Loading...
HomeMy WebLinkAboutContract 57682-CO2FQRT WORTH(�) Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Intersection Improvements at 820 and Marine Creek Parkway -Phase 1— Change Order #2 M&C: N/A CPN: 101585 CSO: 57682 DOC#: 1 Date: 7/10/2023 To: Name Department Initials Date Out 1. Justin Blair McClendon Construction Co., Inc a J u 112, 2023 2. Habte Taezaz TPW-signature Jul 12, 2023 3. Iskal Shrestha TPW - signature Is J u 112, 2023 4. Alexandra Ripley TPW- review AA Jul 13, 2023 5. Chad Allen TPW - signature C Jul 13, 2023 6. Lissette Acevedo TPW - signature J u 114, 2023 7. Patricia Wadsack TPW - signature PLPW W Jul 14, 2023 8. Lauren Prieur TPW - signature VV J J u 114, 2023 9. Doug Black Legal - signature a w Jul 20, 2023 10. William Johnson CMO - signature 'L Jul 20, 2023 11. Jannette Goodall CSO - signature 15� Jul 20, 2023 12. TPW Contracts TPW DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES ®No RUSH: ❑YES ®No SAME DAY: ❑YES ®No NEXT DAY: ❑YES ❑No ROUTING TO CSO: ®YES ❑No Action Required: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return To: TPWContractsn,FortWorthTexas.2ov at ext. 7233 for pick up when completed. Thank you! CSC No. 57682-CO2 FOR�TwORTH® City of Fort Worth Change Order Request Project Namel Intersection Improvements at 820 and Marine Creek Parkway - Phase 1 Client Project #(s)I 101585 City Sec # I 57682 Project Description) Construction of Intersection Improvements at Northwest Loop 820 and Marine Creek Parkway - Phase 1 Contractorl McClendon Construction Company, Inc I Change Order #I 2 1 Datel 7/10/2023 City Project Mgr.l Iskal Shrestha P.E. I City Inspectorl Habte Taezaz Dept. TPW Contract Time Totals (CD) Original Contract Amount $1,359,871.55 $1,359,871.55 300 Extras to Date $17,045.29 $17,045.29 0 Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date $1,376,916.84 $1,376,916.84 300 Amount of Proposed Change Order $7,790.00 $7,790.00 15 Revised Contract Amount $1,384,706.84 $1,384,706.84 315 Original Funds Available for Change Orders $40,128.45 $40,128.45 Remaining Funds Available for this CO $23,083.16 $23,083.16 Additional Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 1.83% MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) $1,699,839.44 RFI#9 was regarding the bridge -mounted vertical clearance sign, which wasn't the contractor's scope but was requested by the TxDOT to be added to the contractor's scope. The Response prepared by the Engineer of Record (EOR) to the Contractor's RFI(s) resulted in additional quantities of the existing bid item in the contract and required adding additional bid items and additional contract time to the contract to complete the construction, which resulted in executing this change order. See the attachment in the Change Order document for a copy of the contractor RFI(s) and EOR's Response to the RFI(s) The price proposed by the contractor on this item(s) is higher than the project team's expectation. However, this added work was urgent to open the U-Turn to the traffic. The project team used the cost justification criteria such as customer feedback, time impact analysis, and contractor's cost proposal to justify the contractor's proposal. The additional contract time and price proposed by the contractor for added bid items are justifiable. . 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 Contractor's Company Name Contractor (Name Contract Signature Date McClendon Construction Company, Inc Justin Blair 9, e Jul 12, 2023 e Project and Contract Compliance Manager Date �o.���or Jul 12,2023 FJu023 e E12 er Date J2023 ,[„„�HA- 20,1,osCDI' Jul 14,2023 ssistant Director (Dept) e Director, Contracting Department (Dept) Date Pafriciw L. wadn� J u 114, 2023 Jul 14, 2023 Assistant City Attorney Date Assistant City Manager Date l J u 120, 2023-+�'�`� Jul 20, 2023 ATTEST: Jannette Goodall, City Secretary q 4 aann pORro�do o I.g Ooo °=4 AadC�nnEloCa?oa Council Action (if required) M&C Number I NA M&C Date Approved I NA OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT W RTH City of Fort Worth Change Order Additions Project Name I Intersection Improvements at 820 and Marine Creek Parkway -Phase 1 City Sec # 1 57682 Client Project # 1 101585 1 Contractorl McClendon Construction Company, Inc I PMI Iskal Shrestha P.E. I Inspectorl Habte Taezaz I Change Order Submittal # 0 Date 1 7110/2023 1 ADDITIONS HEM EM UESCRIP I ION UEP I Oly Unit Unit Cost 124 U644 6U64 IN BRIDGE MN I CLEARANCE SIGN ASSM I Y N; I PW 1 EA $4,495.UU 125 TEMPORARY CW12-2A-FURNISH, INSTALLAND REtdOVE TPW 1 EA $2,500.0U 126 SIGN AND SUPPORT TY10 BWG (1) SA (P) TPW 1 EA $795.0U TPW Sub Total Additions I otal $4,495.UUI $2,500.001 $795.001 $7,790.001 1 1 $7,790.011 Change Order Additions Page 2 of 5 IIFM FOx�a�Tx_ City of Fort Worth Change Order Deletions Project Name I Intersection Improvements at 820 and Marine Creek Parkway - Phase 1 I City Sec # I 57682 Client Project # I 101585 I Contractol McClendon Construction Company, Inc I PMI Iskal Shrestha P.E. I Inspectorl Habte Taezaz I Change Order Submittal # 0 Date I 7/10/2023 I DELETIONS UEbL;KINIlUN UFF'I Uty unit unit host Iotal I j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j j TFW $0,001 I I I Sub Total Deletions $0.001 Change Order Deletions Page 3 of 5 MISBE for this Change Order M/SBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders CO # DATE I AMOUNT 5/30/2023 $17,045.29 Total I $17,045.29 Request for Information — Initiation Form Form should be completed by Contractors Project Manager or Designated Representative Project Name: NW Loop 820 & marine Creek Parkway RFI #: 9 Intersection Impr. Phase 1 Project No. (CPN): C101582 Date Submitted: 6-8-23 Contractor: McClendon Construction Co., Inc. Response Needed by (NLT): City Project Manager: Iskal Shrestha, PE RFI Title (Short Description): Signal Pole Foundation Attachments I Image ❑ RFI Reference Data (If Applicable): Specification Section No. Spec Page No Drawing Sheet No. N/A Drawing Detail Title: Design Engineer: Kimley Horn Document N Paragraph No. 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.) 1. Per the email from Iskal, TxDOT has directed us to close the new turn around lane until a clearance sign can be installed on the bridge. The price for this sign is below is listed below 2. Lead time for mounting material is approximately 5 weeks form the order date. 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) 1. Install the sign per TxDOT direction Does the Contractors Recommended Solution require a Change Order? : Yes N No ❑ Potential Impact to the City of Fort Worth (Schedule, Scope, Cost): Cost is below. Lead time on mounting material is approximately 5 weeks. Contract time will need to be stopped now that we have requested a final inspection, or extended if needed. If no additional delays in manufacturing/shipping the mounting material I request 45 CD be added to the contract to facilitate this change order. Is This RFI Stopping ALL work on the project? Yes N No ❑ If yes, why was this issue not foreseen and sufficient response time provided? The project is 100% complete and ready for final inspection. This sign was not part of the original plan. 1 Request for Information — Initiation Form Form should be completed by Contractors Project Manager or Designated Representative RFI Response: Does Response Require Change Order Proposal Contractor's Response: Yes ❑ No ❑ Change Proposal (if Applicable): Construction Allowance to be used Work Item Description Unit Quantity Unit Price Total F&I Bridge Clearance Sign 1 Each $4,495.00 $4,495.00 Total Proposal Amount: $4,495.00 Total Additional Days: - 45 CD City PM Status: Accepted ❑ Rejected ❑ City PM Comments: 2 Kimley)))Horn Request for Information Response Form Project Name: NW Loop 820 & Marine Creek Parkway RFI #: 009 Version #: 1 Intersection Improvements Phase 1 Project No.: CPN 101585 Response Needed by (NLT): 6/13/2023 City Project Manager: Iskal Shrestha, PE Response Date: 6/21/2023 Design Firm: Kimley-Horn Response Author: Trenton Tidwell, P.E. RFI Title: #9 — Clearance Sign Attachments: Revised Plans Image ❑ Document RFI Response: 1. Revised plan sheets are included to add pole mounted W12-2 as well as bridge mounted W12-2A. Please see notes in the sheets regarding the displayed clearance. 2. Install temporary bridge mounted CW12-2A until permanent sign can be installed. Does Response Require Change Order Proposal: Yes ® No ❑ Contractor's Response: Change Proposal (if Applicable): Spec Section # Work Item Description Unit Quantity TxDOT 644 0644 6064 IN BRIDGE MNT CLEARANCE 1 SGN ASSM(TY N) EACH Temporary CW12-2A — Furnish, Install & 1 Remove EACH TxDOT 644 Sign and Support TY 10BWG (1) SA (P) 1 EACH City PM Status: Accepted ❑ Rejected ❑ City PM Comments: Unit Price $4,495.00 $2,500.00 $795.00 Total Proposal Amount: Total Additional Days: Total $4,495.00 $2,500.00 $795.00 $7,790.00 15 SHEET INDEX: GENERAL C0.00 COVER C0.01 SHEETINDEX C0.02 GENERALNOTES CO.03 QUANTITY SUMMARY C0.04 PROJECT CONTROL REMOVAL PLAN C1.01 BEGIN TO STA 103+75 C1.02 STA 103+75 TO STA 108+50 C1.03 STA 108+50 TO STA 113+50 C1.04 STA 113+50 TO END TYPICAL SECTIONS C2.01 TYPICAL SECTIONS - SHEET 1 OF 3 C2.02 TYPICAL SECTIONS - SHEET 2 OF 3 C2.03 TYPICAL SECTIONS - SHEET 3 OF 3 EXISTING UTILITY LAYOUTS C3.01 BEGIN TO STA 109+00 C3.02 STA 109+00 TO END C3.03 TESTHOLE INFORMATION PAVING PLAN C4.01 PAVING PLAN - WESTBOUND U-T C4.02 PAVING PLAN - TRAIL C4.03 CROSS SECTIONS - EB FRON GE ROAD C4.04 CROSS SECTIONS - WB FRONTAGE AD C4.05 CROSS SECTIONS - WB FRONTAGE C4.06 CROSS SECTIONS - TRAIL - (SHEET C4.07 CROSS SECTIONS -TRAIL - (SET 2 O C4.08 PAVING DETAIL C4.09 PAVING DETA C4.10 TXDOT DET APERED EDGE DETAILS C4.11 TXDOT DE RCP-20-SHEETIO C4.12 TXDOT DETAI P-20-SHEET 2 O C4.13 TXDOT DETAIL- (FTW) C4.14 TXDOT DETAIL-CC CG(FTW) C4.15 TXDOT DETAIL-CP-� (FTW) C4.16 TXDOT DETAIL-CSWD(FTW) TRAFFIC SIGNAL PLAN C7.01 DEMOLITION PLAN - 820 EBFR C7.02 DEMOLITION PLAN -820 WBFR C7.03 PROPOSED PLAN - 820 EBFR C7.04 PROPOSED PLAN - 820 WBFR C7.05 SUMMARY CHARTS C7.06 CFW STANDARDS - D601 C7.07 CFW STANDARDS - D604 C7.08 CFW STANDARDS - D607 C7.09 CFW STANDARDS-D643 C7.10 TS-FD-12 C7.11 SMA-80(1)-12 SMA-80(2)-12 MA-C-12 MA-D-12 5 MA-DPD-20 ;7. N RKING AND SIGNING PLAN SUMMARY OF SMALL SIGNS-SHEE F2 2 SUMMARY OF SMALL SIGNS - SHE OF 2 BEGIN TO STA 104+50 8.04 STA 104+50 TO STA 109+00 C8.05 STA 109+00 TO STA 113+ 'o', 8.06 STA 113+50 TO END .07 PM(1)-20 .08 PM(2)-20 C8.09 PM(3)-20 C8.10 C8.1 PM(4)-20 SMD(GEN C812 SMD(SLI 8 GRADING PLAN C9 04 C5.01 STORM DRAIN C6.01 C6.02 C6.03 C6.04 C6.05 C6.06 C6.07 C6.08 C6.09 C6.10 C6.11 C6.12 C6.13 C6.14 C6.15 C9.07 WESTBOUND U-TURN & TRAIL C9 0 8 C9.09 C9 10 C9.11 TRAFFIC CONTROL LAYOUT �NTROL PLAN TYPICAL SECTIONS - PHASE 1 - SHEET 1 OF 2 CONTROL PLAN TYPICAL SECTIONS - PHASE 1 - SHEET 2 OF 2 TRAFFIC CONTROL PLAN TYPICAL SECTIONS - PHASE 2 TRAFFIC CONTROL PLAN PHASING SEQUENECE TRAFFIC CONTROL PLAN PHASE 1 TRAFFIC CONTROL PLAN PHASE 2 EXISTING DRAINAGE AREA MAP C9 12 BC(3)-21 PROPOSED DRAINAGE AREA MAP �C9.13 BC(4)-21 STORM DRAIN CALCULATIONS - SHEET 1 OF C9 14 BC(5)-21 STORM DRAIN CALCULATIONS - SHEET 2 OF C9.15 BC(6)-21 STORM LINE 1 C9 16 BC(7)-21 STORM LATERALS 4 & 5 C9.17 BC(8)-21 STORM LATERAL 3 C9.18 BC(9)-21 PROPOSED CHANNEL C9.19 BC(10)-21 TxDOT Details - ICO(FTW) - SHEET C9.20 BC(11)-21 TxDOT Details -:CO (FTW) - SHEET 2 C9.21 BC(12)-21 TxDOT Details -ICU (FTW) - SHEET 1 OF 2 TxDOT Details - ICU (FTW)- SHEET 2 OF 2 MARINE CREEK PARKWAY EROSION CONTROL LAYOUT TxDOT Details - PB TxDOT Details - PAZD C10.01 EROSION CONTROL TxDOT Details - PJB C10.02 EC(1)-16 C10.03 EC(2)-16 C10.04 EC(3)-16 REVISIONS Ro. Q of RIR oa 1 m DDED CR16-C818 DETA 11 6/2.1121 2 Q QQ Kimley>>> Horn __ (817)5335`65111 1- (817)1335-5070W�MPE Regat,a n No F-928 CITY PROJECT /f01585 MAPSCO NO a]-O riD p CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS CAPITAL DELIVERY DIVISION INTERSECTION IMPROVEMENTS AT 820 & MARINE CREEK PARKWAY - PHASE 1 SHEET INDEX DESIGNED SCALE: I DATE SHEET DRAWN CHECKED. NOVEMBER2021 CO,0I CH nd E LCHMACTOR 1 R TO FIELD VERIFY BRIDGE MINIMUM CLEARANCE ON SIGN SHALL BE 3" ACTUAL CONTRACTOR SHALL N SHOP DRAWING (WITH DIMENSIONS) CONSTRUCTION, TO BE APPROVED BY COFW AND TXUOT. I I I I I I I I I I I I I I i I I I I I I I I II I I I II I I I II I I I I I t I I I MARINE CREEK PARKWAY EX PAVEMENT — — MARKERS (TYP.) o00 100, 0 S 0 III MARINE CREEK PARKWAY A' 2-2 y \ 3B "X36" A AA \\ \ SEE NOTE 1 R3-8 ULM \ \ S4"X]0" \ V Q J MARINE CREEK PAR A o 1 O F- �M / (o Y Y W W U W \ W Z_ A-\ 2 U /J (Tly 30 .) --% ! — — f T G 1 �= ---_ — — — — — — — _ _ _ U R3-8 RSS Q r G 48"X30" oul i xlv rEX ROW ___________ J/__________________ I I REVISIONS xo. A DEsca Rnax DATE 1 It ADDED RRIDGE CLEARANCE ISIGN fi/20/'-3 A GRAPHIC SCALE IN FEET A . 10 20 40 2 IF SHEET IS 11X1 ], SCALE IS LEGEND 0 REFL PAV MRK TY I (W) 4" (BRK) []B REFL PAV MRK TY (W) 4" (SLD) REFL PAV MRK TY I (W) 8" (SLD) (]D REFL PAV MRK TY I (W) 18" (SLD) E REFL PAV MRK TY I (W) 18" (YLD TRI) F(] REFL PAV MRK TY I (W) 24" (SLD) REFL PAV MRK TY (W) (ARROW) (]H REFL PAV MRK TY I (W) (DBL ARROW) (1] REFL PAV MRK TY I (W) (UTURN ARROW) J[] REFL PAV MRK TY (W) WORD (ONLY) ❑K EXISTING 4" BRK PVMT MARKING (W) (C] EXISTNG 8" SLD PVMT MARKING (W) (]M EXISTING 12" SLD PVMT MARKING (W) N(] EXISTING 24" IT PVMT MARKING (W') (]0 EXISTNG 24" SLD PVMT MARKING (W) (10' STRIPE, SPACING VARIES) (Rj EXISTING LANE LEGEND (W) ARROW (] EXISTING LANE LEGEND (W) WORD (ONLY) ® REFL PAV MRK TY I (Y) 4" (SLD) © EXISTNG 4" SLD PVMT MARKING (Y) 0 REFL PAV MRK TY I (W) 8" (3' STRIPE, 3' SPACE) (]U REFL PAV MRK TP II-CR (W) 4" (SLD) !!I! Kimley*Horn -- (B1])5335`65111 1- (817)1335-50]OW�TBPE Regat,lt— No F-928 CITY PROJECT /f01585 MAPSCO NO a]-0 FID CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS CAPITAL DELIVERY DIVISION INTERSECTION IMPROVEMENTS AT 820 & MARINE CREEK PARKWAY - PHASE 1 PAVEMENT MARKING & SIGNING PLAN BEGIN TO STA 104+50 DESIGNEDIL I SCALE: DATE SHEET DRAWN JBB CHECKED: DLS 1.20 NOVEMBER 2021 C8,03 \ 4- 4' \ \ TE 1 \ \ XIN CD �[I \ u \\ MARINE CREEK PARKW� m NOTES �UM REVISIONS DE1 CONTRACTOR TO FIELD VERIFY 1 ® ADDED BRIDGE CLEARANCE SIGN fi/20/2023 LEARANCE CLEARANCE ON SIC JE 2 Q LESS THAN ACTUAL CONTRACTSUBMIT SIGN SHOP DRAWING (W) PRIOR TO CONSTRUCTION. TO B ENGINEER, COFW AND TXDOT I/\� 113+00 -- -� GRAPHIC SCALE IN FEET A 0 10 20 40 2 LEGEND IF SHEET IS 11X1 ], SCALE IS I] REFL PAV MIRK TY I (W) 4" (BRK) RI REFL PAV MRK TY I (W) 4" (SLD) REFL PAV MRK TY I (W) 8" (SLD) (]D REFL PAV MRK TY (W) 18' (SLD) El REFL PAV MRK TY I (W) 18- (YLD TRI) F(] REFL PAV MRK TY I (W) 24- (SLD) REFL PAV MRK TY I (W) (ARROW) (]H REFL PAV MRK TY I (W) (DBL ARROW) REFL PAV MRK TYI(W) (UTURN ARROW) JD REFL PAV MRK TY I (W) WORD (ONLY) �K EXISTING 4" BRK PVMT MARKING (W) ([] EXISTING 8" SLD PVMT MARKING (W) (]M EXISTING 12' SLD PVMT MARKING (W) ND E%ISTNG 24' SLO PVMT MARKING (W) (]0 E%ISTNG 24' SLD PVMT MARKING (W) (10' STRIPE, SPACING VARIES) 0 E%ISTNG LANE LEGEND (W) ARROW (]p E%IS'U C LANE LEGEND (W) WORD (ONLY) ® REFL PAV MRK TY I (Y) 4" (SLD) © E%ISTNG 4" SLD PVMT MARKING (Y) 0 REFL PAV MRK TY I (W) 8" IS STRIPE, 3' SPACE) (]U REFL PAV MRK TP II-CR (W) 4- (SLD) !!I! Kimley*Horn -- (B1])5335`65111 1- (817)1335-50]OW�IBPE R,Fat — No F-928 CITY PROJECT po'585 MAPSCO NO a]-0 FID CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS CAPITAL DELIVERY DIVISION INTERSECTION IMPROVEMENTS AT 820 & MARINE CREEK PARKWAY - PHASE 1 PAVEMENT MARKING & SIGNING PLAN STA 109+00 TO STA 113+50 DESIGNED' IL SCALE: DATE SHEET DRAWN JBB CHECKED: DLS 1.20 NOVEMEER 2021 C$.OS Clearance Strut "B' Base PL d co 3p j 6" jr h !Strut "A" }O ; ` Base PL -%" Dia hole in HSS and W' x 1 W slotted hole in L with Ia" Dia x 4 W bolt (ASTM F3125 Or A325) with heavy hex nut (ASTM A563) d lock washer (Burr Threads) iTyp for HSS to L Connection) PLAN OF TYPE S MOUNT (Used for skews over 3J1 7" Face of A clearance sign Strut "A" Burr Lax 3x ;z (ASTM A36) threads � '-fn :�ei ._ _ Edge of slab or beam 1 y" Clearance sign Strut Base PL t1 m 7 ;.I �c —._._ Strut'A"0 E , � 1 F Base PL r Edge of sl or beam � I � 1 I I PLAN F TYaE N MOUNT 2 3y' - Anchor bolt projection (ryp) Showing T213 rail(Other concrete rails s 4 2 Bthrurr h I eads .x' Strut "A" andor Strut "e" 1 L 3x3x J (ASTM A36) C HSS 3 x 3 x Y , (ASTM MOBS or A500 Gr B) 5O and '" Dia anchor bolts (ASTM F3125 Gr A325 or A449) with heavy hex nuts (ASTM A563) and lock washers. 2 - -Ye Dia x B' Anchor bolts. See "Cast -In -Place Anchor Bolt Options". O Anchor PL % (ASTM A36) See "Anchor Bolt Assembly Details^ � Top of concrete lab or top of beam ® . I SECTION 9" 7 yx" 3-3" 3-3' 7" ] FC x y > TYP1 _-_Upper Strut "A" 7-------------------'-"--"j r ts" Dia Hole (ryp) 2 Lower Strut "A" Lower Strut - r SECTION A -A 0 Locate centerline of Strut A no closer than 12" from a vertical concrete edge. rp V Dia x 2' Hexagon socket button head cap screws (ASTM A574) with hex nuts. Attach hex nuts to L 3 x 3 x 45 by tack welding in two places. Threads must have Class 3A fit tolerance in accordance ASME BI.7. Six screws required. OAt the Contractor's option fully threaded adhesive anchors may be use instead of cast -in -place anchor bolts. Expansion chors are not allowed. Provide adhesive anchors that are e" Dia ASTM A193 Or B7 or F1554 Or 105 fully threaded Is with one hardened steel washer (ASTM F436) and one regular lack washer placed under heavy hex nut (ASTM A563). Embed fully threaded rods using a Type III, Class C, D, E, or F anchor adhesive. Adhesive anchor embedment depth is 8". Anchor adhesive chosen must be able to achieve a factored bond strength in tension of 2.2 kips per anchor (edge distance and spacing must be accounted for). Submit igned and sealed calculations or the manufacturer's published literature showing the proposed anchor adhesive's ab/lity to develop this load to the Engineer for approval prior to use. Anchor installation, including hole size, drilling, and clean out, must be In accordance with Item 450, "Railing'. For decked slab beams topped with a 2 course surface treatment and ACP overlay. 0 Anchor bolts to be cast Into decked slab beams topped with a 2 course surface treatment or ACP overlay. Anchor bolts with heavy hex nuts, regular lock washers, hardened washers and anchor plate that is embedded in the beam will be provided by the beam Fabricator. CONSTRUCTION NOTES: Install the vertical face of clearance sign plumb unless otherwise approved by the Engineer. Test adhesive anchors in accordance with Item 450.3.3, 'Tests'. Test 1 anchor per bridge mounted clearance sign installed. Perform corrective measures to provide adequate capacity if any of the tests do not meet the required test load. Repair damage from testing as directed. MATERIAL NOTES: Galvanize all steel components after fabrication unless otherwise noted. GENERAL NOTES: This standard provides details to mount a vertical clearance sign (84" x 24") to bridges. Rail Types T637, T637LS, PRII, PR22 and PR3 are not accommodated. The Engineer will furnish the clearance to be shown on the sign. See Bridge Layout for sign location and mounting type (Type N or S). Cast of furnishing, installing, relocating or removing a clearance sign, Including structural steel for sign mount, is included in unit price bid for Item 644, "Small Roadside Sign Assemblies'. One Sign Blank (84" x 24") is 14 SF. Average steel weight for one complete Type N Mount is 219 Lb. Average steel weight for one complete Type S Mount is 233 Lb. SHEET I OF 3 *' Bridge Division ,Texas Department of Transportation Standard BRIDGE MOUNTED CLEARANCE SIGN ASSEMBLY BMCS r pm[sstelf5199ddgn ixpXrn c.e rrpor "w. rxgOr Icx rxpgr ©ixOm Ap�r1116i9 l niwiwu w [axry xC816 Closure PL Y required (ASTM A36) ( c HSS3x3x - � (ASTM A7085 or ASGG Gr el Y �. ._j_._._-_._._-_- 3 Ct ib" Dia Hole Base PL I" (ASTM A36) se y B ^ Pilate Strut "A" lJ Detail. ` FOR T411 AND a C411 RAIL TYPES w`o Closure PL Yc o N required (ASTM A36) rt HSS 3x3 (ASTM A7085 or or A500 Gr B) Die Hole o Base PL P (ASTM A36) a' t "A" © See Base Stru Plate "Y" 'a8g Detail. Y�E2 FOR T221, C221, T222, T223, C223, T401, T402, C40Z T551, T552, o g o T80HT, T80SS AND SSTR RAIL TYPES UPPER STRUT DETAIL FOR (TYPE S MOUNT) (Used for skews over 3V) Closure PL Y required (ASTM A36) rt HSS 3 x 3 x VS (ASTM A7085 or A500 Gr B) -- ---------- I I I Dia Hole 1 YC Base PL 1" (ASTM A36) Strut "A" 2-1 -" See "base Plate "Y" Detail. Strut "B" _ 7 Y" LOWER STRUT DETAILS FOR (TYPE S MOUNT) (Used for skews over 3V) oLL At the Contractor's option fully threaded adhesive anchors may be use instead of cast -in -place anchor bolts. Expansion anchors are not allowed. Provide adhesive anchors that are Y" Dia ASTM A193 Gr B7 or F1554 Gr 105 fully threaded rods with one hardened steel washer (ASTM F436) and one regular lock washer placed under heavy hex nut (ASTM A563). Embed fully threaded rods using a Type 111, Class C, D, E, or F anchor adhesive. Adhesive anchor embedment depth is 8'. 6" Anchor adhesive chosen must be able to achieve a factored bond strength in tension of 2.2 kips per anchor (edge distance and spacing must be accounted for). Submit signed and seated calculations or the manufacturer's published literature showing the proposed anchor adhesive's Closure PL Y4 ability to develop this load to the Engineer for approval prior to use. Anchor installation, required (ASTM A36) �^ including hole size, drilling, and clean out, must be in accordance with Item 450, "Rafting'. 1 y" 3 Yz" 1 y" E HSS 3 x 3 x � ©Adjust length to accommodate edge of slab to back of rail for specific project conditions and to (ASTM A1085 or A500 Gr B) a help Plumb the vertical face of clearance sign. 7 Hole required to drain zinc from base Plate during galvanizing. ] Yt" Dia Hole 8, ' e I to ' --_. r Anchor 3 r�^ Base PL I. His" Dia 11 1 Y4" Dia Hole se M A361 __!_. Hales (Typ) (ASTM A361 Plate "X" Ilk-'yrJ— Ir Strut "A' © Detail. ~ Anchor PL 14 (ASTM A36) , 'Yd' Dfa Holes FOR T411 AND N OF ANCHOR PLATE PLAN OF ANCHOR PLATE C411 RAIL TYPES 6" 9" Closure PL % I V,- 3 Ys" 1 Y< 1 6" 1 W required (ASTM A36) r. TL HSS 3 x %" Dia r" Dia (ASTM A7085 o Gr B) '�'//�� {Anchor Bolrs n n Anchor Bolls Anchor PL �§--- V \ Anchor PL7§� LLLJ Tack two - Tack [wo (ASTM A36) places (ASTM A36) places (TYp) (TYP) _ ELEV ELEVATION ANCHOR BOLT ASSEM D AILS 3O ANCHOR BOLT ASSEMBLY DETAILS rt (Used on Base Plate "X" with T411 and C471 rail types.) (Used on Base Plate W" and with TIE, T2P, C2P, 1 1, W;Fm Base PL P TIW, CIW, T66 antl C66 rail types.) ASTMA36) See Base Sir Plate W" Detail. 40" C221, T222, T223, C223, '02, C402, T551, T552, SS AND SSTR RAIL TYPES UP STRUT DETAIL FOR IWE N MOUNT) (Used for 0" to 30" skews) , — Closure PL Y 1.40 required (ASTM A36) iHSS 3 x 3 x 114 (ASTM A1085 or A500 Gr B) Ye Oi 1 4 Dia Hole Base PL In (ASTM A36) Strut "A" /_)� See Base Plate as Detail. Strut "B" l'-1 4v" LOWER STRUT DETAILS FOR (TYPE N MOUNT) (Used for 0" to 3W skews) 9" Tt HSS 3x3xy 4Yz^ 4V4" (ASTM A2085 or A500 Gr B) Oki I I I tad' Dia Holes (TYP) ;a" Dfa HI- - - Holes (iyp) N Base I" A (ASTM 361 Base PL 1" 7 rL HSS 3 x 3 x 7 (ASTM A36) (ASTM A1085 or A500 Gr B) BASE PLATE "X" DETAIL BASE PLATE "Y" DETAIL E a 4 44" Dia heavy hex head anchor bolt (ASTM F3125 Gr A325 or A449) N i or threaded rod (ASTM A193 Gr B7 or F7554 Gr 105) with one hardened washer and one regular lock washer placed under heavy hex nut — — (ASTM A563). Furnish one additional heavy hex nut for each threaded rod. _I I I I rI Tack aid J Flush or Max CAST -IN -PLACE ANCHOR BOLT OPTIONSO SHEET 2 OF 3 *' Bridge Division ,Texas Department of Transportation Standard BRIDGE MOUNTED CLEARANCE SIGN ASSEMBLY BMCS r Wsk0_199dyn — J". TIVOT lo.. TxooT 1. T. QrXW Ap�r1110i9 ( n�wiwu w wuxry SCBITM Closure PL V I" Clip (Typ1 I" Clip (Typ) required (ASTM A36) - PL I" (ASTM A36) ft HSS 3 x 3 x '/ (ASTM A1085 or A500 Gr B) - PL 1" (ASTM A36) HSS 3 x 3 x Ig (ASTM A1085 or A500 Gr B) -4 HSS 3 x 3 xY. (ASTM A1065 ��� PL Yz (ASTM A36) r PL Ya (ASTM A36) Yz 44 V-z"y 4 Yz" Yz" of A500 Gr B) ' Cl-are PL % 3d"^ II required (ASTM A36) 1 5 " C I Y a4' C - -----� � ram///� I I ,- �------�� � I� 'I 1. -4 4 ib^ Dia Hole "x„ C/ . _ V ` 4" T rL ¢ 4" 3 PL 44 (ASTM A36) 2 )°• 2 ry :¢" Dia Hole ry C I" 6' tij" Dia Holes (Typ) 7" 1" 6. 1i56" Dia Holes (Typ) 7" 7" D 6 D Strut "A" © , Strut "A" Q D PL 1"(ASTM A36J PL 7" (ASTM A36) FOR 9" HIGH CURBS FOR TIF, T2P, C2P, TIW, CM FOR TIF, T2P, C TIW, C1 T66 AND C66 RAIL TYPES T66 ANDAC66 TYPES Sx 3 x (ASTM A1085 or A500 Gr B) Yf 2 i5^ 2 Yi" Y1' UPPER STRUT DETAIL UP S D AIL FOR (TYPE S MOUNT) FOR M U +. (used for skews over 30") (Us 0" to ws) ry Dia x T Hexagon socket button head cap screws (ASTM A574) with hex nuts. Attach hex For deck be topped with a 2 course surface _ =- nuts to L 3 x 3 x Ya by tack welding In two places. Threads must have Class 3A fit to/eranc reatme ACP o y. 8 =_ rh In accordance ASME B1. I. Six screws required. t / gt accommodate edge of slab to back of rail for OR the Contractor's option fully threaded adhesive anchors may be use instead of cast -in ce 'c proje auditions and to help plumb the vertl ce anchor bolts. Expansion anchors are not allowed. Provide adhesive anchors that are 1'd', la AST M A193 Gr B7 or F1554 Gr 105 fully threaded rods with one hardened steel w4t�er (ASTM F43 O Hale r ncedtIn bottom of HIS to drain zinc duralvan 2" L PL Vx (ASTM A36) y" 2 �" and one regular lock washer placed under heavy hex nut (ASTM A5631. Embed fullor y�lhre ded to Ancho oradhesivechosen ass Cm must be able toachieveh r a factored bond strength inive, Adhesive anchor etensiondoft 8" 77" curb Is for structures with 2" ACP overla . 7^ 7• per anchor (edge distance and spacing must be accounted for) Submit sr nd wale calculations or the manufacturer's published literature showing the pro adhesi PL I- (ASTM A?6) PL I" (ASTM A36) ability to develop this load to the Engineer for approval prior to use. or tion, Including hole size, drilling, and clean out, must be in accordance w in450, ing'. FOR 11" HIGH CURBS A) SECTION B-B VIEW C-C Face of A 2 W - Anchor bolt clearance projection (Typ) sign Strut "A" L 3 x 3 x If Burr -2 - " Dia x 8" Anchor bolts. 1" 5 -" _ 1" 5 -Ye K" (ASTM A36) threads 4" See "Cast -In -Place Anchor Bolt 1�4' Options".O (TYp) a F, ry to a E' C Top of rail curb ry _.__-_ ry _ _ _ Top of concrete slab. ---- ^ Burr --9- � ^ I threads bqc' h ............ ................. - ` M PL AS 6) PL (ASTM A36) PL I"(ASTM A36) - PL (ASTM A36) — and/4r HSS 3 x % (ASTM A7085 or A500 Gr B) `CL HSS 3 x 3 x % (ASTM A1085 or A500 Gr B) Strut "B 1 L 3 x 3 xY (ASTM A36) """.-. 9" HIGH CURBS FOR 11" HIGH CURBS C HSS 3 x 3 xY VIEW D-D (ASTM A1085 or A500 Gr B) and V Dia anchor bolts (ASTM F3125 Gr A325 or A449) with heavy hex nuts (ASTM A563) and lock —Anchor PL % (ASTM A36) See "Anchor Bolt As Details" washers. -2 - �o" Dia x B" Anchor bolts. See "Cast -la -Place Anchor Bolt Options".Q SECTION THRU TIF, T2P, C2P, TIW, CIW, T66 AND C66 RAIL CURB Showing sign mount on a 9" high curb, 11" high curb similar. SHEET 3 OF 3 *' Bridge Division ,Texas Department of Transportation Standard BRIDGE MOUNTED CLEARANCE SIGN ASSEMBLY BMCS r pm[sste115199ddyn rroXrn c.e rrpor "w. rx00r lot rx00r ©ixOm Ap�r1110i9 l nw,wu w [axry SCB IB FORT WORTH. << Back Export Detail Data Expand All Collapse All 101585 NW Loop 820 & Marine Creek Pkw 30100 General Capital Projects 39001 2007 Critical Capital Projects GL0019-07 - Project Budget Summary RunTime: 05/17/2023 01:05 PM $1.000.000.00 $1 196 851.90 Total Revenue: $2,196,851.90 $1.000.000.00 $0.00 100.00 $1 196 851.90 $0.00 100.00 $2,196,851.90 $0.00 100.00 Bond Program $2,080,000.00 $0.00 $445,957.60 $996,731.31 $637,311.09 New Capital Project Funds WW $1,000,000.00 Ir $0.00 $0.00 $0.00 $1,000,000.00 Old Capital Project Funds $1,196,851.90 $0.00 $84,484.69 $964,897.19 $147,470.02 Total Expenditure : $4,276,851.90 $0.00 $530,442.29 $1,961,628.50 $1,784,781.11 The Budget above is missing future federal Funds of $2.7M and Park Department FID of $232,000.00. For detailed Funding Information, see the next page. The resolution authorizing the execution of an Advance Funding Agreement with TxDOT was already adopted by the City Mayor and Council (M&C-22 0688, Resolution: 5610-09-2022). However, we are still waiting on TxDOT to send the AFA document to execute fully. The Park Fund is not shown in here, because it's from different Bond proposition. << Back FSCM 92 Production Page 1 of 1 69.36 0.00 87.68 58.27 Project Budget Summary Total Project Budge Estimate (CPN101585) Schematic/Concept Preliminary Design Engineering's Project Phase Planning Level Design Level Level OPC Pre -Bid Phase 1 $ 2,400,000.00 $ 2,400,000.00 $ 2,300,000.00 $ 2,200,000.00 Phase 2 $ 3,700,000.00 $ 4,400,000.00 $ 4,400,000.00 $ 4,400,000.00 Total $ 6,100,000.00 $ 6,800,000.00 $ 6,700,000.00 $ 6,600,000.00 Note: Phase 2 is still under preliminary design the construction estimate is assumed to be the some for all fi for Phase 2 to estimate the budget Project Funding Summary (CPN101585) Source 2018 Bond Funds $ 1,800,000.00 2007 Critical Capital Projects $ 1,196,851.90 Expected Federal Fund $ 2,700,000.00 PARD Fund $ 232,000.00 30100 General Capital Projects $ 1,000,000.00 Totall $ 6,928,851.90 CPN101585-Phase 1 :Construction Estimate at Pre -Bid and at Award Pre Bid I Award I Difference $ 1,400,000.00 $ 1,359,871.55 $ 40,128.45 Available fund for CO CO # 1 (Previous CO) CO#2 (This CO) Remaining Funds for Future CO $ 40,128.45 $ 17,045.29 $ 7,790.00 1 $ 15,293.16