Loading...
HomeMy WebLinkAboutContract 62968CSC No. 62968 FORT WORTH. CONTRACT FOR THE CONSTRUCTION OF TPW CAPITAL DELIVERY BRANDON CHANNEL, 6TH AVENUE CHANNEL City Project No.103066 Mattie Parker Mayor David Cooke City Manager Lauren Prieur, PE, PMP, CCM Director, Transportation and Public Works Department Prepared for The City of Fort Worth TRANSPORTATION AND PUBLIC WORKS DEPARTMENT TRANSPORTATION PROGRAMMING AND CAPITAL PROJECTS DIVISION April 2024 BY PLUMMER AND ASSOCIATES, INC. TPBE REGISTERED ENGINEER FIRM NUMBER F-13 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH, City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Pagel of 8 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 0011 13 Invitation to Bidders 01/17/2024 0021 13 Instructions to Bidders 01/17/2024 0035 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 0043 13 Bid Bond 09/30/2021 00 43 37 Vendor Compliance to State Law Nonresident Bidder 09/30/2021 0045 11 Bidders Prequalifications 09/13/2021 0045 12 Prequalification Statement 09/30/2021 0045 13 Prequalification Application 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 10/27/2021 00 52 43 Agreement 3/08/2024 0061 13 Performance Bond 12/08/2023 0061 14 Payment Bond 12/08/2023 0061 19 Maintenance Bond 12/08/2023 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 03/08/2024 00 73 00 Supplementary Conditions 03/08/2024 Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 3120 Project Meetings 07/01/2011 01 32 16 Construction Schedule 10/06/2023 01 3233 Preconstruction Video 07/01/2011 01 3300 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 03/22/2021 0157 13 Storm Water Pollution Prevention Plan 07/01/2011 0158 13 Temporary Project Signage 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 78 39 Project Record Documents 07/01/2011 CITY OF FORT WORTH BRANDON CHANNEL, 6TH AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103066 Revised March 8, 2024 F:\projects\0318\073-01\9 Design\94 Project Manual_Specifications\100%\DIV 00 General Conditions\00 00 00 Table of Contents_NEW 2024.docx 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 02 - Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Date Modified Division 03 - Concrete 03 01 30 Repair and Rehabilitation of Cast -In -Place Concrete 02/06/2024 03 30 00 Cast -In -Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 26 - Electrical 2605 10 26�3 - foal E"r,s4effts Raee,,,ays Bae es for- Eleetf e 1 Syste 26 05 43 a -a for- Ele tfiea Systems �d Du`t�ar3 �ce,,,,,,,s Division 31- Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 3,12323 31 24 00 Embankments 31 25 00Erosion and Sediment Control 313600 31 37 00 Gabions Riprap Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 332 1123 Flexible Base Courses ,2 11 29 Lime Trea4e,1 Base !''au -ses 31 11 221 Cement T-ea4e,1 lie e Ce e 3L I 137 Liquid ,i T,-eate.1 Soil Stabilize 32 12 16 Asphalt Paving 32 12 73 Asphalt n, ,4ng r . dr. F/icl&ts 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 1373 Concrete Paving Joint Sealants 32 14 16 Bri-& TurAt Ilr.?i3g 32 16 Ce,.e,.e+e Curb and r_„ and Valleyr-s 32 1723 F'tlO�.— t Maf-kings 32 1725 �ay- rurb Add Pnintirrg 3231 13 Chain Fences and Gates CITY OF FORT WORTH BRANDON CHANNEL, 6TH AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103066 Revised March 8, 2024 F:\projects\0318\073-01\9 Design\9-4 Project Manual_Specifications\100%\DIV 00 General Conditions\00 00 00 Table of Contents_NEW 2024.docx 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 32 31 29 Wood Fences and Gates 3232 13 Cazt in PlVve Co e.ete Retaining Axe lls 3232 16 Precast Concrete Retaining Wall 02/12/2024 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Sodding 32 92 1 e Non Native Seeding 32 93 43 Trees and Shrubs Division 33 - Utilities 33 01 30 Sewer- and Manhole Testing 22�T 22�v 3304 10 Closed Gir-e,,;t Television (CCTV) inspeetie,. %-va0 Ike wn , of E*isfing Sewer- System Tein4 Bef,.1;.....,,,,.1 Eleet,.;e.,l Tsela4 en- ZZ�= 33 04 301 >\lag esitt , Anode G tt,e,l;e n.eteet;e Syste,,, Ar ?ix-Eor`%oas 33 2 2� 2450 T7 7 VL�.tYrt�Sg\lYf..l Aeee,..+anee Testing of Watef Mains S ewef: 3 3305 10 22� Gleaning ing of Mains Utility Trench Excavation, Embedment, and Backfill AxT.,ter Line Lower —in Other- Stmetffes to TT 3305 14 > and Grade 2'2�0 3 2�T 33 05 20 22� 22�z 22�3 (' o e fete Ax7.,tef: Vaults Ce.,e fete !`,.11af Auger- B of ing T„««el T ; e,- PIAe Steel Casing Nl e Hand Tunneling 330524 24 Ca for Pire in !''.,sing of T,m,,el Liner- e,- Plate 33 05 26 Utility Markers/Locators 33 05 30 33 5 Location of Existing Utilities Belt. T. s and Gaskets 2 2� ?- 11 11 Duet; l e T,-e« Npe Dtiefile 1 or. Fittings P- 1 1 �2 Pelyvinyl C le fi e (PVC) P fess .e Pipe P- 11 13 C—ener-etePr-essufe Pipe B ,. Wrapped, Steel ! 1e« T-0e yli 12, 1 1 1 � T2,,,-;e.l Steel Pipe .,n.1 Fittings 33 1210 � Axr.,te,- Sen4e 1 t „-��a� � i�Z'> mil} 23 1211 22�o Large ge Water- Meters Sea4e.1 V.,lw P- 1221 Resilient Gate AW 'A'RuS c: G2&e,l Bt ttef fly V,al.,es 33 12 215 Cenneetio t Eyr:sting Water- Mains 22�0 2 2� Qxn.-i naftafi A:.- Valve Assemblies fee Detable Wa4e.- Systems 3�- 1250 22�0 Fire Hydr-ai#s Wtator Sac.—,r),j Ueg-e1 Standard Blow off Valve Assembly bly CITY OF FORT WORTH BRANDON CHANNEL, 6TH AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103066 Revised March 8, 2024 F:\projects\0318\073-01\9 Design\94 Project Manual_Specifications\100%\DIV 00 General Conditions\00 00 00 Table of Contents_NEW 2024.docx 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 3,? P. 12 Exred in Pl oo Piro 301 P. 13 €4bz2g.latr 1124 6r-ee,l Pipe for- Gravity S nitaf,, Sewe.� 21 15 High Density Polyethylene (K-DPE) l pe for- Samna,, Sewe,- 3' L Pipe 3,Sa*itafyF1.ip 1i.1q�ng 31 3, 22�0 Sanit. y Sewe,. Pipe Efil fgef e. � Samna,, Sewe.. Se,.,,:,.e Co eetions nee r : e 33 3170 33 39 10 andSe,. Eo ti^rrati...,, if VaWe c f S nit y Sewef Fefee r r ;r Cast in Plaee Cener-ete Manholes 33 3930 Pttizi,-,!aNL Manholes 22�0 Wastewater- eeessr.Jb'�,. 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 331 11 11 High Deasit-, Polyethylene (I-IDPPI) P*t €efSlfn-r Dmrr, ✓3 11 1-1 Dein f ,-„e.l Polyethylene (SRPE) Pipe 22�3 Delypfepyle„e Pipe for- S off D%a;,n 33-46 00 33 4601 2 2�z Subdr-ainage storm DAwns e 1, -.,:., s 3�-49 10 Tre,i D C-ak ir. P.V-jj'\R.,rholes an T„retior -Ba es 1 33 4920 33 49 40 Storm Drainage Headwalls and Wingwalis Division 34 - Transportation 34 A�-�z-i 0.0011 2 n n�02 Attaehme+ 4 A Genti6nef Cabiffte Akwhmon` B Ceii+..e e . Spee fieation 2 n n�03 A t ohnwnt 0 Software Spee fieat; e 2i1 11 11 T-emper-ary T Einnls 311 11 12 Removing T,-.,ff e Signals 311 11 15 Reetangulur -%r/ d F�wAhkigBeaeel� 2n n�no.l1 Ar-tokal LED P_ a3' .T.imitzairvS 2n n�02 Ff:ee,. ay LED n,,.,,1,.... Liwninair3s 2A n�03 Residential LED Rea&way :/dmirxiros 24 4130 iUur.xxur-, Figirs 3471 13 Traffic Control Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httD:HfortworthtexaS.20V/tDw/contractors/ or httDS:HaDDs.fortworthtexas.Lyov/Proi ectResources/ CITY OF FORT WORTH BRANDON CHANNEL, 6TH AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103066 Revised March 8, 2024 F:\projects\0318\073-01\9 Design\94 Project Manual_Specifications\100%\DIV 00 General Conditions\00 00 00 Table of Contents_NEW 2024.docx 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 8 Division 02 - Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 26 7ti�o - Electrical !'',,m.v.e,. Work Results for- E e,.tfie-1 2605 43 for- E eetfiea Syste r. i�doib�-�r��e��Id l�ce..,,,.,s 2605 50 Gonnurrc,ions Multi Dtiet r,,,,"it Division 31- Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 3' ti a3 Berrew 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 36 00 Gabions 31 37 00 Riprap Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 27�9 Temporary Asphalt Paving Repair r -ete n., nepai 32 1123 ne 4ag Flexible Base Courses 32 1 1 29 27�3 Lime T.-e..4e.1 Base !`. ufses ref e.+4 Treated Base r,,,.,�e� 32 1137 32 12 16 Liquid i Tren4ed Soil Stabilizer-- Asphalt Paving 17�3 iAe3, altZkwring4C-faok Sja22za►nts 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 1373 32 14 16 Concrete Paving Joint Sealants Br-iek Unit Paving 32 16 13 c-vixcrcce.Ja [114d Gottefs and Valley Gtittefs 3-2 1723 Z 7�5 P-at A�S (' Address Uaintin 3231 13 32�6 u -b. Chain Fences and Gates lre,.ees 32 31 29 Wife and Gates Wood Fences and Gates 32 13 rat in Place Gene fete Retaining [a7..11� 3291 19 Topsoil Placement and Finishing of Roadway Right-of-ways Last Revised 03/11 /2022 12/20/2012 02/02/2016 03/11 /2022 12/20/2012 12/20/2012 12/20/2012 03/22/2021 01 /28/2013 01 /28/2013 04/29/2021 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 1 'f1 1 fez 06/10/2022 12/09/2022 12/20/2012 12/20/2012 12/20/2012 06 intro 03/ 11 /2022 CITY OF FORT WORTH BRANDON CHANNEL, 6TH AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103066 Revised March 8, 2024 F:\projects\0318\073-01\9 Design\94 Project Manual_Specifications\100%\DIV 00 General Conditions\00 00 00 Table of Contents_NEW 2024.docx 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 8 3292 13 Sodding 05/13/2021 3292 11 No.. Native Seedifig neno�z �r .-3ar 1Tildf ewe,- Seeding 1 n/nrvrov svz� 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 2 2�o Sewer- and 44af T.ele Testl*g nono/n 8 3301 31 Closed r• , CCTn»nspee it; J�CClIt l T� e e� ( on e .,ar11 tafy Sewe 03 1 /20�z 2 2�z • 1 CCTn � /n 4 /2023 C�esec�.r nr�te Te e� () I>?r�;r�otiel�St�� min 12 3303 10 Bypass Pumping of Er ..,frog Sewer- Systems 1 7/7�zi-20/2012 22� Tei t Beiidi...and Eleet.-;e.,l T"el"tien 12/'frr�7-20/2012 22�11 Ce.-.-e";o.. Centfol Test Stations 12/7�z�-20/204z 22�2 raag esitff , Anode r"thed a D.eteetion S yste... 11 /�12 22 4 40 Cleaning cmd neeepta eeTesting ofWater- Mains r»/n 3. 3305 10 Utility Trench Excavation, Embedment, and Backfill 04/02/2021 �1'�1t� v�ciing rLrcvrtvzz 3305 12 like T 1�120/201 22�3 D,- me Cove.- andGrade P4ng 09/0z Adjusting T� ele" inlets, Valve Boxes, S4ictetufest 3-3-A�-1-4nz 22�0 afA � andOther- /10 1�z Grade !`af e,-ete Alate,- Vaults 1 7/7 z 22�T 3 2�0 330521 21 Gene,-ete Collafs n'2/1�z rg 1 71 /7 z T�ll�i,�`. zil ,T.iff.�1[ate 1 2rr/cv/2v1z 330522 Steel Cw.-.Pzg Npe 1'f1 1 fez 2'2�3 Ind TunnZi1 'ng 1 7,120 /20 � 33 0524 Ta"t"TI"t;ef of Cr �r P4�p "gig or T-,wff.rl Urr J1 F Plate '1�z 09rcvDii v 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 Belt" AT„t" ,-..1 !`_.,"Lets 17/20/20 33 11 05 33 11 10 Dttek1i Ilan Pira 1 7/n i 1 1 1 1 3., � � .. F 00 /7 n /201 '7 riUot/ V � Z'1 � 1tr1:1gS mravrLv�T '�., 11 1� Polyvinyl !''l.lEwi a !DVC4 D, 09/09/2022 ay.�.��-a Pl;,v �z 33 11 !-'o e,-ete D,-esam. PiN, Baf Wrapped, Steel Cylinder- Type 17/7 z ?'3 11 11Stec). P*—"rid Fittiiigs 12 /'�lz 33 12 0 Wa4ef e e ., 1, t 2 >, 024 4 /201-7 „-�iajo 1 in�� �� 3-2 12 11 32�no Large Water- >\ aete fs 11 7 /'l z nc/n ,2 12 2,1 Resilient TSe.,�,.7 Gatetete Valve 5 �i \u7by Ejaft2l B„4tef41., Valves nn/�9 33 1 2 25 Cop eetio to Existing Wa4e. Mains 02/no�13 22�oEo;sib«ali:r A;.Valve Assemblies f r Datable a4e,Systems 1 7,/20/2012 L';.� /03/2 32�n 33 0 011 i4 W-&&--,\r &�a2 StatiORS 12/20/2012 22�0 Parxlwd Blow off Valve n ""e,n bl y 06/1 � 332 3, 12 Carod in Place Pipe (C112D4 1 �/�12 Z 2 1 t 2 F44e_ 1 Rq.l fbf:ee.l Pipe for- i'_myity C.,n tafy Sewer 1 7120/201 2 21 15 22�o HighDensity Polyethylene (NDPE) Ll..- p& Eanitz.r; f nA/')�O PolyvinylChloride (PVC) Gryit-y 1JSan tafy Sewer- Pipe 09/no U�z CITY OF FORT WORTH BRANDON CHANNEL, 6TH AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103066 Revised March 8, 2024 F:\projects\0318\073-01\9 Design\94 Project Manual_Specifications\100%\DIV 00 General Conditions\00 00 00 Table of Contents_NEW 2024.docx 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 31 21 U-ef;le r..ay ty San tafy Sewe, .,,;.,.,, Uel.1 Chloride Closed (PNIG) se '' ��-20/20;z � , ., _ � 3 San tafy ar Flip So.., T .mining ' m 1 ��/20/2012 � 3 1 22�o S �;t ., eo..,o, Pipe > rt , .o , or, c, Gen eetions ,-ad .e e 112�7zzr20/2012 nn io�13 33 3170 22�no aitafy Sewer- Seryiee Sef-,4 Li G ,on,3� /L 1iat%.,,,, it 3,14 e for- Sanitary Sewer- Fo -ee N Cast i Dl.,ee r.,ne-ete M.,fAieles 1 717rz�-20/2 z 1717rz�-20/2012- 22�0 3930 n,.eeast reaef:ete NR.,n elegy F4bXl�-,L132 'Mallh0leS , �i�12- 11 �7�z 20/2012 33 39-40 Write. ate . n e ess Chwn tax q 1 717�z 20/2012 nn i�T 33 3960 3341 10 Liners f r Sanitary Sewef Str,etffess Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 P- 11 11 High Density Polyethylene (IRDPE) PiV- €er-Stu:� Turdt 12/20/20 2 33 41 12 Reinf ,-ee PE4yethylene (,SRPE) Dip-- 1 1 /1 -5 ZZ�3 Palypr-apylefle Pipe for- QO= D2wn n�/lvrn-x0/202" 33 46 00 Subdrainage 12/20/2012 33 4601 Slette,l St3A� �it�1S �inl i2n n1n 1 0„-o�,-zP 33 --46-0i %�iiil7 Dr�f1� n7wrr/101 ,2n, mw�T 33 nn 10 � 2'2�0 razt in � n e NRapA T„ eles m r do Boxes �lzc lets , 2/� r2 n2�1mr lr�zz 33 49 40 Curb .,a,1 DFE)p h Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 2n�o - Transportation Traffic c;gara& 03/1�22 3 n n�01 24 n� 41 10.02 Att-&ehmeat A Gentfoller- Gabine At%1t1i4 on' >? r ,.,+.- llo,- e�.,+;,,,, 1 711�,1_5 02/2012 3n n�03 At%1th&4 - t Q e f+war-e Spee;f:e.,t;e 01�2 ?il 11 11 Tempe«..fy Tr-affie Signals 1 1 122/201 2 211 11 13 Removing Tfaffie Signals n�il�22 3n�r47 20 ReadwyIlluu4nnirat:eft ns�es 12�7zzr20/2012 3n n�nolr T r A�a�ial .�J� R��' �.ir\�.c� 06/15/201 c o�� zn 4120.02 � Freeway y LED n,,.,dw �, r �.xx�itui>f4s 0611 5/20 c �� 3n n�no3 r r ��� �.� ��y J.1:4�1'111:�10 0611 5/201 c vrn-r�rav�� '2 n�0 3n�0 ��LlmnaIs Pir�xr Niie.le /''..ble 1 1/201 3 ,/ 1 2, 3471 13 Single Fiber- Optie Traffic Control 0796 03/22/2021 Appendix GG 4:-E,11 Availability fLands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GG 4.96- H&--vAae„s >rayir-,,,..,ent t Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC--6-.99 Dv.-m is a*d T Tt44 e.. C-C-6.21 Nondiaori mi ti. l GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH BRANDON CHANNEL, 6TH AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103066 Revised March 8, 2024 F:\projects\0318\073-01\9 Design\94 Project Manual_Specifications\100%\DIV 00 General Conditions\00 00 00 Table of Contents_NEW 2024.docx 0001 01 SEAL PAGE Page 1 of 1 SEALS PAGE Division 0 Section 03 01 30 Division 1 Section 03 30 00 Division 2 Section 03 80 00 Division 31 Section 32 32 16 Division 32 Division 33 Division 34 ��tl 6 .. F Te+9��d1 .P� .• E i . ..............................� ....• .# ....................I...../ GEORGE1.FARA11 •��97448.... MURALI K. KARIYARVEEOU dos Ian . 95735D ��= AL k-�'%�56-3 G� ��� �� /06/2024 04/09/2024 PLUMMER ASSOCIATES, INC., JQ Infrastructure, LLC TBPE FIRM No. F-13 TBPE Firm No. 7986 END OF SECTION CITY OF FORT WORTH BRANDON CHANNEL, 6'H AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 103066 Revised 7/19/2021 F:\PROJECTS\0318\073-01\9 DESIGN\9-4 PROJECT MANUAL SPECIFICATIONS\1000/,\DIV 00 GENERAL CONDITIONS\00 0101 SEALS PAGE.DOCX City of Fort Worth, Texas Mayor and Council Communication DATE: 11/19/24 M&C FILE NUMBER: M&C 24-1024 LOG NAME: 20SWM 6TH AVENUE CHANNEL AND BRANDON LANE CHANNEL CONSTRUCTION SUBJECT (CD 3 and CD 6) Reject Bid of MW Panel Tech, Authorize Execution of a Construction Contract with Klutz Construction, LLC, in the Amount Up to $3,584,641.00 for the Construction of Channel Improvements for the 6th Avenue and Brandon Lane Channel Projects, Adopt Appropriation Ordinances and Amend the Fiscal Years 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Reject the bid submitted by MW Panel Tech; 2. Authorize execution of a contract with Klutz Construction, LLC in the amount up to $3,584,641.00 for the 6th Avenue Channel (City Project No. 103066) and Brandon Lane Channel (City Project No. 103064) projects; 3. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Stormwater Revenue Bonds 2020 Fund by increasing estimated receipts and appropriations in the 6th Avenue Channel project (City Project No. 103066) in the amount of $3,000,000.00 and decreasing estimated receipts and appropriations in Fort Worth Central City New Main Street outfall & 8 project (City Project No. 103666) by $2,500,000.00 and Fort Worth Central City Grand Avenue Phase 2 Part 3 project (City Project No. 103665) by $500.000.00; 4. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Stormwater Capital Projects Fund by increasing estimated receipts and appropriations in the SW Hazardous Road Overtopping project (City Project No. P00120), in the amount of $3,000,000.00 and decreasing estimated receipts and appropriations in the 6th Avenue Channel project (City Project No. 103066) by the same amount; and 5. Amend the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to, by authority of the City Charter, reject the bid of MW Panel Tech and authorize execution of a construction contract with Klutz Construction, LLC in the amount up to $3,584,641.00 to stabilize and rehabilitate the streambank side slopes for portions of 6th Avenue Channel (City Project No. 103066) and Brandon Lane Channel (City Project No. 103064) projects. The streambanks at these locations have experienced degradation and scouring, leaving them unstable and threatening public infrastructure. The project will protect the existing public infrastructure in the area currently being threatened by significant erosion and ensure the channel continues to convey stormwater runoff effectively to mitigate flood and erosion risk. The project is an ongoing effort of the Stormwater Channel Rehabilitation Program. The project was advertised for bid in the Fort Worth Star -Telegram on April 18, 2024, and April 25, 2024. The following bids were received on May 30, 2024: Bidder MW Panel Tech* Klutz Contractors, LLC Humphrey & Morton Construction Company, Inc. Total $3,568,909.50 $3,584,641.00 $4,618,854.00 Apparent low bidder was rejected for failure to comply with the requirements of the business equity submittal instructions. Funding for the construction of the 6th Avenue and Brandon Lane Channel projects in the amount of $4,484,990.33 was provided by the Stormwater Capital Projects fund. To accelerate bond spending, $3,000,000.00 of the Stormwater Revenue Bonds 2020 fund will be added to the project, and $3,000,000.00 of Paygo will be moved out. Funding for the construction of FWCC Grand Ave and FWCC New Main St Outfall projects were originally provided by the Stormwater Revenue Bonds 2020 fund. After the projects were funded, Stormwater began their commercial paper program and funded the projects provided by the Stormwater Commercial Paper fund, no longer needing the Stormwater Revenue Bonds 2020 fund. This action in this M&C will amend the Fiscal Years (FY) 2025-2029 Capital Improvement Program as approved in connection with Ordinance 27107-09-2024. Fund 52007 — Stormwater Revenue Bonds 2020 (103666) 52007 — Stormwater Revenue Bonds 2020 (103665) 52007 — Stormwater Revenue Bonds 2020 (103066) 52002 — Stormwater Capital Projects (103066) 52002 — Stormwater Capital Projects (P00120) Total Current Appropriations Additional Funding $2,828,000.00 $574,378.33 $18,272.50 $4,484,990.33 $34, 596.78 $7,940,237.94 ($2,500,000.00) ($500,000.00) $3,000,000.00 ($3,000,000.00) $3,000,000.00 $0.00 Revised FY25 Budget $328,000.00 $74,378.33 $3,018,272.50 $1,484,990.33 $3, 034, 596.78 $7,940,237.94 In addition to the contract amount, $252,475.00 is required for project management, material testing, and inspection, $179,000.00 is provided for project contingencies, and $35,000.00 is provided for land acquisition. The project is funded by the Stormwater Revenue Bonds 2020 fund and the Stormwater Capital Projects fund. This project will have no impact on the Transportation and Public Works annual operation budget when completed. Construction is expected to start in November 2024 and be completed by November 2025. DVIN OFFICE —The Business Equity Division placed a 31 % business equity goal on this solicitation/contract. Klutz Construction, LLC, will be exceeding the goal at 47.89% as a Business Equity Prime and self- performing the scope of the services, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. This project is located in Council District 3 and Council District 6. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the FWCC New Main St Outfall & 8 and FWCC Grand Ave Ph2 Pt3 projects within the Stormwater Rev Bonds 2020 Fund and in the 6th Avenue - Truelson Channel project within the Stormwater Capital Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the Stormwater Capital Projects and Stormwater Rev Bonds 2020 Funds for the 6th Avenue - Truelson Channel project to support the above recommendations and execution of the contract. Prior to any expenditure being incurred, the Transportation & Public Works Department has the responsibility of verifying the availability of funds Submitted for Citv Manaaer's Office bv: Jesica McEachern 5804 Oriainatina Business Unit Head: Lauren Prieur 6035 Additional Information Contact: Thanaa Maksimos 2485 0318-073-01 CITY OF FORT WORTH TRANSPORATION & PUBLIC WORKS DEPARTMENT BRANDON CHANNEL, 6T" AVENUE CHANNEL ADDENDUM NO. 1 Addendum 1 Release Date: May 8, 2024 Bid Opening: 2:00 PM Thursday May 23, 2024 This addendum forms part of the Plans, Contract Documents & Specifications for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, in the proposal (SECTION 00 41 00) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The plans and specification documents for Brandon Channel, 6th Avenue Channel, City Project No. 103066 are hereby revised by addendum as follows: BID TABLE (BT 251-N) The bid table has been revised in Bonfire to reflect the changes made to the propsal form. SUBMISSION INSTRUCTIONS 24-0192 The submission instructions have been uploaded to include Addendum No. 1 under the Requested Information section Item 1-1 Clarification A) Disposal of unclassified material, existing debris, sand bags, concrete bags, trash, rock riprap, articulated concrete blocks from the channels is incidental to all bid items. B) The concrete topping in bid item 1-23 and II-22 are for the Articulated concrete mattresses, Rock riprap or as directed by the owner. C) Revised pier depth and updated Bid Proposal section D) Updated wall height quantities E) Added bid items for wall > 6 foot in height. Item 1-2 PROJECT MANUAL, changed as follows: Specifications, SECTION 00 1113 INVITATION TO BIDDERS Delete "Thursday, May 16, 2024" and replace with "Thursday, May 23, 2024" Item 1-3 PROJECT MANUAL, changed as follows: Specifications, SECTION 00 42 43 Delete Section 00 42 43 Proposal Form and Replace it in it's entirety. CITY OF FORT WORTH Hprojecls\0318073-01\10 Bidding\10-3 Addenda\Addendum_l Addendum_t.doc BRANDON CHANNEL, 6T" AVENUE CHANNEL City Project No.103066 ADDENDUM 1 — PAGE 1 0318-073-01 Item 1-4 PROJECT MANUAL, changed as follows: Specifications, APPENDIX GC-4.02 Subsurface and Physical Conditions Insert Addendum To CMJ Report No. 425-21-58 (Revised) into this Appendix (ATTACHMENT AD1-1) Item 1-5 PROJECT PLANS, SHEET 29 INSERT THE FOLLOWING NOTES: 9. THE CONTRACTOR SHALL USE GALVANIZED STEEL COLUMNS INSTEAD OF CONCRETE COLUMNS. 10. THE CONTRACTOR SHALL APPLY A CORROSION RESISTANT COATING IN LIEU OF GALVANIZATION IN ACCORDANCE WITH TXDOT ITEM 446 SYSTEM 1-13 (OVERCOATING, HIGH CORROSION ENVIRONMENT) (OR APPROVED EQUAL). 11. COATING SHALL BE DEVCON ZINC COLD GALVANIZING COMPOUND OR ZINGA FILM GALVANIZING SYSTEM AND SHALL BE APPLIED AT THE STEEL COLUMN MANUFACTURING FACILITY. IF DAMAGED DURING SHIPPING, COATINGS MAY BE REPAIRED IN THE FIELD PER TXDOT STANDARDS AND SPECIFICATIONS. 12. CONTRACTOR MAY CAST THE CONCRETE PANELS AS DESIGNED BY THE CONTRACTOR'S DELIGATED PROFESSIONAL ENGINEER, THEN MOVE THE PANELS IN PLACE. Item 1-6 PROJECT PLANS, SHEET 30 INSERT THE FOLLOWING NOTE: 1. PIER DIAMETER OF 18-INCH SHOWN ON THIS SHEET IS A MINIMUM DIMENSION. CONTRACTOR'S DELIGATED PROFESSIONAL ENGINEER IS RESPONSIBLE FOR THE SIZING OF THE PIERS. Please acknowledge receipt of the Addendum in the following locations: 1) In the space provided below. 2) In the Proposal, Units I and II Failure to acknowledge the receipt on Addendum No. 1 could cause the subject bidder to be considered "NON -RESPONSIVE", resulting in disqualification. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. All Items in conflict with this addendum are hereby deleted. CITY OF FORT WORTH BRANDON CHANNEL, 6T" AVENUE CHANNEL City Project No.103066 F1projects\0318\073-01\10 Bidding\10-3 AddendaWdendum_11Addendum_1.doc ADDENDUM 1 — PAGE 2 0318-073-01 PLUMMER ASSOCIATES, INC. By: 6eolve George I. Farah, P.E. May 9, 2024 RECEIP AC 0 E T: r By: Title Company Name TRANSPORTATION AND PUBLIC WORKS DEPARTMENT DIRECTOR LAUREN PRIER By: Michael Crenshaw, P.E. Project Manager po. / G3 - /L�Jv�IL`Y�✓k- r/ Z A ob n Company Address CITY OF FORT WORTH F:\projects\03l8\073-01\10 Bidding\10-3 Addenda\Addendum_1\Addendum_1.doc BRANDON CHANNEL, 6T" AVENUE CHANNEL City Project No.103066 ADDENDUM 1 — PAGE 3 004243 BIDPROPOSAL Peg. I or3 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity Unit I - Brandon Channel Maintenance I-1 0170.0100 Mobilization 01 70 00 LS 1 ® $ $ I-2 0:71.0101 Construction Staking 01 7123 LS I ® $ $ I-3 071.0102 As -Built Survey 01 71 23 LS 1 ® $ $ I-4 3110.0101 Site Clearing 31 1000 LS 114 $ $ I-5 3110.0102 6"-12" Tree Removal 31 1000 EA 4 d $ $ I-6 3110.0103 12"-19" Tree Removal 31 1000 EA 7,0 $ $ I-7 3110.0104 18"-24" Tree Removal 31 1000 EA 1 1 I-8 3123.0101 Unclassified Excavation by Plan 3123 16 CY 1,750 9 $ $ I-9 3125.0101 SWPPP>_ 1 acre 31 25 00 LS 1 R —$ I-10 3137.0103 Large Stone Riprap, grouted 31 37 00 SY 220 .✓ $ $ — `I I-11 III 3292.0100 Block Sod Placement �3292.0400 32 92 13 SY 320 $ $ I-12 Seeding, Hydromulch 32 92 13 SY 2,895 $ $ I-13 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 5 A $ $ I-14 3471.0001 Prepare and Implement Traffic Control Plan 34 71 01 LS 1 , $ $ II-15 3471.0002 Portable Message Sign 3471 13 WK 12 I-16 3471.0003 Traffic Control Details 34 71 13 EA I / $ $ I-17 9999.0001 Provide and Implement Barricades and Traffic Control 99 99 00 MO 6 $ $ I-18 9999.0002 Video Project Area 99 99 00 LS 1 $ $ I-19 19999.0003 Provide and Install Reinforced Concrete Piers (4,000 psi concrete) 99 99 00 VLF 1,612 $ $ I-20 9999.0004 Provide and Install Reinforced Concrete Columns (4,000 psi concrete) 99 99 00 VLF 595 s $ $ I-21 9999.0005 Provide and Install Reinforced Concrete Panels (1-3 feet height) 4,000 psi concrete 99 99 00 LF 100 $ $ I-22 9999.0006 Provide and Install Reinforced Concrete Panels (3-6 feet height) 4,000 psi concrete 99 99 00 LF 840 $ $ I-23 9999.0007 Concrete Topping 99 99 00 LS 1 X $ $ I-24 9999.0008 Implement Tree Protection and Pruning 99 99 00 EA 82 ® $ $ I-25 9999.0009 Construction Entrance 99 99 00 EA 1 / $ $ I-26 9999.0010 Trash and Non -Native Debris Removal 99 99 00 LS 1 $ $ I-27 9999.0011 Site Restoration of Construction Staging Area 99 99 00 LS 1 ® $ $ I-28 9999.0012 Supply and Install Additional 4,000 psi Concrete as Directed by Owner 99 99 00 CY 100 $ $ I-29 19999.0013 Provide and Install Reinforced Concrete Panels (>6 feet height) 4,000 psi concrete 99 99 00 LF 120 s $ $ I-30 9999.0014 Construction Allowance (Stormwater) 99 99 00 LS 1 $100,000.00 $100,000.00 Subtotal Unit I: $ BRANDON CHANNEL, 6TH AVENUE CHANNEL CITY OF FORT WORTH CITY PROJECT NO. 103066 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00 4100 Bid Prop..l Wurkb..k-20240422 Revised 9/30/2021 ATTACHMENT AD I -I 00 42 43 HIDPROPOSAL Page 2 or3 Project Item Information Bidder's Proposal Bidlis[ Item Description Specification Unit of Bid Unit PrIee Bid Value No. Section No. Measure Quantity Unit II - 6th Avenue Channel Maintenance 11-1 0170.0100 Mobilization 01 70 00 LS 1 ® $ $ II-2 0171.0101 Construction Staking 01 71 23 LS 1 $ $ U-3 0171.0102 As -Built Survey 01 71 23 LS I v $ $ II-4 3110.0101 Site Clearing 31 1000 LS 1 $ $ II-5 3110.0102 6"-12" Tree Removal 31 1000 EA 25 ® $ $ II-6 3110.0103 12"-18" Tree Removal 31 1000 EA 2 $ $ II-7 3110.0104 18"-24" Tree Removal 31 1000 EA 2 $ $ II-8 3123.0101 Unclassified Excavation by Plan 3123 16 CY 1,950 $ $ II-9 �3125.0101 SWPPP > 1 acre 31 25 00 LS 1 ! $ $ II-10 3292.0100 Block Sod Placement 3292 13 SY 50 0 $ $ II-11 3292.0400 Seeding, Hydromulch 3292 13 SY 450 11-12 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 5 ' $ $ U-13 3471.0001 Prepare and Implement Traffic Control Plan 34 71 01 LS I r 11-14 3471.0002 Portable Message Sign 3471 13 WK 12 ✓ $ $ U-15 3471.0003 Traffic Control Details 3471 13 EA le $ $ U-16 9999.0001 Provide and Implement Barricades and Traffic Control 99 99 00 M0 6 ' $ $ U-17 9999.0002 Video Project Area 99 99 00 LS I $ $ II-18 19999.0003 Provide and Install Reinforced Concrete Piers (4,000 psi concrete) 99 99 00 VLF 3,760 $ $ II-19 9999.0004 Provide and install Reinforced Concrete Columns (4,000 psi concrete) 99 99 00 VLF 1,650 ® $ $ U-20 9999.0005 Provide and Install Reinforced Concrete Panels (1-3 feet height) 4,000 psi concrete 99 99 00 LF 100 0 $ $ II-21 9999.0006 Provide and Install Reinforced Concrete Panels (3-6 feet height) 4,000 psi concrete 99 99 00 LF 1,435 -0 $ $ E-22 9999.0007 Concrete Topping 99 99 00 LS 1 $ $ II-23 9999.0008 Implement Tree Protection and Pruning 99 99 00 EA 195 ® $ $ 1I-24 9999.0009 Construction Entrance 99 99 00 EA 1 $ II-25 �9999.0010 Trash and non-native debris removal 99 99 00 LS 1 ® $ $ II-26 9999.0011 Site Restoration of Construction Staging Area 99 99 00 LS 1 $ $ II-27 9999.0012 Supply and install additional 4,000 psi concrete as directed by owner 99 99 00 CY 100 0 $ $ II-28 9999.0013 Provide and Install Reinforced Concrete Panels (>6 feet height) 4,000 psi concrete 99 99 00 LF 200 $ $ I1-29 9999.0014 Construction Allowance (Stormwater) 99 99 00 LS I $100,000.00 $100,000.00 Subtotal Unit II: $ BRANDON CHANNEL, 6TH AVENUE CHANNEL CH'Y OF FORT WORTH CrrY PROJECT NO, 103066 STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS 00 41 00 Bid Proposal Workbwk_20240422 Revised 9/30/2021 ATTACHMENT A➢I-1 00 42 43 331D PROPOSAL Nge 3 of3 Bidlist Item No. Unit I: Brandon Channel Maintenance Unit 11: 6th Avenue Channel Maintenance Project Item Information Description Bid Summary Base Bid END OF SECTION Specification Unit of I Bid Section No. Measure I Quantity Bidder's Proposal Unit Price I Bid Value Total Base Bid $ Total Bid $ BRANDON CHANNEL, 6TH AVENUE CHANNEL CITY OF FORT WORTH CITY PROJECT NO, 103066 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00 41 00 Bid Proposal Wmkhook 20240422 Revised 9/30/2021 ATTACHMENT ADI-1 JEngineering April 11, 2024 Plummer Associates, Inc. 1320 S. University Drive, Suite 300 Fort Worth, Texas 76107 Attn: Mr. George Farah, P.E. RE; ADDENDUM 2 TO CMJ REPORT NO.425-21-58 (Revised) CHANNEL REHABILITATION PROJECT 6TH AVE. (TRUELSON) AND BRANDON LN. (GUADALUPE) CHANNELS FORT WORTH, TEXAS Dear Mr. Farah: CMJ performed the geotechnical investigation for the existing drainage channel refurbishing project to include the 6th Avenue (Truelson) Channel located between IH-20 and Edgecliff Road and the Brandon (Guadalupe) Channel located west of Brandon Lane, north of Bangor Drive in Fort Worth, Texas and presented the results in CMJ Report No. 425-21-58 (Revised) dated April 13, 2022, Additional recommendations for a deep foundation system have been requested for the planned wall systems along both the 6th Avenue (Truelson) and Brandon (Guadalupe) Channels. This information was requested via email from Ms. Caitlyn Allen, EIT dated April 1, 2024. Straight drilled and reinforced concrete shafts penetrating the gray limestone and shale offer a positive foundation system and are recommended. Recommendations presented below for each channel site (see Plates A.1 B and A.1 C of the referenced report). Straight Drilled and Reinforced Concrete Shaft Design Parameters 61h Avenue (Truelson) Channel (Borings B-6 through B-10) Recommendations and parameters for the design of cast -in -place straight -shaft drilled piers are outlined below. Specific recommendations for the construction and installation of the drilled piers are included in the following section, and shall be followed during construction. Bearing Stratum Gray SHALE w/ occasional limestone seams Depth of Bearing Stratum: Approximately 16 to 20 feet below existing grades Required Penetration: All piers should penetrate into the bearing stratum a minimum of 3 feet. Allowable End Bearing Capacity: 16,000 psf CMI Engineering p: 817.284,9400 f: 817,589,9993 7636 Pebble Drive Fort Worth, TX 76118 www.cmjengr.com ATTACHMENT AD1-2 CIVIJ ENGINEERING, INC. Plummer and Associates, Inc. Addendum 2 CMJ Project No. 425-21-58 (Revised) April 11, 2024 Page 2 of 6 Allowable Skin Friction: Applicable below a minimum penetration of 3 feet into gray shale and below any temporary casing-, 2,600 psf for compressive loads and 1,950 psf for tensile loads. Brandon (Guadalupe) Channel (Borings 8-1 1 through 8-1 4) Recommendations and parameters for the design of cast -in -place straight -shaft drilled piers are outlined below. Specific recommendations for the construction and installation of the drilled piers are included in the following section, and shall be followed during construction. Bearing Stratum Gray LIMESTONE w/ shale seams and layers Depth of Bearing Stratum: Approximately 10 to 13 feet below existing grades Required Penetration: All piers should penetrate into the bearing stratum a minimum of 3 feet. Allowable End Bearing Capacity: 30,000 psf Allowable Skin Friction: Applicable below a minimum penetration of 3 feet into gray limestone and below any temporary casing: 4,800 psf for compressive loads and 3,300 psf for tensile loads. The above values contain a safety factor of three (3). Penetrations greater than the minimum penetration may be required to develop additional skin friction and/or uplift resistance. Drilled shafts should extend through any shaly clay or clayey shale layers and bear only in competent, unweathered gray shale or limestone. It should be anticipated that ground -water seepage above the bearing stratum may be encountered during installation of all the straight shafts in the channel bottom and temporary casing could be required for proper installation. In order to develop full load carrying capacity in skin friction, adjacent shafts should have a minimum center -to -center spacing of 3 times the diameter of the larger shaft. Closer spacing may require some reductions in skin friction and/or changes in installation sequences. Closely spaced shafts should be examined on a case -by -case basis, As a general guide, the design skin friction will vary linearly from the full value at a spacing of 3 diameters to 50 percent of the design value at 1.0 diameter. ATTACHIVIENTA1311-2 CMJ ENGINEERING, INC. Plummer and Associates, Inc. Addendum 2 CIVIJ Project No, 425-21-58 (Revised) April 11, 2024 Page 3 of 5 We recommend a minimum pier diameter of 18 inches. Settlements for properly installed and constructed straight shafts in the gray shale or limestone will be primarily elastic and are estimated to be 3/4inch. Differential settlement between adjacent piers is estimated at Y2 inch or less, Lateral Load Design Parameters (LPile) Drilled shaft design parameters for use with I -Pile based on our laboratory test results are presented in Table I together with our recommended design stratigraphy. Lateral shaft resistance of clays should not be considered within the overlying soils due to the potential for shrinkage cracks forming along the sides of the drilled shafts or possible channel erosion. TABLE I - RECOMMENDED LATERAL LOAD DESIGN VALUES Design Total Uniaxial Design Location Soil Type Unit Weight Compressive eso E (psi) (pcf) Strength (psi) 6th Avenue Gray Shale (Truelson) (avg. RQD = 85%) 140 110 0.0005 IX104 Channel Brandon (Guadalupe) Gray Limestone 140 210 0.0001 2x104 Channel (avg. RQD = 85%) Soil Induced Uplift Loads The drilled shafts could experience tensile loads as a result of post construction heave in the site soils. The magnitude of these loads varies with the shaft diameter, soil parameters, and particularly the in -situ moisture levels at the time of construction. In order to aid in the structural design of the reinforcement, the reinforcement quantity should be adequate to resist tensile forces based on soil adhesion equal to 1,700 psf acting over the upper 8 feet of the pier shaft for the 6th Avenue (Truelson) Channel and 1,800 psf acting over the upper 6 feet of the pier shaft for the Brandon (Guadalupe) Channel. This load must be resisted by the dead load on the shaft, continuous vertical reinforcing steel in the shaft, and a shaft adhesion developed within the bearing strata as previously discussed. In order to aid in the structural design of the reinforcement, minimum reinforcing should be equal to 0.5 percent of the shaft area, ATTACHMENTAM-2 CMJ ENGINEERING, INC. Plummer and Associates, Inc. Addendum 2 CIVIJ Project No. 425-21-58 (Revised) April 11, 2024 Page 4 of 5 Drilled Shaft Construction Considerations Drilled pier construction should be monitored by a representative of the geotechnical engineer to observe, among other things, the following items: Identification of bearing material • Adequate penetration of the shaft excavation into the bearing layer The base and sides of the shaft excavation are clean of loose cuttings • If seepage is encountered, whether it is of sufficient amount to require the use of temporary steel casing. If casing is needed it is important that the field representative observe that a high head of plastic concrete is maintained within the casing at all times during their extraction to prevent the inflow of water Precautions should be taken during the placement of reinforcing steel and concrete to prevent loose, excavated soil from falling into the excavation. Concrete should be placed as soon as practical after completion of the drilling, cleaning, and observation. Excavation for a drilled pier should be filled with concrete before the end of the workday, or sooner if required to prevent deterioration of the bearing material. Prolonged exposure or inundation of the bearing surface with water will result in changes in strength and compressibility characteristics. If delays occur, the drilled pier excavation should be deepened as necessary and cleaned, in order to provide a fresh bearing surface, Excavations for the shafts should be maintained in the dry. It should be anticipated that ground- water seepage may be encountered during shaft installation of all straight shafts in the channel bottom and that temporary casing could be required for all straight shafts for proper shaft installation. The casing should be seated below the zone of seepage with all water and most loose material removed prior to beginning the design penetration, Care must then be taken that a sufficient head of plastic concrete is maintained within the casing during extraction. The concrete should have a slump of 6 inches plus or minus I inch, The concrete should be placed in a manner to prevent the concrete from striking the reinforcing cage or the sides of the excavation. Concrete should be tremied to the bottom of the excavation to control the maximum free fall of the plastic concrete to less than 10 feet or focus the concrete between reinforcing steel to prevent segregation. A drilling rig of sufficient size and weight will be necessary for drilling and/or coring through the hard layers to reach the desired bearing stratum and achieve the required penetration. Shaft ATTACHMENT AM-2 CMJ ENGINEERING, INC. Plummer and Associates, Inc, Addendum 2 CMJ Project No. 425-21-58 (Revised) April 11, 2024 Page 5 of 5 excavations should be performed with equipment suitable to perform this work by a contractor experienced in the area, In addition to the above guidelines, the specifications from the Association of Drilled Shaft Contractors Inc. "Standards and Specifications for the Foundatlon Drilling Industry" as Revised 1999 or other recognized specifications for proper installation of drilled shaft foundation systems should be followed. Closure We appreciate the opportunity to provide these additional recommendations for the above referenced project. Should questions arise on information contained herein, please contact us. Respectfully submitted, CMJ ENGINEERING, INC. TEXAS FIRM REGISTRATION No. F-9177 4 Jame P. Sappington IV, P.E. Pr ent Texas No. 97402 _ } OFRT�"��S i i e))f• JAMES P. SAPPtNGTON, IV, tP.......».„..................� t44�•. 97402 %%.1%0- copies submitted; (1) Mr. George Farah, P.E.; Plummer Associates, Inc. (email) ATTACHMENTAM-2 0318-073-01 CITY OF FORT WORTH TRANSPORATION & PUBLIC WORKS DEPARTMENT BRANDON CHANNEL, 6TH AVENUE CHANNEL ADDENDUM NO. 2 Addendum 2 Release Date: May 16, 2024 Bid Opening: 2:00 PM Thursday May 30, 2024 This addendum forms part of the Plans, Contract Documents & Specifications for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, in the proposal (SECTION 00 4100). Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The plans and specification documents for Brandon Channel, 6tn Avenue Channel, City Project No. 103066 are hereby revised by addendum as follows: SUBMISSION INSTRUCTIONS 24-0192 The submission instructions have been uploaded to include Addendum No. 2 under the Requested Information section Item 2-1 Clarification A) The Contract Documents require the delegated design of the wall by the Contractor's professional engineer as shown below: PLANS SHEET GENERAL CONSTRUCTION NOTES: r0TT, Y. iA4�lLL �JV�IkII;� t;4i31MNS. POITU�AA.f^.JEF IE0R�11�1s+nPMLCL BOF "ARK 11x1pFNT MTN111to IN PORILMIll CE91,11. GRAY, VNLEn 401KRME 3WIOAIW6 PM M FrAVE A IIAkRINU1J3 WWPAiSAWL WRETN91ft OF 4NO PSI AT 28 11An. I. OESION 4P C+fl7kthlTaG BALL 13 THE SE$pMELM OF THC . TANbTW$ 4Y►a r -WU SR AND WST 9E Sa4Nrf+ Mo :$l;+ihi oy .MOFMONAL DXINEER *4 THI: STATE Of TF.a1K J, 4EOTECHNICPA. 6WORT IS Pf A�ET7! -Wr 0LWN � w wa MP is XTTAcHEE1 to aHe Uk#�FRA9f�UWW�. rmr Air Irian WADI1z .SrewP.M WIT.. 13) SPECIFICATION 32 32 16 PRECAST CONCRETE RETAINING WALL: 1.5(C)(9) 6 9. Coml�relaerasive engineering analysis signcd and sealed by the qualified 7' professional eng nccr, lic4iised in the State of`exas, responsible for its S froparation. Show govef sing panel types, connections, and types, of 9 xCinforcemens, includitig special voitlforcement. Indicate location, type, 10 IiIide, and direction of loads imposed on the building strttcturdi .frame fron] 1.1 precast concrete, Calculations will be reviewed for gencrsal confor;tnance to the 12. requirements of the Contract Documents and will not be returncdl CITY OF FORT WORTH BRANDON CHANNEL, 6TH AVENUE CHANNEL. City Project No.103066 F:SprolectAW19073-31U0 BlddhUV O3 AddandaWdendum_ZMdandum 2.doc ADDENDUM 2 — PAGE 1 0318-073-01 1.6(B): 37 B. FabricatorQualihciations: A firm that (MUI[Ilesrei-ponsibilityr,for engineering; preeast 38 concrete units to comply with performance requiretments. This respunsibility includes 1 preparation of Slop 1Dravvingrs and comprehensive enginecring analysis 5y a qualitled '2 prollessional engineer, licensed in the State of'Texas, .3 1. Mi ti mium five years experience .in the rnftnuf'Acture OfprecAst COnLrete of'the typos 4 regUit-C-1i fcYr thi s ptx0j ectt. 5 -Tas su;fhcicni prod uotiorn capacity to pwdu ce required units wiffiout dolaying work. ADDENDUM NO 1 ITEM: Item 1-6 PROJECT PLANS. SHtLT 30 INSERT THE rOLLOWINO NOTE: 1, PIED DIAMETER OF 18-INCH SHOWN ON THIS SHEET IS A MINIMUM DIMENSION, CONTRACTOR'S DELIGATt D PROFESSIONAL ENGINEER IS RESPONSIBLE FOR THE SIZING OF THE PIERS. Item 2-2 Clarification Addressing submitted questions on Bonfire. Q1: Will you provide the bore reports, Answer: The entire geotechnical report is attached to the Contract Documents in the appendix. Please download the documents and review. Q2: We need a top of pier elevation to know the dimensions for the panels . You give top of wall elevations but other than scaling the panel from the cross sections we would either need a bottom of wall or a top of pier elevation. Answer: The top of pier elevation is shown to be a minimum of 1 ft below existing channel flow line. Because this is a channel maintenance project, the wall and piers should begin below the existing channel flowline. The top of wall elevations are shown in the plans. The top of the pier elevation will depend on the field conditions. The top of pier and wall shown in the plans reflect existing grades at the time of survey. Q3: When will you be able to answer the last question. Time is getting short to estimate this job . Answer: The bid date was extended by one week in Addendum No. 1. Addendum No. 2 is provided. CITY OF FORT WORTH BRANDON CHANNEL, 6T11 AVENUE CHANNEL F:lpmjecls40 M073-01}10 BiddingN0-3Addenda%Addendum 2NAddendum-2.doo City Project No.103066 ADDENDUM 2 — PAGE 2 0318-073-01 Item 2-3 PROJECT MANUAL, changed as follows: Specifications, SECTION 00 1113 INVITATION TO BIDDERS Delete "Thursday, May 23, 2024" and replace with "Thursday, May 30, 2024" Please acknowledge receipt of the Addendum in the following locations: 1) In the space provided below. 2) In the Proposal, Units I and II Failure to acknowledge the receipt on Addendum No. 2 could cause the subject bidder to be considered "NON -RESPONSIVE", resulting in disqualification. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. All Items in conflict with this addendum are hereby deleted. PLUMMER ASSOCIATES, INC. By; OeoO qe Tavah George I. Farah, P.E. May 16, 2024 RECEIP CKOWLEDGEMENT: LCW�A By; Titl Company Name TRANSPORTATION AND PUBLIC WORKS DEPARTMENT DIRECTOR LAUREN PRIER By: Michael Crenshaw, P.E. Project Manager P. gv5( 163s- -r4. 7Gn(t Company Address CITY OF FORT WORTH FAproJe W0318%073-0100 plddhgVC-3 AddendaWddendum_2lAddendum_2.dac BRANDON CHANNEL, 6T" AVENUE CHANNEL City Project No.103066 ADDENDUM 2 — PAGE 3 0318-073-01 CITY OF FORT WORTH TRANSPORATION & PUBLIC WORKS DEPARTMENT BRANDON CHANNEL, 6T" AVENUE CHANNEL ADDENDUM NO. 3 Addendum 3 Release Date: May 23, 2024 Bid Opening: 2:00 PM Thursday May 30, 2024 This addendum forms part of the Plans, Contract Documents & Specifications for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, in the proposal (SECTION 00 4100). Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The plans and specification documents for Brandon Channel, 6ch Avenue Channel, City Project No. 103066 are hereby revised by addendum as follows: Item 3-1 PROJECT MANUAL, changed as follows: Specifications, SECTION 00 42 43 Delete Section 00 42 43 Proposal Form and Replace it in its entirety. (ATTACHMENT AD3-1) The items that have changed in this section are related to rock riprap, retaining wall, excavation, and backfill quantities on 61h Avenue Channel Item 3-2 PROJECT PLANS, SHEET 20, 21, 24, 25, 27 Delete Plan Sheets 20, 21, 24, 25, 27 and REPLACE with new sheets new provided sheet (ATTACHMENT AD3-2, AD3-3, AD3-4, AD3-5 and AD3-6) Please acknowledge receipt of the Addendum No. 3 in the following locations: 1) In the space provided below. 2) In the Proposal, Units I and II CITY OF FORT WORTH BRANDON CHANNEL, 6T" AVENUE CHANNEL City Project No.103066 F:lprojects\03181073-0R10 Bidding110-3 AddendatAddendum_31Addendum_Moc ADDENDUM 3 — PAGE 1 0318-073-01 Failure to acknowledge the receipt on Addendum No. 3 could cause the subject bidder to be considered "NON -RESPONSIVE", resulting in disqualification. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. All Items in conflict with this addendum are hereby deleted. PLUMMER ASSOCIATES, INC. %.......... .......i:. GEORGl: 1. FARA11 ........ f qx.......... By: C76oge � 97448 r ' Qr. i ltssrohACE�— George I. Farah, P.E. May 23, 2024 Title Company Name Company Address TRANSPORTATION AND PUBLIC WORKS DEPARTMENT DIRECTOR LAUREN PRIER By: Michael Crenshaw, P.E. Project Manager CITY OF FORT WORTH BRANDON CHANNEL, 6T" AVENUE CHANNEL City Project No.103066 F:lprojec[s\031&073-01110 Bidding110-3 AddendalAddendum_3Addendum_3.doc ADDENDUM 3 - PAGE 2 00 42 43 BID PROPOSAL Page I of3 UNIT PRICE BID Bidlist Item No. SECTION 00 42 43 PROPOSALFORM Bidder's Application Project Item Information Bidder's Proposal Description I Specification I Unit of I Bid Unit Price I Bid Value Section No. Measure Quantity Unit f - Brandon Channel Maintenance I-1 0170.0100 Mobilization 01 70 00 I LS 1 ® $ I $ I-2 0171.0101 Construction Staking 01 71 23 LS 1 $ $ I-3 0171.0102 As -Built Survey I 01 71 23 LS 1 $ $ f-4 3110.0101 Site Clearing 31 1000 LS 1' $ $ I-5 3110.0102 6"-12" Tree Removal 31 1000 EA 4 , $ $ I-6 13110.0103 12"-18" Tree Removal 31 1000 I EA 7 $ $ I-7 13110.0104 18"-24" Tree Removal I 31 1000 I EA 1 $ $ I-8 13123.0101 Unclassified Excavation by Plan I 3123 16 I CY 1,750 ` $ I $ I-9 13125.0101 SWPPP> 1 acre I 31 25 00 I LS I 1 $ $ I-10 13137.0103 Large Stone Riprap, grouted 31 37 00 I SY I 220 $ $ I-11 13292.0100 Block Sod Placement 3292 13 SY 320 ® $ $ I-12 13292.0400 Seeding, Hydromulch I 3292 13 SY 2,895 `' $$ I-13 13305.0103 Exploratory Excavation of Existing Utilities I 33 05 30 EA 5 " I-14 13471.0001 Prepare and Implement Traffic Control Plan I 34 71 01 LS I " I $ I $ I-15 �3471.0002 Portable Message Sign I 3471 13 WK 12 ®I $ I $ I-16 3471.0003 Traffic Control Details I 3471 13 EA 1 I $ I $ I-17 19999.0001 Provide and Implement Barricades and Traffic Control I 99 99 00 MO 6 I-18 I9999.0002 Video Project Area I 99 99 00 I LS 1 I $ I $ I-19 I9999.0003 Provide and Install Reinforced Concrete Piers (4,000 psi concrete) I 99 99 00 I VLF 1,6121 $ I $ I-20 19999.0004 Provide and Install Reinforced Concrete Columns (4,000 psi concrete) I 99 99 00 I VLF 595 -1 $ I $ I-21 19999.0005 Provide and Install Reinforced Concrete Panels (1-3 feet height) 4,000 psi concrete I 99 99 00 I LF 1 100,E I-22 19999.0006 Provide and Install Reinforced Concrete Panels (3-6 feet height) 4,000 psi concrete 1 99 99 00 I LF I 840 -I $ I $ I-23 19999.0007 Concrete Topping I 99 99 00 I LS I I s I$ I$ I-24 1"99.0008 Implement Tree Protection and Pruning I 99 99 00 EA I 82 $ I $ I-25 19999.0009 Construction Entrance I 99 99 00 I EA I 1 $ $ I-26 �9999.001 0 Trash and Non -Native Debris Removal I 99 99 00 I LS I 1 I $ $ I-27 9999.0011 Site Restoration of Construction Staging Area I 99 99 00 I LS 1 I $ $ I-28 19999.0012 Supply and Install Additional 4,000 psi Concrete as Directed by Owner I 99 99 00 f CY 100 $ I $ I-29 19999.0013 Provide and Install Reinforced Concrete Panels (>6 feet height) 4,000 psi concrete I 99 99 00 I LF 120 I $ $ I-30 19999.0014 Construction Allowance (Stormwater) I 99 99 00 I LS 1 SI $ I00,000.001 $100,000.00 Subtotal Unit I:I $t CITY OFFORT WORTH STANDARD CONSTRUCTION SPECIFTCATTON DOCUMENTS Revised 9/30/2021 BRANDON CHANNEL, 6TH AVENUE CHANNEL CITY PROJECT NO. 103066 00 4100 Bid Proposal Wo,kbook_20240523 ATTACHMENT AD3.1 00 42 43 BID PROPOSAL Page 2 of 3 Project Item Information Bidder's Proposal Bidtist Item I Description I Specification I Unit of I Bid No. P Section No. Measure Quantity Unit Price Bid Value (Unit H - 6th Avenue Channel Maintenance 11-1 0170.0100 Mobilization 01 70 00 LS 1 ® $ $ II-2 0171.0101 Construction Staking 01 71 23 LS Ile $ $ 11-3 0171.0102 As -Built Survey 01 71 23 LS 1 $ $ II4 3110.0101 Site Clearing 31 1000 LS 110 $ II-5 3110.0102 OAT' Tree Removal 31 1000 EA 25 > $ $ II-6 13110.0103 12"-18" Tree Removal I 31 1000 EA 2 $ $ II-7 3110.0104 18"-24" Tree Removal I 31 1000 EA 2 $ $ II-8 3123.0101 Unclassified Excavation by Plan 3123 16 CY 1,950' $ $ II-9 I3125.0101 SWPPP> 1 acre I 31 25 00 LS 1 $ $ 11-10 13292.0100 Block Sod Placement I 32 92 13 SY 50 ' $ $ II-11 13292.0400 Seeding, Hydromulch I 3292 13 SY 450 $ $ ------- ------ 11-12 13305.0103 Exploratory Excavation of Existing Utilities I 33 05 30 EA 5 s $ $ H-13 I3471.0001 Prepare and Implement Traffic Control Plan I 34 71 01 I LS I � $ _ I $ II-14 13471.0002 Portable Message Sign I 3471 13 I WK 12,0 $ $ U-15 3471.0003 Traffic Control Details I 3471 13 I EA I I t $ $ H-16 9999.0001 Provide and Implement Barricades and Traffic Control I 99 99 00 I MO 6 ® $ $ II-17 9999.0002 Video Project Area 99 99 00 I LS I r $ I $ 1I-18 I9999.0003 Provide and Install Reinforced Concrete Piers (4,000 psi concrete) I 99 99 00 VLF 4,060 $ $ II-19 I9999.0004 Provide and install Reinforced Concrete Columns (4,000 psi concrete) I 99 99 00 I VLF I 1,770 -$ I $ II-20 I9999.0005 Provide and Install Reinforced Concrete Panels (1-3 feet height) 4,000 psi concrete I 9999 00 I LF 100 ® $ I $ II-21 I9999.0006 Provide and Install Reinforced Concrete Panels (3-6 feet height) 4,000 psi concrete I .999900 I LF 1,435 �$ I $ II-22 19999.0007 Concrete Topping I 99.9900 I LS I 1 B-23 19999.0008 Implement Tree Protection and Pruning 99 99 00 EA I 195 ' $ $ II-24 19999.0009 Construction Entrance I 99 99 00 EA 1 0' $ $ III-25 I9999.0010 Trash and non-native debris removal I 99 99 00 I LS I 1 - $ $ III 11-26 I9999.0011 Site Restoration of Construction Staging Area 99 99 00 LS I 1 4� $ $ I II-27 I9999.0012 Supply and install additional 4,000 psi concrete as directed by owner 99 99 00 I CY 100 ® $ $ IIII U-28 19999.0013 Provide and Install Reinforced Concrete Panels (>6 feet height) 4,000 psi concrete I 99 99 00 I LF 315 II-29 19999.0014 Construction Allowance (Stormwater) I 99 99 00 I LS I 1 ® $100,000.001 $100,000.00 II-30 13137.0103 Large Stone Riprap, grouted I 31 37 00 I SY I 6 ✓ $ I $ Subtotal Unit II: $ BRANDON CHANNEL, 6TH AVENUE CHANNEL CITY OF FORT WORTH CITY PROJECTNO. 103066 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00 41 00 Bid Proposal Workbook 20240523 Revised 9I3012021 ATTACHMENT AD3-1 00 42 43 BID PROPOSAL Page 3 o0 Bidlist Item No. Unit I: Brandon Channel Maintenance Unit Il: 6th Avenue Channel Maintenance Project item Information Description Bid Summary Base Bid END OF SECTION Specification Unit of I Bid Section No. I Measure Quantity Bidder's Proposal Unit Price I Bid Value Total Base Bid $ Total Bid $ CITY OFFORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 BRANDON CHANNEL, 6TH AVENUE CHANNEL CITY PROJECT NO. 103066 00 4100 Bid Proposal Workbook20240523 ATTACHMENT AD3-I BAR NE INCH ORIxW1 DRAW'ING.N / / ! 1 PD1 AUIEwuu xa 25 REVISIONS T N 6928BB8.61 •1 0. PTKKI A A>� I ONE INCH 1 6.B \ IE 2325805.18 Tq 10 0 YO 40 8.7 lrow 88&70 (DOWNSTREAM) 81 _E-E_E-E_� � x �a I / 6.5 WARNINGI I 1 row 688.40 UFSTRFAIO ` HORIZ. SCALE 1' = 20' 2 I ' I OVERHEAD 6.6 i I �IRVE DATA 1 \ 4 Y 0 4 8 G I RA I N 8926883.97 ELECTRIC A=90'00'00" ) l \ N 692882].51 I R=430.00 E 232581016-La_F..F_e` E 212S70e331 TOW 68630 VERT, SCALE : 1- = 4' TOW BEB.30 (DOWNSRRFAM)' I T=430.00 (ppYINSTREAIA) O / I TOW BBB.W (UPSMEAM)I L=675.44 TOW RM,40 1. TREES ARE NOT SHOWN ON THIS SHEET FOR CLARTY. SEE TREE I \ (UPSTREAM) SHEETS FOR TREE LOCATIONS. YO / PC STA +37.61 \ N 6926930.1 PROP OS D CHANNEL CHANNEL BASE LINE 2 OVERHEAD ELECTRIC WARNING APPLIES TO THE ENTIRE WEST SIDE X[ E 23257D3.32 WALL ON EAST BANK _ N B926B83.82 \ I) OF CHANNEL OVER PANEL WALLS AND ON THE EAST SIDE WHERE _ E 2325914. N 6928875.68 �f EX/ST 70P-� ( I \ E 2325874.56 `➢�{ SHOWN. CUSTOM (WILT COLUMNS TO BE PROVIDED TO ACCOMMODATE THE ^Q I 5» N 6926926.88 1 S BEND IN THE PANEL WALL AND WALL CURVATURE. s cl) III CHANNEL k- .. TOED 666.3o t(DOWNSIREAM) i i rrrr nF mm wnR1N cTayngRO NOiFs: >' BASE LINE 'I 9R-N TOW BBB.W UPSTREAM) A THE DISIRINPRRIATE CONPROPERTY AND 5 RFOR ANY DANAGE DUG O STRUCCTIO RESPOONSLE Nam( B. THE CONTRACTOR BHALL BE RESPONSIBLE FOR ALL NOTES OUTLINED ON THE GENERAL CONSTRUCTION NOTES SHEET. e (� C. THE LOCATION AND DIMENSIONS OF POSTING UIMIES SHOWN ON FLOw `^` h- THE PLANS ME APPRECORDS. IT TIIIS C AND WERE OBTAINED RESPONSIBILITY FROM VIM A `(% VERIFY LOCATION OOVEPTH AND DICE EENSION OF IX6IING TO 69 6B56.B4 \� PRIOR TO CONSTRUCTION. TOW 882.50 6 \ D. THE CONTRACTOR SHALL MANE ALL THE NECESSARY PROVISIONS FOR I'�y' _a �, o •-, may - = \ (ppWNS1RFAM) THE SUPPORT. LOCATNO, PROTECTION. RELOCATION, AND TEMPORARY / N 692700.14 / ,oP� d4b / I� _- M A pH, TOW Be4.90 REIACATICH OF ALL UTILITIES AND STRUCTURES BOTH MOVE AND E 232535939 / I ,'�oA.c \ 1 CONCRETE WALL i (UPSTREAM) BELOW THE GROUND DURING CONSTRUCTION. THE CONTRACTOR 5 T RESPONSIBLE FOR ALL DAMAGES AS A RESULT OF CONSTRUCTION ETAIL$ / I OF BANK Y ♦aMr+ 1 RANSITION. (SEE NOTE 3) I I� E5 I O ,�FFI.ce 1 OPERATIONS AND NO ADOI110NAL COMPENSATION WILL BE ALLOWED. (ArsrJ SEE D\ N 6927008.1 L E. 1HE CONTRACTOR SHALL VERIFY THE ELEVATOR AND CONFlGUMTION E 2325589.58 J 9 p C) o�I I ® O ; 1 \ OF ALL COSTING UTI LINES PRIOR TO CONSTRUCTION. SUCH TOW 688.40 DOWNSMEAM) I I A O A A \ VERIFICATION SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF �lE TOW 690.0(D (uPSTRFAM) II� x } I I \ N 882 BB9S0 ,(. WN.I PI 1 N 6826843. CONSTRUCTION (NO SEPARATE PAY ALLOWED). G ... CONCRETE WALL E 02575298 o N 692608483 / ) f TOW 684.50 (DOWNSTRFAM E =5758.70 \ E 2325898.71 TRANS ION, TOW 686.3D (UPSTREAM) TOW 684.50 (OOwNSMEAL) 6.4 i / SEE DETAILS 6B4.SO (UPSTREAM) WARNE--;I PROPOSED C�ANNEL� N 692B6e9.00 ,A PI �E-�"•""^ O639 I WALL ON WEST BANK E 2325754.01 / WARNING! I TOW 68450 (OOWNSIREAM) / OVERHEAD I. 6926939.72 lOW 684.50 (UPSTREAM), i 3� hh<..w^ ELECTRIC !TOED 666.3D (001WlBIREAM) I g. TI'0A ` GeoYge ' -irli 05123/2024 Tow 6ee.40 (uPsmEAM) ®3 Ii5 . T T•■L 13xOS0CIM 1 OR.REGISTE EDHRM RTH.Tx T63OT e17.806.3T00I T9PE REGOTEREDFIRM NUMeERF13 ' • • • • • • • • • • • - • • • • • • • • • • • • • THE mNTRACTxR 561LLINU1l FIWAERIUEABT 46 MIDRIB ' ................... ................... ................... ................... PRIOR TO EXCAVATING AT EACH LOCATION, ................... ................... ................... ................... AT&T e0D-924-W20 ' 695 ................... ................... ................... ................... ................... ................... ...... ............. ................... 695 FORT WTIRIH STOINAW40ER HELD OPFRATDNS S17-671-8296 FORT WORM T&,W e17-392-12. > ....... ............ ................... ................... AlMD6 PEFIWI"(�Ix9m........ ,..... ) e17-929-O4N (WR DAY) ONCOR EIS a 661RC B17-215-6214 ................... ................... ................... ........ .......... ................... ................... ................... ................... TXU ENERGY BOO-233-21W ........ ...... ..... ................... . A00OMIF SBA TER COMM 6,7-DDB-6819 •••-••••••••••••••• •••••...] A7'dGN1EL •.....••••••••••••• •••......... ••••••••••••••••••. ••••••....... CHARTER COMMUNICATIONS en-509 2. ENT 33e3 69D................... ................... ................... ........ . AAB RAF ................... ................... ................... ................... 69D ALL OTHER FAOILIIILB mo--IWG-TEss 110 ONTAL &VERTICAL CONTROL ................... ................... ................... ....... .............. .......... ... �r RALW AT.............. ................... CONIR LNT TABLE ........... 685 ................... ................... ................... ...... ..... ......�S+E PLAN VIEW FOR TOP. ...... ...... IP1�2 � ' 685 I aFa ' ................... ................... ................... ..... • ... • • ...... 0' WALL ELEVATIONS • ........... • • • • PINT pE6OiIP1I0N NDRTNWO FAST84G , � « 'r::1.�. .............. ..... .. � CP%QNTB,TONd11i8 6,9P,a1x.4G 2zxS.BD3..iB 6N.ST 4 ......... .......... ................... �--- i.-..c.:._�__ .. ....... ................ ... ........ ....... ..........._.... ... .............. ..... 810 OXIxR SET 8.926.70R05 2G26.T5409 6M2B ................... ... �............. ... ..:...: -.._.. ; ................... ..-...-.-.-.-e � I IrxwrsEr A9xB9D1.lb x.Gxs,a9.57 ' I .............. ............ - ..... ............. --�� _ -. �............... ..... .. ............ .... ... ............ ..... i........ ... `.; ........ ..J.� 66D FlIE NO. SO-O6e9 680 CITY PROTECT N0. 103089 ................... ............... .... ................... .............. ..... ................... ................... ...... c.��w__� � .............. FlD N0. 52007 ' ................... ................... ........... _ • • • • • _ RANDON CHANNEL 73-P: 6TH AVE CNMMEL 90-V ................... ................... ................... ........ ................... ......�..-.a_ RMAPSCO N0. - BUMMER NO. 318-073-01 675 ................... ................... ................... ................... ................... ................... ................... ................... 675 CITY OF FORT WORTH, TEXAS 3 ................... ................... ................... ................... ................... ................... ........... .... ................... ' x ......................................................... ................... ..................................................:......................... TRANSPORTATION AND PUBLIC WORKS 6 TRANSPORTATION PROGRAMMING a 670..................................................................................................................................... ................... 670 & CAPITAL PROJECTS DIVISION ................... .............................................................................................................. . 3................................................................................................ .... ............... ................... ::::::::::::::::::: TWO CHANNELS PROJECT 665 ................... ................... ................... ................... ................... ................... ................... ................... 665 6THAMWE CHANNEL 570167HAPANOE ................... ................... ................... ................... ................... ................... ................... ................... PLAN AND PROFILE ................... ................... ................... ................... ................... DESICNDk CIF STA 8+50 TO STA 12+50 ' 660 ................... ................... ................... ................... ................... ................... .... 660 SHEET DATE 12+50 12+00 11+00 10+00 9+00 8+50 DRAVM: RUE IAS SHHOWN I NOVEMBER 2023 120 of 38 .. .�... ..��....�.. �� AD3-2 BAR IS ONE INCH ON r ORIGINAL DRAWING ONE INCH r / I 1 > ear / / PT STA 16+13.06 1 END STA 16+45 N 6927401.32 I WALL+ r STH AVENUE CH CHANNEL RASE LINE j / (CONCRETE E 2325508.80 TRANSITION, SEE DETAILS r NOTE N 6927432.16 INSTALL APPRO%) / E 2325516.95 "Vt.��A'y 8fi y8v / / B TW EN RIPRAP (3SI SIZE) BETWEEN IXISTING SIWALLOTR TIPTOP r / AND PROPOSED C�ONCRE(E I l I 1 6.2 I 5,3 11 6.4 N 682]234.]6 1 EW695 ,1.77 TO691.B4O (UOWRE,AM)AI) WARNING( TOW 891.50 (UPSTREAA) OVERHEAD ELERRIC 1 CURVE DATA 1 R-430.00 1 T=430.00 L6675.44 / FLOW / J FFOS/cW BUAWEr jj S' / / v (70 REU4W) / EAST RA' OF BANK 1 1 WARNING( \ / /,8 �4 FAST ROCK B/PRAP (T0 REUA/W) AL _i �1 O 1 OVERHEA 1 89'1'J186.as + I �I 16 N 1/27/117 ELECFRIC 1 / 14¥ €A 1 E 2325499.92 E 2325534.20I� \ W N 69 46.OB TOW , 1.30 (OOWNBRiFAU) TOW 690.00 (DDWHhTRFiAM)r S E 2325985.93 ` TOW 691.3D (UPSTRM)) N 692 04 .14 \ / 3 ® I WARNING( 11WY 991.80 EE (UPSTREAM) (SNOTE 3) E 2325559 ELECTRIC PROPOSED CHANNEL WARNING( WALL ON WEST BANK \ \ / 1 N 92]24136 4 OVERHEAD ` Rl 1 ` \ ® E 232546].34 ELECTRIC * ' TOW 691.50 (DOWNSTRENA) f 1 705 ................... ................... ................... ................... ................... ................... ................... ................... 705 700 ................... ................... ................... ................... ................... ................... ................... ................... 700 ................... ..« 4d'GTN'C .SO R'PE ................... ................... ................. ................... ................... ................... fROV uMc�R sw LDS .. I ....EW FOR.OP .... ................... 695 ...r... ....-.�,,xt� ... B20 4FH695EF R[uD . ................... ................... ................... .............. SEE PAN VIEW FOR TORT -.................. F .....w..-..-..�.. .... ............... ......... ..... ................... .... ETsr plA0.r Ar ................... ........---........ ................... ............. 1. ................... ........ iT OG ................... ... . O:NIFF LINE Qr ................... ................... ................... ...............�... ................... ........ BIdEi/lE ..................; .. .. M.. PANEL I.. . ................... ................... ................... 690...............I .. ................... ...... ...... ..................., .... ........... ................... ................... ................... 690 .... =======. :-------------------z/---••_ _ _ ........... r ...................................................... .................. . ............... ... ................... .. ..... .... ................... ...-�...... ................... 685 ............... ... ..... I ........ ..... ................... ................... ................... ........ .. -�- --- 685 6810 ............... ... ................... ................... ................... ................... ................... ................... 680 ............... ... ................... ......................................................... ......................................................... ............ ................... ................... ................... ................... ...... ..................................................................................................................................................... ................................................... 675 .............. � .................. ......... ................... ................... ................... 675 ............................. $ .................................................................................................................. ..............m e. ................... ................... ................... ................... 870 ................... 670 .................. ................... ................... ................... . 16+50 16+00 15+00 14+00 13+00 12+50 REVISIONS yY�Q , I � Fu Movna xa s oEsasll A 20 10 0 20 40 3 A HOM HOPoZ. SCALE 1' = 20' 4 Y D { B B01E5 1. TREES ARE NOT SHOWN ON THIS SHEET FOR CLARITY. SEE TREE VERT. SCALE : 1" { SHEETS FOR TREE LOCATIONS EMST )0P OF BANK (EASO /I 101 2. ONERHEND ELECTRIC WARNING APPUES TO BOTH SIDES OF CLL HPNMEL OVER APANEL WALL LOCATIONS THIS SHEET. 3. CUSTOM BUILT COLUMNS TO BE PROWDED TO ACCOMMODATE THE BEND M THE PANEL WALL AND WALL CURVATURE m rnr nc mar wnrrrH crwwRn xnTFe; A THE CONTRACTOR SHALL PROTECT ALL PRNATE PROPERTY AND IS RESPONSIBLE FOR ANY DAMAGE DURING CONSTRUCTION. B. THE CONTRACTOR SHILL BE RESPONSIBLE FOR ALL NOTES OUTLINED ON THE GENERA. CONSTRUCTION NOTES SHEET. C. THE LOCATION AND DIMENSIONS OF EXSnNG UTILITIES SHOWN ON THE PLANS ARE APPROXIMATE AND WERE OBTAINED FROM UTRM COMPANIES RECORDS. T IS CONTRACTOR'S SOLE RESPONSIBILITY TO VERIFY LOCATION DEPTH AND DIMENSION OF OUSTING UTILITIES PRIOR TO CONSTRUCTION. M THE CONTRACTOR SHA- MARE ALL THE NECESSARY PROVISIONS FOR THE SUPPORT. LOCATWG. PROTECTION, RELOCATION, AND TEMIR NRY RELOCATIMES ON OF ALL UTLAMID STRUCTURES BOTH ABOVE AND BELOW THE GROUND DURING CONSTRUCTION. THE CONTRACTOR S RESPONSIBLE FOR ALL DAMAGES AS A RESULT OF CONSTRUCTION OPERATIONS AND NO ADDMONAL COMPENSATION WILL BE ALLOWED. E THE CONTRACTOR SMALL VERIFY THE ELEVATION AND CONFIGURATION U ALL EASTING UTLNY LINES PRIOR 10 CONSTRUCTION. SUCH VERIFICATION SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF CONSTRUCTION (NO SEPARATE PAY ALLOWED). W xotg2 fah Hy 05/23/2024 132U8 UNWERGTIY DR,SIE3001FORTWORM,TXT63W PI-� '�((((((/``���..I//}},���TT�� R3771R..1RYGAM I TBPE REGISTERED FIRM NUMBER FI3 THE CIWTMM:1At 3NA4 I%N�IA1:1 TIE :=OO LEAST 16 HOURS PARR TO E%CAYATSIG AT EACH LOOATIRL AT@T SOD-D24- m FORT WORTH SIORMMATER FIELD OPERATIONS R17-671-52D6 FORT WORM T♦1PW 517-3D2-1234 Alt10S ENFACYTW3RIm..., -.. , 51]-D2➢-0AW (- DAY) ONCOR GAS d: F1144RTRRCC 5n-215-5214 TXu ENERGY 500-233-21W SEC TELEPHONE 51]-305-061D CRATER COMMUNICATIONS 517�1' OD-S Z M 3385 ALL DRIER FACILIDES 500-DI TFSS HORIZONTAL & VERTICAL CONTROL .w Irsc � Ot xa+Twrvl Fwrnxe uGR.I RRTAIG.,G aan,sua ' I I to, GPXwrtET G,3:TAGTAt 2.Faa,.,. I FrxRATTTAIwm sAn1GRl2 s>:s.�u. EX,AFTSET GART.,6RAG s>=.»,m AG2T.twAa '{TE.T183G CDY PROJECT MO. IWORS FO NO. 52007 MAPSCO NG, - BR NDON CHANNEL 73-P; 6TM AVE CHANNEL 90-V PLUMMER NO. 315-073-01 CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS TRANSPORTATION PROGRAMMING & CAPITAL PROJECTS DIVISION TWO CHANNELS PROJECT 6THAYMME CHANNEL 57016THAFENVE PLAN AND PROFILE STA 12+50 TO END STA 16+45 DESIGNED. CIF SCALE DATE: SHEET DRAWN: Rue IAS SHOWN NOVEMBER 2023 21 OF 38 Ans_s -. BIR IS ONE INCN ON CITY OF FORT WCRTH $TANIMRD NO c D. THE CONTRACTOR SHALL MAKE ALL THE NECESSARY 6 2A 0 6 10 REVISIONS r iex ORIGINAL DRAWING. ?F - C. THE LOCATION AND DIMENSIONS OF EXISTING pR0yI510N5 FOR THE SUPPORT, LOCATING, PROTECTION. E. THE CONTRACTOR SHALL VERIFY THE ELEVATION IITILITIES SHOWN ON THE PLANS ARE RELOCATION, AND HE SUPPORT, RELOCATION OF ALL AND CONFIGURATION OF ALL EXISTING URILM „E_E_e_R_II i RD Q o q8 INCH A THE CONTRACTOR SHALL PROTECT ALL PRIVATE PROPERTY APPROXIMATE AND WERE OBEONEO FROM UNES PRIOR TO CON51RUC110N. SUCH HORIZ. SCALE 1" 5` AND IS RESPONSIBLE FOR ANY GMAGE DURING UTILITY COMPANIES REGARDS. R IS URIUTIES AND STRUCTURES BOTH ABOVE AND BELOW VERIFlC PRIOR SHALL CONSTRUCTION CONSIDERED SUBSIDMRY2,5..0T Q PER AOtteLlw nn 3 A CONSTRUCTION. THE GROUND DURING CONSTRUCTION. THE CONTRACTOR 11 6 1D CONTRACTOR'S SOLE RESPONSIBIUIY TO IS RESPONSIBLE FOR ALL DAMAGES AS A RESULT OF TO THE COST OF CONSTRUCTION (NO SEPARATE B_W_B i i Q B. THE CONTRACTOR SHALL RE RESPONSIBLE FOR ALL NOTES EXISTIVERIFNG LOCATION GERM AND DINENSION OF CONSTRUCTION OPERATIONS AND NO ADDITIONAL PAY ALLOWED). 3 OURINED ON THE GENERAL CONSTRUCTION NOTES SHEET. E65RNG UIILR16 PRIOR TO CONSMUCTDH COMPENSATION W B VERT. SCALE T" 5` Q 70D 70_ . 'MD NDffS: . .............. ............. ............... ........... .. .. ............... ......... ...... ........ .. ... ............... ............... ............... I* CHANNEL SHEET 20 FOR CROSS SECTION LOCATIONS ALONG . ......... .... ............. ............... ........... ....r ............... ............... ... ... .. . Eypy�/jp � "" """"" "' ]. CONCflLTE PANEL WP11 AND PIER LL BE DESIGNED AND BY A ....... E[EC/VABE1'DYO/ .�� ...... ............. DI ............... ............... ...............:�D > DEC........... IXlpNN ........ flLL HE y .............. .... IXr ............... O SPPEEC�GTIONSIEXA3 P.E. BY THE MANUFACTURER. SEE ••• •. (CRUS D OW1Y SHA PM 11VTi8 (' • %• IX N'll"i ..... daDR'.. I, STOP / 3. THE WATER SURFACE ELEVATONB SHOWN ARE THE POST ....... l ae,............... ........... ............ I jj NMF&ME \ .••••••• ••••••••••••• •••••••• ••[1MY81`E••••••••• ... iE` TOPPINby � 880.40� •• ••••••••••••••• TREOEESARETNOMODELED STREE LOCATIISSMEET ORCLAELEVATIIRS. 0➢C \ FOR CWRIIY SEE ............... ...... ........ TOP OF WALL ...... ......... .. ___--�_-- I....... TOP OF WA l...... .... ........ ............... MEET 4 SHOWN THIS SH FlLL(WITHCRUSHED STONE) ""' • • • • • """""""' • • • • • • "' • - ""' __ �� - -- - ...... ........ r ... ............... ..... ..... ..... ... ... ..- PUN6 .. EL 886.90 • •� ELES2SO ............. r ............. ... ... .. .... �..... ^� ......... .... .�.T� . �°.� �.... .............. WSE6. % � ;H / 3 WSE cUT 6LE. WESTRANK / EIIANK .. .00.. YVEBTBNB( ••. ��- BBO SOIL \ EAETBANK J SIT ORAL FINALGRADE _ -+ . ...... ........ ............. .. ............... ....... ........ ............... ..... PANEEL.WALL .. _ .. • `PANEL WALL ., (SEE NOTE a T0• (GR10.OW� ... • .SEE NOTE 2 ' ROuc vFR MIINUFACTIIRER PROPOBmJ ............... _:i• _ ............... •PABEL WALL ..... .. ........... ......... ............... ............... ............... .. .... ............... �... FlPNLORADE (GRADE TO DRAIN)• • • • • • • • • • • • • • •n`H./, ELBWOO PROSEE NOTE PROPOSED IN It .............. PROPO6FD RER ....� ............... ............... ............... .. ) ............. i, . .......... ... (SEE NDTE i) ... ... y,A .... ............... ............... ............... ............... PERMANUFACTURER `VAR16) V o 67C an67D ►. L ! 670 LEGEND ............... I ............... I ........ .. ..... ............... . 1 ............... ............... 1 ............... gI I 1 ....... ........ ............... ...... I ............... _ ai....... APPARC/7EX3U'. ......... .............. ............... - .......i.... ... ........- AFF•ARENTE); 9U'.......... .......;....... ............... ....... • • • • • • • F TANNAGE FASEABETJT .. ............... ..... '- DRAINAGE EASEAEM ..... ............. Ir .....,. .. George fah BM 68[ f W 6 I o 70 3L -A -31 - 0 J 1. 05/23/2024 ]3206 UNNEESNY., SlE 300I FORT WORTH, TXT6107 � �� 817.806.2M I TBPE REGISTERED FIRM NUMBER E73 111 BTH AVENUE CHANNEL BASELINE 6TH AVENUE CHANNEL BASELINE SECTION Q 9+00.W ® SECTION 70+00.00 �ET�J\p/T�R� 1jR,AI{ THE CONTRACTOR 9IMLL RTARVIM:IL��FWUMNOG� LEAST I6 HOURS PRIOR TO EEIGVATNC AT EACH LOCATOR: AT&T 6Io-91�-BtTD ............... ............... ............. ............... ............... ............... ............... ............... ............. ............... ............... ............... FORT WORM STORHNATER FIELD OP —TONS 61]-871-6Y➢8 Z ... = FORT WORM T&f'W B17-3B2-ISTA . ..... ..... ............. - ............... ............... ............... ............... ............... .......... ul .............. ............... ............... �' ) T� ATIg6 ENFRLY(.IlhmAvBORiNnrn — 517-929-DIW . G x ONWR��& ELFDMIC SB1W]-221Y2213E 7C.. ]W IOC ............ '10 CHAEacRTER TER COM E 817-3-5m . ......... ............... ............. ............... ............... ............... ............ ............... .............. ............. .. ........ ....... OTHER FACILITIES ow,w -Im p 1 ......... .. .. ............ w .... ............... ............. ............... .......... � ........ ............. ....... .IXr .......... ... HORIZONTAL & VERTICAL CONTROL 4 f)> ENTAN . ............ .. FILL(CRLWRED STONE VMTLI ..... ......... .. IX �F&� UMED STP,TE 4WM /ARABNF y■ ••••• .... CONCRETE TOPRNO) ••••..••••• •••••••••••• ••.•• •••••• RETIE TOPRNG) ! ............... ..... ......... I ............ ............... ..... ..... _ .... ...... ....... .... ............... .. TOP OF WALL .....Cv..... ........ v ... .. . :' 69C �EL B88.30 I 360 6F - ISIAO ALL CUT 590 _--7----_7 -ram --__-' - __ __-------_--_. . .............. .. . ...... ............�`..,..-__--�..- /� ............... .... ...... .......... W .... ..... .. ............. ...... ............... SE 697.70 i '' A:t W6E 685.W •A ~ / 6. ... ............ .....__T ....... ........ .. .. ... ........... ... ./:. ..EAST BIWK T // .. .. .... .. .. - L ............... ........ .... / ........ .... I.......... ............... ............... ............... .....�� . ............... ............... ...............CITY PRCUECT10]069 3' FILE N0. B69 t .� PROPOSED , - BRAN�OCHANNEL 7YP; 6TH AVE CHANNEL 90-V b "'PANEL WALL •••• ANAL GRADE (GRADE TO DRNP6 MAPSCO 98C PROPoBEDJ `-FINAL ►AfAOE ::1 SRC E1681.]0 �D P ED ' ............... ...... PANEL WA i EL WTO DRNNI ........ ............... PROS E NOT E2) ..... .... ............... ............... CITY DEPORT WORTH. TEXAS o .. ............... ............... (SEE NOTE iI.. 8.30,. .... ........... PRGPoseoRER .... ............... .... ............. TRANSPORTATION AND PUBLIC WORKS 6.Op'... ............... ....... ............... ............... B(SEE NOlE 2) ;....... I....... ...I....... .. s 1 ............... ....... I ......................1 1 TRANSPORTATION PROGRAMMING ............... . ............... 1 L I I 1 & CAPITAL PROJECTS DIVISION ............... .. .............. ... .............. ... .............. e 67D 1 I 37G 67, [ • • I WO 7 3 665 . .......I....... .......I ....... ............... ............... .......I....... ........ APPAREdTEXW. .......I....... 65 TWOCHANNELS PROJECT . .............. ..... -I ,- DRAINAGE FASEAffN7 ... ..... ..... .. ........ d ......... .......I....... ............... eS9 - ............... .......I....... . .......1....... .............. 67HAYENUE CHANNEL ORAINA SEMENT ' -p 'b 0 11 E 20 3U —!x -D -0 U 11 2D 3II 570!6TllATBNUE a �� CHANNEL SECTIONS III NOTE.WTO STA 11+20 TRANSITION! EAST STATIONS 9+00. 10+00, 11+00 AND 12+00 FROM BTA II+ BTki AVENUE CHANNEL BASELINE BANK SLOPEFRTTA 3:1. TRANSITION TO 6TH AVENUE CHANNEL BASELINE FROMSTA12+ODTOSTAV000 SECTION �II+OO.W EXISTING GRADE BEHNO STA 11+00. FROM STA SECTION �12+00.00 SLOPE EAST RANK AT S:I FROM DESIGNED: GIF I SCALE, GTE SHEEP 11+ TO 6TA 12rW 6L E A 3:1. TOETODAYUGHTASSIHOWN. DRAWN: RJE AS SHOWN NOVEMBER 2023 24 OF 3E AD3-4 BNt IS ONE INdI ON CRY OF mm wOmN STANnp9D NOTES; D. THE CONTRACTOR SHALL MAKE ALL THE NECESSARY B 7.5 0 B 10 REVISIONS OPogNK DRAWING C. THE LOCATION AND DIMENSIONS OF EXISTING E. THE CONTRACTOR SHALL VERIFY THE ELEVATION UIILIl1ES SHOWN ON THE PW/S ARE PROVISIONS FOR THE SUPPORT, LOCATING. PROTECTION, AND CONFIGURATION OF ALL EXISTING UTILITY �_�_ �_F_F A THE IS NIRACTOR SHALL PROTECT ALL PRIVATE PROPERTY RELOCATION. AND TEMPORARY RELOCATION OF ALLN°IA Ix1KRIP11W1 MTE 0!E INCH AND IS RESPONSIBLE FOR ANY DAMAGE DURING APPROXIMATE AND WERE OBTAINED FROM UTILITIES AND STRUCTURES BOTH ABOVE AND BELOW LINES PRIOR TO CONSTRUCTON. SUCH HORIZ. SCALE 1- = 5. — CONSTRUCTION. UNLRY COMPANIES RECORDS. R IS THE GROUND DURING CONSTRUCTON. THE CONTRACTOR VERIFICATION SHALL BE CONSIDERED SUMMARY B i6 0 1 10 =I A IG AWDIWu xa. 3 r NIxH CONTRACTOR'S SOLE RESPONSIBILITY TO B RESPONSIBLE FOR ALL DAMAGES AS A RESULT OF TO THE COST OF CONSTRUCTION (NO SEPAMTE--F_N_�_� a IA B. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL NOTES VERIFY LOMTION DEPTH AND ON OF CONSTRUCTION OPERATIONS AND NO ADDITIONAL PAY ALLOWED). VERT. SCALE 1- - 5' 3 IA I E EXI611NG UTILITIES PRIOR TO CONSTRUCTION. no A. 710 no NO1E5: ............... ............... ............. ............... ......... .. .... ............... .............. 1. RFPER TO SHEETS 8 AND 9 MR CROSS SECTION LOCATIONS ............... ............... ............. ............... ............... ALONG CHANNEL ............ ......... . .............. ............... � ...... ............... ............... ............... ............... .... .. ....... � ............... ............. .. ............... 2. CONCRETE PANEL WALL AND PIERS SHALL BE DESIGNED AND SEALED BY A TEXAS F*E, BY THE MANUFACTURIII, SEE . .............. ............... ............. ............... ....... ..... ............ ..... SPEOFKATONS ... ............... ............... ............... ............. 3 ............... i ............... ...............-.............. ..-............ ]. THE WATER SURFACE ELEVATIONS WATER 0 ..... .. ...... ... .. .......... ............... ............... (WSE)SH°WN ARE THE Po6f CONSTRUCTION MODELED WATER SURFACE ELEVATIONS. 700 '10 7E. 70D 4. TREES ARE NOT SHOWN ON THIS SHEET FOR CURTIN. SEE IXlOAW TREE SHEETS FOR TREE LOCATIONS. ..............� . ............ ............... ............... ........ ............ d9NeICE ............ FlLL (CRUSHED STONE VATH CONCRETE TOPPING) ..............1A'TARCF .. ........ IXfGHW ..... ............... ...... ..... •• CON(CRUS TOPPING) •••••••••• ••.••••••• •••••••• ..•.. ... ..... .Lw ............... PER PLANS • •• ••-• TOP OFIWALL ...•.•••••• ............... ........ ...... ....... ............... .... ... ....... .... ............... 1 TOP OF WALL .............. ........ .... ELWI. . ............ ........ ..... .' ...... CUT ... ........ .............. .. __ _ ...... .. Y .. ..7 ....� ... 011l' --�_���� ...... ... .. .. .... ... ... ..... L y BW ��l ; WSE 89BT0 .. .. .. '________-990 iTBANK. ............ ............. ......... A? INE6..... .... .... .. ........ EASTRANK Q9D PER MANUFACTURER . .... .... .g ............... .............. ............... ........ .. W6E AO W68f BONC i EAST BANG PROPOSED— _ ••••••• ••••••• e ............... ............... .......... �........... ............... ............... ............... ..... PANELWALL -� .....?�. - .............. ............... ............... ............... ..... .. ........ .........-.... ............... ............... ............... .... ( TOo w •R . .... PROPOSED — PANEL WWMIDALL PROP0BW� El SB7.25A� ..... ....... ... IEIEV Fl GRADE RA ............... .. .... FpOR1pE(GRADE TO 0RAII� ............... ............... ............... ...... %��EE.. .-- .. ... ... ............... ..-............ ............... ` YAAIE61 PERMANUFACTURER A r,. ' sec I R. ':o LEGEND ... ............ .. PROPOSED PIER �. 7.ar ............... I I SAD .... I .. .. ..... ............... ............. (SEE NOTE 2) .......:....... .. .......'.... ... ..-. ........ ..... .. ... ..... ....... i....... ............... ............... ..... i....... ............... ............... .......i....... ............... ............... .......i....... ......i....... . 3 . .......I....... ... .......I....... ............... ............... .......I....... ............ ........ .......I....... .............. .............. C APPARENT EX iO' A{WgRENTFJ(Sti• "- - 0 INAGE 4IEMT - DANAGE IEASEIIENT ............................... .............. .............. D .3§70 fah 05/23/2024 J uu.A 67H AVENUE CHANNEL BASELINE NOTE _ © BTH AVENUE CHANNEL BASELINE TA—"7VR TBR3 MSTINNUVTO UMI J61W Np�. Ftj��t AST.BG6.HTGG OKSTENXIFOXt NUMBFAFH3 SECTION @1B+DD.W FROM STA SLOPE EAST BANK AT 31STA 14+00 FROM SECTION CfANw.OD SLOPE EAST BANK AT3I TOE IO DA UG A66NDWN FROM TOETODAYUGH'ASSHOWN. THE CONTRACTOR SNAW5T1/=PILEAST 45 HOURS PPoOR TG EXCAVATNC AT EACH LOCATON: 710 710 Jt': 710 AT&T� WORTH STORWRAT I, FAD OPERATIONS 8818]�-B�)1- 15 . ............ FORT WORM — 817-31Y2-123A Z ............... ............... ............... ............... ............... ............... ............... ATIDS FHERCt( Illo.. .,.. .... , .... ) BlJ-9t9-°40.I I— MT] ............... ............. m ..... ............... .... ............. .............. ............... ..........•.... ONCOR GAS k S1)-213-02� ll .......... ....... ........ ............... ........... CHVOER —MUG B1'-S38-BB'9 . .............. ............... ............. id ........... ............ Tu' ............... ............... ............... T WS3 3Z ............... .. .. ........... .. ............. IX4'CILllN.............. .... ............... AIL —ER FAOUTIE SG,.F�TE SZ ............... ............... ............. 7 ............... ............... ............... ........... L64KiE=E.... .. ........ .. .. ......... ............... .. 9'IOAW ... �i HORIZONTAL& VERTICAL CONTROL q 70C 700 700 70D .. ............ w ............... ............. Erruuw ........ ............... ...-........... ......... .--............ ... ..... .. ............... . ............. 2iN81� .. LP,..J .. ... .......... . .............. ... ..... ...... r.wiio . ............. ..GU ,' ..... ... .. .._... . .....1\ . .. ....... y_.............. .............. .. _ .. ...... ...... ........ ... .. .. ..... .. EA67 BDo WESTBANG �\ EASTBANK W BANt '• '".`_ _ - ...Y:a..d:.:. .. T1�Iti�.:: .............. 103089 __ .. FlLE NO. SO 0689 . .......... .. .. ............... ............... ............... ............... ............... ............... ............... ........... ................. ....-.......... FlO N0. .NO. B N CHANNEL 73-P. 6TH AY£ CHANNEL 90-V 7 . .............. ............... MAPSCO R-0 . .............. ............... ............... ............... ............... ..-. ........... .... IX...... .....-......... PLUNNER N0. 310-0J3-01 CTTY OF FORT WORTH, TEXAS g............... ............... ............... ............... ............... ............... ............... ............... ............... ............... ............... ............... I I TRANSPORTATION AND PUBLIC WORKS GED ................... ............ 6x i .. . .... .............................. ....... i ....... i ....... i ....... TRANSPORTATION APTAL PROJECTS1tVISIO NG ........... ............... . ......I ....... .........awNAaFa6eA�Nr ........ .......I....... .... .. .......1....... ............... .......I....... .......j....... ... ............... .......i....... ............... ............... .......j....... ..... ..... .. .. .. .....j....... ............... TWO CHANNELS PROJECT >i ............... .......�--1-...... .......I- DRAINAGE EASEMENT -I,...... S i i ........... � J I 6THAYENUB CHANNEL 67CJO 670 I �70 57016THAPENM -A -.0 -0 1 11 21 ]� -..J -31 -0 11 Y A' CHANNEL SECTIONS N NOTE: STATIONS 13+00. 14+00, 15+00 AND 16+00 6TH AVENUE CHANNEL SAS -NE FROMSTAI4+BOTOSTA 15FO0 TRANSITION BTHAVENUECHANNELBASELINE SECTION @ IS+OGOD EAST BAN(SLOPEFROM3;1 T021. BEYOND SECTION @16+OBDO DESIGNED: GIF SCLLE: DATE SHEET 6H STA 1O TRANSITIONTO EOSIING SLOPE PRAWN: RJE AS SHOWN NOVEMBER 2023 25 OF 38 AD3-5 BAR IS ONE INCH ON ORIGINAL DRAWING. ONE INCH 1 I I 1 1 SW LOOP 820 16+45 SERVICE RO ep AO 16+00 ❑ �� 1 6.1 I 1 3015 O 30 BO GRAPHIC SCALE SCALE 1' a 30' 502 a4 ILO 85I I 1' S03 ' \ 3 ytv oc mRr wnRTH �r4unuRn 05: 1. WE CONTRACTOR SHALL PROTECT ALLPRIVATE PROPERTY AND IS I RESPONSIBLE FOR ANY DAMAGE DUMB G CONSTRUCTON. THE 82 500 505 507 / we 1 6.2 \ \ CONTRACTOR SHALL BE RESPONSIBLE FOR ALL NOTES OUTLINED ON THE GENERA. CONSTRUCTION NOTES SHEET. 3. THE LOCATION AND DIMENSIONS OF EXISTING UTILITIES SHOWN ON WEMANS ARE APPROXIMATE AND WERE OBTANEO FROM UTILITY ! i V .1. 5pp 15+0� 86 5f0 \ / \ \ COMPANIES RECORDS. R IS CONTRACTOR'S SOLE RESPONSIBILITY TO SIPRIOR TL COnON DEPTH AND DIMENSION OF EI STING UTILITIES 1 1 511 512 $13 \ / / \ \ 4. THE CONTRACTOR SHALL MAKE ALL THE NECESSARY PROWSIONS FOR THE SUPPORT, LOCATING, PROTECTION, RELOCATION. AND TEMPORARY \ O / RELOCATION OF ALL UTUTIES AND STRUCTURES BOTH AQUAE AND BELOW THE GROUND DURING CONSTRUCTION. THE CONTRACTOR 6 j514 _ / \RESPw ALL BSTRUCTION ' 516, / OPERAONSIBUE TRINS AND NO ADDITIONAL COMPENSS4QUTIONOMU. E ALLOWED, \ / 51 517 / \ S THE CONTRACTOR SHALL VERIFY THE ELEVATION AND CONFKAIRAMON OF ALL EXISTING UTILITY UNES PRIOR TO CONSTRUCTION. SUCH V ' 619 / / \ \ \ VERIFICATION SHAL BE CONSIDERED SUBSIDWRY TO THE COST OF CONSTRUCTION (NO SEPARATE PAY ALLOWED). \ _ 1 \ 6.44 e] 9 1 62f / . , 52552E /496 1 / \ .. .- _ ., .. .. ✓\. - 00 B8 327 \ W6 21/ S. 096 / / / 7RUELSON DR 4B7 53} 49e I — — 542 07 74 53B \ 78 I I I I . ' \ 5-5 yp fn� I I \ �1 m I 6]0 1 r311 ]n I Lc) 552/�23 _ B32 6" 642 727 CV I \ 695 728 _fid 643 661 67f 849 UJ W CCCCCC658 ❑ • \ \ / 6 � 6� / / ^ / 660 � ROW I 645 \ 52 W � Z 97 REVISIONS Ma 4 I J ra A1wAMM Na s o 1KN I NAr amd 3 Al 1 1 NDh55: 1. CONRBKROR SHALL RESTORE GRADE AND SEED TO ACCESS AND STAGING AREA UPON WORK COMPLETION. 2. CONTRACTOR SHALL SWEEP STREET AND MAINTAIN R CLEAN ONCE A WEEK, IN THE EVENT THAT TRUCKS AND EQUIPMENT TRACK SOIL ON T. 3. FOR TREE REMOVAL TABLE SEE SHEET 25, 4. MR TREE TRIMMING REQUIREMENTS SEE GENERA. CONSTRUCTON NOTES I EGENI] / \ LOCATION OF TREE 1 L FOUND IN \ OGl TREE 1 REMOVAL TABLE \/ v� ;s� GeoYge �i�i 05/23/2024 ® aAoJ(((```/tn/T/]T.{`6/1T//R./8Y06(.;1•/]T0��09m�iBLTPJjE EGBIEREDFIRM NUMBER F13T THE CONTRACTOR 4EA[LI.UNIIRGI M TUIILMI�RFABT IB XDURB PRIOR TO EX AVATING AT EACH LOCATION, AT&T 80D-924-9420 FORT WORM STORMWAIER FIELD OPERATIONS 917-671-0296 F➢RT WGRM TtFW 617�1 -- ATMOS ENFII.Y (.BRom,dayORNnrnwm.mm) 617-929-OABT (ILL PAY) OXCOR CAS & FIFC RIC 617-215-6214 IXV EHERGY SOD-233-2133 SBC TELEPHONE 61]-336-6619 OWRIER CONMUMQD, HS 617-509-8Y72, F3T 33B3 AL OTIOR F lUDES 6G0-GIG-T SS HORIZONTAL & VERTICAL CONTROL FILE NO. SD—O669 CRY PROJECT ND. 103089 FlD NO. 52007 MAPSCE N0. — BRANDON CHANNEL 73—P; GTH AVE CHANNEL 90—V PLUNMER NO. 318—D73-01 CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS TRANSPORTATION PROGRAMvIING & CAPITAL PROJECTS DIVISION TWO CHANNELS PROJECT 6THAVENUE CHANNEL 5701077AVENVE TREE PLAN 11 DESIGNED: CIF I SCALE: DAIS: SHEET DRAWN: RJE AS SHOWN NOVEMBER 2023 27 OF 38 AD3-6 BAR IS ONE INCH ON / ORIGINAL DRAWING ONE INCH A\ �� 2 REVISIONS I - FM m ! N 6926886.61 \ O O O II 6.8 \ E W, mB 5.48 \ 20 10 0 20 40 Nu , nv a0a4 O I 6.7 TOW 8883E (OOWN5TRFAl1 610 I M 1 Q PFR MOFMIIII Na a 6.5 I \ Tow 666.4E (UPSTRDW) �yy HORI SCALE 1' = 20' a 0 WARNING! I fi.fi CURVE DATA \ 4 I M 4 8 3 p OVERHEAD �_90.�•�• N 6928883.9] \ :LECTRIC N 6928927.51 1 E 2325810.28 '- I- �I- i E 2325708/ I T=430.0E \ TO Iy VERT. SCALE 1" = 4' NOTES: TOW 888.3E (DOWNSTREAM)' (OOVIN51RFM1) 1 TOW 688.40 (UPSTREAM) L=675.44 1''OOWW 688.1E 1. TREES ARE NOT SHOWN ON THIS SHEET FOR CLARITY. SEE TREE \ (UPSTREAM) SHEETS FOR TREE LOCATIONS. I I �a PC SNA +37.61 / N 6928930.19 PRO POSI CHANNEL IN 6928683.82 CHANNEL RASE LINE T 2. OVERHEAD ELECTRIC WARNING APPLIES TO THE ENTIRE WEST SIDE 1 E 2325705.52' (WALL ON EAST BANK \ E 2325814.0E N 6926875.66 OF CHANNEL OVER PANEL WALLS AND ON THE EAST SIDE WHERE EVSr 7UP- ! 1 E 2,125814.56 \➢�( SHOWN. CF BANK `zw = 3. CUSTOM BUILT COLUMNS TO D FRONDED AT ACCOMMODATE THE (EASE Q BEND IN THE PANEL WALL AND WALL CURVATURE. / w F N 8926926.BB \ \ U /II / e E 2325]15.88 \ LL- rO OF PART WORTH tTANDARO NOTES: CHANNEL - V. TOW 888.3E (DOWNSIRFPM) y Ip W W BASE LINE s a L TOW B88.40 (DP$TREAM) 1 \ / \o I� n.=ses zs p W 3p 6 A THE CONTRACTOR SHALL PROTECT ALL PRIVATE PROPERTY AND IS RESPONCONSTRUCTION. FOR ANY DAMAGE DURING CONSTRUCTION. Nam( B. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL NOTES OUTLINED � ON THE GENERA _ L CONSTRUCTION NOTES SHEEP. 9 C. THE LOCATION AND DIMENSIONS OF EXISTING UTILITIES SHOWN ON THE PLAINS PRE APPROXIMATE AND WERE OBTAINED FROM UTILITY W COMPANIES RECORDS. R IS CONTRACTOR'S SOLE RESPONSIBILITY TO �� LT VERIFY LOCATION DEPTH PAID DIMENSION OF EXISTING URUIIES / �`-o� sroN 6925556.84 TO PRIOR TO CONSTRUCTION. ETOW 38B24,yp58 .SAY \ D. THE CONTRACTOR SHALL MARE ALL TILE NECESSPRY PROVISIONS FOR /gyp ( s� THE SUPPORT, LOCATING, PROTECTION, RELOCATION, AND TEMPORARY / N 892]049.1/ / o\ 0 / / 0 \ } p TOW684,90) \ RELOCATION OF ALL UTILRIES AND STRUCTURES BOTH ABOVE AND E 2325559.39 li _ O _ - - \ \ CONCRETE WALL " wA'm UPSTREAM BELOW THE GROUND DURING CONSTRUCTION. THE CONTRACTOR IS / I EXISJ iLlP - - --- "£ A ( ) RESPONSIBLE FOR ALL DAMAGES AS A RESULT OF CONSTRUCTION / 1 l cHA \ TRANSITION, I (SEE NOTE 3) / I 1. 1a BANK cHAWR I \ SEE DETAILS T OPERATIONS IND NO ADDITIONAL COMPENSATION WILL BE ALLOWED. N 112]ODB.10 l I iMtiSJi IA f w r E THE CONTRACTOR SHALL VERIFY THE ELEVATION AND CONFlGURATON E 2725 558 J T5 \ \ OF ALL EXSTING LT I W LINES PRIOR TO CONSTRUCTION SUCH TOW 888.4E DOWNSTRENA p p 1 \ VERIFICATION SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF TOW 690.0E (UPSTREAMA) III e } ( \ N 6926888.5E + WELL PI \ N 8928843.]B \ CONSTRUCTION (NO SEPARATE PAY ALLOWED). / Q E 6925752.50 p 6926884.63 I CONC � ALL TOW 6845E (DOWNSTREAM) 2325758.7E \ E 2325898.]1 TRANSITION, TOW 8863E (UPSTREAM) TOW 684.5E (DOWN5IREAM) I I SEE DETAILS TOw 684.50 (UPSTREAM) WARNINGI t4,I 26989 PI OVERHEAD 160 ® / PROPOSED CHANNEL N 6926BB9.00 y ELECTRIC (WALL ON WEST BANK E 2325]54.01 ga �. \ o $ WARNING' TOW 880.5E (DOWNSIRFWA) On gR E) �,I',,/I 63 OVERHEAD N 6926939.72 TOW 884.5E (UPSTRFWA) o4 g^5 yu�=� George /WUYI / 1 ELERRIC JE W 66.30E 05/23/2024 ITOW 688.3E (DOWNSTREAM) a W s W / / I 63 TOW 688.4E (UF64.7 STRFMI) ! a� � \ 13206UNIVERSIR, 6TE300IFORTWO 76107 �IA'A'�� ev 8a6.v1 TBDD I TBPE REGLSTERED FIRM NUMBER F-13 .... ........ ....... ................... ...... ....... ...... ................... ....... ........ .... .. ................. ................ ... CONSTRUCTIONNOTES ................... ................... ................... ................... ................... ................... ................... ................... 1CONTRA-1 RACSHALL CONTACT THE FOLLOWING AT LEAST 98 HOURS .... ........ ....... ................... ...... ....... ...... ................... ....... ........ .... ................... ................... .... ....... ........ PRIOR TO EXCAVATING AT EACH LOCATION. AT&T 800-924-9420 695 ................... ................... ................... ................... ................... ................... ................... ................... 695 FORT WORTH BTORMWATER FIELD OPERATIONS 817-872-8 FORT W -1234 ATMOS ENERGY (will'iRm Eay®atmoaenergy.com) BtJ-929-0403 (WM DAY) .... ........ ....... ................... ...... ....... ...... ................... ....... ........ .... .. ................. ................ ... .... ....... ........ ONCOR GAS & ELECTRIC 817-215-6214 ................... ................... ................... ................... ................... ................... ................... ................... TXU ENERGY 800-233-2I33 EMST GRADE SBC TELEPHONE 817-338-6819 ................... ................... ...... ............. ........ AT CHANNEL ....... ........ .... .. ................. ................ ... .... ....... ........ CHARTER COMMUNICATIONS B17-509-6272, EXT 3363 .... ........ ....... ................... ...... ....... ...... ........ .BASE L/NE ....... ........ .... .. ................. ................ ... ................... ALL OTHER FACILITIES 800-DIG-TESS 690 690 .... ........ ....... ................... ...... ....... ...... ....... ........... ................... ................... ................... ................... HORIZONTAL & VERTICAL CONTROL ................... ................... ................... ....... ........... ............ EXISJ ,;RAGE AT n CENTER [/NE OF "STA PLAN VIEW FOR TOP ' """"" ...E.. F4NEL watt .... ........ ....... ................... ...... ....... ...... ................ .. ............ .... ....... ........ corvTreoL POINT TABLE 685 .... ........ ....... ................... ...... ....... ...... ...... ........... 0' WALL ELEVA710N5 .. ................. ................ ... .... ....... ........ 685 POINT D6scRlPnou No6iwrvG EAsnrvG ELBv .. ... �"+�e_ ................... ... .................. ........ ....... ................... ................... s93 cPxcursETONcures zTD3z 6.eD34a se733' 6,9 B3 z,3 ................... ................... t-.0 _ Z _........... ................... ........ ....... ................... ................... 610 CPX CUT SET 28,T09 a6.J5404 fi8]26' ................... ................... ................... �..�..i ..r...��_. .......... . ... ......... ................... . .. r•..�-...� 1 CPX CUT SET 2B,901 a5.469 3 . ... ��_= - . ............ .. �� ................-,� �._..._.....--- _ _ ...�..-_. ............... 680 __-- - - FILE NO. SD-0889 .... ........ ....... ................... ...... ....... ...... ................... CITY PROJECT N0. 103069 .... ........ ....... ................... ...... ....... ...... ................... ....... ........ .... .. ........ ......... ................ ... MAPSCO NO. - BRANDER CHANNEL 73-P: 6TH AVE CHANNEL BO-V 'Vi PLUMMER N0. 318-0]3-01 675 ................... ................... ................... ................... ................... ................... ................... ................... 675 CITY OF FORT WORTH, TEXAS ................... ................... ................... ................... ................... ................... ................... ................... TRANSPORTATION AND PUBLIC WORKS U ................... ................... ................... ................... ................... ................... ................... ................... TRANSPORTATION PROGRAMMING 670 670 & CAPITAL PROJECTS DIVISION ........................................................................................................................................................ TWO CHANNELS PROJECT w 665 ................... ................... ................... ................... ................... ................... ................... ................... 665 6THAVENUE CHANNEL 5701 6TH AVENUE ................... ................... ................... ................... ................... ................... ................... ................... PLAN AND PROFILE ................... ................... ................... ................... ................... ................... ................... ................... STA 8+50 TO STA 12+50 p 660 660 DESIGNED: GF I SCALE: I DATE: I SHEEP 12+50 12+00 11+00 10+00 9+00 8+50 DRAWN: WE AS SHOWN NOVEMBER 2023 20 OF 38 BAR IS ONE INCH ON , ORIGINAL DRAWING ONE INCH 8.4 I 6.2 6.3 \\ 20 10 O 20 ao / PT STA 16+13.06 I r HORIZ- SCALE : 1" = 20' N 6927401.32 CONCRETE WALL N 692]234J6 \ \ END STA 16+45 q ` ` a g 6TH AVENUE CHANNEL E 2325508.80 TRANSITION, IE 2325491.n BASE LINE �:/ / I SEE DETAILS `)TOW 891.80 (OOWNSIRFW/) WARNINGI \ \ W VERT. SCALE 1" = 4' NOTE b� /. TOW 691.w ((UPSTREAM) OVERHEAD \ \ N 6927432.16 / g INSTALL APPROX 7.0 S7 OF ELECTRIC E 2325516.95 8c RIPRAP (36" SIZE) BETWEEN \ EXISTING SIDESLOPE RIPRAP CHANNEL \ m� AND PROPOSED CONCRETE BASE LINE \ �¢ WALL TRANSITION EWST TOP O I aF BANK (EAST ) T) CURVE DATA \ > ➢i\ 'b0w- -- A=90000i43o:ao" \ \ CO 1 �y L-675.44 \ Z -7 ER0510N BLANKET / _ _ y� \ 69(�Ur l v (JO REMA/NI / I T, Rio $s h I I� I hd'i°u I12 i' I$ WA INGI / / / F 8 Sg EMST BOG( RIPRAP (ID REMAIN) '- /J O II z I Ig \ OVERHEAD \ / g`5Yo N 692"/188.86 I Iw N 892]093.31 ELECTRIC \ \ E 02549D.92I E 23255N.20 h N 892]248.'I )I TOW 690.00 (DOWNSTREAM) \ ,Q TOW 891.30 (DOWNSTREAM) WARNINGI E 2J25485.9} ` TOW 691.30 (UPSTREAM) N 892]049.14 \ TOW 891 b0 (UPSTRFWA E 6927049.14 A OVERHEAD (SEE NOTE S ELECTRIC PROPOSED CHANNEL I I WALL ON WEST BANK ® \ IN 827341.36 ® ® OVER HIED 5487\ R1 \ \ ® J4 ELECTRIC \ TOW 891.80 E 232(DOWNSIRFAM)� \ ................... ................... ................... 705 ................... ................... ................... ................... ................... ................... ................... ................... ................... ................... ................... ................... ................... ................... ................... ................... ................... ................... ................... ................... ................... ................... ................... ................... ................... ................... ................... ................... ................... ................... ................... ................... ................... ................... ................... ................... ................... 705 ................... ................... ................... 700 ................... ................... ................... ................... ....... ................... ....... ................... ................... ................... ............ ................... ........ .... .. ................. ................... ................... ................... ................ ... ............ ................ ... .... ........ ................... ................... ................... ................... ....... ................... ................... ....... ................... ...... ....... ................... ................... ...... 700 ................... ... ....... ..F ..EX...GONG SD PIPE . ................... .... .. ....... ................... ........ .... .. ................. ................... ................... ................ ... .... ........ ................... ................... ....... ................... ...... ....... ...... _- ...I..... "�v ERDM UNDER SW LOOP . ... .. B10 SERNCE Rona ................... ................... .................. ............. SEE PLAN VIEW FOR TOP . ................... 695 ' I.... IF WP"_ ELEVATIONS 695 ... I .. ................... ....... ................... ...EXIST . ................... .. ..EXIST ................... ................... _------.* ............... ................... ....... GRADE ...AT CHANNEL ................... GRADE AT . ..CENTERLINE OR ................... ................... ................... ...... ....... .. (... ................... ....... ... .. ................. ,BASE LINE WEST PANEL WALL .. ... _. ........... ....... ................... ................... 690 ...............I .. ................... ....... >_-_----___-__-___- ........... ..................) ................. ................... ................... ................... 690 ............... ... ................... ................... ................... ................... ................... ................... ................... ............... sao.................. .................. ... ................... ................... ............................................................................................... ............................................................................................... ................... ................... ................... ................... ................... ...................................... ...................................... sao ....................................................................................................................................................... ...... ........ 675 W ................... ....... r1? ........ .... .. ................. ................ ... .... ........ ....... ................... ...... ....... ...... 675 ..............�. . ................... ................... e. ................... ..............m ro ................... ......... ...... " " ................... ................... ................... ................... ................... 670 ................... ................... ................... ................... ................... ................... 670 16+50 16+00 15+00 14+00 13+00 12+50 - REVISIONS a4 xw Q RmOx i+ �' t Q ---I N1pFN)1YN0.a nr A s p NOTES: 1. TREES PRE NOT SHOWN ON THIS SHEET FOR CLARITY. SEE TREE SHEETS FOR TREE LOCATIONS. 2. OVERHEAD ELECTRIC WARNING APPLIES TO BOTH SIDES OF CHPNNEL OVER ALL PANEL WALL LOCATIONS THIS SHEET. 3. CUSTOM BUILT COLUMNS TO BE PROVIDED TO ACCOMMODATE THE BEND IN THE PANEL WALL AND WALL CURVATURE. I- OF F^RT -- cTANTv9D -I. A. THE CONTRACTOR SHALL PROTECT ALL PRNATE PROPERTY AND IS RESPONSIBLE FOR ANY DAMAGE DURING CONSTRUCTION. B. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL NOTES OUTLINED ON THE GENERAL CONSTRUCTION NOTES SHEET. C. THE LOCATION AND DIMENSIONS OF EXISTING UTILITIES SHOWN ON THE PUNS ARE APPROXIMINTE AND WERE OBTAINED FROM UTILTIY COMPANIES RECORDS. 9 IS CONTRACTOR'S SOLE RESPONSIBIUTY TO VERIFY LOCATION DEPTH AND DIMENSION OF EXISTING UTURRES PRIOR TO CONSTRUCTION. D. THE CONTRACTOR SHALL MAKE ALL THE NECESSARY PROVISIONS FOR THE SUPPORT. LOCATING, PROTECTION. RELOCATION. AND TEMPORARY RELOCATON OF ALL UTIUTES AND STRUCTURES BOTH MOVE AND BELOW THE GROUND DURING CONSTRUCTION. THE CONTRACTOR IS RESPONSIBLE FOR ALL DAMAGES AS A RESULT OF CONSTRUCTION OPERATIONS AND NO ADDITIONAL COMPENSATION WILL BE ALLOWED. E. THE CONTRACTOR SHALL VERIFY THE ELEVATION AND CONFIGURATION OF PLL DBSTNG UTILITY LANES PRIOR TO CONSTRUCTION. SUCH VERIMCARON SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF CONSTRUCTION (NO SEPARATE PAY ALLOWED). Geoge alp 05/23/2024 13205 UNIVERSITY DR, STE 300 1 FORT WORTH, TX 76107 �IA'A'1 917 Ba6.v00 1 TBPE REGISTERED FIRM NUMBER F-13 CONSTRUCTION NOTES THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST 48 HOURS PRIOR TO EXCAVATING AT EACH LOCATON AT&T B00-924-9420 FORT BYRTH WORTH STORIEWATER FIELD OPERATIONS et]-871 _8296 ATMOS ENERGY (w,ll'iam Eay®atmoaenergr.com) 817-929-OAOJ (WTI DAY) ONCOR GAS & ELECTRIC 817-215-6214 TxV ENERGY BOO-233-2133 SEC TELEPHONE 817-338-6819 CHARTER COMMUNICATIONS B17-509-6272, EXT 1- ALL OTHER FACILITIES BOO-DIG-TESS HORIZONTAL &VERTICAL CONTROL cwrv.RUNTTAELE FONT DEscRIPrION -NG -I.G ELEv a0o CP %CUT SET 1,12B 16 2,-,-III I-1 6B1 cP x CUT6ET I.16IM a1z1-to I.aoz c-uT ON cuRB 1,21112 1111121 111" et2 CP%CUT: T SET 2I,15B15 2,12I-20 1... FILE NO.BSD-0669 cPx CUT s6T I.ABB01 2,..U.2B -1-1 CITY PROTECT NO. 1OW69 RD NO. 52007 MAPS NO. - BRANDON CHANNEL 73-P; 6TH ANE CHANNEL 90-V PLUMMER NO. 318-073-01 CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS U TRANSPORTATION PROGRAMMING & CAPITAL PROJECTS DIVISION TWO CHANNELS PROJECT w 6TH AVENUE CHANNEL 5701 6TH AVENUE PLAN AND PROFILE STA 12+50 TO END STA 16+45 O DESIGNED: GF SCALE: DAIS: SHEET DRAWN: WE AS SHOWN NOVEMBER 2023 21 OF 38 BAR IS ONE INCH ON R1H CT MRD D. THE CONTRACTOR SHALL MAKE ALL THE NECESSARY 5 25 0 5 10 REVISIONS b ORIGINAL DRAWING CRY nF Fn wn eu unTFR' C. THE LOCATION AND DIMENSIONS OF IXISTING THEPROO NTRONS FOR THE SUPPORT. LOCATING. PROTECTION, E. THE CONTRACTOR SHALL VERIFY THE ELEVATION c UALRIES SHOWN ON THE PLANS ARE AND CONFIGURATION OF ALL EXISTING UTILITY O ONE INCHELOCATION, AND TEMPORARY RELOCATION OF ALL - `�' i Na Q A AND COCS RESPONSIBLE FOR ANY DAMAGEPDU DURING UFLLRYXCO COMPANIES RECORDS. FROM TMERGROUND DU NGUCONSD2UCD THAND BELOW OR VERFICATILINES ION OR BHAI L BERCONSIDERED SUBSIDIARY S ZUCRON. SUCHORIZ.O CAlE 5" = 5 tO 1 Q F. AppEuouM E. .i R Av 2a2a CONSTRUCTION. CONTRACTOR'S SOLE RESPONSIBILITY TO IS RESPONSIBLE FOR ALL DAMAGES AS A RESULT OF TO THE COST OF CONSTRUCTION (NO SEPARATE VERIFY LOCATION DEPTH AND DIMENSION OF CONSTRUCTION OPERATIONS AND NO ADDITIONAL PAY ALLOWED). VERT. SCALE 1" = 5' 1 Q B. THE CONTRACTOR SHN.L BE RESPONSIBLE FOR ALL NOTES EXISTING UTILITIES PRIOR TO CONSTRUCTION. COMPENSATION B OUTLINED ON THE GENERAL CONSTRUCTION NOTES SHEET. 7C. 700 700 700 NEEE5: 2 Z 1. REFER TO SHEET 20 FOR CROSS SECTION LOCATIONS ALONG CHANNEL EalhE.4/LAO 2. CONCRETE PANEL WALL AND PIERS SHALL BE DESIGNED AND SEALED BY A TEXAS P.E. BY THE MANUFACTURER. SEE REC(FPt HQ`V) E1'4'CH4IN SPECIRCAP NS. 2 FILL(CRUSHED 2 EYCC/f4M IX4'GY4fi' (MWfEAC£ STONE WITH LPtA6E 3. THE WATER SURFACE ELEVATIONS (WSE) SHOWN ARE THE POST EXO'LNAIN CONCRETE TOP OF WALL CONSTRUCTION MODELED WATER SURFACE ELEVATIONS. 1/NNFEAT,F TOPPING) EL fi8650 ii TREE SHEETS FOR TREE LN I'SNS. 69C SOD BBC CUT 3B0 4. TREES ARE NOT R TREE ON TNIS SHEET FOR CLPRTIY. SEE r FILL (WITH CRUSHED STONE) ��^ ���1��` TOP OFWALL �- _ i �--------- .... TOP OFWALL EL fiB160 .. V _.... \ F/�j,. -- _- -PLANB - - - - - - EL682 SO �Cc .. _--_------ > ..... , WSE 68420 � /'\�' � I -III \ CUT % --/ sol WEST BANK / EAST BANK WEST BANK �- - A EAST BANK a 88o BIRD BBC FINF 3B0 � L (GRADE TO FIGRARADE PROPOSED _ _"—PROPOSED PER MANUFACTURER ---- (GRADE TO (GRADE TO '-•'' PANEL WALL DRAIN) DRAIN) PANEL WALL PROPOSED EL fi01 BO EL601% �.-1'y'• c PANEL WALL FINAL GRADE (GRADE TO DRAIN) PROPOSED PIER PROPOSED PIER EL 600 00 PROPOSED PIER (SEE NOTE 2) \ 7.OD' 30.00' (SEE NOTE 2) ROCR (SEE NOTE 2) 950' ... I `VARIES)+� V PERMANUFACTURER 67D 70 870 C70 LEGEND I I I I I I I I p-42'F�;,1•�y ' APPARE VTEX SO' APPARENTEX30' i W _ DRAINAGEIEASEMENT 1 - DRRINAGEIEASEMENTGeo�gecrh ¢ 61 - 1 - 0 E f �:0 BBC�o -Eo - o E f �� ...�,- 05/23/2024 13205 UNIVERSITY DR STE 300 I FORT WORTH, TX 76107 S� �% R v5 6TH AVENUE CHANNEL BASELINE 6TH AVENUE CHANNEL BASELINE 917 a 1700 1 TBPE REGISTERED FIRM NUMBER F-13 SECTION Ld 9+00.00 SECTION Q 10+00 00 CONSTRUCTION NOTES THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST N8 HOURS PRIOR TO EXCAVATING AT EACH LOCATION AT&T 000-92A-9420 FORT WORTH STORMWATER RELD OPERATIONS 111-8J1 -8296 2 2 FORT WORTH T&PW 01]-392-1234 ATMOS ENERGY (w,ll'wm Eay®atmoae 9y.com) 01]-929-06p3 (WM DAY) w y ONCOR GAS & ELECTRIC B1J-216-621A w ixU ENERGY 800-233-2133 ' 7( 700 70C 7W SBC TELEPHONE 01]-338-6619 H -� -1 CHARTER COMMUNICATIONS B1J-509-62J2, EXT 3363 �.6, = Z ALL OTHER FACILITIES 000-01G-TESS u fER6E EY4'G N6V --- IeurArrr.P ° ` HORIZONTAL &VERTICAL CONTROL • FILL(CRUSHEDTO PING) WITH 1 FILL(CETE TO PING) WITH m I CONCRETE TOPPING) I CONCRETE TOPPING) LIT(( = I �TOP OF WALL ELfiBfi 30 390 B90 -- CUT w "�`----------- CUT WA WSE 607 70 39f1 F EL 608 n.n -- -- y m — —WEE 11190 dL> �� : ----,-^.�--- % A:1 -----------' _�\T\}---- / WEST BANK / O� EAST BANK WEST BANK / EAST BANK RE 07 R NO. SD-0669 N III - CITY PRN0. 103069 PROPOSED �I AD NO. 52MAPSC0 NO. - BRANDON CHANNEL 73-P; 6TH AVE CHANNEL 90-V - PANEL WALL FINAL GRADE TO DRAIN) PLUMMER NO. 318-073-01 680880 BBC EL 11170 3B0 g PROPOSED FINAL GRADE PANEL WALL (GRADE TO DRAIN) PROPOSED PIER EL 883 00 (SEE NOTE 2)� 850. CITY OF FORT WORTH, TEXAS PROPOSED PIER .. TRANSPORTATION AND PUBLIC WORKS U (SEE NOTE 2) TRANSPORTATION PROGRAMMING ti _ & CAPITAL PROJECTS DIVISION O w APPARENFEX 30' APPARENTEX30' TWO CHANNELS PROJECT a 1 DRAINAGE EASEMENT I li DRAINAGE EASEMENT li W - 6TH AVENUE CHANNEL `"2 0 —N) 0 * �..� BBSO _ _ 0 * 10 jw 57016THAVENUE NOTE: CHANNEL SECTIONS III U FROMSTA 11+00TOSTA 11+20THANSITION FAST NOTE STATIONS 9+00, 10+00, 11+00 AND 12+00 BTH AVENUE CHANNEL BASELINE MNKSLOPE FROM 21 TO3:1 TRANSITION TO BTH AVENUE CHANNEL BASELINE FROM STA 12+BO TO STA 13+00 C) B SECTION Q 11+00.00 EXISTING GRADE BEHIND STA 11+00 FROM STA SECTION @ 12+00.00 SLOPE FAST BANK AS SAT 31HOWFROM N DESIGNED: GF SCP1E: WTE: SHEET 11+ TO STA 12i005LOPEB NKA 31 TOE TO DAYLIGHT K DRAWN: WE AS SHOWN NOVEMBER 2023 24 OF 38 AD3-4 BAR IS ONE INCH GNEVISIONS ORIGINAL DRAWING f-m nF FORT WORTH STAu1aRn u0TF5: C. THE LOCATION AND DIMENSIONS OF EXISTING D. THE CONTRACTOR SHALL MAKE ALL THE NECNECESSNiY E. THE CONTRACTOR SHALL VERIFY THE ELEVATION 5 25 0 5 10 c URLRIES SHOWN ON THE PLANS ARE PROV1510NS FOR THE SUPPORT, LOCATING, PROTECGON, AND CONFIGURATION OF ALL EXISTING UTILITY A. THE CONTRACTOR SHALL PROTECT ALL PRIVATE PROPERtt RELOCATION, AND TEMPORARY RELOCATION OF ALL-x-x-x-x i xa �,�l saRnpx0 ONE INCH CONSTRUCTION.RESPONSIBLE FOR ANY DAMAGE DURING U11PLmXCOMPANIES RECOINATE AND WERE RDSNREIS FROM iHERGROUND DURINGUCONSTBOTHRUCG�TH AN CONTSLOWRACTOR VERIHCATION SHAH BECONSIDEREDSUBSIDIARY 5 ZOR Z.OSGALE 5^ = 5' 10 1 Q PER ADpExpux x0. 4 LAM — AND CONTRACTOR'S SOLE RESPONSIBILITY TO IS ftESPONSIBIE FOR ALL DAMAGES AS A RESULT OF TO THE COST OF CONSTRUCTION (NO SEPARATE i 2 Q B. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL NOTES VERIFY LOCATION DEPTH AND DIMENSION OF CONSTRUCTION OPERATIONS AND NO ADDITIONAL PAY ALLOWED). xVERT.•SCALE 1" = 5' 4 Q NOTE EXISTING UTIUTES PRIOR TO CONSTRUCTION. M N LL �� 710 710 710 V710 MV.& 2 Z 1. REFER TO SHEETS 8 AND 9 FOR CROSS SECTION LOCATIONS ALONG CHANNEL. 2. CONCRETE PANEL WALL AND PIERS SHALL BE DESIGNED AND SEALED BY A TEXAS P.E. BY THE MANUFACTURER. SEE SPECIFICATIONS. 2 2 3. THE WATER SURFACE ELEVATIONS (WSE) SHOWN ARE THE POST CONSTRUCTION MODELED WATER SURFACE ELEVATIONS. .-. 700 70C 700 4. TREES ARE NOT SHOWN ON THIS SHEET FOR CIPRm. SEE EX4'LWAbV TREE SHEETS FOR TREE LOCATIONS. (/'VNFFAC£ FILL(CRUSHEDSTJNEWTTIN Et �lX4M� FILL STONE WITH CONCRETE TOPPING) IX4'LN4IN GNTf£/KL r EXO'G.9bV [AR'f NCE PER PLANS .. ICONCRETE TOPPING) .... ... ..... ..... ...... .... ILI'1 LbWY E TOP OF WALL TOP OFWALL EL 69130 CUT EL 69000 CUT ------- _�--�_ y WSE88920 ._________ \\r\, �` ;_ME 69040 1/ � l-___________ SOIL IIII 3 89C___________ __ I SCu PER MANUFACTURER 390 C WEST BANK EAST BANK y A U _ WESTBANK V� i I EAST BANK PROPOSED x PANEL WALL :...1'.:., w FINAL GRADE(GRADE TO DRAIN) •` O PROPOSED EL fi0] 25 ROCK" z r PANEL WALL FINAL GRADE(GRADE TO DRAIN) PPERO(SEE � `VARSED EESI „I 0 EL GBS]0 NOTE 2) A PER MANUFACWRER a6E 660 w Beo LEGEND PROPOSED PIER T.00' 6.00' (BEE NOTE 2)T� > I > I I I APVARENTEX30' 1 APPAREN7EX30' DRAINAGE EASEMENT I, DRAINAGE EASEMENT I, ¢ 67,. — 6 — 0 70 87L0 — �o — 0 5 % IND WESTBANK 690 680 6TH AVENUE CHANNEL BASELINE NOTE 0 SECTION @ 13+00 OG FROM STA 13+00 TO STA 14+00 SLOPE EAST BANK AT 31 FROM id 2 S E !'q&N EX4'GWNN [M'FFAYE � LbW'fEM10E CU. WE E 89210 710 710 EX4'CFA LAKifM 700 70C EAST RANK WEST BANK 690 69C 680 65C NOTE 6TH AVENUE CHANNEL BASELINE FROM STA 14+80 TO STA 15+00 TRANSITION B SECTION @ 15+00.00 EAST BANK SLOPE FROM 31 TO 21 BEYOND STA 15+00 TRANSITION TO EXISTING SLOPE 6TH AVENUE CHANNEL BASELINE NFROTE SECTION @ 14+00 GO OM EA 14+00 TO STA 15+00 SLOPE EAST BANK AT 31 FROM TOE TO DAYLIGHT AS SHOWN 6TH AVENUE CHANNEL BASELINE SECTION @16+00.00 b,o ®®® Geol-ge fah 05/23/2024 �I,'�.R 1320 S UNIVERSm DR, STE 3001 FORT WORTH, TX 76107 /(`('ITT/T1911177R,�BTai 1(7001i0 111 TTBPE REG15TERED FIRM NUMBER F 13 THE CONTRACTOR SHALL l,'ON�IACI TCE FULLO­MSLEAET 48 HOURS PRIOR TO EXCAVATING AT EACH LOCATION 710 — BOO-924-9420 FORT WORTH STORMWATER FELD OPERATIONS 81J-8J 151RR FORT WORTH T 017-392-1234 ATMOS ENERGY(W:II;am Eay®atmoae gy. .' 01J-929-1411 1*1 DAY) ONCOR GAS &ELECTRIC B1J-215-6214 TXV ENERGY 800-233-2133 SEC TELEPHONE 01J-330-6619 CHARTER COMMUNICATIONS 01J-509-62]2, EXT 3363 ALL OTHER FACILNIEE 101—DIG— 11 HORIZONTAL & VERTICAL CONTROL 700 BANK 390 Fl<F SD-0889 CITY Y PROJECT N0. 103089 MAPSCO NO. - BRANDER CHANNEL 73-P; 6TH AVE CHANNEL BO-V PLUMMER N0. 318-07318-0]3-01 CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS F- 6e0 TRANSPORTATION PROGRAMMING ti & CAPITAL PROJECTS DIVISION 2 a TWO CHANNELS PROJECT a w 6TH AVENUE CHANNEL _g70 3J 57016TH AVENUE CHANNEL SECTIONS IV U STATIONS 13+00, 14+00, 15+00 AND 16+00 O DESIGNED: GF SCALE: DATE: SHEET DRAWN: WE I AS SHOWN I NOVEMBER 2023 125 OF 38 AD3-5 BAR IS ONE INCH ON ORIGINAL DRAWING ONE INCH SW LOOP 820 16+45 SERVICE RD 666y , 81 16+00 1 ❑ 6 1 II I 30 : 30 60 E� E IVfo—J .15 . GRAPHIC SCALE 1" = 30' II II I L � � 89 I w2 85 I 1 II o 503 � \ riry nc mRr wnRTH v4NDAxD NOTES: 1. THE CONTRACTOR SHALL PROTECT ALL PRIVATE PROPERTY AND IS I 504 f Q / \ \ RESPONSIBLE FOR ANY DAMAGE DURING CONSTRUCTION. 2. THE CONTRACTOR SHALL RESPONSIBLE FOR P11 NOTES OUTLINED 1 � / / 505 82 508 507 8.2 \ \ \ ON THE GENERAL CONSTRUCTION NOTES SHEET. 3. THE LOCATION AND DIMENSIONS OF EXISTING UTILIDES SHOWN ON 508 THE PUNS ARE APPROXIMATE AND WERE OBTAINED FROM UTILITY 00156 109 \\ COMPANIES RECORDS. I IS CONTRACTOR'S SOLE RESPONSIBILITY TO �5+p0 510 / \ PRIOR TO COLON DEPTH AND DIMENSION OF EXISTNG UTIU TIES \ 86 511 512 / \ 4. THE CONTRACTOR SHALL MAKE ALL THE NECESSARY PROVISIONS FOR THE SUPPORT, LOCATING, PROTECTION, RELOCATION, AND TEMPORARY `/ 513 \ AND STRUCTURES BOTH ABOVE AND RELOCATION OF ALL UTLITIES \ /514 8.3 \ BELOW THE GROUND DURING CONSTRUCTION. THE CONTRACTOR IS > \ � 5 / RESPONSIBLE FOR ALL DAMAGES AS A RESULT OF CONSTRUCTION OPERATIONS AND NO ADDITIONAL COMPENSATION WILL BE ALLOWED. \ / 5f I 517 51] \ 5SHALL . THE CONTRACTOR VVERIFYTHE ELEVATION AND CONFIGURATION OF ALL EXISTINGUTILITY ONES PRIOR TO CONSTRUCTION. SUCH \ / 51/A\ 518 / / \ VERIFICATION SHALL. BE CONSIDERED SUBSIDIARY TO THE COST OF CONSTRUCTION (NO SEPARATE PAY ALLOWED). 22 521 88\. 526 //4� A / 602fe 52917 496 / /. / \ \/T TRUELSON OR ) ✓ / 6 0 4. 524 532 \\ 542 - > \ \ 539 I / 492 > \ \\ 5134 / / �O /` .yl 535 / \ SOD 49f / I 49/ > \ 92 V 533 536 117 538 74 7B > > \ \ \ / / 93 / \ Al (l/(�\, / / 044' tlA5 \ ]9 I \ 59B 549 / 550 / / \ 117 \ - 1 551 630 I B31 633 9811 r]f] \ Y 552/�28 \ 6/2 634 91 > =0 562: - _ 55s > \ \ \ / 557 e _ / 7 558 � 3 1 565 657 660 I 658 665 ` > / I 97 662 0 > 0 \ \ \ o > > \ _ ----�- 411 I � I 1 I 10 I I .a, REVISIONS N0 �,�l —R- 1 Q F. AODFNWN u0. S AY m24 2 Q ] Q 7313; 1. CONTRACTOR SHALL RESTORE GRADE AND SEED TO ACCESS AND STAGING AREA UPON WORK COMPLETION. 2. CONTRACTOR SHALL SWEEP STREET AND MAINTAIN I CLEAN ONCE A WEEK, IN THE EVENT THAT TRUCKS AND EQUIPMENT TRACK SOIL ON N. 3. FOR TREE REMOVAL TABLE SEE SHEET 28. 4. FOR TREE TRIMMING REQUIREMENTS SEE GENERAL CONSTRUCTION NOTES. LEGEND / h \ LOCATIONOFTREE (.t I FOUND INTREE �W7 REMOVAL TABLE 'Rtv Geotge fah ®®® 05/23/2024 13205 UNIVERSITY DR, STE 3001 FORTWORTH, TX 76107 �% /(�('IT�I�/T1911J7R,�eTai 1(7T01i0111 TTBPE REG15TERED FIRM NUMBER F-13 THE CONTRACTOR SHALE l,'U ACI TCE FULLO-MSLEAST 48 HOURS PRIOR TO EXCAVATING AT EACH LOCATION AT&T BOO-924-9420 FORT WORTH STORMWATER FIELD OPERATIONS 817-871-8296 FORT WORTH T&PW 817-392-1234 FO OS ENERGY (w,ll'iam EayO.tmoa—9Y.com) 01J-921 1011 1w1 DAY) ONCOR GAS &ELECTRIC 61J-215-6214 TOO ENERGY 800-233-2133 SEC TELEPHONE '17-338-6619 CHARTER COMMUNICATIONS 61J-509-6272, EXT 3363 ALL OTHER FACILITIES 800—DIG—TESS HORIZONTAL & VERTICAL CONTROL FILE N0. SD-0669 CITY PROJECT NO. 1OW69 RD NO. 52007 MAPS NO. - BRANDER CHANNEL 73-P; 6TH AVE CHANNEL 90-V PLUMMER NO. 318-073-01 CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS TRANSPORTATION PROGRAMMING & CAPITAL PROJECTS DIVISION TWO CHANNELS PROJECT 6THAVENUE CHANNEL 5701 6THAVENUE TREE PLAN II DESIGNED: GF I SCALE: DAIS: SHEET DRAWN: WE AS SHOWN NMM13ER 2023 27 OF 38 AD3-6 00 42 43 BID PROPOSAL Page 1 of 3 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidtist Item Description Specification Unit of Bid Unit Price Bid Value No Section No. Measure Quantity (Unit I - BranOn Channel Maintenance I-1 0170.0100 Mobilization 01 70 00 LS 1 S $ I-2 0171.0101 Construction Staking 01 7123 LS 1 $ $ I-3 0171.0102 As -Built Survey 01 71 23 LS 1 $ $ I-4 3110.0101 Site Clearing 31 1000 LS 1 $ $ I-5 3110.0102 6"42" Tree Removal 31 1000 EA 4 $ $ I-6 3110.0103 12"-18" Tree Removal 31 1000 EA 7 $ $ 1-7 3110.0104 18"-24" Tree Removal 31 1000 EA 1 $ $ 1-8 3123.0101 Unclassified Excavation by Plan 3123 16 CY 1,750 $ $ I-9 3125.0101 SWPPP > 1 acre 31 25 00 LS 1 $ $ I-10 3137.0103 Large Stone Riprap, grouted 31 37 00 SY 220 $ $ I-11 3292.0100 Block Sod Placement 3292 13 SY 320 $ $ I-12 3292.0400 Seeding, Hydromulch 3292 13 SY 2,895 $ $ 1-13 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 5 $ $ I-14 3471.0001 Prepare and Implement Traffic Control Plan 34 71 01 LS 1 $ $ 1-15 3471.0002 Portable Message Sign 3471 13 WK 12 $ $ I-16 3471.0003 Traffic Control Details 3471 13 EA 1 $ $ I-17 9999.0001 Provide and Implement Barricades and Traffic Control 99 99 00 MO 6 $ $ I-18 9999.0002 Video Project Area 99 99 00 LS 1 $ $ I-19 9999.0003 Provide and Install Reinforced Concrete Piers (4,000 psi concrete) 99 99 00 VLF 1,612 $ $ 1-20 9999.0004 Provide and Install Reinforced Concrete Columns (4,000 psi concrete) 99 99 00 VLF 595 $ $ I-21 9999.0005 Provide and Install Reinforced Concrete Panels (1-3 feet height) 4,000 psi concrete 99 99 00 LF 100 $ $ I-22 9999.0006 Provide and Install Reinforced Concrete Panels (3-6 feet height) 4,000 psi concrete 99 99 00 LF 840 $ $ I-23 9999.0007 Concrete Topping 99 99 00 LS 1 $ $ I-24 9999.0008 Implement Tree Protection and Pruning 99 99 00 EA 82 $ $ I-25 9999.0009 Construction Entrance 99 99 00 EA 1 $ $ I-26 9999.0010 Trash and Non -Native Debris Removal 99 99 00 LS 1 $ $ 1-27 9999.0011 Site Restoration of Construction Staging Area 99 99 00 LS 1 $ $ I-28 9999.0012 Supply and Install Additional 4,000 psi Concrete as Directed by Owner 99 99 00 CY 100 $ $ I-29 9999.0013 Provide and Install Reinforced Concrete Panels (>6 feet height) 4,000 psi concrete 99 99 00 LF 120 $ $ I-30 9999.0014 Construction Allowance (Stormwater) 99 99 00 LS 1 $100,000.00 $100,000.00 Subtotal Unit I: $ CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 BRANDON CHANNEL, 6TH AVENUE CHANNEL CITY PROJECT NO. 103066 00 4100 Bid Pmp... I Workbook_20240422 ATTACHMENT ADI-I 00 42 43 BID PROPOSAL Page 2 of 3 Project Item Information Bidder's Proposal Bidlbt Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity (Unit H - 6th Wenue Channel Maintenance 11-1 0170.0100 Mobilization 01 70 00 LS 1 $ $ 11-2 0171.0101 Construction Staking 01 71 23 LS 1 $ $ II-3 0171.0102 As -Built Survey 01 71 23 LS 1 $ $ I1-4 3110.0101 Site Clearing 31 1000 LS 1 $ $ II-5 3110.0102 6"42" Tree Removal 31 1000 EA 25 $ $ H-6 3110.0103 12"-18" Tree Removal 31 1000 EA 2 $ $ 11-7 3110.0104 18"-24" Tree Removal 31 1000 EA 2 $ $ 11-8 3123.0101 Unclassified Excavation by Plan 3123 16 CY 1,950 $ $ H-9 3125.0101 SWPPP > 1 acre 31 25 00 LS 1 $ $ II-10 3292.0100 Block Sod Placement 3292 13 SY 50 $ $ II-11 3292.0400 Seeding, Hydromulch 3292 13 SY 450 $ $ U-12 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 5 $ $ II-13 3471.0001 Prepare and Implement Traffic Control Plan 34 71 01 LS 1 $ $ 11-14 3471.0002 Portable Message Sign 3471 13 WK 12 $ $ 1I-15 3471.0003 Traffic Control Details 3471 13 EA 1 $ $ II-16 9999.0001 Provide and Implement Barricades and Traffic Control 99 99 00 MO 6 $ $ II-17 9999.0002 Video Project Area 99 99 00 LS 1 $ $ II-18 9999.0003 Provide and Install Reinforced Concrete Piers (4,000 psi concrete) 99 99 00 VLF 3,760 $ $ U-19 9999.0004 Provide and install Reinforced Concrete Columns (4,000 psi concrete) 99 99 00 VLF 1,650 $ $ H-20 9999.0005 Provide and Install Reinforced Concrete Panels (1-3 feet height) 4,000 psi concrete 99 99 00 LF 100 $ $ 11-21 9999.0006 Provide and Install Reinforced Concrete Panels (3-6 feet height) 4,000 psi concrete 99 99 00 LF 1,435 $ $ 1I-22 9999.0007 Concrete Topping 99 99 00 LS 1 $ $ H-23 9999.0008 Implement Tree Protection and Pruning 99 99 00 EA 195 $ $ II-24 9999.0009 Construction Entrance 99 99 00 EA 1 $ $ II-25 9999.0010 Trash and non-native debris removal 99 99 00 LS 1 $ $ U-26 9999.0011 Site Restoration of Construction Staging Area 99 99 00 LS 1 $ $ II-27 9999.0012 Supply and install additional 4,000 psi concrete as directed by owner 99 99 00 CY 100 $ $ 11-28 9999.0013 Provide and Install Reinforced Concrete Panels (>6 feet height) 4,000 psi concrete 99 99 00 LF 200 $ $ II-29 9999.0014 Construction Allowance (Stormwater) 99 99 00 LS 1 $100,000.00 $100,000.00 Subtotal Unit H: $ BRANDON CHANNEL, 6TH AVENUE CHANNEL CITY OF FORT WORTH CITY PROJECT NO. 103066 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00 4100 Bid Proposal Workbook_20240422 Revised 9/30/2021 ATTACHMENT ADI-I 00 42 43 BID PROPOSAL Page 3 of 3 Bidlist Item No. Unit I: Brandon Channel Maintenance Unit 11: 6th Avenue Channel Maintenance Project Item Information Description Bid Summary Base Bid END OF SECTION Specification Unit of I Bid Section No. Measure I Quantity Bidder's Proposal Unit Price Bid Value Total Base Bid $ Total Bid $ BRANDON CHANNEL, 6TH AVENUE CHANNEL CITY OF FORT WORTH CITY PROJECT NO. 103066 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00 4100 Bid Proposal Workbook_20240422 Revised 9/30/2021 ATTACHMENT ADIA C �I� I Engineering April 11, 2024 Plummer Associates, Inc. 1320 S, University Drive, Suite 300 Fort Worth, Texas 76107 Attn: Mr. George Farah, P.E. RE: ADDENDUM 2 TO CMJ REPORT NO.425-21-58 (Revised) CHANNEL REHABILITATION PROJECT 6TH AVE. (TRUELSON) AND BRANDON LN. (GUADALUPE) CHANNELS FORT WORTH, TEXAS Dear Mr. Farah: CMJ performed the geotechnical investigation for the existing drainage channel refurbishing project to include the 6th Avenue (Truelson) Channel located between 1H-20 and Edgecliff Road and the Brandon (Guadalupe) Channel located west of Brandon Lane, north of Bangor Drive in Fort Worth, Texas and presented the results in CMJ Report No. 425-21-58 (Revised) dated April 13, 2022. Additional recommendations for a deep foundation system have been requested for the planned wall systems along both the 6th Avenue (Truelson) and Brandon (Guadalupe) Channels. This information was requested via email from Ms. Caitlyn Allen, EIT dated April 1, 2024. Straight drilled and reinforced concrete shafts penetrating the gray limestone and shale offer a positive foundation system and are recommended. Recommendations presented below for each channel site (see Plates A.1 g and A.1 C of the referenced report). Straight Drilled and Reinforced Concrete Shaft Design Parameters 61" Avenue (True lson) Channel (Borings B-6 through B-10) Recommendations and parameters for the design of cast -in -place straight -shaft drilled piers are outlined below. Specific recommendations for the construction and installation of the drilled piers are included in the following section, and shall be followed during construction. Bearing Stratum Gray SHALE wl occasional limestone seams Depth of Bearing Stratum: Approximately 16 to 20 feet below existinq grades Required Penetration: All piers should penetrate into the bearing stratum a minimum of 3 feet. Allowable End Bearing Capacity: 16,000 psf CMJ Engineering p: 817.284.9400 f: 817.589,9993 7636 Pebble Drive Fort Worth, TX 76118 www.cmjengr.com ATTACHMENT AD1-2 CMJ ENGINEERING, INC. Plummer and Associates, Inc. Addendum 2 CMJ Project No. 425-21-58 (Revised) April 11, 2024 Page 2 of 5 Allowable Skin Friction: Applicable below a minimum penetration of 3 feet into gray shale and below any temporary casing: 2,600 psf for compressive loads and 1,950 psf for tensile loads. Brandon (Guadalupe) Channel (Borings B-11 through 13-14) Recommendations and parameters for the design of cast -in -place straight -shaft drilled piers are outlined below. Specific recommendations for the construction and installation of the drilled piers are included in the following section, and shall be followed during construction. Bearing Stratum Gray LIMESTONE wl shale seams and layers Depth of Bearing Stratum: Approximately 10 to 13 feet below existing grades Required Penetration: All piers should penetrate into the bearing stratum a minimum of 3 feet. Allowable End Bearing Capacity: 30,000 psf Allowable Skin Friction: Applicable below a minimum penetration of 3 feet into gray limestone and below any temporary casing: 4,800 psf for compressive loads and 3,300 psf for tensile loads. The above values contain a safety factor of three (3). Penetrations greater than the minimum penetration may be required to develop additional skin friction and/or uplift resistance. Drilled shafts should extend through any shaly clay or clayey shale layers and bear only in competent, unweathered gray shale or limestone. It should be anticipated that ground -water seepage above the bearing stratum may be encountered during installation of all the straight shafts in the channel bottom and temporary casing could be required for proper installation. In order to develop full load carrying capacity in skin friction, adjacent shafts should have a minimum center -to -center spacing of 3 times the diameter of the larger shaft. Closer spacing may require some reductions in skin friction and/or changes in installation sequences. Closely spaced shafts should be examined on a case -by -case basis. As a general guide, the design skin friction will vary linearly from the full value at a spacing of 3 diameters to 50 percent of the design value at 1.0 diameter. ATTACHMENT AD1-2 CMJ ENGINEERING, INC. Plummer and Associates, Inc. Addendum 2 CMJ Project No. 425-21-58 (Revised) April 11, 2024 Page 3 of 5 We recommend a minimum pier diameter of 18 inches. Settlements for properly installed and constructed straight shafts in the gray shale or limestone will be primarily elastic and are estimated to be 8/ inch. Differential settlement between adjacent piers is estimated at'/z inch or less. Lateral Load Design Parameters (LPile) Drilled shaft design parameters for use with LPile based on our laboratory test results are presented in Table 1 together with our recommended design stratigraphy. Lateral shaft resistance of clays should not be considered within the overlying soils due to the potential for shrinkage cracks forming along the sides of the drilled shafts or possible channel erosion. TABLE 1 - RECOMMENDED LATERAL LOAD DESIGN VALUES Design Total Uniaxial Design Location Soil Type Unit Weight Compressive e5a E (psi) (pcf) Strength (psi) 5th Avenue (Truelson) 140 110 0.0005 le 1x104 Channel (avgrRQD = 85%) Brandon (Guadalupe) Gray Limestone a 140 210 0.0001 2x10 Channel (avg. ROD = 85%) Soil Induced Uplift Loads The drilled shafts could experience tensile loads as a result of post construction heave in the site soils. The magnitude of these loads varies with the shaft diameter, soil parameters, and particularly the in -situ moisture levels at the time of construction. In order to aid in the structural design of the reinforcement, the reinforcement quantity should be adequate to resist tensile forces based on soil adhesion equal to 1,700 psf acting over the upper 8 feet of the pier shaft for the Eith Avenue (Truelson) Channel and 1,800 psf acting over the upper 8 feet of the pier shaft for the Brandon (Guadalupe) Channel. This load must be resisted by the dead load on the shaft, continuous vertical reinforcing steel in the shaft, and a shaft adhesion developed within the bearing strata as previously discussed. In order to aid in the structural design of the reinforcement, minimum reinforcing should be equal to 0.5 percent of the shaft area. ATTACHMENT AD1-2 CMJ ENGINEERING, INC. Plummer and Associates, Inc. Addendum 2 CMJ Project No. 425-21-58 (Revised) April 11, 2024 Page 4 of 5 Drilled Shaft Construction Considerations Drilled pier construction should be monitored by a representative of the geotechnical engineer to observe, among other things, the following items: a Identification of bearing material Adequate penetration of the shaft excavation into the bearing layer The base and sides of the shaft excavation are clean of loose Cuttings If seepage is encountered, whether it is of sufficient amount to require the use of temporary steel casing. If casing is needed it is important that the field representative observe that a high head of plastic concrete is maintained within the casing at all times during their extraction to prevent the inflow of water Precautions should be taken during the placement of reinforcing steel and concrete to prevent loose, excavated soil from falling into the excavation. Concrete should be placed as soon as practical after completion of the drilling, cleaning, and observation. Excavation for a drilled pier should be filled with concrete before the end of the workday, or sooner if required to prevent deterioration of the bearing material. Prolonged exposure or inundation of the bearing surface with water will result in changes in strength and compressibility characteristics. If delays occur, the drilled pier excavation should be deepened as necessary and cleaned, in order to provide a fresh bearing surface. Excavations for the shafts should be maintained in the dry. It should be anticipated that ground- water seepage may be encountered during shaft installation of all straight shafts in the channel bottom and that temporary casing could be required for all straight shafts for proper shaft installation. The casing should be seated below the zone of seepage with all water and most loose material removed prior to beginning the design penetration. Care must then be taken that a sufficient head of plastic concrete is maintained within the casing during extraction. The concrete should have a slump of 6 inches plus or minus 1 inch. The concrete should be placed in a manner to prevent the concrete from striking the reinforcing cage or the sides of the excavation. Concrete should be tremied to the bottom of the excavation to control the maximum free fall of the plastic concrete to less than 16 feet or focus the concrete between reinforcing steel to prevent segregation. A drilling rig of sufficient size and weight will be necessary for drilling and/or coring through the hard layers to reach the desired bearing stratum and achieve the required penetration. Shaft ATTACHMENT AD1-2 CMJ ENGINEERING, INC. Plummer and Associates, Inc. Addendum 2 CMJ Project No. 425-21-58 (Revised) April 11, 2024 Page 5 of 5 excavations should be performed with equipment suitable to perform this work by a contractor experienced in the area. In addition to the above guidelines, the specifications from the Association of Drilled Shaft Contractors Inc. "Standards and Specifications for the Foundation Drilling Industry" as Revised 1999 or other recognized specifications for proper installation of drilled shaft foundation systems should be followed. Closure We appreciate the opportunity to provide these additional recommendations for the above referenced project. Should questions arise on information contained herein, please contact us. Respectfully submitted, CMJ ENGINEERING, INC. TEXAS FIRM REGISTRATION No. F-9177 JameFenti ppington IV, P.E. Presi Texas No. 97402 copies submitted: (1) Mr. George Farah, P.E.; Plummer Associates, Inc. (email) ATTACHMENT AD1-2 0011 13 INVITATION TO BIDDERS Pagel of 4 �y x40 I 11701Ih1FfER] INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of Brandon Channel, 6' Avenue Channel, City Project No. 103066 ("Project") will be received for the City of Fort Worth via the Procurement Portal httl)s:Hfortworthtexas.bonfirehub.com/portal/?tab=oi)en0pportunities, under the respective Project until 2:00 P.M. CST, Thursday, May 16, 2024 as further described below: Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: httDs:Hfortworthtexas.bonfirehub.com/Dortal/?tab=oi)en0pportunities Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non -responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. SUPPORT For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en- us Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com) CITY OF FORT WORTH BRANDON CHANNEL, 6TH AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 103066 Revised 1/17/24 F:\projects\0318\073-01\9 Design\9-4 Project Manual_ Specification\100%\DIV 00 General Conditions\00 11 13_Invitation to Bidders_ BONFIRE_ Use if advertising after 2023- 01-Ol.docx 0011 13 INVITATION TO BIDDERS Page 2 of 4 Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: • Construct approximately 1,890 VLF of concrete piers • Construct approximately 2,245 VLF of concrete columns • Construct approximately 200 LF of concrete panels 1-3 feet in height • Construct approximately 2,275 LF of concrete panels 3-6 feet in height • Replace approximately 3,715 SY of grass through block sod or hydromulch • Repair portions of the drainage channel through providing and placing approximately 220 SY of riprap PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre -qualified by the City at the time of bid opening. The procedures for qualification and pre -qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal https:Hfortworthtexas.bonfirehub.com/portal/?tab=ol3en0pportanities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes" under the Intent to Bid section. All Addenda will be posted in the Procurement Portal htti)s:Hfortworthtexas.bonfirchub.com/portal/?tab=oi)en0DDortunities, under the respective Project. PREBID CONFERENCE — Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: Tuesday, April 30, 2024 TIME: 10 AM (WebEx link to be provided in Addendum #1) Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY OF FORT WORTH BRANDON CHANNEL, 6TH AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 103066 Revised 1/17/24 F:\projects\0318\073-01\9 Design\9-4 Project Manual_ Specification\100%\DIV 00 General Conditions\00 11 13_Invitation to Bidders_ BONFIRE_ Use if advertising after 2023- 01-Ol.docx 0011 13 INVITATION TO BIDDERS CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. ADVERTISEMENT DATES Thursday, April 18, 2024 Thursday, April 25, 2024 END OF SECTION Page 3 of 4 CITY OF FORT WORTH BRANDON CHANNEL, 6TH AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 103066 Revised 1/17/24 F:\projects\0318\073-01\9 Design\9-4 Project Manual_ Specification\100%\DIV 00 General Conditions\00 11 13_Invitation to Bidders_ BONFIRE_ Use if advertising after 2023- 01-Ol.docx 0021 13 INSTRUCTIONS TO BIDDERS SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms Page 1 of 9 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making electronic Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre -qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven () calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalifcation requirement work types and documentation are available by accessing all required files through the City's website at: htti)s:Happs. fortworthtexas.2ov/Proi ectResources/ CITY OF FORT WORTH BRANDON CHANNEL, 6TH AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 103066 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 3.1.1. Paving — Requirements document located at: httDs:Happs. fortworthtexas.2ov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPreaualification/TPW%2OPavinsz %20Contractor%2OPreaualification%2OProRram/PREQUALIFICATION%20REO UIREMENTS%20FOR%2OPAVING%2000NTRACTORS. i)df 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: htti)s:Happs. fortworthtexas. tiov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPreaualification/TPW%2ORoadwa v%20and%2OPedestrian%2OLi 2htin2%2OPreaualification%2OPro 2ram/STREET% 20LIGHT%20PREQUAL%20REOMNTS.Ddf 3.1.3. Water and Sanitary Sewer — Requirements document located at: httns:Havns. fortworthtexas.2ov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPreaualification/Water%20and%2 OSanitarv%2OSewer%2OContractor%2OPreaualification%2OProaram/W S S%20pre aual%20reauirements.Ddf 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be rcquircd within various sections of the Contract Documents. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: CITY OF FORT WORTH BRANDON CHANNEL, 6Ta AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 103066 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 9 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.5. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.6. Should perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.7. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima -facie evidence that the Bidder has made the investigations, examinations and tests herein required. CITY OF FORT WORTH BRANDON CHANNEL, 6TH AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 103066 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 4.1.8. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.1.9.Indicate their intent to bid by selecting "yes" in the Procurement Portal under the Intent to Bid section. You must indicate your intent to bid to be able to submit a bid to the City. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4. Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. CITY OF FORT WORTH BRANDON CHANNEL, 6TH AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 103066 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City electrically through the Vendor Discussions section under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=or)enOpportunities on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications shall be posted under the respective Project via the Procurement Portal htti)s://fortworthtexas.bonfirehub.com/i)ortal/?tab=or)enOpportunities 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security CITY OF FORT WORTH BRANDON CHANNEL, 6TH AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 103066 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non -responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: httDs:Hcodelibrarv.amle2al.com/codes/ftworth/latest/ftworth tx/0-0-0-22593 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. CITY OF FORT WORTH BRANDON CHANNEL, 6TH AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 103066 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 12.2. All blanks on the Bid Form must be completed and the Bid Form signed electronically or signed in ink and scan. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal httDs:Hfortworthtexas.bonfirehub.com/Dortal/?tab=onen0nnortunities. CITY OF FORT WORTH BRANDON CHANNEL, 6TH AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 103066 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. CITY OF FORT WORTH BRANDON CHANNEL, 6TH AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 103066 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at httiDs://www.ethics.state.tx.us/data/forms/1295/1295.iDdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. CITY OF FORT WORTH BRANDON CHANNEL, 6TH AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 103066 Revised/Updated 1/17/24 00 35 13 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. Form CIQ (Conflict of Interest Questionnaire) (state.tx.us) httDs://www.ethics. state.tx. usldata/forms/conflict/C IS. odf ❑ CIQ Form does not apply CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary ❑ CIS Form does not apply ❑ CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: By: µre r� t�t�` l�-T 2 Signature: v " l Title: "0414 �i 1 rJ�t '�ru^7vC END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 0041 00 Bid Proposal Workbook_06282023 0041 00 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: Brandon Channel, 6th Avenue Channel City Project No.: 103066 Units/Sections: ALL 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 Brandon and 6th ave 00 41 00 Bid Proposal Workbook 20240523 0041 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Concrete Piers. b. Concrete Columns. c. Concrete Panels (1-3 feet in height). d. Concrete Panels (3-6 feet in height). e. Rock Riprap Repair. f. - M h. - 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 365 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 Brandon and 6th ave 00 41 00 Bid Proposal Workbook 20240523 0041 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items Total Base Bid Alternate Bid Total Bid 7. Bid Submittal This Bid is submitted on Res octfffullyu Jd,A By: (Signature) (Printed Name) Title: Managing Partner Company: Klutz Construction, LLC Address: P.O. Box 185 Kennedale, Texas 76060 State of Incorporation: Texas Email: charlie@klutzconstruction.com Phone: 817-561-5591 END OF SECTION $3, 584, 641.00 by the entity named below. IReceipt is acknowledged of the Initial following Addenda: JAddendum No. 1: GM 1- JAddendum No. 2: V- JAddendum No. 3: JAddendum No. 4: 1 Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 Brandon and 6th ave 00 41 00 Bid Proposal Workbook 20240523 00 42 43 BID PROPOSAL Page 1 of 3 SECTION 00 42 43 PROPOSALFORM (UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidfist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity Unit I - Brandon Channel Maintenance I-1 0170.0100 Mobilization 01 70 00 LS 1 $ 74,000.00 $ 74,000.00 I-2 0171.0101 Construction Staking 01 71 23 LS 1 $ 16,000.00 $ 16,000.00 I-3 0171.0102 As -Built Survey 01 71 23 LS 1 $ 4,000.00 $ 4,000.00 I-4 3110.0101 Site Clearing 31 1000 LS 1 $ 38,000.00 $ 38,000.00 I-5 3110.0102 6"42" Tree Removal 31 1000 EA 4 $ 900.00 $ 3,600.00 I-6 3110.0103 12"-18" Tree Removal 31 1000 EA 7 $ 2,200.00 $ 15,400.00 I-7 3110.0104 18"-24" Tree Removal 31 1000 EA 1 $ 3,700.00 $ 3,700.00 I-8 3123.0101 Unclassified Excavation by Plan 3123 16 CY 1,750 $ 92.00 $ 161,000.00 I-9 3125.0101 SWPPP > 1 acre 31 2500 LS 1 $ 8,200.00 $ 8,200.00 I-10 3137.0103 Large Stone Riprap, grouted 31 3700 SY 220 $ 436.00 $ 95,920.00 I-11 3292.0100 Block Sod Placement 3292 13 SY 320 $ 14.00 $ 4,480.00 I-12 3292.0400 Seeding, Hydromulch 3292 13 SY 2,895 $ 3.00 $ 8,685.00 I-13 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 5 $ 2,600.00 $ 13,000.00 I-14 3471.0001 Prepare and Implement Traffic Control Plan 34 71 01 LS 1 $ 1,000.00 $ 1,000.00 I-15 3471.0002 Portable Message Sign 3471 13 WK 12 $ 750.00 $ 9,000.00 I-16 3471.0003 Traffic Control Details 3471 13 EA 1 $ 1,100.00 $ 1,100.00 I-17 9999.0001 Provide and Implement Barricades and Traffic Control 99 99 00 MO 6 $ 3,100.00 $ 18,600.00 I-18 9999.0002 Video Project Area 99 99 00 LS 1 $ 1,000.00 $ 1,000.00 I-19 9999.0003 Provide and Install Reinforced Concrete Piers (4,000 psi concrete) 99 99 00 VLF 1,612 $ 198.00 $ 319,176.00 I-20 9999.0004 Provide and Install Reinforced Concrete Columns (4,000 psi concrete) 99 99 00 VLF 595 $ 264.00 $ 157,080.00 I-21 9999.0005 Provide and Install Reinforced Concrete Panels (1-3 feet height) 4,000 psi concrete 99 99 00 LF 100 $ 315.00 $ 31,500.00 I-22 9999.0006 Provide and Install Reinforced Concrete Panels (3-6 feet height) 4,000 psi concrete 99 99 00 LF 840 $ 462.00 $ 388,080.00 I-23 9999.0007 Concrete Topping 99 99 00 LS 1 $ 19,000.00 $ 19,000.00 I-24 9999.0008 Implement Tree Protection and Pruning 99 99 00 EA 82 $ 50.00 $ 4,100.00 I-25 9999.0009 Construction Entrance 99 99 00 EA 1 $ 26,000.00 $ 26,000.00 I-26 9999.0010 Trash and Non -Native Debris Removal 99 99 00 LS 1 $ 11,000.00 $ 11,000.00 I-27 9999.0011 Site Restoration of Construction Staging Area 99 99 00 LS 1 $ 20,000.00 $ 20,000.00 I-28 9999.0012 Supply and Install Additional 4,000 psi Concrete as Directed by Owner 99 99 00 CY 100 $ 518.00 $ 51,800.00 I-29 9999.0013 Provide and Install Reinforced Concrete Panels (>6 feet height) 4,000 psi concrete 99 99 00 LF 120 $ 396.00 $ 47,520.00 1-30 9999.0014 Construction Allowance (Stormwater) 99 99 00 LS 1 $ 100,000.00 $ 100,000.00 Subtotal Unit I: $1,651,941.00 BRANDON CHANNEL, 6THAVENUE CHANNEL CITY OF FORT WORTH CITY PROJECT NO. 103066 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00 41 00 Bid Proposal Workbook 20240523 Rensed 9/302021 ATTACHMENT AD3-1 00 42 43 BID PROPOSAL Page 2 of 3 Project Item Information Bidder's Proposal Item Bidfisto. Description Specification Unit of Bid unit Price Bid Value N Section No. Measure Quantity Unit H - 6th lvenue Channel Maintenance E-1 0 170.0 100 Mobilization 01 70 00 LS 1 $ 71,000.00 $ 71,000.00 II-2 0 17 1.0 101 Construction Staling 01 71 23 LS 1 $ 19,500.00 $ 19,500.00 E-3 0171.0102 As -Built Survey 01 7123 LS 1 $ 3,500.00 $ 3,500.00 II-4 3110.0101 Site Clearing 31 1000 LS 1 $ 51,500.00 $ 51,500.00 11-5 3110.0102 6"-12" Tree Removal 31 1000 EA 25 $ 850.00 $ 21,250.00 II-6 3110.0103 12"-18" Tree Removal 31 1000 EA 2 $ 2,150.00 $ 4,300.00 II-7 3110.0104 18"-24" Tree Removal 31 1000 EA 2 $ 3,600.00 $ 7,200.00 E-8 3123.0101 Unclassified Excavation by Plan 3123 16 CY 1,950 $ 81.00 $ 157,950.00 II-9 3125.0101 SWPPP > 1 acre 31 25 00 LS 1 $ 6,700.00 $ 6,700.00 II-10 3292.0100 Block Sod Placement 3292 13 SY 50 $ 16.00 $ 800.00 II-11 3292.0400 Seeding, Hydromulch 3292 13 SY 450 $ 16.00 $ 7,200.00 II-12 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 5 $ 2,600.00 $ 13,000.00 II-13 3471.0001 Prepare and Implement Traffic Control Plan 34 71 01 LS 1 $ 1,000.00 $ 1,000.00 II-14 3471.0002 Portable Message Sign 3471 13 WK 12 $ 600.00 $ 7,200.00 1I-15 3471.0003 Traffic Control Details 3471 13 EA 1 $ 1,050.00 $ 1,050.00 II-16 9999.0001 Provide and Implement Barricades and Traffic Control 99 99 00 MO 6 $ 3,100.00 $ 18,600.00 II-17 9999.0002 Video Project Area 99 99 00 LS 1 $ 1,000.00 $ 1,000.00 II-18 9999.0003 Provide and Install Reinforced Concrete Piers (4,000 psi concrete) 99 99 00 VLF 4,060 $ 113.00 $ 458,780.00 II-19 9999.0004 Provide and install Reinforced Concrete Columns (4,000 psi concrete) 99 99 00 VLF 1,770 $ 129.00 $ 228,330.00 1I-20 9999.0005 Provide and Install Reinforced Concrete Panels (1-3 feet height) 4,000 psi concrete 99 99 00 LF 100 $ 246.00 $ 24,600.00 II-21 9999.0006 Provide and Install Reinforced Concrete Panels (3-6 feet height) 4,000 psi concrete 99 99 00 LF 1,435 $ 348.00 $ 499,380.00 1I-22 9999.0007 Concrete Topping 99 99 00 LS 1 $ 6,300.00 $ 6,300.00 1I-23 9999.0008 Implement Tree Protection and Pruning 99 99 00 EA 195 $ 50.00 $ 9,750.00 11-24 9999.0009 Construction Entrance 99 99 00 EA 1 $ 27,200.00 $ 27,200.00 II-25 9999.0010 Trash and non-native debris removal 99 99 00 LS 1 $ 12,700.00 $ 12,700.00 II-26 9999.0011 Site Restoration of Construction Staging Area 99 99 00 LS 1 $ 15,000.00 $ 15,000.00 II-27 9999.0012 Supply and install additional 4,000 psi concrete as directed by owner 99 99 00 CY 100 $ 518.00 $ 51,800.00 II-28 9999.0013 Provide and Install Reinforced Concrete Panels (>6 feet height) 4,000 psi concrete 99 99 00 LF 315 $ 328.00 $ 103,320.00 II-29 9999.0014 Construction Allowance (Stormwater) 99 99 00 LS 1 $ 100,000.00 $ 100,000.00 II-30 3137.0103 Large Stone Riprap, grouted 31 3700 SY 6 $ 465.00 $ 2,790.00 Subtotal Unit II: $1,932,700.00 BRANDON CHANNEL, 6TH AVENUE CHANNEL CITY OF FORT WORTH CITY PROJECT NO. 103066 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00 41 00 Bid Proposal Workbook 20240523 Rensed 9/302021 ATTACHMENT AD3-1 00 42 43 BID PROPOSAL Page 3 of 3 Bidfist Item No. Unit 1: Brandon Channel Maintenance Unit II: 6th Avenue Channel Maintenance CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rensed 9/302021 Project Item Information Description Bid Summary Base Bid END OF SECTION Specification I Unit of Bid Section No. Measure Quantity Bidder's Proposal Unit Price I Bid Value $1,651,941.00 $1,932,700.00 Total Bid $3,584,641.00 BRANDON CHANNEL, 6TH AVENUE CHANNEL CITY PROJECT NO. 103066 00 41 00 Bid Pmposal Workbook 20240523 ATTACHMENT AD3-1 BID BOND The American Institute of Architects, AIA Document No. A310 (February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, that we Klutz Construction, LLC as Principal hereinafter called the Principal, and Vigilant Insurance Company as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fort Worth, TX as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Bid Amount (S%) Dollars (,T --------------------- ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Brandon Channel, 6th Avenue Channel NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 30th day of May 2024 KLUW CONST UCTION, LLC rinci I (Seal) By: t Te /tlo.Z64'+ Ar dA WWO7Z Name/Title VIGILANT INSURANCE COMPANY Surety (Seal) ay, By: 'Kyle W. Swei' eAttorney in -Fact CZ f B ' Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific indemnity Company Know All by These Presents, That FEDERAL. INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Elizabeth Gray, Charles D. Sweeney, Kyle W. Sweeney and MichaelA. Sweeney Of Fort Worth, Texas ---- _-------------------- —---- —--- ------------------------------------ -------------------- —---- -------------------- ------------ -- each is theh' trite anti lawful Attorney!n-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory In the nature thereof (other than bail bonds) given or executed in the course of business, and any histrunews amending or altering the saute, and consents to the modification or alteration Dfany instrument referred to In said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and allixed their corporate seals on this 1611, day ofSeptember, 2019. flown 31 t:hirrrtt :lcis[;rnfSE:�i'ct;rry ' *) 0 (1 taws 201 STATE OF NEW JERSEY County ofHunterdon sS. Su-phen M. Ilancy, VfcePrcxident On this l&' day of September, 2019, before me, a Notary Public of New Jersey, personally came Dawn M. Chloros, tome known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGIIANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros, being by rue dilly sworn, did depose and say that she Is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof'. that the seals allixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies -,and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that she is acquainted with Stephen M. Haney, and knows him to be Vice President ofsaid Companies; and that the signature of'Steplien M. Haney, subscribed to said Power of Attorney is in the genulne handwriting of Stephen M. Haney, and was thereto subscribed by authority ofsald Companies and In deponent's presence. Notarial Seal KA7rRNG J. AQFtAAR NOTARY rUDUOOFNew JERS EY Nu.2318888_O2R9_1')1Z1 Commission Expires J.1y 10, 2024 Ntxan Pahllc CERTI) ICNrION Resolutions adopted by the Eoardsof Directors ofFLDLRAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August30, 2016: "RESOLVED. that the Ibliowinv a utllorirutuns relate to file execution, for and bit tlehall'ofthe Company. ol'bonds, undertakings, recognU.anc'es, contracts and other written commitments ortile company enter ml into in the ordinary course of business (each a "Written Commitment'): (1) Each o1'dte Chairman, the Preldent and the Vice Presidents or the Company is hereby authorized toexecuteany Written commitment rorandonbehall'oftheCompany, under the seal of the Compa ny or otherwise. (2) Midi (hdy appotnttx3 attornepin-f act of the Comlyany is hereby aodl0rtied to execute any Written commitment for and on behalf of the Company, under the seal of the Company or otherwim, to the extent that such action is atIthuixed by the grant of flowers provided for In such persons written app(1btmien I as such attorney-In-fhct. (3) Each of the Chairman, the president and the Vice Presidents of the ComlxmyIshereby authorized,Air andoil behall'ofIheCompany. toappoltit !it wrItIng any per*)Il tlie .1turney- In•iba of the t'.clmiYiny with full power andauthorilytoexecute, for and oil bellilroftit eCoinpatty. under the seal oftheCompany or otherwise, such Written Coma mftmentsorthe Company as may he specified In such written appointment, which speelficution may be by general type or class of Written Comnaftmems or by specillcnlon of one or inure p macular Written commitments. (4) Each of the Chadrman, the president and the Vice Presidents of the Company is hereby authorized, tbrand oil behall'of the Company, to delegate In writing to ;my other officer or the Company the authority to execute, Or and on behall' of the Company, under the Company's Neal or otherwise, such Written Commitments or [lie Company as are specified In such written delegation, which specillcation may be by general type or classy or written Commitments or by spmIfIcation of one or more purtictdar Written Commitments. (5)Thesfgnatm'corallyoRicerorotherpersonexecutingartyWrittenCommitmentorappointmentordelefationpursuanttothisResolution.andthesealofthecomp ny,maybeallixedby, ftusinule on such Written Commitment or written appuhitnlent or delegation. FURTIILRftOSOLVED, that the lbiegoing Resolution shall not bedeentedtobeanexclusivestatementofthepowersandauthorityoroflicers,employeesundotherpersonstoactforandoilbehalfof the Company, and such Itesolutlon shall not If nhh or otherwise sheet the exemise of anysuch power orauthority otherwise validly grunite l or ousted" 1. Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies') do hereby certify that (I) the roregoing Resolutions adopted by the Board or Directors ofthe Cotnpanles are true, correct and in full force and effect, (fi) the foregoing Power orAtiorney % true, correct and In full force and effect. Given ruttier myhand and seals ofsaid Companies at Whitehouse Station, NI, this 30th day of May 2024. ' A',MAM� N ••+wt'''T flown 'il. Clikiivxt. ai.�tsusi<.tltt St : reun'y' iN THL++mNT Y0U wISII ID VERII+Y'I'HH AU'I'HLINT'ICI'I'Y OI? I'Fll% BOND OR NOTIFY US OF ANY (KIIER MNITE+R, PLEMR CONTACT US NI%. Telephone (.90g)903.3493 Fax (90.8)903-365G cmail:suretyLakhobb.com FED- ViG-PI (rov. OkM8) 004337 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. B. The principal place of businesk o our company or our parent company or majority owner is in the State of Texas. BIDDER:���, n y: (Signature) Title: /y bN &I 1461 Date: /V '4 y 3©7 END OF ,SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 00 4100 Bid Proposal Workbook 06282023 004511-1 BIDDERS PREQUALIFICATIONS Pagel of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 5 have applied for prequalification by the City for the work types requiring prequalification 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven (7) days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 16 The prequalification process will establish a bid limit based on a technical evaluation and 17 financial analysis of the contractor. For example, a contractor wishing to submit bids on 18 projects to be opened on the 7th of April must file the information by the 31st day of March 19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's 20 Prequalification Application, the following must accompany the submission. 21 a. A complete set of audited or reviewed financial statements. 22 (1) Classified Balance Sheet 23 (2) Income Statement 24 (3) Statement of Cash Flows 25 (4) Statement of Retained Earnings 26 (5) Notes to the Financial Statements, if any 27 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 28 of Incorporation, Articles of Organization, Certificate of Formation, LLC 29 Regulations, and Certificate of Limited Partnership Agreement). 30 c. A completed Bidder Prequalification Application. 31 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 32 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 33 number visit the Texas Comptroller of Public Accounts online at the 34 following web address www.window.state.tx.us/tax-ermit/ and fill out the 35 application to apply for your Texas tax ID. 36 (2) The firm's e-mail address and fax number. 37 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 38 is used by the City for required reporting on Federal Aid projects. The DUNS 39 number may be obtained at www.dnb.com. 40 d. Resumes reflecting the construction experience of the principles of the firm for firms 41 submitting their initial prequalification. These resumes should include the size and 42 scope of the work performed. 43 e. Other information as requested by the City. 44 45 2. Prequalification Requirements 46 a. Financial Statements. Financial statement submission must be provided in 47 accordance with the following: 48 (1) The City requires that the original Financial Statement or a certified copy 49 be submitted for consideration. CITY OF FORT WORTH BRANDON CHANNEL, 6TH AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103066 Revised August 13, 2021 0045 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility for Award of Contract 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH BRANDON CHANNEL, 6T" AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103066 Revised August 13, 2021 0045 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to 2 perform the prequalified work types until the expiration date stated in the letter. 3 8 END OF SECTION CITY OF FORT WORTH BRANDON CHANNEL, 6'H AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103066 Revised August 13, 2021 City of Fort Worth FORT WORTH Business Equity Utilization Form Disadvantaged Business Enterprise Utilization Form (Applicable if Federallv-Funded) PRIMEIOFFERORIOWNER COMPANY NAME: Klutz Construction, LLC PROJECT NAME: BRANDON CHANNEL, 6TH AVENUE CHANNEL PROJECT NUMBER: BID DATE: Ciity's Business Equity Goal: 103069 5/30/2024 W1 (Check if addressing DBE Goal) 31 % Check all applicable boxes to describe ❑ Not Certified MBE WBE Prime/Offeror/Owner's Classification: WI1:1 Certifying Agency: 7 NCTRCA D/FW MSDC []TX DOT WBCS Ethnicity: ❑African American Hispanic 11 Caucasian Asian DBE HUB Other. ATTACHMENT 1A Page 1 of 4 Offeror's Business Equity (or DBE) Commitment: 48 % EIVOSB Section 3 11 Native American Gender: Male Demale11 Non -Binary Definitions: Business Equity Firm: Certified MBE Minority Business Enterprise or WBE Women Business Enterprise DBE: Disadvantaged Business Enterprise HUB: Historically Under Utilized Business VOSB: Veteran Owned Small Business Section 3: Certified Housing Urban Development Vendors ALL BUSINESS EQUITY FIRMS MUST BE CERTIFIED BEFORE CONTRACT AWARD Failure to complete this form, in its entirety, and received by the Purchasing Division no laterthan 2:00 p.m. on the third City business day after bid opening, exclusive of bid opening date, will result in the bid -being considered non -responsive to bid specifications. Exception: CFA. ICA. and CDBG oroiects. documents will be submitted to the Citv Proiect Manaaer if oubliciv bid or to the Developer if orivately bid. The undersigned Prime/Offeror agrees to enter into a formal agreement with the Business Equity firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth (Exception: Developer proiects). The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications. Business Equity firms listed toward meeting the project goal must be located in the City's marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. The marketplace is the Citv of Fort Worth including portions of Denton. Parker. Wise. and all of Tarrant. Dallas. and Johnson counties. Certified means those Business Equity Firms, located within the Marketplace, that have been determined to be a bona -fide minority or women business enterprise by the North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council (DIFW MSDC) and Women's Business Council -Southwest (WBCS). If hauling services are utilized, the Prime/Offeror will be given credit as long as the Business Equity firm listed owns and operates at least one fully licensed and operational truck to be used on the contract. The Business Equity firms may lease trucks from another Business Equity firm, including Business Equity owner -operated, and receive full Business Equity credit. The Business Equity firm may lease trucks from nan-Business Equity firms, including owner -operated, but will only receive credit for the fees and commissions earned by the Business Equity as outlined in the lease agreement. Federally -funded Projects (ONLY), Counting DBE Participation: If materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies towards the goal. If the materials or supplies are purchased from a DBE regular dealer, count 60 percent of the cost of the materials and supplies toward the DBE goal. When materials or supplies are purchased from a DBE neither a manufacturer nor a regular dealer, count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies or fees or transportation charges for the delivery of the materials or supplies delivered to the job site_ In all cases, the Prime/Offeror is responsible to identify the amounts to be used toward the committed DBE goal. Note: For DBE Goals, 60% of the services count towards the goal. Effective 01l01l2021 Updated 03/24/2022 FORTWORTH ATTACHMENT 1A Business Equity Utilization Form Page 2of4 Please note that only certified Business Equity firms will be counted to meet the Business Equity goal. Prime/Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Business Equity firms and non -Business Equity firms. Prime/Offerors must identify by tier level all subcontractors/suppliers. Tier means the level of subcontracting below the Prime/Offeror i.e. a direct payment from the Prime/Offeror to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2nd tier. Business Equity firms are to be listed before non -Business Equity firms. The Prime/Offeror is responsible to provide proof of payment of all tiered sub-contractors/suppliers identified as a Business Equity firm and counting those dollars towards meeting the contract committed goal. Certified Business Equity Prime/Offeror Contractors counting their self -performance towards meeting the contract goal, must be certified within those NAICS commodity codes with a certifying agency acceptable by the City of Fort Worth. Certified Business Equity Prime/Offeror counting self -performing services towards the goal, the service(s) to be performed should be listed first on the Utilization farm. Check this box ❑✓ if certified Prime Contractor services will be counting towards the Business Equity contracting goal. Please list services first below. , Please list certified Business Ecfuity firm names as listed on their certification, includinu DBA names. NAMES AND ADDRESSES OF CONTRACTORSISUPPLIERS TYPE OF SERVICESISUPPLIES PROVIDED (NAICS Required) Specify Tier Name 1st Tier Certification Agency Gender and Ethnicity: Business Name: Klutz Construction, LLC Type of Service/Supplies: .: General Certified B y Male Female ]Non -Binary Address: P.O. Box 185 Kennedale TX 76060 Excavation, Rip Rap, Prep of right of way, Site Prep, Concrete flatwork Contractor ]D/FW MSDC ]NCTRCA African American Hispanic Phone: Email: 817-561-5591 NAICS Code: 237310-238110 1st Tier __]TXDOT ❑WBCS Asian Caucasian Native .Charlie@klutzconstructibn.com Other: American Contact Person: ` $ AMOUNT:1,661,439.59 Business Name: Lions Gate Logistics Type of Service/Supplies: 1 st Tier Certified By: ❑✓ Male ❑ Female Non -Binary Address: 3805 E. HWY 67 Cleburne, Texas 76031 Furnish Trucking ]DFW MSDC QNCTRCA African American ❑ Hispanic Phone: 817-907-0206 Email: lionsgatelogistics-brenda@outio NAICS Code: 484220 ❑TXDOT l--I,�,QOS �I""v ❑Asian ok.comEl Other: Caucasian Native Contact Person: Mario Martinez $AMOUNT:43,500.00 American Business Name: GJ Seeding, LLC Type of Service/Supplies: 1st Tier Certified By: Male 0 Female ❑Non -Binary Address: 1.080 S Burleson Blvd Burleson Tx 76028 Grass, Sodding, Hydromulch ❑DFW MSDC ZNCTfZCA African American Hispanic ❑ ❑ Phone: 817-426-8284 Email: gjseeding@gmail.com NAICS Code: 561730 ]TxDOT ❑wets ❑ Asian 00ther. Caucasian ❑Native Contact Person: Gayle Juraschek $ AMOUNT: 17 760.00 American Effective 01/01/2021 Updated 03124,F2022 FORT WORTH Business Equity Utilization Form Please include multiple copies of this page if needed to list all contractors and suppliers. NAMES AND ADDRESSES OF CONTRACTORS/SUPPLIERS Business Name: Supreme Concrete Products Address: 1203 S White Chapel Blvd Southlake TX 78092 Phone: 800-942-9255 Email: Ralarcon@concretefence.com Ryan Alarcon Contact Person: Business Name: Address: Phone: Email: Contact Person: Business Name; Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email- Contact Person: TYPE OF SERVICESISUPPLIES Specify Tier PROVIDED (NAICS Required) Name 1st Tier Type of Service/Supplies: 9 st Tier Concrete Retaining Wall NAICS code: 238110 $ AMOUNT: 1,867,941.41 Type of Service/Supplies: NAICS code: $ AMOUNT: Certification Agency ATTACHMENT IA Page 3 of Gender and Ethnicity: Certified By: ❑ Male ❑Female ❑ Non -Binary ❑DIFW MSDC ❑NCTRCA ❑African American ❑Hispanic ❑TXDOT ❑WBCS Asian ❑Other: ❑Caucasian ❑Native Non -MBE American Certified By: DDFW MSDC ❑ Male ❑Female ❑ Non -Binary ❑NCTRCA African American ❑ ❑Hispanic ❑TXDOT ❑WBCS ❑Asian :]Other. ❑ Caucasian ❑ Native American Type of Service/Supplies: Certified By: ❑ Male ❑ Female ❑ Non -Binary ❑DFW MSDC ❑NCTRCA ❑African American ❑Hispanic NAICS Code:. ❑TXDOT ❑WBCS ❑Asian ❑ Other_ ❑ Caucasian ❑Native $ AMOUNT: American Type of Service/Supplies: Certified By: ❑ Male ❑ Female ❑ Non -Binary ❑DFW MSDC ❑NCTRCA ❑ African American ❑Hispanic NAICS Code: ❑TXDOT ❑WBCS ❑Asian ❑Other. ❑Gaucasian ❑Native $ AMOUNT: American Effecdve 01/01/2021 Updated 0312412022 FORT WORTH Business Equity Utilization Form Total Dollar Amount of Certified Prime/Offeror Services towards contract goal $ 1,661,439.59 Total Dollar Amount of Business Equity (or DBE if applicable) Subcontractors/Suppliers $ 55,260.00 Total Dollar Amount of Non -Business Equity Subcontractors/Suppliers $ 1,867,941.41 TOTAL DOLLAR AMOUNT OF CERTIFIED PRIMEIALL SUBCONTRACTORS/SUPPLIERS $ 3,584,641.00 ATTACHMENT 1A Page 4 of 4 The Prime/Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Business Equity Division through the submittal of a Request for Approval of Change/Addition online. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Prime/Offeror shall submit a detailed explanation of how the requested changeladdition or deletion will affect the committed Business Equity goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the PrimelOfferor further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including non -Business Equity firms. The Prime/Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Prime/Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the Business Equity firms on this contract, by an authorized officer or employee of the City. A Prime/Offerer who intentionally and/or knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years. Authorized Signature Managing Partner Title Klutz COnstruction, LLC Company Name P.O. Box 185 Address Kennedale TX 76060 City/StatelZip Code Charles M. Klutz Printed Signature Contact Name and Title (if different) 817-561-5591 Phone Number Charlie@klutzconstruction.com Email Address May 31, 2024 Date Department of Diversity and Inclusion - Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Ph: 817-392-2674 Effective 0110V2021 Updated 03/24/2022 00 45 12 PREQUALIFI CATION STATEMENT Page 1 of 1 SECTION 00 4512 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalifcation Expiration Date Concrete Piers. Concrete Columns. !t it $' rr Concrete Panels (1-3 feet in height). Concrete Panels (3-6 feet in height). Rock Riprap Repair. Z The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDEN:.�"zUry.IIGT"019►.t 0 (Signature) 0 Title: 0 Date: / _! 4I END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 09130/2021 00 41 00 Bid Proposal workbook_06282023.x1sx FORT WORTH,,. SECTION 00 45 13 PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box Street Address (required) 1 Telephone Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company City State City State 1 Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) Zip Code Zip Code Email/mail this questionnaire along with financial statements to the appropriate group below. A separate submittal is required for water/sewer, paving, and lighting: Work Category— Water Dept - Water/sewer Work Category— TPW Paving Work Category— TPW Ped/Rdwy Lighting iohn.kasavich(a,FortWorthTexas.2ov Alicia. Garcia(a fortworthtexas.eov clint.hoover(a fortworthtexas.eov Fort Worth Water Department Engineering and City of Fort Worth Transportation and Public City of Fort Worth TPW Transportation Fiscal Services Division 200 Texas St. Fort Works Dept. 8851 Camp Bowie West Blvd. Fort Management Attn: Clint Hoover, P.E. 5001 Worth, TX 76102 Worth, Texas 76116 Attn: Alicia Garcia James Ave. Fort Worth, TX 76115 *Financial Statements must be mailed. Mark the envelope: "Bidder Prequalification Application" 0045 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. Select major work categories for which you would like to be prequalified (City may deem you are not qualified for selected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work category): MAJOR WORK CATEGORIES Water Department _ Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less _ Cathodic Protection _ Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller _ Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller _ Water Transmission, Urban/Renewal, 24-inches and smaller _ Water Transmission, Development, 42-inches and smaller _ Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes _ Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger _ CCTV, 8-inches and smaller _ CCTV, 12-inches and smaller _ CCTV, 18-inches and smaller CCTV, 24-inches and smaller CITY OF FORT WORTH BRANDON CHANNEL_6TH CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 4103066 Revised August 13, 2021 0045 13 - 3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED _ CCTV, 42-inches and smaller _ CCTV, 48-inches and smaller _ Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller ~_ Sewer CIPP, 42-inches and smaller _ Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller _ Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller _ Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller _ Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller _ Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller _ Sewer Cleaning, 42-inches and smaller Sewer Cleaning, All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less _ Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) _ Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)* Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter, driveways, and panel replacement, only concrete paving CITY OF FORT WORTH BRANDON CHANNLE_6TH CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project #103066 Revised August 13, 2021 0045 13 - 4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY -COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you? If so, where and why? 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH BRANDON CHANNEL_6TH CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 4103066 Revised August 13, 2021 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH BRANDON CHANNEL_6TH CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project #103066 Revised August 13, 2021 CORPORATION BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents Secretary Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 PARTNERSHIP BLOCK If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Limited Partners (if applicable) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH BRANDON CHANNEL_6TH CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 4103066 Revised August 13, 2021 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. ITEM QUANTITY 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various - ITEM DESCRIPTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 BALANCE SHEET VALUE 1 TOTAL BBANDON CHANNEL_6TH CHANNEL City Project #103066 0045 13 - 8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH BRANNDON CHANNEL and 6TH CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project #103066 Revised August 13, 2021 1 2 3 4 5 6 7 8 9 10 11 1.2 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 2 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 103066. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: 14l 'z Company p ' Address By: G C! ( 1 se . r' t} Signature: 1° lZ0&Q Title: r-i t ' City/State/Zip (Pleas ri t} THE STATE OF TEXAS § COUNTY OFTARRANT § BEVORE ME, the undersigned authority, on this day personally appeared ,vt%es. M • /G Lot z , known to me to be the person whose name is subscribed to the foregoin instrument, and acknowledged to me that he/she executed the same as the act and deed of _= shf 4 t` ,c4 L L r' (t for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 2q day of 202h(-. 6 N ry ubl in and for the State of Texas END OF SECTION a "'v LUZ A RAVELO = eq kMW Public, 6f$ts of Tax" - My Commisaion Expires April 29. 2027 NOTARY ID 12860410.0 CITY OF FORT WORTH BRANDON CHANNEL, VH AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103066 Revised July 1, 2011 F:\PROJECTS\0319\073�01\9 DFiSIGM\ L4 PROJECT MANUAL SPECIFICATIONSU00%WIV 00 GENERAL CONINUONS\00 45 26 CONTRACTOR COMPLIANCE WITH WORKERS COMPENSATION LAW.DOC 00 45 40 - 1 Business Equity Goal Page 1 of 2 1 SECTION 00 45 40 2 Business Equity Goal 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. 5 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 6 (M/WBEs). 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 10 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 11 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11- 12 2020 (codified at: httDs:Hcodelibrarv.amle2al.com/codes/ftworth/latest/ftworth tx/0-0-0-22593) apply to 13 this bid. 14 15 BUSINESS EOUITY PROJECT GOAL 16 The City's Business Equity goal on this project is _31%_ of the total bid value of the contract (Base bid 17 applies to Parks and Community Services). 18 19 METHODS TO COMPLY WITH THE GOAL 20 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 21 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 22 ordinance through one of the following methods: 1. Commercially useful services performed by a 23 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination 24 of Business Equity prime services and Business Equity subcontracting participation, 4. Business 25 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. 26 Prime contractor Waiver documentation. 27 28 SUBMITTAL OF REOUIRED DOCUMENTATION 29 Applicable documents (listed below) must be received by the Purchasing Division, OR the offeror shall 30 EMAIL the Business Equity documentation to the assigned City of Fort Worth Project Manager or 31 Department Designee. Documents are to be received no later than 2:00 p.m., on the third City 32 business day after the bid opening date, exclusive of the bid opening date. 33 34 The Offeror must submit one or more of the following documents: 35 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 36 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if 37 participation is less than stated goal, or no Business Equity participation is accomplished; 38 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform 39 all subcontracting/supplier opportunities; or 40 4. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor- 41 Prot6g6 participation. 42 43 These forms can be found at: 44 Business Equity Utilization Form and Letter of Intent 45 httDs:Hapes.fortworthtexas.aov/ProiectResources/ResourcesP/60%20- 46 %20MWBE/NEW%20Business%20Equity%200rdinance/Business%20Equity%20Utilization%20Form. 47 pddf 48 49 Letter of Intent 50 httDs:HaDDs.fortworthtexas.2ov/ProiectResources/ResourcesP/60 - MWBE/NEW Business Equity 51 Ordinance/Letter of Intent-202 1. ndf CITY OF FORT WORTH BRANDON CHANNEL, 6TH AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103066 Revised October 27, 2021 F:\PROJECTS\0318\073-01\9 DESIGN\94 PROJECT MANUAL _SPECIFICATIONS\100"k\DIV 00 GENERAL CONDITIONS\00 45 40 BUSINESS EQUITY GOAL_NEW.DOC 004540-2 Business Equity Goal Page 2 of 2 2 Business Equity Good Faith Effort Form 3 httDs:Hanus.fortworthtexas.aov/ProiectResources/ResourcesP/60%20- 4 %20MWBE/NEW%20Business%20Eauity%200rdinance/Business%20Eauity%20Good%20Faith%20Ef 5 fort%20Form.Ddf 6 7 Business Equity Prime Contractor Waiver Form 8 httDs:HaDDs.fortworthtexas.2ov/ProiectResources/ResourcesP/60%20- 9 %20MWBE/NEW%20Business%20Eauity%200rdinance/Business%20Eauity%20Prime%20Contractor 10 %20Waiver.Ddf 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Business Equity Joint Venture Form httDs:HaDus. fortworthtexas.2ov/Proi ectResources/ResourcesP/60%20- %20MWBE/NEW%20Business%20Ecluity%200rdinanceBusiness%20Ecluity%20Joint%20Venture. Ddf FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON -RESPONSIVE AND THE BID REJECTED. FAILURE TO SUBMIT THE REOUIRED BUSINESS EOUTY DOCUMENTATION OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON- RESPONSIVE. THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. For Questions, Please Contact The Business Equity Division of the Department of Diversity and Inclusion at (817) 392-2674. END OF SECTION CITY OF FORT WORTH BRANDON CHANNEL, 6" AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103066 Revised October 27, 2021 F:\PROJECTS\0318\073-01\9 DESIGN\94 PROJECT MANUAL _SPECIFICATIONS\100"k\DIV 00 GENERAL CONDITIONS\00 45 40 BUSINESS EQUITY GOAL_NEW.DOC 00 52 43 - 1 Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on 11/19/2025, is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and Klutz Construction, LLC. , authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Brandon Channel, 6' Avenue Channel City Proiect No. 103066 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of Three Million, Five Hundred Eighty -Four Thousand, Six Hundred Forty -One Dollars ($3,584,641.00). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance within 365 days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Six Hundred and Fifty Dollars ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: CITY OF FORT WORTH BRANDON CHANNEL, 6TH AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103066 Revised March 3, 2024 OFFICIAL RECORD F:\projects\0318\073-01\9 Design\9-4 Project Manual_Specifications\100%\DIV 00 General Conditions\00 52 43_Ag<eement_for use with Agiloft.docx CITY SECRETARY FT. WORTH, TX 00 52 43 - 2 Agreement Page 2 of 6 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance Certification Form (ACORD or equivalent) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification Drovision is sbecificallv intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused. in whole or in Dart, by anv act, omission or negligence of the citv. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH BRANDON CHANNEL, 6TH AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103066 Revised March 3, 2024 FApn,jects\0318\073-01\9 Design\9-4 Project Manual_ Specification\100%TIV 00 Genial Conditions\00 52 43_Agreentent_for use with Agiloft.doca 00 52 43 - 3 Agreement Page 3 of 6 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is svecificallv intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused. in whole or in part. by anv act. omission or negligence of the citv. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non -appropriation of Funds. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH BRANDON CHANNEL, 6TH AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103066 Revised March 3, 2024 F:\projects\0318\073-01\9 Design\9-4 Project Manual_ Specification\100%TIV 00 Genial Conditions\00 52 43_Agreentent_for use with Agiloft.doca 00 52 43 - 4 Agreement Page 4 of 6 In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time -employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. CITY OF FORT WORTH BRANDON CHANNEL, 6TH AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103066 Revised March 3, 2024 FAprojects\0318\073-01\9 Design\9-4 Project Manual_Specifications\100%TIV 00 General Conditions\005243_Agreement_for use with Agiloft.d— OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 00 52 43 - 5 Agreement Page 5 of 6 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH BRANDON CHANNEL, 6TH AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103066 Revised March 3, 2024 F:\projects\0318\073-01\9 Design\9-4 Project Manual_ Specification\100%TIV 00 Genial Conditions\00 52 43_Agreentent_for use with Agiloft.doca 00 52 43 - 6 Agreement Page 6 of 6 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: By: C,.1... AP, Signature Charles M. Klutz (Printed Name) Managing Partner of Klutz Construction, LLC Title P.O. Box 185 Address Kennedale , Texas 76060 City/State/Zip Feb 25, 2025 Datc City of Fort Worth �By�: `d( �� Jesica McEachern Assistant City Manager Mar 17, 2025 Date OR. 4. p0 FnbIl !�Attest: l/J, aa4°nnE69g44 Jannette Goodall, City Secretary (Seal) M&C: 24-1024 Date: 11/19/2024 Approved as to Form and Legality: ig� Douglas Black (Mar 13, 2025 22:09 CDT) Douglas W. Black Sr. Assistant City Attorney OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH BRANDON CHANNEL, 6'H AVENUE CHANNEL STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 103066 Revised March 3, 2024 F:\projects\0318\073-01\9 Design\9-4 Project Manual Specifications\l00%\DN 00 General Conditions\00 52 43_Agreernmr for use with Agiloft.doex 0061 13 - 1 PERFORMANCE BOND Page 1 of2 Bond No. K40202171 1 SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Klutz Construction. LLC known as "Principal" herein 9 and Viailant Insurance Comt)anv , a corporate surety(sureties, if more than one) 10 duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or 1 1 more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of Texas, known as "City" herein, in the penal sum of, Three Million, Five 13 Hundred Eiahty-Four Thousand, Six Hundred Forty -One Dollars & Zero Cents Dollars 14 ($3,584,641.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 15 Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, 16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City awarded I s the 19th day of November . 2024 , which Contract is hereby referred to and made a part 19 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and 20 other accessories defined by law, in the prosecution of the Work, including any Change Orders, as 21 provided for in said Contract designated as Brandon Channel. 6" Avenue Channel. Citv Proiect 22 No.103066. 23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 25 perform the Work, including Change Orders, under the Contract, according to the plans, 26 specifications, and contract documents therein referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City, then this obligation shall be 28 and become null and void, otherwise to remain in full force and effect. 29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 30 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 31 Worth Division. CITY OF FORT WORTH Brandon Channel, 61h Avenue Channel STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103066 Revised December 8, 2023 0061 13-2 PERFORMANCE BOND Page 2 of 2 Bond No. K40202171 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 5 instrument by duly authorized agents and officers on this the 29th day of January 2025. 6 7 8 9 10 12 ATTEST: 13 14 15 (Pri ry 16 17 18 19 20 r 21 2tn�e6to Principal 22 23 24 25 26 27 28 29 30 31 32 33 34 35 C " 0 36 Witness as to Surety Elizabeth Gray 37 38 PRINC KLUZZ CON, T<U LLC BY: f Signature Charles M. Klutz. Manas?ine Partner Name and Title Address: P.O. Box 185 Kennedale, TX 76060 SURETY: VIGILANT INSURANCE COMPANY r BY: tgnature Kvle W. Sweenev. Attornev-in-Fact Name and Title Address: 5400 LBJ Frwv, Suite 600 Dallas, TX 75240 Telephone Number: 214-754-0777 Email Address: surety n,chubb.com 39 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 40 from the by-laws showing that this person has authority to sign Such obligation. If 41 Surety's physical address is different from its mailing address, both must be provided. 42 The date of the bond shall not be prior to the date the Contract is awarded. 43 CITY OF FORT WORTH Brandon Channel, 6" Avenue Channel STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103066 Revised December 8, 2023 0061 14- 1 PAYMENT BOND Page 1 of2 Bond No. K40202171 SECTION 00 61 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Klutz Construction, LLC , known as "Principal" herein, 8 and Vigilant Insurance Comi)anv , a corporate surety (sureties), duly 9 authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), 10 are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to 1 I the laws of the State of Texas, known as "City" herein, in the penal sum of Three Million, Five 12 Hundred Eighty-FOUr Thousand, Six Hundred Fortv-One Dollars & Zero Cents Dollars 13 ($3,584,641.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 14 Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, 15 executors, administrators, successors and assigns, jointly and severally, firmly by these presents: 16 WHEREAS, Principal has entered into a certain written Contract with City, awarded 17 the 19th day of November , 2024 , which Contract is hereby referred to and made a part 18 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and 19 other accessories as defined by law, in the prosecution of the Work as provided for in said Contract 20 and designated as Brandon Channel, 6"' Avenue Channel, Citv Proiect No. 103066. 21 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 22 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 23 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 24 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 25 force and effect. 26 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 27 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 28 accordance with the provisions of said statute. �] CITY OF FORT WORTH Brandon Channel, 6" Avenue Channel STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103066 Revised December 8, 2023 0061 14-2 PAYMENT BOND Page 2 of 2 Bond No. K40202171 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the29thday of January 2025. ATTEST: I Se ret WiAnhsto Principal PRINCIP KLUT CON TR-MT1ON. LLC BY: lk g - 6gnature Charles M. Klutz, Manaain>7 Partner Name and Title Address: P.O. Box 185 Kennedale, TX 76060 SURETY: VIGILANT INSURANCE COMPANY ATTEST: BY: Anature Kvle W. Sweenev. Attornev-i n- Fact (Surety) Secretary Dawn M. Chloros Name and Title Q_A,�� Witness as to Surety Elizabeth Gray' 4 Address: 5400 LBJ Frwv. Suite 600 Dallas. TX 75240 Telephone Number: 214-754-0777 Email Address: surety n.chubb.com 5 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws 6 showing that this person has authority to sign such obligation. If Surety's physical address is 7 different frorn its mailing address, both must be provided. 8 9 The date of the bond shall not be prior to the date the Contract is awarded. 10 END OF SECTION CITY OF FOR f WORTH Brandon Channel. 6" Avenue Channel STANDARD CONSTRUCriON SPECIFICATION DOCUMENTS City Project No. 103066 Revised December 8, 2023 0061 19- 1 MAINTENANCE BOND Page I of 3 Bond No. K40202171 1 SECTION 00 61 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Klutz Construction. LLC known as "Principal" herein 9 and Vigilant Insurance Companv a corporate surety (sureties, if more than 10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one i I or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of the State of Texas, known as "City" herein, in the sum of Three Million, 13 Five Hundred Eiv-htv-Four Thousand, Six Hundred Fortv-One Dollars & Zero Cents Dollars 14 ($3,584,641.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 15 Texas, for payment of which sum well and truly be made unto the City and its successors, we bind 16 ourselves, Our heirs, executors, administrators, successors and assigns, jointly and severally, firmly 17 by these presents. 18 19 WHEREAS, the Principal has entered into a certain written contract with the City awarded 20 the 19thday of November , 2024 which Contract is hereby referred to and a made part hereof 21 for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 22 accessories as defined by law, in the prosecution of the Work, including any Work resulting from 23 a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract 24 and designated as Brandon Channel, 6"' Avenue Channel, Citv Proiect No. 103066; and 25 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will remain 28 free from defects in materials or workmanship for and during the period of two (2) years after the 29 date of Final Acceptance of the Work by the City ("Maintenance Period"); and 30 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 32 receiving notice from the City of the need therefor at any time within the Maintenance Period. 33 CITY OF FORT WORTH Brandon Channel, 6" Avenue Channel STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103066 Revised December 8, 2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 Wo 0061 19-2 MAINTENANCE BOND Page 2 of 3 Bond No. K40202171 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH Brandon Channel, 6" Avenue Channel STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103066 Revised December 8, 2023 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 0061 19-3 MAINTENANCE BOND Page 3 of 3 Bond No. K40202171 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 29th day of January 2025. ATTEST: Y( ncip� W3z�. tn ss a to Principal ATTEST: (Surety) Secretary Dawn M. Chllooro/s Witness as to Surety Elizabeth Gray U PRIN KL Z CO O , LLG B 7� Signatufe r Name and Title Address: P.O. Box 185 Kennedale, TX 76060 SURETY: VIGILANT INSURANCE COMPANY BY: tgn ur _Z�f Kvle W. Sweenev. Attornev-in-Fact Name and Title Address: 5400 LBJ Frwv. Suite 600 Dallas. TX 75240 Telephone Number: 214-754-0777 Email Address: suretv(@,chubb.com 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH Brandon Channel, 6" Avenue Channel STANDARD CONSTRUCTIOPJ SPECiFICA T ION DOCUMENTS City Project No. 103066 Revised December 8, 2023 Policyholder Information Notice IMPORTANT NOTICE To obtain information or make a complaint You may call Chubb's toll -free telephone number for information or to make a complaint at 1-800-36-CHUBB You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi. state. tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY.• This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede llamar al ndmero de telefono gratis de Chubb's para informacion o para someter una queja al 1-800-36-CHUBB Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companfas, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us DISPUTES SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concemiente a su prima o a un reclamo, debe comunicarse con el agente primero. Si no se resueve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AV/SO A SU POL/ZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condici6n del documento adjunto. Form 99-10-0299 ( Rev. 1-09) Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Elizabeth Gray, Charles D. Sweeney, Kyle W. Sweeney and Michael A. Sweeney of Fort Worth, Texas---------------------------------------------------------------------------------------------------------------------------------------- each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 161° day of September, 2019. lya,m) \1 chlt Nlri. X�si tII1t Secretary STATE OF NEW JERSEY County of Hunterdon ss. >r,_hhrn \1 Haney. Vice Prcident On this 16"' day of September, 2019, before me, a Notary Public of New Jersey, personally came Dawn M. Chloros, tome known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros, being by me duly sworn, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies: and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that she is acquainted with Stephen M. Haney, and knows him to be Vice President of said Companies; and that the signature of Stephen M. Haney, subscribed to said Power of Attorney is in the genuine handwriting of Stephen M. Haney, and was thereto subscribed by authority of said Companies and in deponent's presence. Notarial Seal KATHERINE J. ADELAAR MOrAkY g NOTARY PUBLIC OF NEW JERSEY No.2316686 PtlBLIO Commission Expires July 16. 2024 NUIaryI'uhlic �JERg� CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016: "RESOLVED, that the following authorizations relate to the execution, for and on behalfof the Company, of bonds, undertakings, recognizances, contracts and other written commitments of the Company entered into in the ordinary course ofbusiness (each a "Written Commitment"): (D Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalfof the Company, under the seal of the Company or otherwise. (2) Each duly appointed attomey-in-fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise, to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney -in -fact. (3) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to appoint in writing any person the attorney - in -fact of the Company with full power and authority to execute, for and on behalfof the Company, under the seal of the Company or otherwise, such Written Commitments of the Company as may be specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalfof the Company, to delegate in writing to any other oRicer of the Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are specified in such written delegation, which specification may be by general type or class of Written Commitments or by specification ofone or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority ofofcers, employees and other persons to act for and on behalfof the Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." 1, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (I) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect, (ii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals ofsaid Companies at Whitehouse Station, NJ, this Rivrn M. Chlon is. Assistant Secretary IN THE EVENr YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US Xr: Telephone (908) 903- 3493 Fax (908) 903- 3656 e-mail: surety@chubb.com FED- VIG-PI (rev. 08-18) FORT WORT Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Brandon, 6th Avenue Channel Construction M&C: 24-1024 CPN: 103066 CSO: DOC#: Date: To: Name Department Initials Date Out 1. Mike Crenshaw, P.E. TPW Mik e�shaw Feb 25, 2025 2 Charlie Klutz Contractor C: Feb 25, 2025 <charlie@klutzconstruction. com> 3. Thanaa Maksimos TPW TM 26, 2025 4. Lissette Acevedo TPW CN Mar 2, 2025 5. Patricia Wadsack TPW A/D PL W Mar 4, 2025 6. Lauren Prieur TPW/Dir LP Mar 6th. 2025 7. Doug Black Legal �ougWBlack Mar 13, 2025 8. Jesica McEachern CMO CO- Ea he, Mar 17, 2025 9. Ronald Gonzales CSO 10. Jannette Goodall CSO � Mar 17, 2025 11. Allison Tidwell CSO �4- AT Mar 19, 2025 12. tpw sw_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: tbw sw contracts(& fortworthtexas. 2vv Call 817-229-3283 with questions. Thank you!