _ .. .GAS'�.n . .. A titi ��_ � � ]0'�Y �^ R ]I.qp —� `��.0�} ~�, � ' -" " .._ � �k .��. '� �-�-�-- _ -• _ •--�._ 35•a9�- �+�r"�w SS - ~--�-' _ ' {r-_r ^f "_' `' ,__--____.,"__ 4i ~ - - 'OG - ----�,., _ �.��_ _ -�� �� `-%iwo,rr 7� �f ^�"'�''� ^�3� : . .. .._.. __ .__..____�_ ` '. ____ �f'_' .. _ _."_ ��. �ra�-re�r� � - . . .. _ _:_ __ '� 9iG4:tUC +�i-^ �� ' r '_:" ___—.`_� .. . �., _ � .v��'�_ _ ;fk.,.a. � . _---"___"'_-- -���_�— �"' •- _ __••_�__'_4�--�—.._.. . lJl ,t.zr--_�.:�_.� _ Yto}' ��'���r.--.-�.--� ' "'��`.i —�_�_"_�'_� __ ^ �__ � � ����� _ ---- ...�--- _ •_�- --- _ __� i � :� - - - - . �-�- � . �� _ r: `-�-� �� - - --��_:� �`— � � . , ,�.,� � --� `-=, : r �' ��_.,==} _ . _ ,_ . __ ,� I...ti ' t - -_ ��r�--��--,-�.- FE�. � . - �w� - _ .ay�r _ _ � ba:�,�.iG .. f _ � _.-�- - -:'�-=.� ` :1 ., <i �r fff��� - ';.��.� .q..., I � . . � �A:.e �� ,4 -� - -�- � r ae�avr r, sr �--- <i srx��u �j J i� I � h- f:' :E;�Et� �' �. {t.3'�it'orz s.i.l� a<<+CYi. II � i+ [tyC�S L.C_A'CJ Ci {a$i�NE'�a4i;i / �F A'Pw ..-� � jI `, RO�_:\'f_9<CpyL 41M _.' .! TO 9E - Pa'7ErEMT _ .� fF.W,C ': . � I11. / i i/' �.i e55 rRi.ir �4 Ci7KS 4�iF'A ..J a1v0YFC 6 Y{+" � � wC411 BY i�7 y} � 7.TGy�p.a{'a4 .SH�L- YF�Y%,.,E ���� Ta0.'+C0.4,7E R;�'....� ,,fr fEn'.: ,1 1+nR1 �cy:r,�,` #'Cfl 1 .�� �JF, RFM;'.�-. � 7 � � 5 Er'.::,`2r.'. �. : C�43�P.1lLTUti. riren[awoc :i9E 4 G:,r�:.. x -� �E �vr.t.7 !�t: �iv. : tis -- T6 LE aE�C��- ti. ,-� .d �E �'� _ _ �1 c .�_._. •- r::A:. a__..' ' +4n.,_ ' +4^ -t � � I " -' ..... 'Ew2�r�,e';�... ���'��...__1 �I,�. I ' f I 3911. [t�. . �.4,..: It; :� . - 1 � Lti{ FEti4C � y �.•ra�ti :ti� :ilY:_� k�JrBVEI I �8 SF I ��C: - � n:57a` l :5 . f � i tii ti, . . - - � $�r7A�� � �,I� .. ... ce LF CNILH Luat Gcn.,-�� I I � i � PFwOVe d7 �r �; wuJ:i. a0 �F ��, �� ' f -=�uv':E B �.- Csa� L�tY. FENCE � ..__..._-. _ Ro'�cI:EtiC£ + ..�a7f Ca6LE F�.h[E �y � i : MS�alr 7E Lr 4� ] �� f � I INSTaLL 't [: 4i1n�':E .l� �� - 'ti _" i .-� _".; - F[v,-.., � _ .. .�•x�: . , . �`.� -- � _ -r — _.— -_ ' —�.�_�._ u� ::,:. � -. "" �" _ ' ���,� � � '— ' :. ""' _ _-___-°___ -" 'I'i� � l�= �"�`,� ,�__ _ ,_`'.._ . - � Cd91E FfNCE CAS 3:^v f�, . . � '-' � � y -- :.�q1- -� -- ---- --- k /'� � • . ,�,�_. _ f4� I ��r u`�L�.id-µR— _ _ �7rin .l,' ' `�_r_..n-� +1+� , �+•"� �T'��I� f�••.. ��''+�J � ��% ,'f��•TfrT�Y'J `—'T" ' ... _ _ �' ��' ` r . _ _ -- i i��li {zl � . � �+ �•�� ���•!rif f . ��3��'a.j. "�+�f�}'-j�����-r . � _ _ . � -- — - - • '' �.,-' . } 1 _�� �� ��: �, r� / . fl��Ye�.�' �� .;°?�•�'��' ,.7� �,�... .� � �J"'�i`,,r�'1-- �J- �j rf • r.: - - - �•. ' '; f�-�� - fi �� #y � -�.r C6S 7��3 �� At � �- � � ' � r. :��rYr�4•.5! ^ k�,t �' �� f f� � I � � �,Y � y.��:.. . .. �c . . . . , r-•.-_..+.,�A:..4:�` c, '�� ��/ � �/ ��� /% / f� { ._] .�89 ^ -00 66 <:- � A} � �� �r• � 'ti�`�.'. 9:._ � � .. _ � � 1`c�. '� � � . .� :.±. i J �� C ., � f � �f %� �--�- =�"�-.--:r-``�`�" -1--� -.r-�,,,•�� _ � _ - _ ,�r. , �-�.,..� ,_� 1�.��j ��.�� l.�--��� �'- �--="=� '� ✓ :•�.. : ��.�- - �. , {iFA.'L'f wx7eRY� _'..-----�-~�^�--* � _ y YI .- ,-���_ , �-' .� r�`�f � f��,_f�r_',_+.,_ .. a', . .x��rg� �r��,'�1 -'-�+. . a �. y� 32..H-�, � '--��.' __... � ,=��,...,f_.������_,�;. ���`_ . . . ..y-�•_ !� f� e `� -S� ;..-�- _y '-�.�=_-^_.�__-_- _..�__�� `.�_." Yr-�;'.'v�P.E1v,;xF�1.7B15r--��=�.:.'_'-. �� - ._-�_ _ �f�4V ll,l7�ft .__ �'-��_ �_ _ _ __ — ,. �. � : �' �__C9HCAE'E :R��c_" _ . _ ",��. -_� � _.�____^_. . . « tiY" �'�i-T�Y��icixi� ��I�i.-= ""` .. a... --- __ -_____ _ c___ ___� _ ' - --__— . .ti,..� �-+_} . ��- _�.�� � .�. ----- ---- --- - ' � �`� �_._. . '�,�. �''�� � ---�.. �- - -- -� -- --- -- . _, .r+o+.tit. _-..,,...:.- ---- -- .rtr.�. . � �'--��- -���..�.-� �.� � '�� � � ,�-_ - - +�-,-��-- �`..-'� � '�_�' �iEu3��E 9`LF _ � { 1'r-- � - . � ' '�----.�,.:,�.:�.----` ,� - ...,.,,. � � , ��'4'^'x�RE wb31E F�N:� � :� nEu�YE 4? 4f i � RE�+ovE ��if3t BaRR-.a�� �p-uC.: LNE jK4 � C{S 5!L4 sSPHFL•}PAYEIkh , kEu�Yf Sr;.0 �"� .., ,. .,.' -.r,�r�;�}�'•' - ';4�: ;%,:}y�.�`��,' . , ",r' '.'- -�rn,' � ''r' , trx,: �b�.' �4'."J+rr ��"��� y . . � ��J�� F"� �, h _ •�r n'+ i �r _ _ ' ^���M1fF n �'I.n^ - x�M�'x .. . �..f�,� rv�J�� _ :1i . . � . � _ � ���r". . . w '�� Request for Information — Response Form Project Name: Risinger Road (McCart to Crowley) RFI #: 26 Version #: N/A Project No.: CO2239 Response Needed by (NLT): City Project Manager: JT Auldridge/Ronak Rekani Response Date: 3/1/2021 Design Firm Halff Associates Response Author: David Smith RFI Title: Treee Removal Attachments Image ❑ Document � RFI Response: Contractor shall complete the tree removal permit and remove the tree near Sta 42+50. Does Response Require Change Order Proposal: Yes � No ❑ Contractor's Response: Contractor agrees to performing the work at the price indicated below. Change Proposal (if Applicable): Construction Allowance to be used Work Item Description Unit Quantity Unit Price Total New Item 217 — 36" & EA 1 $2,500.00 $2,500.00 Larger Tree Removal Total Proposal Amount: $2,500.00 Total Additional Days: 0 City PM Status: Accepted � Rejected ❑ City PM Comments: Application for Tree Removal Permit submit to: on City of Fort Worth property city Forester 2525 Joe B Rushing Rd including parkways and medians Fort worth, Tx �6119 CityTreePermits@fortworthtexas.gov Section 1 — Applicant Information Applicant/contractor Contact Name Title Street Address City State Zip Code Phone Email address List Applicable Permit Numbers (UFC, IPRC, CG, MFD): Section 2 — Location Location address Business/Residence Name of Business Section 3— Reason for Removal Attach site plan drawn to scale showing location of all trees by size (DBH) and species, identify those to be removed, and any existing man made features. Site plan should include layer demonstrating why trees must be removed, such as proposed turn lane, drive approach or grade change. Plan must also include north arrow, scale bar, City trees to remain on site, any proposed planting on city property and planting details along with method of watering. Section 4 — Mitigation Prohibited trees may be permitted for removal from parkway and/or median without mitigation. Trees in alley may be permitted for removal, usually without mitigation. Trees or shrubs listed in the Nonnative Invasive Plants of Southern Forests published by USDA may be removed without mitigation regardless of location. All other trees less than 30" in DBH permitted for removal must be mitigated on an inch per inch basis. Trees 30" DBH ar greater are mitigated on a 2 inch per inch basis. Mitigation trees must be planted on City ROW, median or other public land. They must be watered and maintained for a period of 2 years, or until established, whichever is greater. If mitigation on site is not possible or desirable, mitigation into the tree fund can be made in the amount of $200 per inch not planted. Mitigation trees must be planted befare final inspection of the site. Mitigation to the tree fund must be made at time of permit. A tree planting permit will be issued for trees to be planted on City property at the same time as the tree removal permit. You must submit a tree planting plan and follow guidelines for planting in the ROW (see attached). Trees rohibited on the arkwa s and medians. Does not ertain to other Ci owned ro ert . Ash (Fraxinus sp.) Siberian Elm (Ulmus pumila) Calle Pear (Pyr�us calleryana) Silver Ma le (Acer saccharinum) Cottonwood (Populus deltoides) Sycamore (Plantanus occidentalis) Hackberry (Celtis sp.) Willow (Salix sp.) Mulberry (Morus sp.) *Any tree listed in the Nonnative Invasive Plants of Southern Forests published by the USDA Forest Service Revised August 2020 Guidelines for Landscaping in Parkways Public Open Space Easement (P.O.S.E.) 0 � � � � 0 � � � � A 40-foot by 40-foot triangular public open space easement is required on corner lots at the intersection of two streets. A 15-foot by 15-foot triangular public open space of easement is required on corner lots at the intersection of an alley and a street. In addition, at the intersection of a driveway or turnout section and a dedicated alley, a 10-foot by 10-foot triangular open space easement is to be provided on each side at the driveway or turnout at the time the driveway and/or alley is constructed. Measurements are made from the face of curb or equivalent area. 40 feet walks, signs, trees, shrubs, cars, trucks, etc., illustration. • A medium or large tree shall be planted a minimum of 2 feet from the face of the curb, sidewalk, or other structure. • A small tree or shrub shall be planted a minimum of 1.5 feet from the face of the curb, sidewalk, or other structure. • A minimum planting area of 3 feet must be available between back of curb and sidewalk to plant any small tree or large shrub and a minimum of 4 feet to plant large trees. • Trees must be placed a minimum of 10' from street lights and storm drains. • Small trees must be planted a minimum of 5' from underground utility boxes. • Large trees must be planted a minimum of 10' from underground utility boxes. • Projects involving 21 or more trees proposed in the parkway must have no more than 30% of the trees from the same subgenus (e.g., red oaks or white oaks). • Projects involving between 5 and 21 proposed trees in the parkway must have no more than 50% of the trees in the same subgenus (e.g., red oaks or white oaks). • In residential areas a minimum spacing of twenty-five feet is recommended between shade trees planted on parkways and is required in commercial districts or major arterial streets. • All landscaping shall be located so that pedestrians can walk parallel to the street within the parkway whether a paved sidewalk is or is not provided. • No tree or shrub shall obstruct the view of any traffic signal, sign, or other public sign. • Trees planted under power lines shall be a species that reaches a height of 25' or less upon maturity. • Any tree or shrub planted in the parkway is the property of the City and the City reserves the right to prune or remove such tree or shrub if it becomes a traffic hazard or poses risk. • Planting trees or shrubs on any public property requires a permit from the Park & Recreation Department can be obtained by calling the City Forester at 817-392-5738 or visiting fortworthtexas.gov/forestry. • The following trees are prohibited on City parkways: ash (Fraxinus sp.), callery pear (Pyrus calleryana), cottonwood (Populus deltoides), hackberry (Celtis sp.), mulberry (Morus sp.), Siberian elm (Ulmus pumila), silver maple (Acer saccharinum), sycamore (Platanus sp.), willow (Salix sp.), or any species of tree, shrub, vine or grass listed in the Nonnative Invasive Plants of Southern Forests published by the United States Department of Agriculture Forest Service. No structure, object, or plant of any type may obstruct vision from a height of 24-inches to a height of 11 feet above the top of the curb, including, but not limited to buildings, fences, in the public open space easement as shown on the Elm St Revised August 2020 Request for Information — Initiation Form Form should be completed by Contractors Project Manager or Designated Representative Project Name: Risinger Road (McCart to Crowley) RFI #: 27 Project No. (CPN): CO2239 Date Submitted: 02/23/2021 Contractor: Jackson Construction Response Needed by (NLT): City Project Manager: JT Auldridge/Ronak Rekani Design Engineer: David Smith (Halff Associates) RFI Title (Short Description): Low Profile Barrier Attachments Image ❑ Document ❑ RFI Reference Data (If Applicable): Specification Section No. N/A Spec Page No N/A Paragraph No. N/A Drawing Sheet No. N/A Drawing Detail Title: N/A Other: N/A RFI Question or Clarification Needed: (Describe the issue and clearly state the question. Provide field data related to the issue, including street location, distance measurements and pictures if applicable.) BNSF has requested the installation of low profile barrier at the railroad crossing to prevent vehicles from driving across the railroad tracks until construction of the new crossing is complete. Contractors Recommendation: (Please do not leave blank. Provide the contractors recommended solution based on his knowledge of the project and existing conditions to assist with accelerating the response) Install temporary low profile concrete traffic barrier until railroad crossing is complete. Does the Contractors Recommended Solution require a Change Order? : Yes � No ❑ Potential Impact to the City of Fort Worth (Schedule, Scope, Cost): See RFI response for cost impact. Is This RFI Stopping ALL work on the project? Yes ❑ No � If yes, why was this issue not foreseen and sufficient response time provided? Request for Information — Response Form Project Name: Risinger Road (McCart to Crowley) RFI #: 27 Version #: N/A Project No.: CO2239 Response Needed by (NLT): City Project Manager: JT Auldridge/Ronak Rekani Response Date: 3/1/2021 Design Firm Halff Associates Response Author: David Smith RFI Title: Treee Removal Attachments Image ❑ Document � RFI Response: Contractor install temporary low profile concrete traffic barrier and remove it once the BNSF crossing is complete. Does Response Require Change Order Proposal: Yes � No ❑ Contractor's Response: Contractor agrees to performing the work at the price indicated below. Change Proposal (if Applicable): Construction Allowance to be used Work Item Description Unit Quantity Unit Price Total New Item 218 — Move, LF 360 $42.94 $15,458.40 Set & Return Low Profile Barrier Walls Total Proposal Amount: $15,458.40 Total Additional Days: 0 City PM Status: Accepted � Rejected ❑ City PM Comments: