Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 62990
CSC No. 62990 FORT WORTH CONTRACT FOR THE CONSTRUCTION OF Water, Sanitary Sewer, and Paving Improvements 2022 Bond Year 2 Contract 11 City Project No. 104212 Mattie Parker David Cooke Mayor City Manager Chris Harder Director, Water Department Lauren Prieur Director, Transportation and Public Works Department !7� E• O F• T Exq 1, C P� E' 0 F. T"7r '4 AV Or OV .......... ................,t /® * ::............................ . ... ® JENNIFER G. FRANKLIN 1 DAVID A. LESLIE 0 .................................® Prepared for ®....... o'• 141716 The Cityof Fort Worth ®/ 129824 Q® F ' . ENS •.• ��� Water Department & tIs,l®s�DNAL EOM 11/8/2024 tt®S��NAL E Transportation and Public Works Department 1 2024 L. QUIDDITY Texas Board of Prcfessional Engineers and Land Surveyors Reg. Nc. F-23290 OFFICIAL RECORD 4500 Mercantile Plaza Drive, Suite 210•Fort Worth, Texas 76137. 682.268,2200 CITY SECRETARY FT. WORTH, TX FORT WORTH. "I'll City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 00 05 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 0011 13 Invitation to Bidders 02/08/2024 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 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 0045 11 Bidders Prequalifications 08/13/2011 00 45 12 Prequalification Statement 09/30/2021 nono iiv�r�02z 00 45 3 00 45 26 Preqttahfieatiatt Arrhemian Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 06/07/2024 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 31 20 Project Meetings 07/01/2011 01 32 16 Construction Schedule 10/06/2023 01 32 33 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 0135 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 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 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 CITY OF FORT WORTH 2O22 Bond Year 2 - Contract 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104212 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 31- Earthwork 31 1000 1 Site Clearing Division 32 - Exterior Improvements 3471 13 1 Traffic Control Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httn:Hfortworthtexas.2ov/tuw/contractors/ or httDs:HaDDs.fortworthtexas.gov/Proi ectResources/ Division 02 - Existing Conditions Last Revised 0241 13 Selective Site Demolition 03/11/2022 0241 14 Utility Removal/Abandonment 12/20/2012 0241 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 03/11/2022 0334 13 Controlled Low Strength Material (CLSM) 12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 26 05 00 Geffffaea :rank P_owlts f ~ Eleetfiea 03/11/2022 Demolition f Eleetfie i Systems 12/20/2012 26 05 33 Raee ays and Be) iz l'br Elaotr. at ✓,ems 12/20/2012 2605 43 Under-gr-etmd Duets and Raee., ays f Qeetfieal Systems 07/01/2011 260550 Go,:Y.,,-xusi,.a4iers Multi Duet r n"t 02/26/2016 Division 31- Earthwork 31 00 00 Site Clearing 03/22/2021 3123 16 Unclassified Excavation 01/28/2013 312323 Beffe 01/28/2013 31 24 00 Embankments 01/28/2013 312500 Erosion and Sediment Control 04/29/2021 12/20/2012 12/20/2012 Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 12/20/2012 3201 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 1123 Flexible Base Courses 12/20/2012 32 1129 Lime Treated Base Courses 12/20/2012 CITY OF FORT WORTH 2O22 Bond Year 2 — Contract 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104212 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 32 1133 Cement Treated Base Courses 06/10/2022 32 1137 Liquid Treated Soil Stabilizer 08/21/2015 32 1216 Asphalt Paving 6/07/2024 32 1273 12/20/2012 32 13 13 Concrete Paving 06/10/2022 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 12/09/2022 32 1373 Concrete Paving Joint Sealants 12/20/2012 32 14-16 Dr0k Unit Pa-viftg ""�tz 32 1613 Concrete Curb and Gutters and Valley Gutters 12/09/2022 32 1723 Pavement Markings 06/10/2022 32 1725 Curb Address Painting 11/04/2013 3231 13 Chain Fences and Gates 12/20/2012 3'�6 Wi .o Fenees and races 12/20/2012 3'�9 Wood Fen es and Gates 12/20/2012 3232 13 Cast -in -Place Concrete Retaining Walls 06/05/2018 3291 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022 32 92 13 Sodding 05/13/2021 3292 14 T.or. N.at4"-Seeding 05/13/2021 329215 NatiN�e-Grxc-Aan Wildfi wer- Seedin,. 10/06/2023 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 09/07/2018 3301 31 Closed Circuit Television (CCTV) Inspection — Sanitary Sewer 03/11/2022 330132 � Closed C (CCrrA» haspo e� .�e�ec�rc�xit�'ele� • � �etien��ozvDrams 12/08/2023 3303 10 %'rw0 Pk\gn�/mg of Existing Sewer- Syste 12/20/2012 3304-10 reipA Beading ,-ad Eleetfieal lsel 4ie 12/20/2012 33- 04-11 C,.,...esie., Gentfel Toss St Liens 12/20/2012 33 04 12 Magnesium Ar de Cat die n-ete tie System 12/20/2012 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Pipes 03/11/2022 3305 10 Utility Trench Excavation, Embedment, and Backfill 04/02/2021 3305 12 Water Line Lowering 12/20/2012 33 05 13 Frame, Cover and Grade Rings 09/09/2022 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 03/11/2022 Grade 410 C ner-ete W4er- Vaults 12/20/2012 3305 17 Concrete Collars 03/11/2022 330520 Aiiger- Ber-ing 12/20/2012 33 05 21 TurrrxJ. Lrr.ar- Pla4e 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 330523 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 12/09/2022 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 1105 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/09/2022 33 11 11 Ductile Iron Fittings 09/20/2017 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 09/09/2022 CITY OF FORT WORTH 2O22 Bond Year 2 — Contract 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104212 Revised June 7, 2024 33 11 13 33 11 14 33 1210 33 1211 33 1220 33 1221 33 1225 33 123A 33 1240 33 1250 3? > 15 333120 1333122 3 Z123 33 31 50 333170 3-3-39 10 33 39 20 33 39 30 33 39 40 �333960 3-3-44 10 33-4411 33 �1 17 33 �1 13 33 46 00 33 4601 33 4602 33 49 10 33 49 20 33 4940 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 ConefetePr-essufe Pipe, >?., mped, Steel Re Buried Steel Pipe and Fittings Water Services 1-inch to 2-inch Resilient Seated Gate Valve A WW A Rubbef Seated B tte f fly A7.,l..e� Connection to Existing Water Mains Gombir15atia,. Air- Vye Assemblies f r Potable W tef Syste, Fire Hydrants Water Sample Stations Standai-7d Blow off Valve Assemb! Ciffe,l in Dlaee Pipe (CIDU\ Fiberglass n einf feel Pipe for- G -a-yi U 1°iitGrl;Seweffi High Density Uelyedi) eae (HDPE) Pipe for- Sanitary Sewef Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe Pipe S eH' Per F)i* l ;,ffrng Sa-nitar-y Sewer- Pipe Ealar-geme Sanitary Sewer Service Connections and Service Line Comb=tia Air- Vye fer- Sa-m tafy Sewef > e,.ee Mains C /1: PLIJe Go e.ete Manholes Precast Concrete Manholes Fiber -glass Manholes Wastewater Access Chamber (WAC) neinf feel Ce..efete Stet....., Sewer- Pipe &Ayet4s High Density Uelyedi� eae (HDPE) Pip tam Drain D eifi fef:ee.l Delyethy e ft, (ERPE) Dire Pe'������"ene-Npo 1� Ftl� D7wn Subdrainage Sletted S arm Drains T+ffia'i Drwrra Cast in Dl.,ee TRaft eles a -ad Iu etio Boxes Curb and Drop Inlets Storm Drainage Headwalls and W;.,,,w lls Division 34 - Transportation 2 n n�01 A#aehmen4 A E- C r'v efAfellc xx"xe 34 A� 41-4 0.02 Attaehmen4 B Gentfellervpeei ieatien 34 41 10.03 n n� ttaC4hfnefft G S6€twai cSpe-v1��eificccti6n 34 41 11 Tempef Tm fro Firgnalra 34-44 20 Readw filuminatian Assemblies es 3 ^ ^�01 Afto6al LTD P.a Luminairas 3 4�03 T �b�l �D � D -&�' T �.xmkmiT3s 3441 30 Aluminum Signs 12/20/2012 12/20/2012 02/ 14/2017 12/20/2012 05/06/2015 04/23/2019 02/06/2013 12/20/2012 01/03/2014 12/20/2012 06/ 19/2013 12/20/2012 12/20/2012 04/23/2019 09/09/2022 12/20/2012 12/20/2012 12/20/2012 04/26/2013 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 04/29/2021 07/01 /2011 12/20/2012 11/13/2015 06/ 10/2022 12/20/2012 07/01 /2011 07/01 /2011 12/20/2012 03/11/2022 07/01 /2011 03/11/2022 12/18/2015 02/2012 01/2012 11/22/2013 03/11/2022 12/20/2012 06/ 15/2015 06/ 15/2015 06/15/2015 11/12/2013 02/26/2016 CITY OF FORT WORTH 2O22 Bond Year 2 - Contract 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104212 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 3471 13 Appendix FE-4.01 GC-4.02 GE-4.01 GG 4.0.6 GC-6.06.D GC-6.07 GC-6 ^!I GC-S.21 GR-01 60 00 Traffic Control Availability of La -ads - Subsurface and Physical Conditions TJn Ihza dow Erf,,irormza—al Geed tie a Site Minority and Women Owned Business Enterprise Compliance Wage Rates N itvaxn T Ta � N Product Requirements END OF SECTION Page 5 of 6 03/22/2021 CITY OF FORT WORTH 2O22 Bond Year 2 — Contract 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104212 Revised June 7, 2024 2/27/25, 11:23 AM M&C Review Official site of the City of Fort Worth, Texas ACITY COUNCIL AGEND FORTWQRrTH Create New From This M&C REFERENCE **M&C 25- 202022 BOND YEAR 2 DATE: 2/25/2025 NO.: 0169 LOG NAME: CONTRACT 11 - MCCLENDON CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 6, CD 9 and CD 11) Authorize Execution of a Contract with McClendon Construction Company, Inc, in the Amount of $10,336,047.19, for Combined Street Paving Improvements, Water and Sanitary Sewer Main Replacements for the 2022 Bond Year 2 - Contract 11 Project, Adopt Appropriation Ordinances to Effect a Portion of Water's Contribution to Fiscal Years 2025-2029 Capital Improvement Program, and for Street Repair Funding Amend the Fiscal Years 2025-2029 Capital Improvement Program (2022 Bond Program) RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with McClendon Construction Company, Inc., in the amount of $10,336,047.19 for combined street paving improvements in addition to water and sanitary sewer main replacements for the 2022 Bond Year 2 - Contract 11 project?(City Project No. 104212); 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of $6,958,426.00, from available PayGo residuals in the Water and Sewer Capital Projects Fund, for the purpose of funding the 2022 Bond Year 2- Contract 11 project (City Project No. 104212) to effect a portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program; 3. Adopt the attached appropriation ordinance adjusting appropriations in the 2022 Bond Program Fund, by increasing appropriations in the 2022 Bond Year 2 - Contract 11 project (City Project No. 104212) in the amount of $3,664,396.41, and decreasing appropriations in the Street Improvement -Deteriorating Streets programmable project (City Project No. PB0019) by the same amount; 4. Adopt the attached appropriation ordinance adjusting appropriations in the 2022 Bond Program Fund, by increasing appropriations in the 2022 Bond Year 2 - Contract 11 project (City Project No. 104212) in the amount of $1,166,868.59, and decreasing appropriations in the 22 Bond Unspecified project (City Project No. U34027) by the same amount; and 5. Amend the Transportation & Public Works Contribution to the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: This Mayor and Council Communication (M&C) is to authorize a construction contract for the Year 2 Neighborhood Streets Improvements project associated with the 2022 Bond Program. The 2022 Bond Year 2 - Contract 11 project includes water, sanitary sewer, and street paving improvements on approximately 5.65 lane miles, on the following streets: Street From To 8th Avenue W Pafford Street W Dickson Street Scope Council District Water/Paving 11 apps.cfwnet.org/cou nciI_packet/mc_review.asp? I D=33034&counciIdate=2/25/2025 1 /5 2/27/25, 11:23 AM M&C Review Carver Drive Hervie Street Prevost Street Paving 6 Fernander Drive Hervie Street Prevost Street Water/Paving 6 Frazier Avenue W Biddison Street Cleburne Road Water/Paving 9 Frazier Avenue (S) Flint Street W Bolt Street Water/Paving 11 Townsend Drive Flint Street W Drew Street Water/Sewer/Paving 11 Wayside Avenue W Bolt Street W Drew Street Water/Paving 11 Bolt Street* McCart Avenue East Railroad Water/Sewer/Paving 11 Carver Drive* Prevost Street Merrick Street Water/Paving 6 Drew Street* Wayside Avenue Frazier Avenue Water/Paving 11 Easement (Frazier Flint Street Bolt Street Sewer 11 Avenue — Townsend Drive) Easement Flint Street Bolt Street Sewer 11 (Townsend Drive — East Railroad) Prevost Street* Vickery Boulevard Helmick Avenue Water/Sewer/Paving 6 Townsend Drive* W Drew Street Pafford Street Water/Paving 11 Wayside Avenue* Butler Street Biddison Street Water/Paving 11 Wayside Avenue* Waggoman Street Dickson Street Water/Paving 11 *Due to the close proximity to the 2022 Bond Year 2 - Contract 11 project streets above, the Water Department requested that water main extensions on these streets be included with this project in order to loop the water system, and provide increased efficiency. Asphalt paving rehabilitation will be conducted on the indicated streets subsequent to the water main installation. Additionally, deteriorated sanitary sewer mains will be replaced in the indicated alleys and streets. apps.cfwnet.org/cou nciI_packet/mc_review.asp? I D=33034&counciIdate=2/25/2025 2/5 2/27/25, 11:23 AM M&C Review The project was advertised for bid on November 13th and November 20th, 2024, in the?Fort Worth Star-Telegram.?On December 19th, 2024, the following bids were received:? Bidder McClendon Construction Company, Inc. Stabile & Winn, Inc. Jackson Construction, Ltd. Amount Base Bid** Alternate A (Concrete (Asphalt Paving) Paving) $10,336,047.19 $10,484,577.69 $10,444,615.50 $10,633,171.60 $12,243,218.50 $11,774,074.50 Time of Completion 450 Calendar Days **In an attempt to secure alternate bids, staff advertised the project with concrete as the base bid to reconstruct existing streets included in the bond with concrete travel lanes. Alternative A was bid as a rehabilitation of existing roadway with new asphalt and replacement of damaged curb and gutter. Staff recommends award of the contract for the base bid (Concrete Option). Concrete paving typically has a twenty-year life span, while asphalt paving has a ten-year span. In addition, the maintenance cost of concrete pavement is typically less than?asphalt pavement.? The Transportation & Public Works Department's (TPW) share on this contract is $4,162,347.50. The paving funds for this project are included in the 2022 Bond Program. The Water Department's share of this contract is $6,173,699.69 and will be available in the Water & Sewer Capital Projects Fund for the project?(City Project No. 104212). In addition to the contract amount, $936,840.50 (Water: $373,237.00, Sewer: $102,804.00, and Paving: $460,799.50) is required for project management, material testing, and inspection, and $516,803.00 (Water: $250,751.00, Sewer: $57,934.00, and Paving: $208,118.00) is provided for project contingencies.? This project will have no impact on the Transportation & Public Works' or the Water Department's operating budgets when completed. The sanitary sewer component of this project is part of the Sanitary Sewer Overflow Initiative?Program of the Water Department. Approximately 10,460 linear feet of cast iron water pipe will be removed and replaced as part of this project.? The action in this M&C will amend the Transportation & Public Works Contribution to the Fiscal Years 2025-2029 Capital Improvement Program as follows: Capital project Name Fund Name 34027 - Street Imprv- 2022 Bond Deteriorating Program Sts-(PB0019) Fund 34027 - 22 Bond 2022 Bond Unspecified - Program (U34027) Fund FY2025 CIP Appropriations $33,518,390.00 $1,166,858.59 Budget Change Revised FY2025 Increase/Decrease Budget ($3,664,396.41) $29,853,993.59 ($1,166,868.59) $0.00 It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. The actions in the M&C will appropriate funds in support of the Water Department's portion of the City of Fort Worth's Fiscal years 2025-2029 Capital Improvement Program, as follows: Capital Revised Project FY2024 CIP Budget Change Fund Name Appropriations Authority Increase/Decrease FY2024 Name Budget 56002- 2022 Bond W&S Year 2 - $0.00 This M&C $6,958,426.00 $6,958,426.00 apps.cfwnet.org/cou nciI_packet/mc_review.asp? I D=33034&counciIdate=2/25/2025 3/5 2/27/25, 11:23 AM Capital Contract 11 Projects - (104212) Fund M&C Review Funding is currently available in the Unspecified All -Funds project within the Water & Sewer Capital Projects Fund for the purpose of funding the 2022 Bond Year 2 - Contract 11 project. Funding is also budgeted in the 2022 Bond Program Fund in the Street Improvement -Deteriorating Streets programmable project. Appropriations for the water, sanitary sewer, and paving improvements for 2022 Bond Year 2 - Contract 11 project by Fund will consist of the following:? Fund 34027 - 2022 Bond Program Fund 56002 - W&S Capital Projects Fund Project Total Existing Appropriations $412,917.00 $612,776.00 $1,025,693.00 *Numbers rounded for presentation purposes. Additional Appropriations $4,831,265.00 $6,958,426.00 $11,789,691.00 Project Total* $5,244,182.00 $7,571,202.00 $12,815,384.00 The Business Equity Division placed a 12.86\% business equity goal on this solicitation/contract. McClendon Construction Company, Inc., will be exceeding the goal at 13.13\%, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. This project is included in the 2022 Bond Program. The City's Extendable Commercial Paper (ECP) (M&C 22-0607; Ordinance 25765-08-2022) provided liquidity to support the appropriation. Available resources will be used to actually make any interim progress payments until debt is issued. Once debt associated with a project is sold, debt proceeds will reimburse the interim financing source in accordance with the statement expressing official Intent to Reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance 25515-05-2022). This project is located in COUNCIL DISTRICTS 6, 9 AND 11.? FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are currently available in the Street Imprv-Deteriorating Sts programmable project and in the 22 Bond Unspecified project within the 2022 Bond Program Fund , in Unspecified All -Funds project within the W&S Capital Project Funds and upon the approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the W&S Capital Projects Fund and 2022 Bond Program Fund for the 2022 Bond Year 2 - Contract 11 project to support the above recommendations and execution of the construction contract. Prior to any expenditure being incurred, the Transportation & Public Works and Water Departments have the responsibility of verifying the availability of funds. TO Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) apps.cfwnet.org/cou nciI_packet/mc_review.asp? I D=33034&counciIdate=2/25/2025 4/5 2/27/25, 11:23 AM Submitted for City Manager's Office by_ M&C Review Jesica McEachern (5804) Originating Department Head: Additional Information Contact: Lauren Prieur (6035) Monty Hall (8662) ATTACHMENTS 104212-Form 1295 Certificate.pdf (CFW Internal) 104212-MWBE Compliance memo.pdf (CFW Internal) 104212-PBS.pdf (CFW Internal) 104212-Sam report.pdf (CFW Internal) 202022 BOND YEAR 2 CONTRACT 11 — MCCLENDON funds availability.pdf (CFW Internal) 202022BON DYEAR2CONTRACT11-MCCLENDON FID Table.xlsx (CFW Internal) 34027-Bond Proposition Report.pdf (CFW Internal) M&C Map 202213ond N eia h borhood Streets CPN104212.pdf (Public) ORD.APP 202022 BOND YEAR 2 CONTRACT 11 — MCCLENDON 34027 A025(R3).docx (Public) ORD.APP 202022 BOND YEAR 2 CONTRACT 11 — MCCLENDON 34027 A025(R4).docx (Public) ORD.APP 202022 BOND YEAR 2 CONTRACT 11 — MCCLENDON 56002 A025(R2).docx (Public) apps.cfwnet.org/cou nciI_packet/mc_review.asp? I D=33034&counciIdate=2/25/2025 5/5 CITY OF FORT WORTH Transportation and Public Works Department 2022 Bond Year 2 — Contract 11 City Project No. 104212 ADDENDUM NO.1 Addendum No.1: Issued Friday, December 6th, 2024 Bid Open Date: Thursday, December 19th, 2024 This Addendum forms part of the Contract Documents and 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, and in the proposal (SECTION 00 4100). Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specification documents for 2022 Bond Year 2 — Contract 11, City Project No. 104212, are hereby revised by Addendum No. 1 as follows: I. SPECIFICATIONS & CONTRACT DOCUMENTS: a. SECTION 00 11 13 — Replace the INVITATION TO BIDDERS in its entirety with the attached revised INVITATION TO BIDDERS, revising the Bid Opening Date to 2:00 P.M. CST, Thursday, December 19t', 2024. This Addendum No. 1 forms part of the Specifications and Contract Documents for the above - referenced project and modifies the original Project Manual and Contract Documents of the same. Acknowledge your receipt of Addendum No. 1 by completing the requested information in the space provided in Section 00 4100, Bid Form, Page 3 of 3 A signed copy of Addendum No. 1 should be included in the submitted sealed bid at the time of bid submittal. Failure to acknowledge the receipt of Addendum No. 1 could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. Page 1 of 2 CITY OF FORT WORTH 2O22 Bond Year 2 — Contract 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104212 Revised September 14, 2022 Addendum 1 Addendum No. 1 RECEIPT ACKNOWLEDGEMENT: Company: McClendon Const Co Inc Address: PO Box 999 City: Burleson StateTX 76097 Lauren Prieur, P.E. Director, Trans ortation and Public Works By: Gre R b ins, P.E. Engineering Manager, TPW Page 2 of 2 CITY OF FORT WORTH 2O22 Bond Year 2 — Contract 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104212 Revised September 14, 2022 Addendum 1 0011 13 INVITATION TO BIDDERS Pagel of 3 SECTION 00 1113 IIOLVAI .1%I[Glen C8l01R]0191IM Electronic bids for the construction of 2022 Bond Year 2 Contract 11, CPN 104212 ("Project") will be received by the City of Fort Worth via the Procurement Portal httlls:Hfortworthtexas.bonfirehiib.com/aortal/?tab=onenOnnortunitie1, under the respective Project until 2:00 P.M. CST, Thursday, December 19', 2024. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST at Fort Worth City Hall, 100 Fort Worth Trail, Fort Worth, Texas, Mezzanine, Room CH_MZ10_12. 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: https://fortworthtexas.bonfirehub.com/portal/?tab=ot)enODDortunities 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. CITY OF FORT WORTH 2O22 Bond Year 2 Contract 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104212- Addendum #1 Revised 2/08/24 0011 13 INVITATION TO BIDDERS Page 2 of 3 To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Unit 1: Water Improvements 150 LF - 6" PVC Water Pipe 9,300 LF - 8" PVC Water Pipe 90 LF - 12" DIP Water Pipe 1,450 LF - 12" PVC Water Pipe 13,900 SY — 11" Pulverization 13,900 SY — 3" Asphalt Pavement Type D 7,700 SF - 6" Concrete Driveway 5,050 LF — 6" Concrete Curb & Gutter Unit 2: Sewer Improvements 3,000 LF - 8" Sewer Pipe 14 EA - 4' Manhole 2,400 SY — 11" Pulverization 2,400 SY — 3" Asphalt Pavement Type D Unit 3: Paving Improvements 21,000 SY - 6" Concrete Pavement 36,500 SF - 4" Concrete Sidewalk 29,500 SF - 6" Concrete Driveway 21 EA - ADA Ramps Unit 3: Paving Improvements Alternate A (POL) 12,300 SY - I I" Pulverization 12,300 SY - 3" Asphalt Pavement Type D 8,000 LF - 6" Concrete Curb & Gutter 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=openOpportunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. CITY OF FORT WORTH 2O22 Bond Year 2 Contract 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104212- Addendum #1 Revised 2/08/24 0011 13 INVITATION TO BIDDERS Page 3 of 3 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 httl)s://fortworthtexas.bonfirehub.com/_aortal/?tab=o_nen0nnortunities, under the respective Proj ect. 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: November 25`h, 2024 TIME: 11: 00 A.M. 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'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. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Christian Cardona, PE, City of Fort Worth Email: Christian.Cardona(&FortWorthTexas. og_v Phone: 817-392-5498 AND/OR Attn: David Leslie, PE, Quiddity Engineering Email: DLeslie@quiddity.com Phone: 972-488-3880 ADVERTISEMENT DATES November 13'h, 2024 November 20, 2024 END OF SECTION CITY OF FORT WORTH 2O22 Bond Year 2 Contract 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104212- Addendum #1 Revised 2/08/24 CITY OF FORT WORTH Transportation and Public Works Department 2022 Bond Year 2 — Contract 11 City Project No. 104212 ADDENDUM NO.2 Addendum No. 2: Issued Tuesday, December loth, 2024 Bid Open Date: Thursday, December 19th, 2024 This Addendum forms part of the Plans, Contract Documents, and 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, and 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 2022 Bond Year 2 — Contract 11, City Project No. 104212, are hereby revised by Addendum No. 2 as follows: I. SPECIFICATIONS & CONTRACT DOCUMENTS: a. SECTION 00 00 00 — Replace the TABLE OF CONTENTS in its entirety with the attached revised TABLE OF CONTENTS. b. SECTION 00 21 13 — Replace the INSTRUCTION TO BIDDERS in its entirety with the attached revised INSTRUCTION TO BIDDERS. c. SECTION 00 41 00 — Replace the BID FORM in its entirety with the attached revised BID FORM. d. SECTION 00 42 43 — Replace the PROPOSAL FORM in its entirety with the attached revised PROPOSAL FORM. e. SECTION 00 45 12 — Replace the PREQUALIFICATION STATEMENT in its entirety with the attached revised PREQUALIFICATION STATEMENT. f. SECTION 99 99 00 — Add ADDITIONAL SPECIFICATIONS to the project specifications. g. BID TABLE (BT-06AN) — The bid table has been revised in Bonfire to reflect the changes made to the proposal form. h. BID TABLE (BT-59FH) — The bid table has also been revised to include the changes made to the proposal. i. SUBMISSION INSTRUCTIONS — 25-0041 — The submission instructions have been updated to include Addendum No.2 under the Requested Information Section. IL CONSTRUCTION PLANS: Page 1 of 5 CITY OF FORT WORTH 2O22 Bond Year 2 — Contract 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104212 Revised September 14, 2022 Addendum 2 a. SHEET 1 — COVER SHEET. Revised to include signatures. b. SHEET 2 - SHEET INDEX. Added new plan sheets. c. SHEET 3 - GENERAL NOTES (1 OF 3) — Revised City of Fort Worth Project Manager contact information. d. SHEET 4 — GENERAL NOTES (2 OF 3) — Revised City of Fort Worth Transportation contact information. e. SHEET 10 - PROP 8" WATER REPLACEMENT PLAN WL-A STA 0+00 TO STA 6+00 — Proposed POL and temporary trench repair at the intersection of W Biddison St and Frazier Ave revised to Mill and Overlay and permanent asphalt trench repair. Revised limits of temporary and permanent asphalt trench repair. £ SHEET 14 - PROP 8" WATER REPLACEMENT PLAN WL-B STA 6+00 TO STA 11+55.02 - Proposed POL and temporary trench repair at the intersection of W Biddison St and Wayside Ave revised to Mill and Overlay and permanent asphalt trench repair. Revised limits of temporary and permanent asphalt trench repair. Revised callouts to specify 8" DIP carrier pipe at STA 8+65. g. SHEET 17 - PROP 8" WATER REPLACEMENT PLAN WL-E STA 0+00 TO STA 6+00 - Proposed POL and temporary trench repair at the intersection of W Drew St and Wayside Ave revised to Mill and Overlay and permanent asphalt trench repair. Revised limits of temporary and permanent asphalt trench repair. h. SHEET 18 - PROP 8" WATER REPLACEMENT PLAN WL-E STA 6+00 TO STA 6+54.32 - Proposed POL and temporary trench repair at the intersection of W Drew St and Wayside Ave revised to Mill and Overlay and permanent asphalt trench repair. Revised limits of temporary and permanent asphalt trench repair. i. SHEET 19 - PROP 12" WATER REPLACEMENT PLAN WL-F STA 0+00 TO STA 3+15 - Proposed POL and temporary trench repair at the intersection of W Bolt St and McCart Ave revised to Mill and Overlay and permanent asphalt trench repair. Revised limits of temporary and permanent asphalt trench repair. j. SHEET 21 - PROP 12" WATER REPLACEMENT PLAN WL-G STA 3+00 TO STA 6+00 - Revised the size of proposed sanitary sewer shown in plan and profile. k. SHEET 23 - PROP 12" WATER REPLACEMENT PLAN WL-G STA 9+00 TO STA 10+85.63 - Revised the proposed alignment and connection to the existing 36" water in plan and profile. 1. SHEET 25 - PROP 8" WATER REPLACEMENT PLAN WL-I STA 0+00 TO STA 6+00 - Revised the connection to existing 36" water callout in plan view. in. SHEET 28 - PROP 8" WATER REPLACEMENT PLAN WL-J STA 0+00 TO STA 6+00 - Revised the connection to existing 36" water callout in plan view. n. SHEET 36 - WATER DETAILS (1 OF 5) - Detail was added to plan set for water carrier pipe with steel casing. o. SHEET 37 - WATER DETAILS (2 OF 5) — Details for concrete meter boxes were removed and remaining details were shifted. p. SHEET 39 - WATER DETAILS (4 OF 5) - Details for trench repair in paved and unpaved areas were revised/added. q. SHEET 39-A - WATER DETAILS (5 OF 5) - Detail sheet was added to plan set. Details for trench repair in paved and unpaved areas were revised/added. r. SHEET 45 - PROP 8" SANITARY SEWER PLAN AND PROFILE M-93 STA 6+84.71 TO STA 9+50 - Revised the proposed sewer size of M-93 (A). Proposed manhole location was shifted. Revised the flowlines and slopes to reflect the relocated proposed manhole. Page 2 of 5 CITY OF FORT WORTH 2O22 Bond Year 2 — Contract 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104212 Revised September 14, 2022 Addendum 2 s. SHEET 46 - PROP 8" SANITARY SEWER PLAN AND PROFILE M-93 STA 9+50 TO STA 12+80.45 - Revised the flowlines and slopes to reflect the relocated proposed manhole. t. SHEET 48 - PROP 8" SANITARY SEWER PLAN AND PROFILE L-2904 STA 4+00 TO STA 6+77.90 - Revised the carrier pipe to be 8" PVC with 20" steel casing. Added callouts and hatching for steel casing in plan view. Added steel casing to the legend. Added callout to remove and dispose existing 6" sanitary sewer in plan view. u. SHEET 51 - SEWER DETAILS (1 OF 4) - Details were added to the plan set for wastewater access chamber and flat top sanitary sewer manholes. v. SHEET 53 - SEWER DETAILS (3 OF 4) - Details for trench repair in paved and unpaved areas were revised/added. w. SHEET 53-A - SEWER DETAILS (4 OF 4) - Detail sheet was added to plan set for trench repair in paved areas and sanitary sewer carrier pipe with steel casing. x. SHEET 60 — PROP. PAVING PLAN AND PROFILE STA 1+00 TO STA 5+00. Revised Mailbox Note. y. SHEET 64 — PROP. PAVING PLAN AND PROFILE STA 1+00 TO STA 5+00. Revised Concrete Pavement Callouts. z. SHEET 68 — PROP. PAVING PLAN AND PROFILE STA 1+00 TO STA 5+00. Revised Mill and Overlay Intersection Callout. aa. SHEET 72 — PROP. PAVING PLAN AND PROFILE STA 15+50 TO END. Revised Leadwalk Label. bb. SHEET 74 — PROP. PAVING PLAN AND PROFILE STA 5+00 TO END. Revised Mill and Overlay Intersection Callout. cc. SHEET 81 — PROP. PAVING PLAN AND PROFILE STA 9+00 TO END. Revised Driveway Limits & Mill and Overlay Intersection Callout. dd. SHEET 89 - PROP. PAVING PLAN AND PROFILE STA 1+00 TO STA 4+62.17. Revised Mill and Overlay Intersection Callout. ee. SHEET 92 — PROP. PAVING PLAN AND PROFILE STA 11+50 TO END. Turf Reinforcement Mat Detail Inserted. ff. SHEET 98 — PROP. PAVING PLAN AND PROFILE STA 9+00 TO STA 13+00. Revised Ramp Callout. gg. SHEET 103 — PROP. PAVING PLAN AND PROFILE STA 1+00 TO STA 5+00. Ribbon/Laydown Curb Transition Detail Inserted. hh. SHEET 107 — PROP. PAVING PLAN AND PROFILE STA 1+00 TO STA 5+00. Revised Speed Cushion Callout. ii. SHEET 113 —PAVING DETAILS 5 OF 6. Updated Detail During the Pre -Bid Conference, the attendees asked the following questions. The City of Fort Worth's responses are below. Question 1: Is an estimate available? Response 1: $11, 000, 000.00 is the approximate construction cost based on the engineer's estimate. Question 2: The prequalification requirement for the job is Water Distribution urban and renewal, 12" & smaller but the plans call for us to tie into a 36" waterline, twice, Page 3 of 5 CITY OF FORT WORTH 2O22 Bond Year 2 — Contract 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104212 Revised September 14, 2022 Addendum 2 Typically the prequalification for Water transmission, urban/renewal, 42-inches, and smaller would be required because of the connection to the large diameter waterlines. Response 2: A prequalification for transmission, urban/renewal 36-inches and smaller has been included. Question 3: There are 36" Connections shown on sheets 23,25 & 28 and it looks like one is on a 36" ductile line but the other two are on 36" concrete waterlines. Do you have as- builts that show what material those concrete lines are (301 or 303) and what depths of the existing water lines are? If so, could you please provide those sheets to us? Response 3: The sheets have been revised to provide information on the existing line. Question 4: Is the turf reinforcement mat for erosion control? There is no spec and or detail for this item. Response 4: The turf reinforcement mat is used for erosion control. Additional information has been provided in the plans and specification book. Question 5: Sheet 81 calls out to remove, salvage and reset light pole with handicap sign. There is no pay item for this. Response 5: The callout has been removed, and the light pole will not be relocated. Question 6: In some intersections where waterline extends past the paving limits from the proposed concrete street into an existing asphalt street, the plans call to POL these small sections. This is a very small section to perform POL. Response 6: These intersections have been revised to have permanent trench repair with mill and overlay. Question 7: Where is the temporary fencing needed? Response 7: The temporary fencing will be used on park property at Unity Park and property 3213 Frazier Avenue. Page 4 of 5 CITY OF FORT WORTH 2O22 Bond Year 2 — Contract 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104212 Revised September 14, 2022 Addendum 2 Question 8: Do we need a permit to work in PARD Property? Response 8: Yes, the contractor has to obtain a permit prior to working in PARR property. Question 9: The sewer pipe pay item has only one bid item for all pipe types. Are the contractors bidding one price for all pipe materials? Response 9: The sanitary sewer bid item names have been revised to specify pipe material. Question 10: Is Frazier going to be concrete only? Response 10: Frazier has an existing composite section with a concrete base and asphalt overlay. Therefore, Frazier will be concrete only. This Addendum No. 2 forms part of the Plans, Specifications, and Contract Documents for the above -referenced project and modifies the original Project Manual and Contract Documents of the same. Acknowledge your receipt of Addendum No. 2 by completing the requested information in the space provided in Section 00 4100, Bid Form, Page 3 of 3 A signed copy of Addendum No. 2 should be included in the submitted sealed bid at the time of bid submittal. Failure to acknowledge the receipt of Addendum No. 2 could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. Addendum No. 2 RECEIPT ACKNOWLEDGEMENT: Lauren Prieur, P.E. Director, Tra ortation and Public Works B: B Y Y• Greg ins, P.E. Company: McClendon Const Co Inc Engineering Manager, TPW Address: PO Box 999 City: Burleson State: Texas Page 5 of 5 CITY OF FORT WORTH 2O22 Bond Year 2 — Contract 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104212 Revised September 14, 2022 Addendum 2 FORT WORTH. "I'll City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 00 05 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 0011 13 Invitation to Bidders 02/08/2024 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 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 0045 11 Bidders Prequalifications 08/13/2011 00 45 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 06/07/2024 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 31 20 Project Meetings 07/01/2011 01 32 16 Construction Schedule 10/06/2023 01 32 33 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 0135 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 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 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 CITY OF FORT WORTH 2O22 Bond Year 2 Contract 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104212 -Addendum #2 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 Technical Specifications which have been included or modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 31- Earthwork 31 1000 1 Site Clearing Division 32 - Exterior Improvements 34 71 13 1 Traffic Control Additional Specifications 99 99 00 1 Additional Specifications Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httn:Hfortworthtexas.2ov/tuw/contractors/ or httDs:Happs.fortworthtexas.gov/Proi ectResources/ Division 02 - Existing Conditions Last Revised 0241 13 Selective Site Demolition 03/11/2022 0241 14 Utility Removal/Abandonment 12/20/2012 0241 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 03/11/2022 0334 13 Controlled Low Strength Material (CLSM) 12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 26 05 00 Ceffffaea :rank P_owlts f ~ Eleetr-iea 03/11/2022 26 0055 10 Demolition r^r Elee fie t Systems 12/20/2012 26 05 33 Raee ays and Beiz -,�jr Elect r. al ✓,ems 12/20/2012 2605 43 viucrgiicna Dtacis-iia vcvcvcy :nvnE vctfiearSystems 07/01/2011 260550 ECs-:yxuxi,.a4iE)as Multi Duet r f&it 02/26/2016 Division 31- Earthwork 31 00 00 Site Clearing 03/22/2021 3123 16 Unclassified Excavation 01/28/2013 312323 Beffe 01/28/2013 31 24 00 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 04/29/2021 12/20/2012 12/20/2012 Division 32 - Exterior Improvements 3201 17 1 Permanent Asphalt Paving Repair 12/20/2012 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 Bond Year 2 Contract 11 Revised June 7, 2024 CPN 104212 -Addendum #2 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 3201 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 1123 Flexible Base Courses 12/20/2012 32 1129 Lime Treated Base Courses 12/20/2012 32 1133 Cement Treated Base Courses 06/10/2022 32 1137 Liquid Treated Soil Stabilizer 08/21/2015 32 12 16 Asphalt Paving 6/07/2024 32 127 '4oryZalt I 12/20/2012 32 13 13 Concrete Paving 06/10/2022 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 12/09/2022 32 1373 Concrete Paving Joint Sealants 12/20/2012 32 14 16 B-60kUni: g ''/'�tz 32 1613 Concrete Curb and Gutters and Valley Gutters 12/09/2022 32 1723 Pavement Markings 06/10/2022 32 1725 Curb Address Painting 11/04/2013 3231 13 Chain Fences and Gates 12/20/2012 3'�6 Wi -e Fences andr 4es 12/20/2012 3'�9 Wood Fen es a -a Gates 12/20/2012 32 32 13 Cast -in -Place Concrete Retaining Walls 06/05/2018 3291 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022 3292 13 Sodding 05/13/2021 3292 14 N. r. N.at,'"-Seeding 05/13/2021 329215 Wild , wer- Seedine 10/06/2023 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 09/07/2018 3301 31 Closed Circuit Television (CCTV) Inspection — Sanitary Sewer 03/11/2022 330132 32 Closed Qr-euit Television (CCTA» hnspeetien S 0,--M Drams 12/08/2023 33 03 10 Bypas3 llk.i pixg ofExisting Sewer- Syste 12/20/2012 33 04-10 reipA Beading ,-ad Eleetfieal lsel 4ie 12/20/2012 33 04-11 r,.,...esieft cefitfel Toss st tiefis 12/20/2012 33 04 12 ra. ggaesiu Arede Cat die Pr-eteetier System 12/20/2012 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Pipes 03/11/2022 3305 10 Utility Trench Excavation, Embedment, and Backfill 04/02/2021 3305 12 Water Line Lowering 12/20/2012 33 05 13 Frame, Cover and Grade Rings 09/09/2022 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 03/11/2022 Grade 110 C ner-ete W4er- Vaults 12/20/2012 3305 17 Concrete Collars 03/11/2022 3 Z�v 12/20/2012 33 05 21 Turrrxl. Lrr.er- Plate 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 330523 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 12/09/2022 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 7, 2024 2022 Bond Year 2 Contract 11 CPN 104212 -Addendum #2 33 11 05 33 11 10 33 11 11 33 11 12 33 11 13 33 11 14 33 12 10 33 12 1 33 1220 133 1225 33 1240 33 1250 1 33 31 20 333122 333123 33 31 50 33 31 70 3-3-39 10 33 39 20 33 39 30 33 39 40 33 39 60 33 419 �?,-31111 33 41 12 33 46 00 33 4601 33-4602 3�-49 10 33 49 20 33 4940 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 Bolts, Nuts, and Gaskets Ductile Iron Pipe Ductile Iron Fittings Polyvinyl Chloride (PVC) Pressure Pipe Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type Buried Steel Pipe and Fittings Water Services 1-inch to 2-inch Resilient Seated Gate Valve Connection to Existing Water Mains GomnY iatiaa Aif Va4ve AaBornWkas for- Potable W.,to. Syste Fire Hydrants Water Sample Stations Cur-ed i Plaee Pipe (CIPPI FibefgIam R oCf fee Piro for- Gr-a- ,;t., High Density Pelyedi)4eae (14DPE) Pipe fef Sanitary Sewef Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe Pel.rt.;"1 Chic -ide (PNIG) Closed Profile r -.,.,;tom. Sa*itafy Sewe Pipe Sa-aitafy Sew or Pir, L;&,i&g Sa-aitafy Sewer- Pipe Ealargeme Sanitary Sewer Service Connections and Service Line Combination Air- Valyt fay Sanloarymower P o >� Precast Concrete Manholes Fiberglass Manholes Wastewater Access Chamber (WAC) Liners for Sanitary Sewer Structures High Density Pelyedi�4eae (14DPE) Pipe for- Div�m Reififef:eed Polyethylene (ERPE) Pipe Subdrainage Slotted Storm DviFlf Tforzoh Dimiorzi Cast in Plaee Maftheles and Rinetion Boxes Curb and Drop Inlets Storm D�ainage41ea&,a1k.-,<xqd Wingwalls Division 34 - Transportation 34 41 10n t �n1 ntt-� aC�l;ne1��A E6ntf611n2r C—a�inez 34 ^� n-i 0.002 Att-ae ert!' t�f. Gentolhz �oc�' n 34� n-i .03 Attaehmen4 Speei iea4ie 3^�v *• Assemblies bl;es �� Illk��ir��i�� 3 ^ ^�Oz Afta6al LED P.aadw 1zmikaipoo 12/20/2012 12/09/2022 09/20/2017 09/09/2022 12/20/2012 12/20/2012 02/ 14/2017 12/20/2012 05/06/2015 04/23/2019 02/06/2013 12/20/2012 01 /03/2014 12/20/2012 06/ 19/2013 12/20/2012 12/20/2012 04/23/2019 09/09/2022 12/20/2012 12/20/2012 12/20/2012 04/26/2013 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 04/29/2021 07/01 /2011 12/20/2012 11/13/2015 06/ 10/2022 12/20/2012 07/01 /2011 07/01 /2011 12/20/2012 03/11/2022 07/01 /2011 03/11/2022 12/18/2015 02/2012 01/2012 11/22/2013 03/11/2022 12/20/2012 06/15/2015 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 Bond Year 2 Contract 11 Revised June 7, 2024 CPN 104212 -Addendum #2 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 3n n�o2 Freeway LED D,,adw 06/15/2015 3n n�03 Resi efAi i LED Roadway Damkx.�Y s 06/15/2015 3441 30 Aluminum Signs 11/12/2013 2^� Single M de Fite. Opts, Cable 02/26/2016 3471 13 Traffic Control 03/22/2021 Appendix CG-4.01 A:ckLlality &f GC-4.02 Subsurface and Physical Conditions CG-406 Ihza dow Erriirormr,Irltat Geed do , 4 Site GC-6.06.13 Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GG-6-M N itvaxn r T GG 6. 1 GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH 2O22 Bond Year 2 Contract 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104212 -Addendum #2 Revised June 7, 2024 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 (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: htt)s:Happs.fortworthtexas.Rov/ProiectResources/ 2022 Bond Year 2 Contract 11 CITY OF FORT WORTH CPN 104212 -Addendum #2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 3.1.1. Paving — Requirements document located at: httDs:HaDDs.fortworthtexas. aov/ProiectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrecivalification/TPW%2OPavin2 %20Contractor%2OPrecivalification%2OPro2ram/PREOUALIFICATION%20REO UIREMENTS%20FOR%20PAVING%2000NTRACTORS. i)df 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: httDs:Hanns. fortworthtexas.2ov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrecivalification/TPW%2ORoadwa v%20and%2OPedestrian%2OLii!htin2%2OPreaualification%2OPro2Tam/STREET% 20LIGHT%20PREOUAL%20REOMNTS.Udf 3.1.3. Water and Sanitary Sewer — Requirements document located at: httDs:Hanns. fortworthtexas.2ov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrecivalification/Water%20and%2 OSanitarv%2OSewer%2OContractor%2OPrequalification%2OPro2ram/WS S%20i)re aual%20recluirements.1)df 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 required within various sections of the Contract Documents. 3.5. Special qualifications required for this project include the following: Omitted. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: 2022 Bond Year 2 Contract 11 CITY OF FORT WORTH CPN 104212 -Addendum #2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 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. Omitted. 4.1.5. 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." 4.1.6. 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. 4.1.7. 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. 4.1.8. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain 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. 2022 Bond Year 2 Contract 11 CITY OF FORT WORTH CPN 104212 -Addendum #2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 4.1.9. 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. 4.1.10. 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. 2022 Bond Year 2 Contract 11 CITY OF FORT WORTH CPN 104212 -Addendum #2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 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=openOpportunities on or before 2 p.m., the Monday, 10 days 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 https://fortworthtexas.bonfirehub. com/i)ortal/?tab=oDen0nnortunities 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 2022 Bond Year 2 Contract 11 CITY OF FORT WORTH CPN 104212 -Addendum #2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 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: httr)s://codelibrarv.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. 2022 Bond Year 2 Contract 11 CITY OF FORT WORTH CPN 104212 -Addendum #2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 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 hops:Hfortworthtexas.bonfirehub.com/aortal/?tab=oi)en0nnortunities. 2022 Bond Year 2 Contract 11 CITY OF FORT WORTH CPN 104212 -Addendum #2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 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. 2022 Bond Year 2 Contract 11 CITY OF FORT WORTH CPN 104212 -Addendum #2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 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.vdf 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. END OF SECTION 2022 Bond Year 2 Contract 11 CITY OF FORT WORTH CPN 104212 -Addendum #2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated 1/17/24 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: 2022 Bond Year 2 Contract 11 City Project No.: 104212 Units/Sections: Unit 1 - Water Improvements Unit 2 - Sanitary Sewer Improvements Unit 3 - Paving Improvements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH 2O22 BOND YEAR 2 CONTRACT 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104212 - Bid Proposal Work Book - Addendum 2 Revised 9/30/2021 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. Water Distribution, Urban and Renewal, 12-inch diameter and smaller b. Water Transmission, Urban/Renewal, 36-inches and smaller c. CCTV, 8-inches and smaller d. Sewer Collection System, Urban/Renewal, 8-inches and smaller e. Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) f. Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) a h. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 450 CD 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 2O22 BOND YEAR 2 CONTRACT 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104212 - Bid Proposal Work Book - Addendum 2 Revised 9/30/2021 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 Unit 1: Water Improvements Unit 2: Sanitary Sewer Improvements Unit 3: Paving Improvements Unit 3A: Paving Improvements Alternate A (POL) Total 1: Base Bid (Concrete) Units 1,2 & 3) Total 2: with Alternate A (POL Units 1,2,3 VA) 7. Bid Submittal This Bid is submitted on Respectfully submitted, By: (Signature) (Printed Name) Title: Company: Address: State of Incorporation: Email: Phone: END OF SECTION $120,000.00 $50,000.00 $140,000.00 $0.00 $310,000.00 $310,000.00 by the entity named below. Receipt is acknowledged of the Initial following Addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: CITY OF FORT WORTH 2O22 BOND YEAR 2 CONTRACT 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104212 - Bid Proposal Work Book - Addendum 2 Revised 9/30/2021 UNIT PRICE BID SECTION 00 42 43 PROPOSAL FORM Project Item Information Bid list Description Item No. Unit 1 - Water Improvements 1 3311.0161 6" PVC Water Pipe 2 3311.0261 8" PVC Water Pipe 3 3311.0251 8" DIP Water Pipe 4 3311.0451 12" DIP Water 5 3311.0461 12" PVC Water Pipe 6 3311.0001 Ductile Iron Water Fittings w/ Restraint 7 3312.3002 6" Gate Valve 8 3312.3003 8" Gate Valve 9 3312.3005 12" Gate Valve 10 3312.0001 Fire Hydrant 11 3312.0117 Connection to Existing 4"-12" Water Main 12 3312.0110 Connection to Existing 36" Water Main 13 3312.2001 1" Water Service, Meter Reconnection 14 3312.2003 1" Water Service 15 3312.2004 1" Private Water Service Relocation 16 3312.2101 1 1/2" Water Service, Meter Reconnection 17 3312.2103 1 1/2" Water Service 18 3312.2201 2" Water Service, Meter Reconnection 19 3312.2203 2" Water Service 20 3312.4311 36"x8" Tapping Sleeve & Valve 21 0241.1118 4" - 12" Pressure Plug 22 0241.1302 Salvage 6" Water Valve 23 0241.1303 Salvage 8" Water Valve 24 0241.1305 Salvage 12" Water Valve 25 0241.1510 Salvage Fire Hydrant 26 0241.1506 2" Surface Milling 27 3201.0111 4' Wide Asphalt Pvmt Repair, Residential 28 3201.0121 4' Wide Asphalt Pvmt Repair,Arterial 29 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 30 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 31 3201.0400 Temporary Asphalt Paving Repair (2" HMAC over 6" Flexbase) 32 3201.0614 Conc Pvmt Repair, Residential 33 3304.0101 Temporary Water Services 34 3305.0003 8" Waterline Lowering 35 3305.0103 Exploratory Excavation of Existing Utilities 36 3305.0109 Trench Safety 37 3305.0202 Imported EmbedmentBackfill, CSS 38 3305.0203 Imported EmbedmentBackfill, CLSM 39 3305.0204 Imported EmbedmentBackfill, Crushed Rock 40 3305.0207 Imported EmbedmentBackfill, Select Fill 41 3305.1003 20" Casing By Open Cut 42 0171.0101 Construction Staking (Water) 43 0171.0102 Construction Survey (GPS Redline Survey) 44 0241.0100 Remove Sidewalk 45 0241.0401 Remove Concrete Drive 46 0241.0402 Remove Asphalt Drive 47 0241.0702 Relocate Mailbox - Traditional 48 0241.0705 Remove and Replace Mailbox - Brick 00 42 43 PROPOSALFORM Page 1 of 5 Bidder's Application Bidder's Proposal Specification Unit of Bid Section No. Measure I Quantity Unit Price Bid Value 33 11 12 LF 149 33 11 12 LF 9,272 33 11 10 LF 38 33 11 10 LF 90 33 11 12 LF 1,437 33 1111 TON 6 33 1220 EA 12 33 1220 EA 32 33 1220 EA 12 33 1240 EA 12 33 1225 EA 28 33 1225 EA 3 33 12 10 EA 233 33 12 10 EA 236 33 12 10 LF 966 33 12 10 EA 5 33 12 10 EA 5 33 12 10 EA 7 33 12 10 EA 7 33 1225 EA 2 0241 14 EA 2 0241 14 EA 12 0241 14 EA 5 0241 14 EA 4 0241 14 EA 10 0241 15 SY 792 3201 17 LF 321 3201 17 LF 62 3201 17 SY 1,000 3201 17 SY 200 3201 18 LF 13,720 32 01 29 SY 83 33 04 30 LS 1 3305 12 EA 3 33 05 30 EA 3 3305 10 LF 178 3305 10 CY 50 3305 10 CY 50 3305 10 CY 50 3305 10 CY 500 33 05 22 LF 40 01 71 23 LS 1 01 71 23 LS 1 0241 13 SF 505 0241 13 SF 4,013 0241 13 SF 1,934 0241 13 EA 1 0241 13 EA 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 2022 BOND YEAR 2 CONTRACT 11 CITY PROJECT NO. 104212 - Bid Proposal Work Book - Addendum 2 00 42 43 PROPOSALFORM Page 2 of 5 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bid list Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity 49 0241.1300 Remove Cone Curb&Gutter 0241 15 LF 3,373 50 0241.1400 Remove Cone Valley Gutter 0241 15 SY 46 51 0241.1700 11-inch Pavement Pulverization 0241 15 SY 13,826 52 3110.0102 6"-12" Tree Removal 31 1000 EA 3 53 3123.0101 Unclassified Excavation by Plan 3123 16 CY 906 54 3124.0101 Embankment by Plan 31 24 00 CY 185 55 3125.0101 SWPPP > 1 acre 312500 LS 1 56 3211.0601 8" CEMLIMETM (401bs/SY) 32 1129 TN 277 57 3212.0303 3" Asphalt Pvmt Type D 32 12 16 SY 13,826 58 3212.0401 HMAC Transition 3212 16 TN 14 59 3212.0302 2" Asphalt Pvmt Type D 32 12 16 SY 792 60 3213.0301 4" Cone Sidewalk 32 1320 SF 539 61 3213.0401 6" Concrete Driveway 32 1320 SF 7,688 62 3213.0507 Barrier Free Ramp, Type P-2 32 1320 EA 1 63 3216.0101 6" Cone Curb and Gutter 32 1613 LF 5,044 64 3216.0102 Cone Laydown Curb 32 16 13 LF 18 65 3216.0301 7" Cone Valley Gutter, Residential 32 1613 SY 385 66 3217.0101 6" SLD Pvmt Marking HAS (W) 32 1723 LF 75 67 3217.0102 6" SLD Pvmt Marking HAS (Y) 32 1723 LF 75 68 3217.2002 Raised Marker TY Y 32 1723 EA 4 69 3217.5001 Curb Address Painting 32 1725 EA 53 70 3291.0100 Topsoil 3291 19 CY 575 71 3292.0100 Block Sod Placement 329213 SY 6,058 72 3305.0107 Minor Manhole Adjustment with Collar 3305 14 EA 3 73 3305.0111 Valve Box Adjustment, Including Concrete Collar 3305 14 EA 24 74 3441.4110 Remove and Reinstall Sign Panel and Post 34 41 30 EA 1 75 3349.5005 Remove and Replace Inlet Top, 5' 33 49 20 EA 2 76 3471.0001 Traffic Control (Water) 3471 13 MO 5 77 9999.0001 Water Construction Allowance 9999.0001 LS 1 $100,000.00 $100,000.00 78 9999.0002 6' Temporary Chain Link Construction Fence 9999.0002 LF 300 79 9999.0003 Miscellaneous Structure Adjustment - Irrigation 9999.0003 LS 1 $20,000.00 $20,000.00 80 9999.0004 Remove and Salvage Brick&Stone Drive 9999.0004 SF 32 Remove Type III Post Type Barricade with Metal Beam 81 9999.0005 Guardrail 9999.0005 EA 1 25' Manual Galvanized Steel, In -Ground Double Swing 82 9999.0006 9999.0006 EA 1 Gate or Approved Equivalent 83 9999.0007 Turf Reinforcement Mat 9999.0007 SY 50 84 9999.0008 Remove, Salvage and Reinstall Brick&Stone Sidewalk 9999.0008 SF 32 SUBTOTAL, UNIT 1 - Water Improvements $120,000.00 Unit 2 - Sanitary Sewer Improvements 1 3331.4115 8" PVC Sewer Pipe 33 11 10,33 31 12, LF 3,012 33 31 20 2 3331.3101 4" Sewer Service 33 3150 EA 69 3 3305.1003 20" Casing by Open Cut 33 05 22 LF 40 4 3301.0002 Post -CCTV Inspection 33 01 31 LF 3,012 5 3301.0003 Final -CCTV Inspection 33 01 31 LF 3,012 6 3301.0004 Final MH CCTV Inspection 33 01 31 EA 14 Major Manhole Adjustment With Frame and Cover, 7 3305.0106 Including 30" Cover and Collar 3305 14 EA 2 8 3305.0107 Minor Manhole Adjustment with Collar 3305 14 EA 5 9 3305.0112 Concrete Collar for Manhole 3305 17 EA 11 10 0241.2201 Remove 4' Sewer Manhole 0241 14 EA 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 2 CONTRACT 11 Revised 9/30/2021 CITY PROJECT NO. 104212 - Bid Proposal Work Book - Addendum 2 UNIT PRICE BID Bid list Item No. 11 12 13 14 15 16 17 18 19 0241.2012 3339.1001 3339.1003 3339.0007 3339.0001 3301.0101 0241.1700 3211.0601 3212.0303 20 3201.0400 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 3201.0614 3110.0102 3110.0104 3291.0100 3292.0100 3305.0103 3305.0109 3471.0001 3125.0101 3305.0202 3305.0203 3305.0207 0171.0101 0171.0102 9999.0009 9999.0010 SECTION 00 42 43 PROPOSAL FORM Project Item Information Description Remove 6" Sewer Line 4' Manhole 4' Extra Depth Manhole Wastewater Access Chamber Epoxy Manhole Liner Manhole Vacuum Testing 11-inch Pavement Pulverization 8" CEMLIMETM (40 lbs/SY) 3" Asphalt Pvmt Type D Temporary Asphalt Paving Repair (2" HMAC over 6" Flexbase) Conc Pvmt Repair, Residential 6"-12" Tree Removal 18"-24" Tree Removal Topsoil Block Sod Placement Exploratory Excavation of Existing Utilities Trench Safety Traffic Control (Sanitary Sewer) SWPPP > 1 acre Imported Embedment/Backfill, CSS Imported EmbedmentBackfill, CLSM Imported EmbedmentBackfill, Select Fill Construction Staking (Sanitary Sewer) Construction Survey (GPS Redline Survey) Sewer Construction Allowance 6' Temporary Chain Link Construction Fence 00 42 43 PROPOSALFORM Page 3 of 5 Bidder's Application Specification Unit of Bid Section No. Measure Quantity 0241 14 LF 35 33 39 10, 33 39 20 EA 13 33 39 10, 33 39 20 VF 10 33 39 40 EA 1 33 39 60 VF 31 33 01 30 EA 14 0241 15 SY 2,360 321129 TN 47 32 12 16 SY 2,360 3201 18 LF 2,026 Bidder's Proposal Unit Price Bid Value 32 01 29 SY 29 31 1000 EA 4 31 1000 EA 1 3291 19 CY 274 3292 13 SY 3,285 33 05 30 EA 2 3305 10 LF 2,936 3471 13 MO 3 31 25 00 LS 1 3305 10 CY 110 3305 10 CY 50 3305 10 CY 500 01 71 23 LS 1 01 71 23 LS 1 9999.0001 LS 1 $50,000.00 9999.0002 LF 900 SUBTOTAL, UNIT 2 - Sanitary Sewer Improvements Unit 3 - Paving Improvements Base Bid (Concrete) 1-B 0241.1100 Remove Asphalt Pvmt 0241 15 SY 12,493 2-B 3123.0101 Unclassified Excavation by Plan 3123 16 CY 1,478 3-B 3211.0502 8" Lime Treatment (40 lbs/SY) 32 1129 SY 15,717 4-B 3211.0400 Hydrated Lime 32 1129 TN 314 5-B 3213.0101 6" Conc Pvmt 32 13 13 SY 14,796 6-B 3305.0111 Valve Box Adjustment 3305 14 EA 30 7-B 3305.0107 Minor Manhole Adjustment 3305 14 EA 2 1 0241.1000 Remove Conc Pvmt (Frazier Avenue N) 0241 15 SY 3,861 2 0241.1100 Remove Asphalt Pvmt (Frazier Avenue N) 0241 15 SY 5,034 3 0241.1400 Remove Conc Valley Gutter (Frazier Avenue N) 0241 15 SY 209 4 3123.0101 Unclassified Exvacation by Plan (Frazier Avenue N) 3123 16 CY 458 5 3211.0502 Hydrated Lime (Frazier Avenue N) 32 1129 TN 131 6 3211.0502 8" Lime Treatment (40 lbs/SY) (Frazier Avenue N) 32 1129 SY 6,549 7 3213.0101 6" Conc Pvmt (Frazier Avenue N) 32 13 13 SY 6,179 8 0171.0101 Construction Staking (Paving) 01 71 23 LS 1 9 0241.0100 Remove Sidewalk 0241 13 SF 20,970 10 0241.0200 Remove Concrete Step 0241 13 SF 285 11 0241.0300 Remove ADA Ramp 0241 13 EA 8 12 0241.0401 Remove Concrete Drive 0241 13 SF 21,214 13 0241.0402 Remove Asphalt Drive 0241 13 SF 1,665 14 0241.0500 Remove Fence 0241 13 LF 50 15 0241.0701 Remove Multiple User Mailbox 0241 13 EA 1 16 0241.0702 Relocate Mailbox - Traditional 0241 13 EA 16 17 0241.0705 Remove and Replace Mailbox - Brick 0241 13 EA 11 $50,000.00 $50,000.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 2 CONTRACT 11 Revised 9/30/2021 CITY PROJECT NO. 104212 - Bid Proposal Work Book - Addendum 2 UNIT PRICE BID SECTION 00 42 43 PROPOSAL FORM Project Item Information 00 42 43 PROPOSALFORM Page 4 of 5 Bidder's Application Bidder's Proposal Bid list Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity 18 0241.1000 Remove Cone Pvmt 0241 15 SY 72 19 0241.1300 Remove Cone Curb & Gutter 0241 15 LF 9,610 20 0241.1400 Remove Cone Valley Gutter 0241 15 SY 372 21 0241.1800 Remove Speed Cushion 0241 15 EA 1 22 3110.0101 Site Clearing 31 1000 SY 500 23 3110.0102 6"-12" Tree Removal 31 1000 EA 4 24 3110.0103 12"-18" Tree Removal 31 1000 EA 4 25 3110.0104 18"-24" Tree Removal 31 1000 EA 2 26 3110.0105 24" and Larger Tree Removal 31 1000 EA 5 27 3124.0101 Embankment by Plan 31 24 00 CY 175 28 3125.0101 SWPPP > 1 acre 312500 LS 1 29 3201.0614 Cone Pvmt Repair, Residential 32 01 29 SY 100 30 3211.0112 6" Flexible Base, Type A, GR-1 32 1123 SY 200 31 3212.0401 HMAC Transition 32 12 16 TN 50 32 3213.0301 4" Cone Sidewalk 32 1320 SF 36,419 33 3213.0311 4" Conc. Sidewalk, Adjacent to Curb 32 1320 SF 500 34 3213.0322 Cone Curb at Back of Sidewalk 32 1320 LF 400 35 3213.0321 Cone Sidewalk, Adjacent to Ret Wall 32 1320 SF 500 36 3213.0401 6" Concrete Driveway 32 1320 SF 29,472 37 3213.0403 8" Concrete Driveway 32 1320 SF 1,200 38 3213.0501 Barrier Free Ramp, Type R-1 32 1320 EA 2 39 3213.0506 Barrier Free Ramp, Type P-1 32 1320 EA 8 40 3213.0507 Barrier Free Ramp, Type P-2 32 1320 EA 1 41 3232.0413 Cone Ret Wall Adjacent to Sidewalk 3232 13 SF 500 42 3346.0008 4" Pipe Underdrain, Type 8 33 46 00 LF 500 43 3217.0201 8" SLD Pvmt Marking HAS (W) 32 1723 LF 120 44 3217.5001 Curb Address Painting 32 1725 EA 167 45 3291.0100 Topsoil 3291 19 CY 1,028 46 3292.0100 Block Sod Placement 329213 SY 9,254 47 3305.0108 Miscellaneous Structure Adjustment (Meters) 3305 14 EA 20 48 3441.4110 Remove and Reinstall Sign Panel and Post 34 41 30 EA 3 49 3349.5007 Remove and Replace Inlet Top, 15' 33 49 20 EA 1 50 3471.0001 Traffic Control (Paving) 3471 13 MO 7 51 9999.0011 Paving Construction Allowance 9999.0001 LS 1 $100,000.00 $100,000.00 52 9999.0012 6' Temporary Chain Link Construction Fence 9999.0002 LF 50 53 9999.0013 Miscellaneous Structure Adjustment - Irrigation 9999.0003 LS 1 $40,000.00 $40,000.00 54 9999.0014 Remove and Salvage Brick&Stone Drive 9999.0004 SF 191 55 9999.0015 Salvage or Replace Historic Address Tiles 9999.0009 EA 8 56 9999.0016 Modified Barrier Free Ramp, Type P-1 9999.0010 EA 11 57 9999.0017 Speed Cushion - TL Standard 9999.0011 EA 1 58 9999.0018 Remove, Salvage and Relocate or Replace Chain Link 9999.0012 LF 75 SUBTOTAL, UNIT 3 - Paving Improvements Base Bid (Concrete) $140,000.00 Unit 3A - Paving Improvements Alternative A (POL) lA 0241.1700 11-inch Pavement Pulverization 0241 15 SY 12,223 2A 3123.0101 Unclassified Excavation by Plan 3123 16 CY 750 3A 3211.0601 8" CEMLINETM (40 lbs/SY) 32 1129 TN 244 4A 3212.0303 3" Asphalt Pvmt Type D 32 12 16 SY 12,223 5A 3216.0101 6" Cone Curb and Gutter 32 1613 LF 7,996 6A 3216.0301 7" Cone Valley Gutter, Residential 32 16 13 SY 432 7A 3305.0107 Minor Manhole Adjustment w/ Concrete Collar 3305 14 EA 2 8A 3305.0111 Valve Box Adjustment w/ Concrete Collar 3305 14 EA 30 Deduct Items 113-713 $ CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 2022 BOND YEAR 2 CONTRACT 11 CITY PROJECT NO. 104212 - Bid Proposal Work Book - Addendum 2 00 42 43 PROPOSALFORM Page 5 of 5 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bid list I I Description I Specification Unit of I Bid Unit Price Bid Value Item No. Section No. Measure Quantity SUBTOTAL, UNIT 3A - Paving Improvements Alternative A (POL) Bid Summary Unit 1: Water Improvements $120,000.00 Unit 2: Sanitary Sewer Improvements $50,000.00 Unit 3: Paving Improvements Base Bid (Concrete) $140,000.00 Unit 3A: Paving Improvements Alternate A (POL) Total 1 Base Bid (Concrete) Units 1,2, & 3 $310,000.00 Total 2 with Alternate A (POL) Units 1,2, 3 & 3A $310,000.00 *Note: The City Reserves the right to select either Total 1 or Total 2. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 2 CONTRACT 11 Revised 9/30/2021 CITY PROJECT NO. 104212 - Bid Proposal Work Book - Addendum 2 00 45 12 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 45 12 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 Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Urban/Renewal, 36-inches and smaller CCTV, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller M5Nridii raviiiy Construction/Reconstruction (15,000 square yards and , -fRLL6 rFaV y Construction/Reconstruction (15,000 square yards and (,RFATFRI n n Contractor/Subcontractor Company Name Prequalification Expiration Date The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: 0 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 By: 0 (Signature) Title: 0 Date: 2022 BOND YEAR 2 CONTRACT 11 CITY PROJECT NO. 104212 - Bid Proposal Work Book - Addendum 2 99 99 00 ADDITIONAL SPECIFICATIONS SECTION 99 99 00 ADDITIONAL SPECIFICATIONS 9999.0001 Construction Allowance Page 1 of 6 1. Summary Construction Allowances shall be available to the City to direct the Contractor to perform additional work items relevant to the successful completion of the project, but which are not identified on the plans or covered in the specifications due to unforeseen circumstances. Arbitrary allowance amounts have been placed in the Proposal. This item will not be paid to the Contractor unless a field order is issued. Unanticipated project changes are not limited to the value of this item. Contract changes above the amount described by this allowance may be processed through a change order. 2. Measurement and Payment a. Measurement for additional work covered by the respective Construction Allowances shall be negotiated between the City and the Contractor per each respective item, or group of items if multiple related items are encountered. b. Payment for the work performed and material furnished in accordance with this Item shall be paid for as measured per negotiated item or group of items, at unit price(s) negotiated between the City and the Contractor. Payment shall include all necessary materials, labor, equipment, fees, taxes, overhead and profit, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective. Payment to the Contractor for this item shall be the actual cost of the negotiated item (substantiated by sub -Contractor / vendor invoices) plus 10% to cover the cost of overhead, profit, bonds, insurance, etc, as required of the Contractor for managing subContractors. 9999.0002 6' Temporary Chain Link Fence 1. Summary The work covered by this item shall be located as directed on the plans and installed as directed by the City. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth current requirements, specifications, and construction details whether included in the plans or not. Measurement and Payment a. Measurement for this Item shall be by the linear foot of 6' Temporary Chain Link Fence installed. b. Payment for the work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of 6' Temporary Chain Link Fence. Payment shall include all necessary materials, labor, equipment, fees, taxes, overhead and profit, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective. 9999.0003 Miscellaneous Structure Adjustment - Irrigation 1. Summary This item establishes a contract allowance for making necessary irrigation adjustments or repairs required due to the project. An arbitrary allowance amount has been placed in the proposal. However, payment of the proposal amount (whether higher or lower) is not guaranteed. It shall be the Contractor's responsibility to provide the services of a licensed irrigator to make the irrigation 2022 Bond Year 2 Contract 11 CITY OF FORT WORTH CPN 104212 -Addendum #2 99 99 00 ADDITIONAL SPECIFICATIONS Page 2 of 6 adjustments determined necessary by the City. No payment will be made for irrigation adjustments or repairs except those determined to be required by the City. Should the Contractor damage irrigation systems due to negligence, where such systems would not have required adjustment or repair otherwise, the damage shall be repaired and adjusted by the Contractor at the Contractor's expense. Measurement and Payment a. Measurement for additional work covered by the respective Miscellaneous Structure Adjustment - Irrigation shall be negotiated between the City and the Contractor per each respective item, or group of items if multiple related items are encountered. b. Payment for the work performed and material furnished in accordance with this Item shall be paid for as measured per negotiated item or group of items, at unit price(s) negotiated between the City and the Contractor. Payment shall include all necessary materials, labor, equipment, fees, taxes, overhead and profit, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective. Payment to the Contractor for this item shall be the actual cost of the negotiated item (substantiated by sub -Contractor / vendor invoices) plus 10% to cover the cost of overhead, profit, bonds, insurance, etc, as required of the Contractor for managing subContractors. 9999.0004 Remove and Salvage Brick & Stone Drive 1. Summary The work covered by this item shall be located as directed on the plans (Wayside Ave — Sta 6+67). Prior to removal, Contractor shall provide digital video of location clearly depicting dimensions, existing conditions, lay patterns, joint details, mortar bed, edge treatments, etc. as required to fully capture the existing conditions. Prior to removal, Contractor and City staff shall meet with property owner to coordinate the intended plan to remove and salvage to property owner. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth current requirements, specifications and construction details. Workmanship shall be of the highest quality as determined by the Engineer. Damaged materials to be replaced by Contractor in -kind at no separate pay. 2. Measurement and Payment a. Measurement for this Item shall be by the square foot of Remove and Salvage Brick & Stone Drive in horizontal dimensions. b. Payment for the work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square foot of Remove and Salvage Brick & Stone Drive removed. Payment shall include all necessary materials, labor, equipment, fees, taxes, overhead and profit, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective. 9999.0005 Remove Type III Post Type Barricade and Metal Beam Guardrail 1. Summary The work covered by this item is located as directed on the plans (Bolt Street at Unity Park) and shall include proper removal and legal disposal of materials off the site. Removed materials become the property of the Contractor. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth current requirements and specifications. 2022 Bond Year 2 Contract 11 CITY OF FORT WORTH CPN 104212 -Addendum #2 99 99 00 ADDITIONAL SPECIFICATIONS Page 3 of 6 2. Measurement and Payment a. Measurement for this Item shall be by each assembly consisting of a Type III Post Type Barricade and Metal Beam Guardrail removed as a total unit. Measurement will not be made for each individual respective item (Type III Barricade and Metal Beam Guardrail), although the Contractor may elect to remove the items separately. b. Payment for the work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each of Remove Type III Post Type Barricade and Metal Beam Guardrail. Payment shall include all necessary materials, labor, equipment, fees, taxes, overhead and profit, disposal, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective. 9999.0006 25' Manual Galvanized Steel, Inground Double Swing Gate 1. Summary The work covered by this item shall be located as directed on the plans (Bolt Street at Unity Park) and installed as directed by the City. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth current requirements and specifications. Gate system shall be as manufactured by Barrier Gate Brands, or approved equal, or manufactured in accordance with the details included within the plans. 2. Measurement and Payment a. Measurement for this Item shall be by the each for 25' Manual Galvanized Steel, Inground Double Swing Gate installed. b. Payment for the work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each of 25' Manual Galvanized Steel, Inground Double Swing Gate installed. Payment shall include all necessary materials, concrete foundations, shop drawings, labor, equipment, fees, taxes, overhead and profit, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective. 9999.0007 Turf Reinforcement Mat 1. Summary The work covered by this item shall be located as directed on the plans (Bolt Street at Unity Park) and installed as directed by the City. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth current requirements and specifications. Turf Reinforcement Mat shall be LandLok 450 TRM as manufactured by Propex Geosolutions (see manufacturer's cutsheet following this section) or approved equal. Installation shall be in accordance with the details provided in the plans and in accordance with the manufacturer's recommendations. Should a conflict exist between the City specifications and the manufacturer's recommendations, the most secure and strict requirements shall govern as determined by the Engineer. 2. Measurement and Payment a. Measurement for this Item shall be by the square yard of Turf Reinforcement Mat installed in horizontal dimensions. Turn -down matting as shown on the details are considered subsidiary to the horizontal measurements. b. Payment for the work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard 2022 Bond Year 2 Contract 11 CITY OF FORT WORTH CPN 104212 -Addendum #2 99 99 00 ADDITIONAL SPECIFICATIONS Page 4 of 6 of Turf Reinforcement Mat installed. Payment shall include all necessary materials, labor, equipment, fees, taxes, overhead and profit, compacted decomposed granite, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective. 9999.0008 Remove, Salvage, and Reinstall Brick & Stone Sidewalk 1. Summary The work covered by this item shall be located as directed on the plans (Wayside Ave. — North — Sta 11+07). Prior to removal, Contractor shall provide digital video of location clearly depicting dimensions, existing conditions, lay patterns, joint details, mortar bed, edge treatments, etc. as required to fully capture the existing conditions and be able to reproduce in -kind. Prior to removal, Contractor and City staff shall meet with property owner to coordinate the intended plan to remove, salvage, and reinstall the stone walk. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth current requirements, specifications and construction details. Workmanship shall be of the highest quality as determined by the Engineer. Remove and salvage materials and protect for installation. Damaged materials to be replaced by Contractor in -kind at no separate pay. 2. Measurement and Payment a. Measurement for this Item shall be by the square foot of Remove, Salvage, and Reinstall Brick & Stone Walk installed in horizontal dimensions. b. Payment for the work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square foot of Remove, Salvage, and Reinstall Brick & Stone Walk installed. Payment shall include all necessary materials, labor, equipment, fees, taxes, overhead and profit, compacted decomposed granite to stabilize setting of stones, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective. 9999.0009 Salvage or Replace Historic Address Tiles 1. Summary The work covered by this item shall be located as directed on the plans and performed as coordinated and directed by the City. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth current requirements and specifications. Prior to removal, Contractor shall provide digital video of each location clearly depicting dimensions, existing conditions, lay patterns, joint details, edge treatments, etc. as required to fully capture the existing conditions and be able to reproduce in -kind. Contractor shall coordinate with City project manager prior to removal of any tiles. Removing and salvaging tiles shall not damage the tiles. Should a tile become damaged during salvaging, Contractor will be responsible for cost (no separate pay) of a replacement tile. All new replacement tiles shall match existing tiles and be approved by the City prior to procurement. Measurement and Payment a. Measurement for this Item shall be by each assembly of tiles located on a curb defining a single address and/or street. b. Payment for the work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each for 2022 Bond Year 2 Contract 11 CITY OF FORT WORTH CPN 104212 -Addendum #2 99 99 00 ADDITIONAL SPECIFICATIONS Page 5 of 6 Salvage or Replace Historic Address Tiles. Payment shall include all necessary materials, labor, equipment, fees, taxes, overhead and profit, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective. 9999.0010 Modified Barrier Free Ramp, Type P-1 1. Summary The work covered by this item shall be located as directed on the plans and installed as directed by the City. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth current requirements, specifications, and construction details whether included in the plans or not. 2. Measurement and Payment a. Measurement for this Item shall be by the each for Modified Barrier Free Ramp, Type P-I installed. b. Payment for the work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each for Modified Barrier Free Ramp, Type P-1. Payment shall include all necessary materials, labor, equipment, fees, taxes, overhead and profit, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective. 9999.0011 Speed Cushion — TL Standard 1. Summary The work covered by this item shall be located as directed on the plans (8t' Avenue, approx. Sta 4+45) and installed as directed by the City. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth current requirements and specifications. Speed Cushion shall adhere to the requirements of TL Standard (see manufacturer's cut -sheet following this section) or approved equal. Installation shall be in accordance with the manufacturer's recommendations and shall not create ponding or restriction of surface water. 2. Measurement and Payment a. Measurement for this Item shall be by each assembly for Speed Cushion — TL Standard installed. Assembly for this installation shall be a minimum of 6'Wx24.5'Lx3"H. b. Payment for the work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each assembly for Speed Cushion — TL Standard. Payment shall include all necessary materials, fastening devices, labor, equipment, fees, taxes, overhead and profit, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective. 9999.0012 Remove, Salvage, and Relocate, or Replace Chain Link Fence 1. Summary The work covered by this item shall be located as directed on the plans (intersection of Frazier and Clebum) and performed as directed by the City. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth current requirements, specifications, and construction details whether included in the plans or not. The Contractor shall either a). remove, salvage and relocate the existing fence system (posts, mesh, barbed wire, etc.) to the location shown on the plans, or b). remove and dispose of the existing fence, and furnish and install a new fence system (posts, 2022 Bond Year 2 Contract 11 CITY OF FORT WORTH CPN 104212 -Addendum #2 99 99 00 ADDITIONAL SPECIFICATIONS Page 6 of 6 mesh, barbed wire, etc.) in the location shown on the plans to match the existing fence system. Prior to removal of the fence system, Contractor and City shall meet with property owner to coordinate removal. A separate pay item is provided (6' Temporary Chain Link Fence) to serve as temporary fencing during construction of this item. Measurement and Payment a. Measurement for this Item shall be by the linear foot of Fence System installed, either through method "a" or "b" described above. Damage to the fence system through method "a" is not cause for measurement for payment for additional materials. b. Payment for the work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of Remove, Salvage, and Relocate, or Replace Chain Link Fence. Payment shall include all necessary materials, labor, equipment, fees, taxes, overhead and profit, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective. END OF SECTION 2022 Bond Year 2 Contract 11 CITY OF FORT WORTH CPN 104212 -Addendum #2 PROPEX TECHNICAL DATA SHEET P RO P EX Landlok 450 EROSION PROTE ON PROPEX° Landlok° 450 turf reinforcement mat (TRM) features X3e technology that consists of a dense web of interlocking, multi -lobed polypropylene fibers positioned between two biaxially oriented nets and mechanically bound together by parallel stitching with polypropylene thread. The TRM is designed to accelerate seedling emergence, exhibit high resiliency, and possess strength and durability properties to minimize damage during installation. Every component of Landlok 450 is stabilized against chemical and ultraviolet degradation which are normally found in a natural soil environment. Furthermore, the TRM contains no biodegradable components. Landlok 450 conforms to the property values listed below' and is manufactured at a Propex facility having achieved ISO 9001:2008 certification. Propex performs internal Manufacturing Quality Control (MQC) tests that have been accredited by the Geosynthetic Accreditation Institute — Laboratory Accreditation Program (GAI-LAP). Properties Test Method English Metric Origin of material U.S. Manufactured 100% 100% Physical Properties Mass/Unit Area 2 ASTM D6566 10.0 oz/sy 339 g/m2 Thickness 2 ASTM D6526 0.50 in 12.7 mm Light Penetration (% Passing) 2 ASTM D6567 20% Color Visual Green or Tan Mechanical Properties Tensile Strength 2 ASTM D6818 425 x 350 Ib/ft 6.2 x 5.1 kN/m Elongation 2 ASTM D6818 50% Resiliency 2 ASTM D6524 90% Flexibility 2 ASTM D6575 0.026 in -lb 30,000 mg -cm Endurance UV Resistance % Retained at 1,000 hrs 2 ASTM D4355 80% Performance Velocity (Vegetated) 2,3 Large Scale 18 ft/s 5.5 m/s Shear Stress (Vegetated) 2,a Large Scale 10 Ib/ft2 479 Pa Manning's n (Unvegetated) 2,1 Calculated 0.025 Seedling Emergence 2 ASTM D7322 409% 8.0ftx140ft 2.45mx42.7m Roll Sizes 16.0ftx140ft 4.88mx42.7m 16.0 ft x 348.75 ft 4.88mx106.3m NOTES: I') The property values listed above are effective 05/01/2023 and are subject to change without notice. Values represent testing at time of manufacture. ("Values represent testing at time of manufacture and are shown as typical values. "I Maximum permissible velocity and shear stress has been obtained through vegetated testing programs featuring specific soil types, vegetation classes, flow conditions, and failure criteria. These conditions may not be relevant to every project nor are they replicated by other manufacturers. Please contact Solmax for further information. I°) Calculated as typical values from large-scale flexible channel lining test programs with a flow depth of 6 to 12 inches. Solmax is not a design or engineering professional and has not performed any such design services to determine if Solmax's goods comply with any project plans or specifications, or with the application S O L M AX or use of Solmax's goods to anv particular system, proiect, purpose, installation, or specification. Speed Cushions — TL Standard Cushion - TRAFFIC General Description: Speed Cushions of various dimensions may be constructed utilizing patented directional tongue and grove 18" x 42" interlocking rubber modules. This two directional tongue and grove interlocking module system provides additional connection between the modules and increases stability of the installed speed cushion. Each module is bolted to the road using six fusion coated rust resistant lag bolts through a plastic shield installed in the pavement. Patented Interlocking tongue and groove module M1 Standard Speed Cushion SPECIFICATIONS Dimensions of the tongue and groove modules: Width: 18" (+/- 1/16") Length: 42" (+/- 1/8") Thickness: 3" (+/- 1/8") Dimensions of the Cushions are changeable by Width: 18" increments Length: 42" increments Standard Dimensions of Speed Cushions 7' x 6' x 3" • 8 modules 10.5' x 6' x 3" (Flat surface 72" x 42") •12 modules 14' x 6' x 3" (Flat surface 72" x 84") •16 modules 21' x 6' x 3" (Flat surface 72" x 126") • 20 modules Entrance and exit gradient: 1:15 (7%) Lip:.25" Side gradient: 1:3 (35%) Lip:.25" Physical properties: Material: Compression molded 100% recycled synthetic and natural rubber composite Tensile strength: minimum 500 psi Shore hardness: minimum 70A Specific gravity: 1.1 Deformation Rate: None; 100% recovery Skid Resistance: 89 (Dry) Markings: All markings are embedded into the rubber during the manufacturing process and have reflective qualities. White Square Pattern Yellow also available 6'Wx7'Lx3"H 3" I ~ Part # SC-070603-W Part # SC-140603-W 6'Wx14'Lx3"H Part # SC-1050603-W 6'W x 10.5 L x 3" H Not Shown 6'Wx21'Lx3"H 6'Wx14'Lx4"H 6'Wx21'Lx4"H TRAFFIC LOGIX CORP 3 HARRIET LANE SPRING VALLEY, NY 10977 866.915.6449 www.trafficlogix.com TRAFFIC MATTIE PARKER MAYOR DAVID COOKE CITY MANAGER LAUREN PRIEUR DIRECTOR, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT CHRIS HARDER DIRECTOR, WATER DEPARTMENT CITY PROJECT NO. 104212 FILE NO. K-3122, X-28352 THE CITY OF FORT WORTH, TEXAS 2022 BOND YEAR 2 CONTRACT I I UNIT 1 — WATER IMPROVEMENTS UNIT 2 — SANITARY SEWER IMPROVEMENTS UNIT 3 — PAVING IMPROVEMENTS CARVER DRIVE HER VIE ST TO MER RICK ST WATERLINE-N FERNANDER DRIVE PREVOST ST TO HER VIE ST WATERLINE-L SCALE: 1:5001111111111 L FQ®mow I® F � m HEIMICKAVENUE m CAFVE®�II I FEHNANUEq OgNE � ly�`P 7MrFFMTTTFTFTFIF� 8THAVENUE W DICKSON ST TO W PAFFORD ST WATERLINE -A, WATERLINE- H TOWNSEND DRIVE FLINT ST TO PAFFORD ST WATERLINE- I SANITARYSEWER M-93, L-2904, L-2916 ?ffilm�® LOCATION MAP MAPSCO NOs: 75S, 76X, 90B, F, G, S COUNCIL DISTRICTS: 6, 9, 11 NOVEMBER 2024 PREPARED BY L� QUIDDITY DuD3I TYo,— o., .,my QUIDDTTYJOB NUMBER 1'1452-000400 %•+� fy$�onvl.az 2024 X- 28352 FORT WORTH. FRAZIER AVENUE FLINT ST TO CLEBURNE RD WATERLINE -A, WATERLINE- H WAYSIDE AVENUE W BOLT ST TO W BIDDISONRD WATERLINE-B, WATERLINE- E PREVOST STREET W VICKERYBLVD TO HELMICK AVE WATERLINE- M SANITARY SEWER L4143 W DREW STREET WAYSIDE AVE TO FRAZIER AVE WAT RLINE-D W BOLT STREET McCARTA VE TO EAST RR SANITARYSEWER M-93 DICKSON STREET JAMES AVE TO RYANAVE WATERLINE- K MICHAEL OWEN, P.E. DATE: CITY ENGINEER GREGORY ROBBINS , P.E. DATE: ENGINEER MANAGER, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT REVIEWED: CHRISTIAN CARDONA, P.E. DATE: PROJECT MANAGER, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT RECOMMENDED: TONY SHOLOLA, P.E. DATE: ASSISTANT DIRECTOR, WATER DEPARTMENT PREETI KC, P.E. DATE: PROJECT MANAGER, WATER DEPARTMENT K- 3122 SHEETINDEX SHEET NO. DESCRIPTION GENERAL 1 COVER SHEET 2 SHEETINDEX 3 GENERAL NOTES (1 OF 3) 4 GENERAL NOTES (2OF 3) 5 GENERAL NOTES(3OF 3)&TREE REMOVAL TABLE 6 ] PAVING LAYOUT AND SURVEY CONTROL OVERALL PAVING LAYOUT UNIT 1 AND UNIT 2 WATER AND SANITARY SEWER IMPROVEMENTS 8 OVERALL WATER LAYOUT (1 OF 2) 9 OVERALL WATER LAYOUT (2 OF 2) 10 FRAZIER AVENUE-CLEBURNE RD TO W. BIDDISON ST- W WATER REPLACEMENT PLAN-WL-A STA 0+00 TO STA 6+00 11 FRAZIER AVENUE-CLEBURNE RD TO W. BIDDISON ST-8"WATER REPLACEMENT PLAN -WL-A STA 6+00 TO STA 12+00 12 FRAZIERAVENUE-CLEBURNERDTOW.BIDDISONST-8"WATERREPLACEMENTPLAN-WL-ASTAI2+GOTOSTA16+4229 13 WAY SIDEAVENUE -W. BUTLER ST TO W. BIDDISON ST-8" WATER REPLACEMENT PLAN -WL-B STA O+00 TO STA 6+00 14 WAY SIDEAVENUE -W BUTLER ST TO W. BIDDISON ST-8"WATER REPLACEMENT PLAN-WL-B STA 6+00 TO STA 11+55.02 15 WAYSIDE AVENUE - WAG GOMAN ST TOW DICKSON ST-8" WATER REPLACEMENT PLAN-WL-C STA 0+00 TO STA 4+53.00 16 WDREWSTREET-WAY SIDE AVE TO FRAZIER AVE- WWATER REPLACEMENT PLAIN -WL-D STA 0+00 TO STA 3+20.65 17 WAYSIDEAVENUE-W BOLTSTTOW DREW ST- W WATER REPLACEMENTPLAN-WL-ESTAO+GOTOSTA6+00 18 WAYSIDE AVENUE - W. BOLT ST TO W. DREW ST- 8' WATER REPLACEMENT PLAN - WL-E STA 6+00 TO STA 6+54.32 19 WEI LT STREET- McCART AVE TO WAYSIDE AVE -12"WATER REPLACEMENT PLAN-WL-F STA 0+00 TO STA 3+1500 20 WEI LT STREET -WAYSIDE AVE TO FR IER AVE -12" WATER REPLACEMENT PLAN-WL-G STA 0+00 TO STA 3+00 21 WBOLTSTREET-FRAZIERAVETOGORDONAVE-12'WATERREPLACEMENTPLAN-WL-GSTA3+0GTOSTA 6+00 22 WBOLTSTREET-FRAZIERAVETOGORDONAVE-1YWATERREPLACEMENTPLAN-WL-GSTA8+00TOSTA 9+00 23 WBOLT STREET- FRAZIER AVE TO GORDON AVE -12'WATER REPLACEMENT PLAN -WL-G STA 9+00 TO STA 10+85.63 24 FRAZIERAVENUE-FLINT ST TOW. BOLT ST-8" WATER REPLACEMENT PLAN-WL-H STAG+00 TO STA 6+33.11 25 TOWNSEND DRIVE-FLINTSTTOW. PAFFORD ST-8' WATER REPLACEMENTPLAN-WL-ISTAO+OOTOSTA6+00 26 TOWNSEND DRIVE-FUNTSTTOW. PAFFORD ST- W WATER REPLACEMENTPLAN-WL-ISTA6+OOTOSTA 12+00 27 TOWNSEND DRIVE - FLINT ST TO W. PAFFORD ST- W WATER REPLACEMENT PLAN-WL-I STA 12+00 TO STA I7+14.36 28 8TH AVENUE - W. PAFFORD ST TO W. DICKSON ST- W WATER REPLACEMENT PLAN - WL J STA 0+00 TO STA 6+00 29 8TH AVENUE -W PAFFORD ST TOW DICKSON ST- W WATER REPLACEMENT PLAN-WL-J STA 6+00 TO STA 6+6440 30 WDICKSON DRIVE- JAMES AVE TO RYAN AVE-8"WATER REPLACEMENT PLAN-WL-K STA 0+00 TO STA 6+00 31 WOICKSON DRIVE-JAMES AVE TO RYAN AVE -8"WATER REPLACEMENT PLAN-WL-K STA 6+00 TO STA 6+69.21 32 FERNANDER DRIVE- HERVIE ST TO PREVOST ST-8" WATER REPLACEMENT PLAN-WL-L STAO+00 TO STA5+46.69 33 FIR VOST STREET- FERNANDER DR TO CARVER DR-8"WATER REPLACEMENT PLAN -WL-M STA 0+00 TO STA 3+12.14 34 CARVER DRIVE-PREVOST DR TO W. MERRICK ST- W WATER REPLACEMENT PLAN-WL-N STA 0+00 TO STA 5+40.49 35 WATER LINE LOWERING DETAILS 36 WATER DETAILS (1 OF 5) 37 WATER DETAILS (2 OF 5) 38 WATER DETAILS (3 OF 5) 8 9 W S 9-A VVA D AIL 5 ) L S E ERLAYOUT 41 PREVOST STREET -WEST VICKERY BLVD TON OF CARVER DR-8" SANITARY SEWER PLAN AND PROFILE-L4143 STAi+00 TO STA 4+00 42 PREVOSSTRE STREET -WEST GORDONVICKERYAVE TO BLVD TON OF CARVER SEWER LAIN A Y PRO ILELAN AND PROFILTO ST 43 STA 4+00 TO STA ]+41.51 43 WBOLT STREET- GORDON AVTO FLINT ST-8" SANITARY SEWER PLAN AND PROFILE-M-93 STA 1+00 TO STA 4+84 44 AL EY STREET- SEND DRIVE TO FLINT ST AVESANOFLIINTS SEWER PLAN ANDPROFILEPLAN M-93 STA AND M STAG+84.]i 45 ALLEY W OF TOWNSEND DRIVE- GORDON E TO FLINT ST-B'SANITARY SEWER PLAN AND PROFILE-M-93 STA 6+54.11 TOSTA 80.4 46 ALLEY W OF TOWNSEND DRIVE -GORDO ST TOF FLINT T-W SA IRYSEWERPLANAND PROFILE-M53 STA 9+50 TO STA 72+80.45 47 ALLEVEOF TOWNSEND DRIVE -W. BOLT ST TO NOF FLINT ST-8'SANITARV SEWER PLAN AND PROF ILE-L-2904 STA 1+00 TO STA 4+00 48 ALLEYEOF TOWNSEND DRIVE -W. BOLT STTO NOF FLINTST-W SANITARYSEWERPLANAND PRO FILE-L-2904STA4+00TOSTA6+]]90 49 TOWNSEND DRIVE -W. BOLT ST TO FLINT ST-8" SANITARY SEWER PLAN AND PROFILE - L-2916 STA 1+00 TO STA 4+00 50 TOWNSEND DRIVE -W. BOLT ST TO N OF FLINT ST- W SANITARY SEWER PLAN AND PROFILE - L-2916 STA 4+00 TO STA 6+72M 51 SANITARY SEWER DETAILS(1 OF 4) 52 SANITARYSEWERDETAILS (20F 4) ASS SAN ITARY SEWER DETAILS 13 OF 41 A SANITARYSEWER DETAILS (40F4 UNITS PAVING AND DRAINAGE IMPROVEMENTS PAVING TYPICAL SECTIONS (1 OF 4) PAVING TYPICAL SECTIONS (2 OF 4) PAVING TYPICAL SECTIONS (3 OF 4) PAVING TYPICAL SECTIONS (4 OF d) CARVER DRIVE & FERNANDER DRIVE EXISTING DRAINAGE AREA MAP AND CALCULATIONS CARVER DRIVE & FERNANDER DRIVE PROPOSED DRAINAGE AREA MAPAND CALCULATIONS CARVER DRIVE - HERVIE ST TO PREVOST ST - PAVING PLAN AND PROFILE - STA 1+00-5+00 CARVER DRIVE - HERVIE ST TO PREVOST ST -PAVING PLAN AND PROFILE - STA 5+00.6+59.73 CARVER DRIVE - PREVOST ST TO MERRICK ST - PAVING PLAN AND PROFILE - STA 6+59.73-10+50 CARVER DRIVE - PREVOST ST TO MERRICK ST -PAVING PLAN AND PROFILE -STA 10+50-END FERNANDER DRIVE - HERVIE ST TO PREVOST ST- PAVING PLAN AND PROFILE :STA 1+00-5+00 FERNANDER DRIVE - HERVIE ST TO PREVOST ST -PAVING PLAN AND PROFILE - STA 5+00-END PREVOST STREET -W VICKERY BLVD TO HELMICK AVE- PAVING PLAN AND PROFILE -STA 1+00-5+00 PREVOST STREET- W. VICKERY BLVD TO HELMICK AVE - PAVING PLAN AND PROFILE - STA 5+00-END FRAZIER AVENUE (N) - W. BIDDISON ST TO CLEBURNE RD - PAVING PLAN AND PROFILE - STA 1+00-5+00 FRAZIER AVENUE (N) - W. BIDDISON ST TO CLEBURNE RD - PAVING PLAN AND PROFILE - STA 5+00-9+00 FRAZIER AVENUE (N) - W. BIDDISON ST TO CLEBURNE RD - PAVING PLAN AND PROFILE - STA 9+00-12+25 FRAZIER AVENUE (N) - W. BIDDISON ST TO CLEBURNE RD - PAVING PLAN AND PROFILE - STA 12+25-15+50 FRAZIER AVENUE (N) - W. BIDDISON ST TO CLEBURNE RD - PAVING PLAN AND PROFILE - STA 15+50-END ES) -W. BOLT ST TOW DREW ST- PAVI WAYSIDE AVENUE PLAN 00 AND PROFILE-STA 1+5+00 WAYSIDE AVENUE (S)-W BOLT ST TO W. DREW ST- PAVING PLAN AND PROFILE - STA 5+00-END WAYSIDE AVENUE - W. WAGGOMAN ST TO W. DICKSON ST - PAVING PLAN AND PROFILE - STA 1+00-0+50 WAYSIDE AVENUE -W WAGGOMAN ST TOW DICKSON ST- PAVING PLAN AND PROFILE STA 4+50-END WAYSIDE AVENUE (NORTH) EXISTING DRAINAGE AREA MAP AND CALCULATIONS WAYSIDE AVENUE (NORTH) PROPOSED DRAINAGE AREA MAP AND CALCULATIONS WAYSIDE AVENUE(N) -W BUTLERSTTOW BIDDISON ST- PAVING PLAN AND PROFILE-STA 1+00-5+00 WAYSIDE AVENUE(N)-W BUTLER STTOW. BIDDISON ST- PAVING PLANAND PROFILE- STA5+00-9+00 WAYSIDE AVENUE (N)-W BUTLER ST TOW BIDDISON ST- PAVING PLAN AND PROFILE -STA 9+00-END WAYSIDE AVENUE DRIVEWAY CROSS SECTIONS (1 OF 4) WAYSIDE AVENUE DRIVEWAY CROSS SECTIONS (2 OF 4) WAYSIDE AVENUE DRIVEWAY CROSS SECTIONS (3 OF 4) WAYSIDE AVENUE DRIVEWAY CROSS SECTIONS (4 OF 4) SHEET NO. DESCRIPTION UNIT 3: PAVING AND DRAINAGE IMPROVEMENTS WEIR STREET- WAYSIDE AVE TO FRAZIER AVE- PAVING PLAN & PROFILE -STA 1+00-END W BOLT STREET EXISTING DRAINAGE AREA MAP AND CALCULATIONS W BOLT STREET PROPOSED DRAINAGE AREA MAP AND CALCULATIONS W BOLT STREET - MCCART AVE TO WAYSIDE AVE -PAVING PLAN AND PROFILE - STA 1+00-4+621] WE LT STREET - WAYSIDE AVE TO FRAZIER AVE - PAVING PLAN AND PROFILE - STA 4+8217-8+22.82 W BOLT STREET - FRAZIER AVE TO TOWNSEND DR -PAVING PLAN AND PROFILE - STA 8+22.82-11+50 W BOLT STREET -TOWNSEND DR TO EAST RAILROAD -PAVING PLAN AND PROFILE - STA 11+50-END W BOLT STREET DRIVEWAY CROSS SECTIONS FRAZIER AVENUE (S) - FLINT ST TO W. BOLT ST - PAVING PLAN AND PROFILE - STA 1+005+00 FRAZIER AVENUE (S) - FLINT ST TO W BOLT ST-PAVING PLAN AND PROFILE -STA 5+00-END TOWNSEND DRIVE- FLINT ST TO W. DREW ST - PAVING PLAN AND PROFILE - STA 1+005+00 TOWNSEND DRIVE - FLINT ST TO W. DREW ST - PAVING PLAN AND PROFILE - STA 5+00-9+00 TOWNSEND DRIVE- FLINT ST TO W. DREW ST - PAVING PLAN AND PROFILE - STA 9+00-13+00 TOWNSEND DRIVE- FLINT ST TO W. DREW ST -PAVING PLAN AND PROFILE - STA 13+00-16+00 TOWNSEND DRIVE -W DREW ST TO W. PAFFORD ST- PAVING PLAN AND PROFILE -STA 16+00-END W DICKSON STREET EXISTING DRAINAGE AREA MAP AND CALCULATIONS W DICKSON STREET PROPOSED DRAINGE AREA MAP AND CALCULATIONS W DICKSON STREET - JAMES AVE TO RYAN AVE - PAVING PLAN AND PROFILE - STA 1+00-5+00 W DICKSON STREET - JAMES AVE TO RYAN AVE - PAVING PLAN AND PROFILE -STA 5+00-END W DICKSON STREET DRIVEWAY CROSS SECTIONS (1 OF 2) W DICKSON STREET DRIVEWAY CROSS SECTIONS (2 OF 2) BTH AVENUE -W PAFFORD ST TOW DICKSON ST- PAVING PLAN AND PROFILE -STA 1+00-5+00 BTH AVENUE - W. PAFFORD ST TO W. DICKSON ST- PAVING PLAN AND PROFILE-STA 5+00-END PAVING DETAILS (1 OF 6) PAVING DETAILS (2 OF 8) PAVING DETAILS (3 OF 6) PAVING DETAILS (4 OF 8) PAVING DETAILS (5 OF 6) PAVING DETAILS (6 OF 6) STORM DRAIN DETAILS THE PROTECTION DETAIL TREE PROTECTION DETAIL AND PROJECT SIGN TRAFFIC CONTROL DETAILS CARVER DRIVE TRAFFIC CONTROL PLAN PHASE 1 CARVER DRIVE TRAFFIC CONTROL PLAN PHASE 2 FERNANDER DRIVE TRAFFIC CONTROL PLAN PHASE 1 AND PHASE 2 PREVOST STREET TRAFFIC CONTROL PLAN PHASE 1 PREVOST STREET TRAFFIC CONTROL PLAN PHASE 2 FRAZIER AVENUE (NORTH) TRAFFIC CONTROL PLAN PHASE 1 FRAZIER AVENUE (NORTH) TRAFFIC CONTROL PLAN PHASE 2 WAYSIDE AVENUE TRAFFIC CONTROL PLAN PHASE 1 (1 OF 2) WAYSIDE AVENUE TRAFFIC CONTROL PLAN PHASE 1 (2 OF 2) WAYSIDE AVENUE TRAFFIC CONTROL PLAN PHASE 2 (1 OF 2) WAYSIDE AVENUE TRAFFIC CONTROL PLAN PHASE 2 (2 OF 2) W DREW STREET TRAFFIC CONTROL PLAN PHASE 1 AND PHASE 2 W BOLT STREET TRAFFIC CONTROL PLAN PHASE 1 W BOLT STREET TRAFFIC CONTROL PLAN PHASE 2 FRAZIER AVENUE (SOUTH) TRAFFIC CONTROL PLAN PHASE 1 AND PHASE 2 TOWNSEND DRIVE TRAFFIC CONTROL PLAN PHASE 1 TOWNSEND DRIVE TRAFFIC CONTROL PLAN PHASE 2 W DICKSON STREET TRAFFIC CONTROL PLAN PHASE 1 AND PHASE 2 8TH AVENUE TRAFFIC CONTROL PLAN PHASE 1 AND PHASE 2 REVISIONS D p Da�xrr�Dx A a DENDDmxD z p p L� QUIDDITY �ipt�e 9s lin ,111 on `�� CONSTRUCTI09 NOTES Al— FORr WORTH WATER DEFT -FIELD OPEFATIONS............. ...................la1n aT1 a-ax96 Eoxr woxLxrsaw IF")aTx-e1DD .. .. Ia1TI.1 ME ID ID El cas a ELEcrRlc.. .... .. .. .. ... ... lanl nsana scD[IEcrxoxe.� .... .x.aoD.x33.x133 Au oTxeR FaaLmEs................................. ........... .............................x-�o-mD-Tess HORIZONTAL & VERTICAL CONTROL —PRGIE<T-212 FOR CITY FORT WORTH, TEXAS 1 TRANSPORTATION &PUBLIC WORKS AND WATER DEPARTMENT 2022 BOND YEAR 2 CONTRACT 11 SHEETINDEX D6AwN LDw I sv.LE. I DDECEMBER 2024 I 2'H." .1 s--1 '-I 11 DIVISION 01 - GENERAL REQUIREMENTS GENERAL CONTINUED GENERAL I THE CONTRACTUR SHALL BE RESPONSIBLE POP DUCATING ALL UTILITIES, WHETHER PUBLIC OR PRIVATE, PRIOR TO EXCIVAIRI , CONTRACTOR "ALL IER` WITH ' I IRGECT MANAGER " E I ALLCITY 'W NEI PA111NI ASOICIATEI WITH THE NFIRM AND DATA SHOWN I CL TO 'BEING LNUE`G ED FAOL T UP AT IF INTO J. JI—HE 'I RGX MATE IML BASED I N NF. R=F LE RNISTE. BYTHE OWNED, OF SUCH I N.ERGR.UNU FAL LUT E, UK IN 1HY1 IAL AP .. TENANCIES I- ` 'HE HE El THE CITY All ENI DEC ` I - P. H R THE ACOURACY PARK -NNE, A, B,,.EB2_,Z. TO VER PY NEER FOR E PARA1=EH E GING AND/ORCONST UCTION CONTACT Ul FOR HE .'K IF SUCH=PGROUND FACILITIES DURING CONSTRUCTOBIA 0 FOR THE SIDEWALKS AND CURB RAMPS IFr ANEDDII FGUI N I 11.. AN U IF 11 B I NO AN, DA TH ER— REILLDNG ED.. THE WORK. THIS WORK I -ALL BE THE CURB "'P ,I I NET UK, PJARY IF WGRI THE COST CFWHPU SHALL BE INCLUDED IN THE PRICE 8 U 1DARC=ED LYMAL PEOUIREMENtt NOOWN�KTEEot 12TEMS NV AFFECTED DAYBERS(DDDTY COMPA IES"AGENTHE CURB CIHESOIN L RITN AT HOURS i i ttSTnrvDARDY EAs)AND THE E2D DADA nnrvDA STANDARDS FORACCESSIBLE DESIGN' BVTHE DEPARTMENT OF NITIFYe 111a0Dooi0ss oRwww ToxAS6u 0D)TO LOCATE ExISTIrvG TIunES PRIo0.To mxnRUrnoN 2 TACT ANY .CNCOR ELECTRIC VAR, IN B' - SPECTRUM .1 TAHO, CIUTONI BUR ED GAS LINES MAY EXIST ALONGTHIS PROJECT AR IIIAS COMPANV14a HOURS PRIOR TO 3THE CURB PA. P E L D E EETD' DI SHALL THE END 'FRATPvEA MAXI IN —1 WIDTH IHAT.E AT WIDE Al TWO(' HOURS OF ENCOUN L1NGCA GAS LINE UTMD6 ENERGY IOHNCPANE017-219<366) NATION CABLES MAV ExIST ALOIN I PROTECT CorvTARmMMUNlc4noN COMPANIES 4 sTEEPRTHAN S%IZD1)nArvr ITREcrE Ia N DOnOsuRFACESIMMEOIATELYANACNTTOHECURB RAMP sxnl NOT BE IS HOURS PRIOR TO .CxAggTR COMM s LEE OR 1 RE EILACED, THE CONTRACTOR SHALL. R RELY ED TIED IT TH'HEN DO NG K IFPW ]E HOURS PRIOPTO E%CAVATIION el]-39 BlCO HASTERTO NOTASEPARATEPAYITORTO CONSTRUCTION AND IS AT INTERSECTIONS SHALL BE REPUkCFU AT THE 6 ALL DRIVEWAYS, SHALL HAVE AT LEAST A TEMPORARY RIDING SURFACE � THE END OF EACH DAY THETEMPORARY EXCAVATION(CHRISTIAN CARDONA 81,_936)wOHTx PROIErn MANAGER48HOVR5 PRIORTOTHESTART Of ANY ] INSTALLED. CONCRETEISTOBEREMOVED SAWCUTTINGSHALLSECONSIDREHSU BSIDIARY TO H'RED BEING 2 THE LOCAT ON OF ALL DRIVEWAYS, RUA KING WALLE, STROUIRES, � WHICH MAY BE SHOWN ON THESE PLAINS ARE APPROX _TE THE CONTRACTOR SHALL VERIFY THE EMU SIZE, LOCATION. ELEVATION, AND CONFIGURAPON OF ALL STRUCTURES PRIOR TO CONSTRUCTI CONTRACTOR I HALL BE RESP' NIIILE FOR 1A INTA KING 'HE GENERAL SAFETY AT AND ADJACENT ED TIE IRCLECT AREA, IN CLU D_ E FEES. NAL SAFETY I F PUBL C AD D I RVATE PROPERTY CONTRACT.RSEALL 'RODE TEMPORARY V SANITARY OINTRACT IHALL 6 ECONTRR NAIMELLGOOR HMANCES(DOOR HANGER) TO ALL AFFECTED PROPERTY OWNERS PRIOR TO BEGINNING ISSIALL ] EO OF IMPACTED PROPRnEs sxALL RE CONSIOERELAERA NAMEIA UR PER ION ION ICD�E NTIF U.RN FE TIC NNEL�IC.LAUL HAVE IDENTI-ING OUCHUHIN. OR RATE - AULT, -11 —CONTRACTOR ITALL AHO HAVE 1. SHOP DIDAINGI NEALL BE ILESITTED TO THE CITY INSIDECTER, CITY DECTECT MANAGER AT THE 111CUNSTRUCTION MUCTIN PRODUCE SECTION 0160 DO REQUIREMENTS, AND THE GENERAL CONDITIONS WRIKUS RUNS BID 11 THE CONTRA HILL PLEAD UP 11 11IT111 THE AREA .1 CIERATIC.1 TO A EXPENDERCIN AS GURU AS .1 BETTER THAN IKV 1 THAT WHICH a UINGTIORTOwOFINAL,HECONTA R5HALPROVIDEREDUNES,CTSHEETS,FINALAPPROVEDPIPE DEO/RRORTS, LINER RESULTS, ETC, FIRE REPORT ANO SERVICE REPORT PERSErnON5IT n 19, 01 1. CA, AN. . IT IT TO THE CRY FOR REVIEW. RESSIONS AND FINAL ACOUPTANCE 1 WHEN PER THAT A GUNTRACTIR RI OR ENTER 1, VAIE IRUDEFI THE 1 AEEQUIRMENTO MAEgAL ON PRIVATE PROPERTY UNLESS ADD UT L ED E SPECIFIED APPROVAL OF THE PROPERTY OWNER HAS BEEN SECURED IN WIPTING BY THE CONTRACTOR AND A COPY FURNISHED TO THE CITY 15 THE CONTRACTOR SHALL REMOVE FROM THE PROECT AREA ALL SURPLUS MATERIAL THIS SHALL BE INCIDENTAL AND NOT A DIVISION 32 - EXTERIOR IMPROVEMENTS DIVISION 33 - UTILITIES PECONTNN,N NOR SHALL SHALL BE R PROPERTY OWNERS SHI AND PROU TEMPORARY OSTAND REF TEXAS,FOR THISPROLI REQUIREMENTS.PERSE AREA, INCLUDING THE PERSONAL SAFETY OTO AFFECTED F PUBUC AND PRIVATE PROPERTY CONTRACTOR Y PER SECTION VIDEO DO FACILITIES ADDEC.NTROLSSNOT A SEPARATE PAYRITEMWNERS IF 6 WHENITISPEQUIRED THAT A CONTRACTOR WORK IN PRIVATE PROPERTY, THE CONTRACTOR SHALL CONTACT THE PREIFE Y0WHER 4B HOURS PRIOR TO CONSTRUCTION PER SECTION OS 11 ED DONOTSTOREEQUIPMENTOR MATE `AL IN 'R SITE PROPERTY UNLESS AND ` PIT L T' E SPECIFIED APPROVAL OF THE PROPERTY CAMNIER HAS BEE-ECTRED NWIFULF.CRITHECONTRACTORANDA COPY FURNISHED TO THE CITY 7 DINCE THE PIPE HAS N INSTALLED OR REHABILDUATED, THE CONTRACTINR SHALL IMMEDIATELY COMMENCE SUFACERESTORATIONSURFACE RESTORATION MUST BE COMPLETED TO THE OWNER'S SATISFACTION WITHIN TEN(10)WORKINGDAVS SURFACERESTOATION SHALL BE COMPLETED TO THE PROPERTY OWNERS MAY RES. TIN DEFERMENT OF FURTHER PIPE INSTALLATION ACTIVITIES AD/OR COMPLETE SIRE RESTORATION R ARKSAND OMMUNIry SERVICE.SAND/ORAFFECTHED PROP RTY OWNERS)ALLTREESpSHRUB50.HEDGESF CITY RETAINING WALLS, LANDSCAPING, BUILDINGS, WALKS, EEC IN OR NEAR THE PROPOSED CONSTRUCTION AREA HIEWORKSHALLBE CONSIDERED I NCIDETAL AND NOT A SEPARATE PAY ITEM HEEREMOVALAND PROTECTION STALL BE IN ACCORDANCE WITH BECTON 31 ED OR I CONTRACTOR ROTE COICEITTECIRIANI UTTER IRIVIEWA ADDS EVALK1=ATENO LOCATIONS WHERE THE CURB AND GUTTER ARE TO BE REPLACED, THE, THESE (CONTTEMSRACTOR SHALL ASSUME ALLAT RESPONSIBILITY FOR THE RE- ESTABLISHMENT OF EXISTING STREET AND GUTTER GRADES ESTABLISHMENT OF GRADES S HALL BE P NEED RMED PR OR TO CDNSTRNCCTON AND IS NOT A SEPARATE PAY ITEM, BUT SHALL BE 1 GERLL SHALL BE INACCORDANCE WITH SPECIFICATION 33OS.O CO PROVIDE THE EMBEDMENT/BACKFILL DENSITY TEST PLAN WHICH OUTUNESTES ING NOTIFICATION, FREQUENCY, TESTING LABM,TEST MECT.R ETHODS TESTRESULTFORMAT, CONTACT INFORMATION ETC C ANDTIFY CCORDANCE WITTHEHASTSDFIL 690 UPON COMMENCING OF BACKL PLACE. ENT, CONTRACTOR SHALLIf ACCOSCHEDUSAMPLES AND PERFORM STANDARD 1ROCT.RTEST I DEMONSTRATION OF MEANS AND METHODS TO OBTAIN THE REQUIRED DENSITIES DEPTHOFLIFTSFORBACKFILL SHALL INCLUDE DATE, NOTATION, AND AUDIO IDENTIFICATION OF PROPERTY ADDRESS AND MAIN/LATERAL NAME NUMBSUBANDSID ARIE STATONWORK PER SECTIONR130EN33 PR CONSEUCION VIIDEO I ON VIDEO .1 D PROPERTIES SHALL BE CONSIDERED 13 COSTS ASSOCIATED WITH PROPOSED CONNECTIONS TO EXISTING FACILITIES SHALL BE INCLUDED IN EACH RESPECTIVE BID ITEM NO SEPARATE PAY, EXCEPT AS SPECIFICALLY INDICATED WITHIN THESE PUNS OR THE OR 1 DEBRIS FROM THE ONSTRUCTIONK EERSECTION 1PING 3a23AND 5 WORK ASSOCIATED WIIDEWALKS ADJACENT TH THISIEM IS .1CT FREE OF MUO CONSIDERED SUBSIDIARY TO VARIOUS ITEMS BID 15 CON STRUCTIONARIVITIESSHALLBELIMITEDTOTHEHOUPSOF700AMT06'00PMMONDAVTHRUFRIDAY UNLESSAPPROVEDORDIRECTEDBYTHECITY AT THE PRE- CONSTRUCTION MEETING, THE CONTRACTOR SHA UPDATES ALONG WITH THE =L BEYOND ME 12 ALL ARTIC SHALL ANY PROPOSED WORK BEND REGULAR WORKING HOURS WILL REQUIRE WRITTEN REQUEST BY THE L CONTRACTOR PER GENERAL CODERONS, SECTION OD 72 LOU ARTICLE 602 16 TWHATIONPAFFICMUST BEMAINTAIONEAD ETMEEGARDSHNE WILL BE ACCEPTABLE ON MINOR STJOOP E REETS ONLY, UNLESS OR 'HAI CONTACT LOCAL OR TO N"RUCTRIN To 17 ADADMINISTRATORS OF CONSTRUCTIONINTHEAREA ANOTE ON THE SCHOOL MARQUEE ISR RSUGGESTED TO INFORM PARENTS AND STUDENTS OF CONSTRUCTION, CONSTRUCTION DURATION, AND POSSIBLE ALTERNATIVE 18. THE CONTRACTOR SHALL AENGINEER FOR APPROVALFURNISH PRIOR TO HE PRIE-CONSTRUCTION MEETING PER CICONTROL PLAIN, FOR ALL TY SPECIFICATION SECTION 307113 STREET CUT PERMIT SHALL BE SUBMITTED PER SECTION 0155 26 TO THE CITY INSPECTOR AND FEW FOR WORK IN C" ROW ALL DkRRICADEE, WARNING SIGNS, LIGHT DEVICES, EJU, FOR THE GUIDANCE AND PROTECTION OF UNIFORM TRAFFIC CONTROL DEVICES, AS CURRENTLY AMENDED. TEXAS DEPARTMENT IOF TRANSPORTATION N THE COST FOR TRAFFIC CONTROL IS PER SECTION 34 7113 19. WHERE APPLICABLE, TWO (2) PERMANENT PAINTED DRIVE ADDRESSES MUST BE INSTALLED AT THE BASE OF THE CUPS ON EACH SI OE OF EVERY DRIVEWAY ADDRESS SIGNS SHALL BE POSTED IN A POSITION TO BE PLAIN LE VISIBLE ANCLEGIBLE NUMBERS SHALL BE NT LEAST SHINCH ES IN HEIGHT AND C.NFURAST ZO CONTRACUROPSHAUTINOTCRUCEIK, BREA MAR, OR OTHERWISE DAMAGE THEE STREET NAME MARKERS INTHE EVENTATHESTREET CONTRACTORS HOULD REMOVERTHE SECTION OFICURB ANFED GUTTCO ER CONTAINING THE FULLDLE STREET NAME MARKER CONTRACTOR SHALL REPLACE THE FULL SECTION OF THE CURB AND STREET MARKER WATER 1 WATER SYSTEMS SHALL BE DESIGNED IN ACCORDANCE WITH THE"INSTALLATION DUCYAND DESIGN CRITERIA FOR WATER, WASTEWATER, AND RECLAIMED WATER INFRASTRUCTURE^, DATED MAY 2019, WITH THE LATEST REVISIONS AS ESTABLISHED BY THE CITY OF FORT WORTH WAER DEPARTMENT FOR WATER AND SANITARY SEWER PROLE E IPIUCAI ANY CURRENT UPDATES AND SHALL OROF THESEO DIVISION 33 UTILITIES, FOR WATER DEPARTMENT pFGHEGTS= 3 EXISTING UTILITY INFORMATION IS PROVIDED FOR INFORMATION ONLY ALTHOUGH THIS DATA IS SHOWN AS ACCURATELY AS POSSIBLE, THE CONTRACTOR IS CAUTIONED THAT THE CITY AND THE ENGINEER NEITHER ASSUMES R IMPLIES ANY RESPONSIBILITY FOR THE ACCURACY OF THE TA 4 NOELO IIONOFALLSANITARYSEWER,WATER,STOBY SEWER, GAS, ELECTRIC, CABLE TELEVISION UTHUTIES, FRANCHISE UTILITIES, SHOWNLA ONTHESEPNSAREAPPROXIMATE THE CONTACTOR SHALL VERIFY THE EXACT SIZE, TO—ION, ELEVATION, AND CONFIGURATION OF ALL UTILITIES AND STRUCTURES PRIOR TO CONSTRUCTION CONTRACTOR SHALL COORDINATE WITH THE APPROPRIATE UTILITY COMPANIES AND PROPERTY OWNERS TO MARK AND LOCATE ALL I FAII LET ES ` BID' To CONSTRUCTION 5 OYNFLAINECATATTIMES NS INPROGRESSWITHC MUST BE MAIADECLUVE SAFEGUARDS WILL BE ACCEPTABLE ON MINOR STREETS ONOLY 6 HORIZONTAL BLOCKING FOR WATER LINES HAS BEEN OMITTED FOR CLARITY HOWEVER,LKING SHALL BE CONSTRUCTED AND SHOP DRAWINGS SUBMITTED TO THE CITY INSPECTOR FOR REVIEW, IN ACCORDANCE WITH SECTION 03 30 00 7 IT NCNB WHICH LIE OUTSIDE EXISTING PAVEMENTS SHALL BE BACKFILLED ABOVE THE TOP OF THE EMBEDMENT SHALL BECCOMPACTEDITO MATERAL A MINIMUM OFE9s%STANDARD PROCTOR DENSITY PDMEIANDIA EP D. D Es, BY MEANS OFAL LV FINAL BACKFILL FOR DEPTHS 15 FEET AND GREATER/ENDER EXISTING OR FUTURE PAVEMENT IIALLCOMIAIIELIIICMOISTUP CONTENT THINK2 To's PERCENT OF THE OPTIM UM MOISTURE. TRENCHES FR PEROR MABUYIN DRTH"I ATI LESS THAN 15 FEET, WHICH CROSS UNDER EXISTING PAVEMENT, SHALL BE BACKFILLED PER SECTION 330510 AND COMMA TEMOISTURE FoSTENDARD PROCTOR DENSITY AT MOISTURE CONET OF 2%TO 15%OF THE OPTIMUMET 0 ACKH HALL 11 IN ACCORDANCE ITIN IPICRIFICATI 3H51O C.NTRAER SHALL PROVIDE THE EMBEDMET/BACKFILL DENSITY TEST PLAN WHICH OUTLINES TESTING NOTIFICATION, FREQUENCY, TEST NO LAN, TEST THEODS, TEST RESULT FORMAT, CONTACT INFORMATION ETC CONTRACTOR 'HALL NOTIFY THE ISORKIM ILES AND PERFORM STANDARD P10101 "IT IN ACCORDANCE WITH ASTM.9. UPON COMM NCI NO OE BACKFILL PLACEMENTT,'INTRACTOR SHALL SCHEDULE A DEMONSTRATION OF MEANS AND MEHODSTO OBTAIN THE REQUIRED DENSITIES DEPTH OF LIFTS FOR BACKFILL SHALL NOT EXCEED 12-INCHES TEST REPORTS SHALL BE POSTED WITHIN 48 HOURS INSLAULATION E11 E GRA PAVEMENT REPAIR SHAME PER SECTIONS 320117, 32E0110,AND32 O1229. ALL NON -CONFORMING WORK SHALL BE REMOVED AND REPLACED 9 12-INCH DIAMETER AND SMALLER WATER MAINS SHALL BE DESIGNED FOR A MINIMUM COVER OF 4 INCHES AND 16-INCH AND FROM TOP OF LARGER WATER �D)Ex MEASURED FIRE HYDRANTSSEALLBEA MINIMUM OF 3 HE BEHINDTHE MAINS (&INCH DIA ETERA DLARG RP RSECTIONS3311220, 330516, AND033000E INSTALLED ON ALL 11 RB(MAX UM 9 FT)AN THE PROPERTY/LOT LINES EXCEPT WHERE SHOWN R OTHWIIN THESE PLAINS CONSTRUCTION ANDSHOP ITH DR—ING SUBMITTALS 12 CONTRACTOR SHALL PROVIDE A CLEANING PLAIN AND DISINFECTION PLAN FOR 24INCH AND LARGER WATER MAINS, PRIOR TO CONSTRUCTION IN ACCORDANCE WITH SECTION SHALLAR, EEP—IS, BVCO TAAR INSERT C CUPACCORDANCE WITH SECTION 330440 FL CASHING ISONLV PERMNTED WHEN SPECIALLY DESIGNATED IN THE AWI DRNGS, AND THE COMPACTOR SHALL PROVIDE THE PLAN SUBMITTALS TO THE CITY INSPECTOR, CITY PROJECT OANAGERRURIOH WATERFIELD OPERATIONS AND WATER ENGIN EERID FOR REVIEW AT LEAST 1 WEEK PR OR TO START 13, INUALLCHLORINATION AND SAMPLING POINTS AT DESIGNATED LOCATIONS PER SECTION 330440, 1 E TESTED FOR FULL FLOW WHEN HE SYSTE. IS PRESSURE TESTED CONSTRUCTION AND SHOP DRAWING SUBMITTALS PER SECTION 33 12 10 REVISIONS D p DMTNPTIN 8 a DINDUTA NO z 3 � QUIDDITY L �tiplE�E 9s ;FF O DA L—AA 11 CONSTRUCTIOP NOTES OI oO 1.X RILL REMOVEAND RESTOREFENCIS AS N_ FOR CONSTRUCTI ALL STRICT PAID SUILL BE 15- 111 All 111 PAIR STALL PC I' UPERS 01HORWISE NOTED HE T:N N WE THE CRY HDR1=1' �To'CUTU= ROD FOR 5 ROTERALLSTREETSIGNSANDPOSTSVNLESSOTHERWISExOTEDINO AYI P I CONTRA IRT010ORISTUDEEDAIR AND R DIE TO EXISTING 011 CO -El EXCAVATIN. AT EACH UEGAUU.N FORT WORTH WATER DEBT. -FIELD OPERATIONS......._............... ...................(B37) B]1 R-a29G fox; WORTH i&PW (I LP. ATMOSENEPGY .. .. .. I037)n5 4366 TXu ENEPGrO ELEcrRIc.. .... .. .. .. ... ... Ian) nsfin4 SRCEL T.NE ..lei]I a3ecarls CHARTER COMM ... . ..... .... .... .... DO Sol PT 3363 ALL OTHER RADURES........................................................ ..................1- EIGIESS HORIZONTAL & VERTICAL CONTROL CITY 3 ZOJECT k 104212 FOR_ - T WORTH® CITY FORT WORTH, TEXAS �li�E/� TRANSPSP ORTATION &PUBLIC WORKS 2022 BOND YEAR 2 CONTRACT 11 2022 BOND YEAR 2 CONTRACT 11 GENERAL NOTES (1 OF 3) Dw DATE RAWN IDw I sv.LE. I DDECEMBER 2024 Ih0F 137 '-I WATERGENTINUED 15 CONTRACT OR IS RESPONSIBLE FOR ALL TRENCH SAFETY THE CONTRACTOR SHALL CONSTRUCTTHE PROPOSED WORK UTILIZING ATRENCH SAFETY PLAN PREPARED BY LICENSED PROFESSIONAL ENGINEER IN THE STATE OF REQUIREMENTS PERSECTION 33 U5 TEXAS PROJECT, IN ACCORDANCE OA LAN SHALLRITST ITTEDATTHDE0.AL AND STATE PRE CONSTRUCTION MEETING THIS WOULD —INCLUDE A GROUND WATER CONTROL PLAN IF CONDITIONS MEETING CRITERIA OUTLINED IN SECTION 33 05 10 EXIST 16 ALL WATER MAINS CROSSING BELOW STORM SEWER LINES SHALL BE DUCTILE IRON PIPE PER SECTION 331130 AND BACKHRJUED WITH C-SM PER SECTION OR 34 13, N NUESS NOTED OTHERWISE 17 ALL WATER SERVICE SHALL BE INSTALLED OVER STORM SEWER LINE, EXCEPT WHERE SHOWN OTHERWISE 11 IINFLBACTIR 'HALL RED I DRAW, NGS/LAY SCOHDULEWAERMAIN5VIDEI36-INCH DAMFTERAD IARGERISIGNECIRCATIONI DANDSEA �ABVEAD PIPE LICENSED PROFESSIONAL ENGINEER IN TEXAS FOR DUCTILE IRON PIPE, CONCRETE, AND STEEL PIPE ARE REQUIRED SUBMEITALS BEFORE STARTOFCONSTRUCTION ELEVATION ADIUSTMENTATCONNECIIONS MAYBE MADE WITH BENDS, DFFSETS, DR JOINT DEFLECTIONS (FOR EXAMPLE, PVC JOINT DEFLECTIONS NOT TO EXCEED SAKE OF THE MANUFACTURER'S RECOMMENDATIONS PER SECTION 331112) REFERENCE DUCFILEIROH CONCRETE, AND EQUIREMETS PRIOR TO SCHEDULING THE PROJECT FINAL, THE COTRAROR SHALL PROVIDE REDLINES, CUT SHEET5, FINAL APPROVED PIPE SHOP DRAWING REVIEW, ETC, PIPE REPORT AND SERVICE REPORT PER SECTIONS Ol ]] 19, OS ]839, AND 330131 TO TH E CITY FOR 11 ALL N THE RQUIRED IONT DEFECIIONSHALL110RE DSHOP DRAWING —STANDARDIBE MADE BYTHE CLOSESTSTANDARDN FEESUBMITTAL, SHALL BE IN ACCORDANCE WITH SECTIONS 33 1110, 33111, 331113, AND 331114 21 ALL El IT NG I INCH WATER SERVICE LINES SHALLI OCR ES (PER AMEM PRE), W RREQUIRED II- NCHITAPPNGESANLE ANIINCH XN%INCH REDO ERATTHE%INCH CURBSFOPAS DIRECTDBYTHEENGINEER SHOP DRAWINGS SHALL INDICATE FLARED COPPER TUBING WITH THREAD DIMENSIONS PER AW WA C800 AND SERVICE SADDLES SHALL BE DOUBLE STRAP PER SECTION 33 12 10, 21 USER WATTERMEEDSHALLBERELOUTED3HT BEHIND THE CURB OR AS DIRECTED BY THE ENGINEER 22 OBTAINED TILITY FROMTHEUTILITY COMPA"IES.IT SHALL BE THE CO TRACERENCE FEARS, AND FROM NIORPA TOR'S RESPONSIBILITY TO FIELD VERIFY THE HORIZONTAL AND VERTICAL LOCATIONS OF THE EXISTING UTILITIES 23 THE CONTRACTOR SHALL INSTALL A 2-INCH TEMPORARY WATER SERVICE MAIN PER SECTION 330430 LARGE DOMEST SEEDU RING INCONSTRUCTIONHANLARGER) AND FIRE LINES SHALL REQUIRE A LARGER MAIN FOR TEM PORARY WATER 24 CONTRACTOR'S PERSONNEL SHALL HAVE IDENTIFYING CLOTHING OR HATS AT ALL TIMES THECONTRACTORSHALL ALSO HAVE IDENTIFICATION ON ALL VEHICLES 25 CONSTRUCT ON ACT UNLESS APPROVED ORRDIRECTED BTIE1 SHALLY THE CITY. INTRI TO TEECASTHE IT OUE OFF ARTERIALASTREETS I DO AM T040THIRD M ONLYVAT THE PRE -CONSTRUCTION MEETING, THE CONTRACTOR SHALL PROVIDE A CONSTRUCTION SCHEDULE IN AEG REANCE WITH SECTION 013216, AND PROVIDE MONTHLY UPDATES ALONG WITH THE P0.0GRESS PAYMENT PER GENEL PROPOSED WORK BEYOND REGULAR HOURS WILL REQUIRE WRITTEN REQUEST BY THE CONTRACTOR NY PER GENERAL CONDITIONS, SECTION 007200ING ARTICLE 60Z 26 CONTRACT OR IS RESPONSIBLE FOR MAINTAINING WATER CONNECTIONS MALL HOMES AND BUSINESSES IN 2 WORKING ORDER ATALL TIMES, S,,EXCEPT FOR BRIEF PRE- NOTIFIED INTERRUPTIONS IN WATER SERVICES INNO CAS E SHALL SERYICES BE ED TO REMAIN UNREINSTATED OVERNIGHT C HERE PAVEMENT OR CONCRCUTETE IS'ISTTO BE REMOV DU SAW CUTTING SHALL BIEIMENI E CONSIDERED SUBSIDIARY TO THE PRICE PER LINEAR FOOTOFWATER MAIN CONTRACTOR SHALL PROVIDE COMPACTED SELECTED MATERIAL AS DAMAGED DRIVES, SLEETS, WALKS, AND PATIOS 28 NHECONTRACTOR SHALL REMOVE ALL FENCES, LOCATED WITHIN EASEMENTS, INTERFERING WITH CONSTRUCTION EN PROPERTY OWNERS SHALL BE NORFIED PRIOR TO CONSTRUCTION GREMOVAL AND REPLACEM ENTOFEXISTING ANDTEMPORANY FENCES PER SECTION 0111 ED SUMMARY OF WORK, SHALL BE CONSIDERED SUBSIDIARY TO THE PROJECT COST AND REFLECTED IN THE UNIT BID PRICES FOR VARIOUS ITEMS LISTED IN THE PROPOSAL 21 TIE D THE PRIIECT FREE 1 MUDCAND DEBRIS FROM THE CONSTRUCTION PEIESPETE 'LE FIR KEEN 'R SECTION 0I'BEE' ANT]413. WORK ASSOCIATA"CENTTOD WTHTHIS ITEM IS F CONSIDERED SUBSIDIARY TO VARIOUS ITEMS BID 30 TH E CONTRACTOR SHALL FURNISH A TRAFFIC CONTROL PLAN, FOR ALL WORKING AREAS, TO THE CITY TRAFFIC ENGINEER FOR APPROVAL PRIOR TO THE PRE -CONSTRUCTION MEETING PER CITY SPECIFICATION SECTION 34 7113 STREET CUT PERMIT 11A1 BE SEEM 'I FILE "' INSPECTOR AND " FIR 'IRK IN CITY ROW ALL TRAFFIC AND PEDESTRIANS, MUST CONFORM TO THE INSTALLATION SHOWN IN THE 1980 TEXAS MANUAL ON UNIFORM TRAFFIC COTROL DEVICESE AS CURRENTLY AMENDED, TEXAS DEPARTMENT OF TRANSPORTATION THE TRAFF CGLIFFER C CONTROL 15 PER ME 3R.N. TER SH L B POLY WAKED PE SECTION331 11 AND SMALLER LI1D,33...CK ODICPROTECTIONSTUDYIS REQUIRED ON ALL PIPES OTHER THAN PVC IN ACCORDANCE WITH THE RECOMMENDATIONS FROM THE CATHODIC PROTECTION STUDY, THE DRAW ING5 AND SPECIFICATIONS FOR CATHODIC PROTECTION SHALLAPPLY 32 ALL WATER MAINS SHALL HAVE TEMPORARY PLUGS PER SECTIONS 330440, 33 12 25 AN DETAIL AT THE END OF EACH WORK DAY 3THE OWNER To FROMBE ENT CONSTUCT ON, SHAL MPORARI 'END INGTDRING CONSTRUCTION TOLPRORLIVESTOCATE K ROM NIURYTY 34 ROM ILIER WALL OFMAINT. OUTER WALL OFNLET SHALL BCLEAR CUBAE S FEEIN LST MINIMUM EDRIZoREALSSEPARATIONPA 'AT ONFDOE. OUTER WALL OF MAIN TO OUTER DIAMETER DRILLED SHAFTS, AND OUTER WALL OF HEADWALLS SHALL BE 10 FT 35 UNLESS OTHERWISE NOTED ON THE PLANS, THE GATE VALVES SHALL BE INSTALLED TO LINE UP WITH THE PROPERTY/30W LINE 36 A WAYS, WHICH ARE OPEN CUT, SHALL HAVE AT LEAST A TEMPORARY RIDING SURFACE ATTHE END OF EACH DAY THE TEMPORARY SURFACE WILL BE CONSIDER EGA 'PA"TEM PER CY WATER MAINE IN TTXDOT ROW CROSSING DRIVEWAYS SHALL BE HERALLED BY OTHER RTHAN OPEN CUT, WITH DUCTILE IRON CARRIER PIPE INSIDE STEEL USING PIPE, UNLESS EXCEPTIONS ARE APPROVED IN WRITING 37 CONTRACTOR AND CITY INSPECTOR SHALL CONTACT WATER FIELD OPERATIONS PRIOR TO ALL ITEMS BEING DELIVER ALL SALVAGD MATERIALS TOFTHE WAREHOUSE LOUTD ATE160811TH AVE FORT WORTH TX ]61D2 SANITARY SEWER 1. THECONTRACTOR SHALL FURNISH A TRAFFIC CONTROL PLAN, FOR ALL WORKING AREAS, TOTHE CITY TRAFFIC ENGINEER FOR APPROVAL PRIOR TO THE PRE -CONSTRUCTION MEETING PER CITY SPECIFICATION SECTION 34 ]li 3 SIR E' C IT PERMIT 11FALL BE SUBMITTED PER 1E IN 111111 TO THE CITY I NIPECTOR AND 1W FIR WORK CONS RUCTION OPERATIONS IN PROGRESSAWITH ADEQUATE SAFEGUARDS WALL BE ACCEPTABLE ON MINOR STREETSONLY ALL BARRICADES, WARNING SIGNS, LIGHT DEVICES,ETC, FOR THE GUIDANCE AND PROTECTION OF FFIGANUPEDE=S,MUSTCO FORM TO THE INSTALIUMITON SHOWN IN THE 1980 TEXAS MANUALON UNIFORM OFAS CURRENTLY AMENDED, T.N THE COST FOR TRAFFRIC CONTROL SHALLEBE PER MONTH AND PORTAB EEMESSAGE SIGNS PAID ER WEE KTTATPERRSECTION 34]113 CONTRACTOR IS RESPONSIBLE FOR ALL TRENCH SAFETY THE CONTRACTOR SHALL CONSN USING A TRENCIN SAFETY P IT BY A 05 TO ATRENCH SAFETYPLAN SHALL SURMIPROFESSIONAL ENGINEER O F AT PRE -CONS RCI SECTION 33 ALL WORK SHALL BE PERFORM ED N ACCORDANCE WITH CITY OF FORT WORTH WATER DI SPECIFICATIONS AND DETAILS, EXCEPT WHERE MODIFIED IN THESE PLANS OR IN THE SPE( DRAWINGS SHALL BE SUBMITTED TO THE CITY INSPECTOR, CITY PROJECT MANAGER AT TF MEETING FOR REVIEW ANY RIALS, ETC THAT ARE I DENT NON COMPLIANT W TH THE STANDARD TANDA DDEOAIE ACAS ECIFECATCNS SHALL BE REMOVER MAT EDIALS THAT CONFORM WITH THE STANDARD DETAILS AND SPEC ( FICATIONS AT THE I REFERENCE SECTION 0133 DO SUBMITTALS AND SECTION 016000 PRODUCT REQUIREME 6 WHEN ITISREQUIRED THAT A CONTRACTOR WORK IN PRIVATE PROPERTY, THE CONTRACTOR SHALL CONTACT THE PROPERTY OWNER 4B HOURS PRIOR TO 1.14GER—RDN ONCE THE P, RE HAS BEEN NETA-E..RREHA.LTATE. FLY COMMENCE ED RIACE URFACE COMPLETED TO THE OWNER'S SATISFACTION WITHIN TEN (10) WORKING RDAYS S FAILURE TTO MAINTAIN AND/OR COMPLETE SITE RESTORATION, PS NOTED ABOVE, MAY RESULT IN DEFERMENT OF FURTHER PIPE INSTALLATION ACTIVITIES ] ADDRESS AND MAIN/IATERALINAME AND STARON NUMBER THIS PRE- CONSTRUCTION VIDEO TAPING OF IMPACTED PROPERTIES SHALL BE EDNSIDERD SUBSIDIARY WORK PER SECTION 0132 33 PRECONSTRUCTION VIDEO 8 GENTRAGMR'S PERSONNEL SHALL HAVE IDENTIFYING CLOTHING OR HATS AT ALL TIMES THECONTRACTDRSHALALSO HAVE IDENTIFICATION ON ALL VEHICLES 9 CONSTRUCTION ACLOVITIES SHALL BE LIMITED TO THE HOURS OF 7 DO AM TO 6 OB PM UNLESS APPROVED OR DIRECTED BY THE CITY, 1 R GAS, ELECTRIC, CABLE TELEVISION D UTILITIES, OTHER FRANCHISE UTILITIES, DRIVEWAYS, RETAINING WALLS, STRUCTURES, ETC WHICHMAYBE SHOWN ON THESE PLANS ARE APPROXIMATE THE CONTRACTOR SHALL VERIFY THE EXACT SIZE, LOCATION ELEVATION, AND CD=TRATA0pNPOF 'ARLAULOULITTILES N DO NAN 'ES D PROPERTY N OWERS TO MARRANALOCATE -UNDERGROUND FACILITIES PRIOR TO CONSTRUCTION PA 11 EXISTING VERTICAL DEFLECTIONS AND PIPE SLOPES SHOWN ON THE PLANS WERE OBTAINED FROM RECORD DRAWINGS AND HAVE NOT BEEN FIELD VERIFIED SOME PIPELINE SLOPES WERE ADJUSTED TO MATCH SURVEYED MANHOLE FLOW LINES RIM EILIEWCODNS, FLOW LINES, AND HORIZONTAL LOCATIONS OF EXISTING MANHOLES IT, STORM SEW ERDDRAINAGE HEADNED FROMWALLS,IE TO INLETSVSURVEBRIDGEEPIERS,HWVRE' EMBANKMENTS, MSE WALEDRETAININGCONFLICTS WITH PAVING, ADITIONALFWALLS, ABOVE GROUND STRUCTURES, FRANCHISE UTILITIES, ETC HAVE BEEN IDENTIFIED,TTHE UTILITIES IN CONFLICT SHALL BEO LOCATE COOF N F( IRSR(PLANSR,SHOP DRAWINGS, SURVEY DATA, ETC.) TO THE CITY INSPECTOR, WATER ERNGINOEE RING, WATER FIELD OPERATIONS, AS PLANS SHALL BE REVISED AND SUBMITTED FOR REVIEW BY THE CITY RN ORDER TO AVOID A CONFLICT 12 THE PROPOSED SANITARY SEWER LINES ATTIMES WILL BE LAID CLOSE TO OTHER EXILING UTILITIES AND STRU"RE' BOTH AND PABOVE AN BE LOW 11O14'POUFFY LES, GASE GO MAINS�T RLHPA NEKUBES,.NTAR�SEWRSMAINS, WATER MAINS, DRAINAGE PIPES, UTILITY SERVICES, AND ALL OTHER UTILITIES AND STRUCTURES BOTH ABOVE ARE BELOW GROUND OUTING CONSTRUCTIONCONTRACTOR LNG PER SECTION01 3300 FFOR SUPPORT/ RO ECTION OF LARGE DIAMETER WATER REPORT SHALL CLEARLY IDENTIFY EXISTING SANITARY SEWER MAIN/LATERAL NUMBER, MANHOLES, STATION NUMBER (FROM AND TO), STREET ADDRESS, PIPE SIZE, PIPE MATERIAL, SERVICE LOCATIONS, PIPE MATERIAL NGESCC COPIES OFTHE CCTV VIDEO, LAYOUT, MARKED UP PLANS SHOWING LIMITS, AND REPORTEHALLBE S,AS THE SCHEDULE AHE CITY INSPECTOR, CITY LLOW FOR A REVIEW TIME OF 2 WEEKS ROTECT MANAGER, EW NG,AN WATT FIELD OPERATIONS, 14, CONTRACTOR SHALL ENSURE THAT ALL ACTIVE SERVICES CAN BE RECONNECTED AND/OR REROUTED TO THE NEW SANITARY SEWER MAIN/LATERAL PER SECTION 333150 CONTACTOR SHALL NOTIFY THE CITY INSPECTORS CITY P ROJECT MANAGER, WATER ENGINEERING, AND WATER FIELD OPERATIONS OF ANY POTENTIAL PRIOR TO CONSTRUCT ON, SO MODIFICATIONSTO THE PLANS CAN BE MADE IF NECESSARY NUTASEPARATEPAYTEM, AS THIS WORK SHALL BE SUBSIDIARY TO THE PRE -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER LINES 15 CON TRACTOR SHALL VERIFY THAT ALL CONNECTIONS TO THE SANITARY SEWER SYSTEM ARE FOR SANITARY SEWER DR SHALL NOTIFY THE CITY OF ALL KNOW ILLICIT CONNECTIONS 1 SERVICESTO BE REINSTALLOE ED R. IN NO USE SHALLSERVICES BE ALLOWED TO REMAIN OUT OF SERVICE OVERNIGHT. 17THE GO TRACTOR WHICH MAY ESSULTHALL BE LIABLE FOR ALL DAMAGES TO DURING THE INSTALLATION OF THE HEPIPEANSO/OHAEBANDONAND METOF EXIST NEMENTS FROM UTHE CDNTAGMB WILL BE ALOWED TO OPEN CLENNUTE WHERE AVIL RESPONSIBLE FOR ALL CLEANLUP ASSOCIATED WITH OPPEEN NO CLEANOUATSABLE THE CONTRACTOR WILL BE 1 THE CNT"OR SHALL LACE(WITH PRIOR APPROVAL OF CITY T PARKS ANDCOMMENITY SERVICESEAND/OR AFFECTED PROPERTY OWNERS)ALLTREES, SHRUBS, HEDGES, RETAINING WALL ,LANDSCAPING, BUILDINGS, WAURS, ETC IN OR NEAR PROPOSED CONSTRUCTION AREA THIS WORK SHALL BE CONSIDERED INCIDENTAL AND NOT A SEPARATE PAR ITEM 1 VEDC TH CONSTRUCTION CHAX WOODEN IN LINK, SHALL BEEOPEATION AND PROVIDE REPLACED WITA NEW FENCE ORUNDAMAGED ORIGINAREML ENCINGALL AFFECTED T PROPERTY OWNERS SHALL BE NOTIFIED PRIOR TOCONSFRUCTION REMOVALANDREPILCEMENTOOARYSTOGHE PRDIECTCORT AND BE LECTE EN THE UN T BID PR C. FOR VA ITEMS LISTED IN TH E PROPOSAL 20 CDNTRkCMR SHALL SAWCUT EXISTING CURB AN D GUTTER, PAVEMENT, DRIVEWAYS, SIDEWALKS AT AREAS WHERE PAVEMENT OR CONCRETE IS TOBEREMOVED SAWCUTS WILL BE CONSIDERED SUBSIDIARY TO THE PRICE BID FOR LINEAR FEET OF SANITARY SEWER 21 CONTRACTOR SHALL PROTECT CONCRETE CURB AND GUTTER,DRIVEWAYS, AND SIDEWALKS THAT ARE NOT DESIGNATEDFORREMOVAL REMOVAL AND REPLACEMENT OF THESE ITEMS SHALL BE AS DESIGNATED AT GRADES SHALL BE PERFORMED PRIOR TO CONSTRUCTION ANDEIS NOT A SEPARATE PAY ITEM, BUT SHALL BE F CONSIDEREDINCIDENTAL TOTHEPRGJECTPRICE 22 A NTEHALL BE IN ACCORDANCE WITH SECTION 330S 10 PAVEMENT DETAILS SHALL LBAGKHLAEDMNEMBDME ENT/DBAERRaICOMDNENTSCOMBND, RED FINE BASED ON PROPOSED SIZE AND DEPTH OF THE SEWER MAIN 2 SWAYS, WHICH ARE OPEN CUT, SHALL HAVE AT LEAST A TEMPORARY RIDING SURFACE AT THE END OF EACH DAY THE TEMPORARY SURFACE WILL BE CONSIDERED A NON-PAYEEM PERCITYANDTXDOTPOLICY, SANITARY S EWER IN TXDOT ROW CROSSING DRIVEWAYS SHALL BE INSTALLED BY OTHER THAN OPEN CUT, WITH DUCTILE PON EARRIER PIPE INSIDE STEEL CASING PIPE, IT— EXCEPTIONS ARE APPROVED IN WRITING. I OR 2 PER SECTION ES BEE NOT ASRA ATE ARTITEM FIR LIN"PEPRNT IS IS -IN CH DIAMETERAND SMALLER PAYMENT SHALL BE INCIDENTAL TO THE REPLACEMENT OF SEWER 25 NEW MANHOLES SHALL BE CONSTRUCTED SUCH THAT THE MANHOLE COVER ISAT FINISHED SURFACE GRADE, ON AS NOTED ON THE PLANS CONCRETE COLLARS PER SPECIFICATION 33 05 13 AND DETAIL SHALL BE INSTALLED WTHAILLNEWMANIFOLESUNCLUDING MANHOLES OUTSIDE OF PAVEMENT AND/OR ON EASEMENTS), AS SQUIRED FOR THISPROIECT CONCRETE COLLARS IDENTIFIED IN THE FIELD THAT ARE NOT IN COMPLIANCE WITH THE SPECIFICATIONS AND DETAILS U E INCORRECT CO WAR THICKNESS, NO STEEL REINFORCEMENT) SHALL BE REMOVED AND REPIACD AT THE CONTRACTOR'S EXPENSE 26 THECONTRACTOR IS RESPONSIBLE FOR KEEPING SREETS AND SIDEWALKS ADJACENTTO PROJECT FREEOFMUD CORE D1BEE=T1'AE1CTN`MARI'.U1 T;M' BID THE CONTRACTOR2] GOOD AS FOR BETTER THAN THAT WHISHALLCHLEXISEANTED PRIANDOR TO REPLACEMENAREAT OR REHABILITATION OF THE PI PE, OT ON A'RINSTALLATION OF NEW MAINS, PER SECTION 012423 28 THE CONTRACTOR SHALL REMOVE FROM THE PROJERAREAALSURPLUEMATRIAL THISSHALL BE INCIDENTAL AND N DTA SEPARATE PAY FEM SURPLUS MATERIALS FROM SPOSD OF ATA SITE ACCEPTABLE TO THE CITY'S FLOOD PTIAIN ADMINGTATORI ION INCLUDING DIRT, WITHIN THE CITY E LIMITS T IF THE LOCATION IS NOT W (THIN THE CITY LIMITS, THE CONTRACTOR SHALL PROVIDE A LETTER STATING SO NO NATURAL DRAINAGE WAY WITHOUT WRITTEN PERMISSION FROM THE AFFECTED PROPERTY OWNER AND E QTrs LooO PLAINaoMINISRATOR IFTH E CONTRACTOR PLACES IT W TROUTWRITTEN FIRM SS11N, CONEENAGMI SHALLRESPONSIBLE FOR ALL DAMAGE RESULTING FROM SUCH FILL AN D IN THE SHALL REMOVE THE MATERIALA AT OWNTCOSTNS 29 SANITARY SEWER SERVICES LARGER THAN 6-INCH DIAMETER SHALL CONN ECT TO A MANHOLE FOR ALL SANITARY SEWER SERVICE CONNECTIONS AT THE MANHOLE, CONTRACTOR SHALL PROVIDE A HYDRAULIC SLIDE IN 3 I NA4 THE COTRACOR SHALL P—IDE RDUNES, CUT TS CA SHEENAL APPROVED PIPE SHOP DRAWINGS, CCTV VIDEO/RRORTS, LINER RESULTS, ETC, PIPE REPORT AND SERVICE REPORT PER SECTIONS Ol )] 19, 0128 39, AND 330131 TO THE CITY FOR REVIEW, REVISIONS, AND FINAL ACCEPTANCE 31 SANITARY SEWER MANHOLES CALLED OUT FOR INTERIOR CORROSION PROTECTION SHALL CONFORM TO SECTION 333960LINR SYSTEM FOR SANITARY SEWER STRUCTURES THIS SHALL INCLUDE MANHOLES COTS MAINS 3% GRADE AANRGL1S 15- INCH ADIAMETER AND LARGER, AND OTHERR MANHOLES WHERE TURBULENCE IS ANISSUE L E 32 ODOR CONTROL IS REQUIRED FOR ALL SANITARY 5EWER MANHOLES IN CITY PARK AREAS. PUBLIC SPACES, NEAR RESIDENCES, OR OTHER AREAS AS DETERMINED BY THE CITY ON MAINS 15 INCH DIAMETER AND LARGER DIVISION 34-TRANSPORTATION A TRAFFIC CONTROL cHARLFS RRERsoN( 1R]-392-ns2)oR CUREIREav EMaEETAT ERMTRa TDHIEE / HATS ONMFORTWOP H EOXAS GOVTALT MSIGNAL CONSTRUCTION SITE TOCUUSIONLYONEUNNEOFARCNIANAYATAFME 4 ALL CON""'N"PLEOVIPM Ni NSTALLARONSSHALLa�ARRANGED50 AS TO PRMTCOLNKI'TRCINUOUS MOVEMENTFOF RAFFIC NALL DIRECTIONS AT AULTI.ES ARE ADJUSPED AND MAINTAINED TO ENSURE SAFETY IN WORK GONE AT ALL TIME, ]. ANYRAFHCSIGNAL UDONCRnONS DuRLN1 mxnRI NAESIB" ARYTDTRWE CcoNTDLPUN ITCP)PA rLM a xF RM N DEVICES (TUFTED) AND THE CITY F FORTHWORTH SSTA STANDARDS FTHETEXAS MArvuALOry 9 THE CONTRACTOR SHALL SUBMIT ANY PROPOSED TRAFFIC ANYFIGNAL MODIFICATIONS TO THE TRAFFIC SIGNAL ENGINEERING TENSECTION FOR THEIR APPROVAL DAYS BE INEATLL' NIES IF TRAFFIC NSTRUCT PE PAT 'N' 1 THE ENGINEER ADEOUATE SA FRGUAAROSDWILI BETACCfttABLf ONE MR NOR'FNEEi �ON COUNLESS OTHERWISE DIRERD By EROSION CONTROL GENERAL NOTES REVISIONS D p DMTNPTLDN 8 A INDIM EDz p np QUIDDITY L� �tiplE�E 9s oA A—�"PVi 1\I9� CONSTRUCTION NOTES 2 RADIISHALL BE IS ADALLRIVEWAY RADIIRSHALL BEDS UNFLESS OTHERWISE ES FOR TREE PRoTECOU, RE_ 5 R P TOTEALL STREET SIGNS All POSTS UNLESS OTHERWISE NORB INO SEPARATEAY)EXCANUON1 AT SIR ICATIN FORWORTH WATER DEFT. -FIELD OPERATIONS........................ ..................Ae1]) e]] a-az�G WREENSD") "II'D .. .. 1 ".14366 oxmn RGY [LRRIc.. .... .. .. Txu ENRGr � � � � � � Jan) nssn4 Sac TELEPHONE. ... ..lev)aaecaR CHARTER COMM .... ..... .... .... .... RU sm62n 6xr aa6a ALL OFFER ACILIRES.......... ........................ ........... ........... ..................1-N)}DIG-TE55 HORIZONTAL & VERTICAL CONTROL 1N ITS, OR C US DAMAGE CAUSED BY THE MEASURES, EINCLUDING FLOODING DAMAGE, WHICH MAY OCCUR DUE TO BLOCKEDDRAINAGE ATTHE CITYPROJOST-212 CONCLU51ON OF ANYPROJECTTALL CHANNELS, RAINAGEWAYS AND BORROW DITCHES IN THE WORKZONE SHALL %28352 DGED OF ANY SDIMEN GENERATDB THEPROIECORDEPOSITED ASARRULTOFEROSIONCONTROL FORT WORTH® CITY OF FORT WORTH, TEXAS 1r_r TRANSPORTATION & PUBLIC WORKS 2022 BOND YEAR 2 CONTRACT 11 2022 BOND YEAR 2 CONTRACT 11 GENERAL NOTES (2 OF 3) ATE DRAwN = I SCALE. I DDECEMBER 2024 I 450F 137 r•-I REVISIONS ........... FRAEREIRAVENUE A. -A'ALHO GO- AT .I- HVI LOT 17 "2' A R'. rvoz X.N_ IT 1. 1. LOT IS LOT 21 HOT I Ad4NIl NRUGINI. PIPS-1 N-1 Lu H-T, 'A- 6,0'f L "LEN21110A V, EASO -1 LH =N�LU IDDRDT I D, EELEE. I IDUREA AVE Lu DT=l I— R FT TH�L` + 021 Ul- AT EASE FIVUBEIR AVE ELDEGRORRE 1- -D E111 �l 1111 '�o TNO F�0'�'L D� 76 R T '6 cc, 2 TX LITTIT .11TIT DIRTIT T z CT D-1-ISIAVE 'T QUIDDITY - EPIJ=l� I MAY 1-1 A 3 031 E0WRT E,EO FRADER AVE .- E z STA 1 00, 35 86 LT E L 4 2E.6E' LF EASE FRAZIER AVE LUSSEEN 1. F Is 1".1,1ALL I - ED CAR' VALV - p. UIESES AT E455 FRAZIER AVE EEXDE 1- SPLIT, RELOCATED SELT N GET TO Ell ERE I 6 81 .EV I - FRAZIER AVE 8 1. PRELE-D T NN"" RUSU""""' LEGEND 7 1-6B 11.93' RT ERES FRAZIER AVE E 1. E3 REECOARRE BEV III I EXIST D" A PROP 61 UP OF INSTALL a l-ES N ET MAE FIVEREIR AVE E 1. ABDOCAIDED PVC CROO DR14 1-8- GA P.. PROPOSED WATER U 9 E-n 11 " BT � FRAZIER AVE 11- 1- N .4. TE NADVA. PROPOSED WATER VALVE E 23221 + PRELE-Dav 9300 o PROPOSED FIRE HYDR . 2-HES N LF E FRAZIER AVE 8I83E331 1. RELOCAIRED EI STA UYLS 31 IG WATER SERVICE NUMBER PAV"�G' ILL .1 ITS U n 2 11-AT 3441 FRAZIER AVE 86-2. 1. -D Pl�RoIPISEDLI'E�WER LINE PER EE 2EDS 24.OTET E,VO FRAZIER AVE SIDE-34 1- RELOCATED Iv E.. LL z I . TEE FRIA�ZIER BMINUE EASENDENT ERT 8' (EXISTINGao z PROPOSED PAVING LIMOS PR UE N.OY LT � FRAZIER AVE SEEDUXMR) 1. -D INS 5Z RIER N � IA OPOSED CURB EE,4ENDE 11-AT 3437FRADERAVE -30EEB 1. N 59-16,9009 d E=ARI-PHALT REPAIR T E 2322446 9310 u RE ENTAXP_T REPAIR E-..l I SABA FRAZIER AVE 1. rm 1 2 1731 F 16 ,H24 11- FEE 34EEFFLAZIERAVE 83RNUUEEC� 1- SPLIT, RELOCATED VLf S=INT LHORI 17 -3,41 11.56- � FRAZIER AVE 878 1. SPLIT, RELOCATED MT '=.3' -7 _REM0VE_&GEEXIST-Tlr7E_R I SALVAGE EXIST FIT HH-38 NLEY LT BRIBE FRAZIERAVE SE181. 1- -134LBY ST 0 CO, 3E0RE INSTALL TE-P.RARIASN-Al NET 11 1 A111IRTE1 EN R IRH� 77-El --- =1 _- RE INSTALL 6::1.v, & BOX _'PER SPEC TIECERAIR.TYIE EElYNRTR'lllllTRl'L= ` Ll SHE �27 N.11-ILT EREb6FFAElERAVE' GATE VALVE & BOX I F 6" FR LEAD TO BE REPLACED END R -IN D ION VILLA OVERLAY CONNECTTO EXIST 8" 12FL ZO 5EOE,E0 111T RAElERAVE SURPROSES 1. SPUT IN E I TSO E H ASSEMBLY TYP PER SPEC 118 T" 'R 1 W/8"M SELLIDSUEEVE(E) N 694CO35 2770 IA D UNIT N 6 1114 1 11-1 11 ERELLFRAEIERAVI - 1 IPUT RE D= F 2 �2 2 4 7107 212349 ""S I LOT 11 LOT 14 LOT 13 -12 LOT lll 3- FRAEIER AVE SURPREBOA 1' __7ED lLAllWELRA I T " "L 4 /SDIPA ... CN I " IN' A.'T D0lTAVE L IYARE p ER C E2 0' L7 4� W`RTERG'AEGCLR p ER EIEC E2 L7 I -Al I p ER EIEC E2 L7 Dl�VDR p ER EIEC E2 L7 'A'N'LE� EREIE E2. L7 'IN E416FRAZIERAVE EREEDER" I NEUBCATE. I IEl 0 1 ORTH T' ""o IIRT ""' ;��7.1.1Foerwo 1. T OC17,W AND E WTH IALVE D C43 RVURR�T '. D2M21643S CC, N. D2i B P"E"D MET R T I, TCT 1117 RT 1ENNIDER. TRANDLIN ELL WAS vs nxfizzP M_A' A ED 11 1� 'ISl=R' � LREADII.A, RELOCATED ND DR 1- 1MYEl BRAVE 115 Z ED AYEE D.' �W'RTAVE 1. HR PEED =R. "" 0 'Tl R AT'lS I E ATER VOTE AN CL "' E' N' 'VE' To To.. NEW MET ON" VCHLIAE l��'l�'E'IEAIAINN�'�l'�'CIOIN�'PEE'l�.�D.�N��','��REN�l�E.IREA MET11FLUVRIT.AVIA-11BOXIINMALLID ULD ULTURELSE WL-A PROP. 8" STA 0+00 TO 6+00 CONSTRIJICTIO� NOTES ll 1 CON TRACTOR Xl, CITY "'P"" TO DONE FACT 11 CITY'S WATOR FIELD OPERYGION1 PRIOR L ALL=l R I.M.1 ARE 1. BE RECONNECTED LETHE PROPOSED VEATER .11 -111 TO ULTEND NO OR SALVA. D ARFA NADRNST2A3LTCTEAL=BEWClWH0 RE o-ED ON X�ETESEEO N RACTUR LET 23 -24 LOT 21 LOT 26 LOT 27 LOT 21 SAV OR SHE CIPSRE ED UMEINTS lA.'CUY NAREER. R'FO R ALL US MS HEIRCAYED AN D T Co T ""T V - E DOE To U=IA LN W OXE OR 4 EXSENG RB XESARE AGED TO WATE PER O.S _ E IENITEI AT ONE HICATILL VER FY 11 IT 11 A RETL HEAD METER ELLL HEAD ETERS ARE 10 SEE RA-N. A' - D A I'E.R'T�l SERANATE_ ", IDE A TYYA 'T AVE LI`5 "CA BEAIM CONTNOTWAREHOUSESUPERVISOR, �ll�.IIEIAT(91713l270R�ERIYITEMI N�W METERS FOR INS�TALEITWOTNH6�YCOONMTl�RlO�R SCHOOMW�NAC�OTRHSEHAL�LNRSCMC�VEOANRDQSVALVAGE E IS F�Ao %"TRO , ECRUAVE' D� IWODPA 'i FC-ETROAVE" 41. _X MY A- 4Ii'. AEE 'S 'C"ITTL21= wo .11TIT OIRTIT .111CT LRTCT NPITTIT 4, ALL SALXAGES MATE N A LE 0 "IT ERATAORUIRS118211 1ELIVERALL SALVAGED IATHEIRIUSTOCITY 2 C.N=-..VS TO DEA= .1. FIRE HYDRANI DATE VAUVED AND '427 1 C� I �. L2k272- C 0 -1 RIALS MUST BE' DEL'VER"E D TO C TY10F FO RI OPERATIONS VA CDLVE BOXES, WATER IETERS AND ' ET" "A"'N A"' RD== CW2ATE RL' R El IE OAIIEI AlE L.1 IR.IER E '2 DRABOR AME 111 AlE 1- 14 IElAlE A ==RN= PROPERTY OWNERS . H.U. PRIOR TO C.N-UCU.N ON A TO C..FC RATE WITH THE CITY 1.1 IEREERIG PRIOR =THNG WET CONNECTIONS OR REMOVING AND REPIORG ORITING ED HALL PROTECT ALL EXISTING TRIBES, FORCES, RETAINING WALLS, AND WATER - NEE REN DE "' 'HALL 'E ROD I ED A I N "'M " " H"RV P`IRTC FEE XPONA" LOSS ' WATER SERVICE CONTIACT. RTC -A LL TE P.BARY EYE= REMOVE & SALVAGE EXI ER ERI INLOT.- UNLESS ETTE-11E CTED WHA, ITEM LEA RWA�RSERVE%TROREMARRONVUICE BUD IN NOTRUCTION REEMOV E, SALVAGE EXIST WATER METER, REPAIR RESIDENTIILDR E 111PI EACH TTCA AD R I.ALLIS�TN. C E D R SCO T S AI3LN'EECENl 'EYNF'O ALTO E R, 'W TE S ER S RM N R PAIR RESIDENTIAL DRIVEWAY APPROACH WITHTEMPCMRYASPH LT DRIVEWAYS 'VAN THEFITHERBANIATHEAST4AH.LREPRI.R1 T E. EA 11 � ANV'_'. AC"="SUPPLIEDPC"COMP AC 11 WITH EMPOMRYAXPUALT DRIVE TO PC lEllCEl AN lEoIll SPE C .0 I PGUI L BE.1. A TOR FOR USE IN CLEANING THE OPOSED WATER TO 11 REPLACED ORION PAVING SECTIRDN EC . T. LNN'ATH ET-TENE1 TELWATEIR P I SHALL FEC L' �MDR ED 'C I ENTAT TD THE COST ME THE E TYP PER SPEC E, D, UE AT&T. FOBTWORTH WATER DEPT -FIEUD OPERATIONS ...... ..... . ...... ... ... ...... ... ... ...... ... ... .. (8 7) 9 I UA ON FLY FE TO ATMOVY -ENERG'Y.- (8"7)'.1 0ED N RE TIRE AREAS REM-M-NDRIPLACE J ON= ELECTRIC.. . OR S HATIC. CETN"E".T= N ETElDR`VEWA`l'lyAMELTl")Al'=Y N TAL o SERVICE =D PRIVATE SIDE CORRECT- lHALL BE INCIDENTAL TO THE ETEA + EC o. C' _IRPDEMX 7ARD-11 RECONNECTION ONN LE RLUYW�TI _ E I AT ALL NR==lME CRO111111. CONTRACTOR I VERILE DEPTH OF EXIXRRG WATER Lill ALLOTHERFACIRLIFFEE. . ........ . . . ........ . .......... ........ .... _-DIGIESS LINE ANN HIM CLEARANCE .1 S', k- i� HORIZONTAL CALCONTROL PA`=2Al FRAZIER AVENUE CONTROL P.L_ coN=.E cONTROF. POINT DS L PAYING ..THIS IEEETISTN SEE STEEN TEMPORARILY AND PER-ANENTUY zw -EXISTS L-F (EXISTING ASPHALT) Nl�"71 E �ICFW I C ]1�.,71 S.-'1CFW I C �12" 1 REPLACED FOLLOWING THE WATERLINE REILACEMENT SEE SHEETS 60 lE2 I.R THE L OULL N N 6971- 16 F ER.S.LE 23 IGEA.27 E. 2321-33 (2 _"El �l IEPEE , NDEY A ELEV. S7&7� EL EV. -.93 ELEV: 577.85A'���ONTINUES FROM ��FSp CUDET.- MAPSOO NO 90B 14• ]7 < X-1-P, MAP NO 2- 37Z 2 PER SPEC 32 01`18 WATER DEPARTMENT u FORT WORTH® CITY OF FORT WORTH, TEXAS TEMPORARY ASPHALT B MOVE I F R %, R�IPAIY ".,=L CH z VEMENTREP IRTYV G2�`E= APPROACH WITH EMPIERNRY-NALT D I E A 0 TO 11 REPLACED UNDER FANNIE 1GOTION u TYP P'_P'_2 GL UE UTUT, 10 LOT 9 LOTS -7 LCYTC LOT' 2022 BOND YEAR 2 CONTRACT 11 w ccfx"Dx < Ll.Ll A.IL A O"LE110H III ... ARA.L, U. T111NE1 L I CIAT.T1 FRAZIER AVENUE L.... DR 1.4 CANI.. 11.1 IT MIR 1-1 1 AVE 34251 A� R A 421 RA RT_ TTILA CB'U�UAEN,'7'1' 2122SAl IC I lYL1.1 TY111 P.E AS C =T I IMU W 7V21 FROM FRAZIER RD. To W BIDDISON ST. AN 114 N' Dil. LITIT' IPR7 Dp RT .11-T MIIRTIT RITTIT AVEG ] z 111L 1-1-11R.1 1- 1-1. 1� DIAR AVE 14111 11RAVE AVI I'll -,ED A PROP. 8" WATER REPLACEMENT PLAN 0 IE VIL-A STA 0100 TO STA 6+00 A' IHEET 0 D= "I D EC l' 213' 1 DNCIVEMKR2.2� 1 10 OF 137 WAYSIDE AVENUE McMrp Stxion OTfset Aeere:s Meter No. ".A'B_ ...I 35J0 WAYSIDE AVE 8A3J853 2 &33.00 1).8 1 3-WAYSIDE AVE BM36554 Notes 1" RELOCATED IO 1.. - 3 _ES 9.ES,U 3S6)WAMPDEAVE SESESS69 4 6 RD III 3563WAYSIDE AVE 11 1" SPLIT; RELOCATED A.1' 1" SPLIT; REIACATED11' 5 )-0wA9 I 3502 WAYSIDEWE B6903219 8 2).)a' 6 )a3&3LT 3S58 WAYSID8J84A2b4 EAVE 1" RELOCATED6.2' 7K5.16 8.36' RT 3559WAYSIDEAVE SRB448J 8 8M5.S3 28.27'LT 3SSAWAYSIDEAVE EGRESE6A T. REOCATED2.0 1" SPLIT: RELOCATED 38' 9 &WA9 RI 3555 WAYSIDEAVE BJ93 7 10 &LE.. 8.63'FT -DE.: BJ9 17 11 &16.23 2).82'UT ESER YSIDEAVE SUBBEE 6 1" SPLIT 1" SPLIT; RELOCATEDAB' T' I SPLIT, RflACATED BV ]3 9H61.56 ).83'RT 3513 WAYSIDEAVE 8J9363A1 UT 350BWAYSIDEAVE TDD 1" 1.. VERIFYLOCATON 6 —1 11— 3504WAYSIDEAVE 86]OS]3A 1) —.35 S11'BT 2213WBIDDISONSI E05A0503 18 1&86.)8 Z1.3a'LT 35E TBD BE Tl AN E.=R.ATEA FRNSwDLEOR Buu"BASSMAT 1" RII:LTID I I 1" 1 I RELOCATED I.E' AS xI—Z C. AREA 1A111 11 I'Al SERVICE =D ALL BE TIE 6 UAl All NEAND MAIMAINAVMTNIMDUMOCFAMNOCE OHRACTANCODFNi DOETH01LLISTED WABECoND FER REPLACED FOLLOWING THE WATERLINE REPLACEMENT SEE SHEETS 60 102 FOR THE NA* D REPLACEMEHT BE61N52D93 s. z65J EAxD 382z Wor5TA vass 8 STORM CROSSING DETe IL3 ENDETA EXLE" IN VWR �1D"STEELCAEND sEPARn,HDN 111A I.R. 15 11IDFAW wAnIDEAVE LJ WAYSIDE AVENUE (EXISTING ASPHALT) I oT 0 THAL No 2 RTCT v 111 STA 9a03 Tsza WAIRU vE p END 20" STEEL CASING W/e" DIP C151 CLASS 350 (SEA111 SHEET)NG TH ITMWNEL f W J W ED I voL oxT.cT 111 1 N 111P WFWUEnvE ABOVE 24"STORM B FL 6Tt 80' STA Ba65 BEGIN 20"STEELC451NG O I 233'CLFA ANCE ABOVE IR ORM W/e"OIPC351 CLA55350 (SE ROSS DETAIL THIS SHEET) FL6J2 J3•ST 10 E.R SON Y AN / rv�W F tuna LOT 15 LOT ]6 n I o N I Z VOLoRTCT uo c DP.RTCT ' ` DPRTCT z WL-B PROP. 8" STA 6+00 TO 11+55.02 GRL" LOT 2 G LOT l LANDUAR. 1 m a� �IIpIII AISTA NSTALLSS 2 39.22 LT c. T c T III " GAVE VALVE &BOX DPRTCT I ovxTCT aswwnvzloEAVE B E 1-12 1-12" SLEEVE CONNECTTO E%IST 12" ssmwnvzmEAVE 2"o IA . - W/12" MI SOLID SLEEVE IWI VE &SALVAGE E%IST WATER METE0. PERMANENT ASPHALT MO PAVEMENT REPAIR TYP L,I'El HTEMPORARINDENTYASPHALT. DRIVEWAVSHBE REPLACED UNDER PAVING SECTONE PER SPEC3 - REMOVE& SALVAGE EXIST I2' INSTALL 0118II 6939a661Ja9T �11 WAYSIDE AVENUE (EXISTING ASPHALT) LOTS cIO.AmONID IF Tsx3WAY11L AVE .(�_ —S SEE PAVING SHEET TEMPORARY ASPHALT • BIFORRELOCATION PAVEMENT REPAIR IYP HER SPEC 32 ElM I CAU110N_ I vvV I STA / 11'11a550z j INSTALL \ j 1-8'%lz' NEE REND a'IPORVY L STA 11a34.09 B- PROP 252 LF PAVING LIMBS ° END WL-B "PVC C900 DR14 N69398664162 321980 J032 a / G B F J `.. vnlD UN [ROUNIT 1Y N = = �Sla z < ' IHIGAIEVALD5) HT & eox R \ N 1-12" EcTTOA O N mNNEcrTO Exlnlr• O w /12" MI SOLID SLEEVE 11: m I N633986E.HER' �Y17.1 Iz20'cIw C1 IBT E REVISIONS T p DfxNTIDN . p ADDENDDm NO2 rx'AaPx. x p np L� QUIDDITY aswmwnnle Neu Dove,su11 xw•forzworzrv,Tmriirvi��ezue.xxno # LEGEND O ES PROPOSED WATER LINE PROPOSED WATER VALVE d � o — — — — — C _ PROPOSED R6s a E ER LINE PROPERTY LINE — — EASEMENT PROPOSED PAVING LIMITS PROPOSED CURB — TEMPORARY ASPHALT FEZ: FE0. CNEC ETE PANEL REPLACEMENT 1���4 ASPHALT MILLAND OVERLAY B ® PARN PAROUE UNLOAD STEEL CASH 1- tN(c+9 s<nHE CONSTRUCTIOI` NOTES4 w ROD OPERATION TI ALL ITEMS BEING REMOVED OR SALVAGED SAUMGED TO THE CITVS FIELD WATER OPERATIONS WAREHOUSE 3 1 AT(81]I 392-— OR WATER 51 ED AIT BFIELD i1DEL WWIIAT TO CITYOF FORT WORTH NEUIOPER, OR SHALL PROTECT ALL E11SHNG TREB, FENCES, BETAUNING WALLIS, AND BE, UNLESS OTHERWISE FORT WORTH WATER DEFT. -FIELD OPERATIONS ............. ...................IS 7) foal WOHHHT&PW R") Iel]) ATMOS FN ISO TAU FNER . eM c IELOPHIIE, .. ._: 101>1 ._Ini ALLDTHf HORIZONTAL & VERTICAL CONTROL CONTR1/2" IR�Lw/ wvc 1/: IR�L w/ wvc 112roF PoIP N %28352 MAP NO 2042-372 b FORT Wow a ® CITY OF FORT WORTH, TEXAS WATER DEPARTMENT Z O U 2022 BOND YEAR 2 CONTRACT 11 WAYSIDE AVENUE FROM W. BUTLER ST. TO W BIDDISON ST. o z PROP. 8" WATER REPLACEMENT PLAN m W L-B STA 6+00 TO STA 11+55.02 N DESIGNED cc I SCALE: DATE p DRAWN CC 1 1"=20' 1 NOVEMBER2024 1 14 OF 137 N WAYSLDEAVENUE W W LOT SV LOT 15 LOT 16 1-11 MERDJA LU Me- SDIRII, Offset Address MBRIINo. Prof Service No s �A0D 1 O146.T1 10.53'RT 400.9 WAYSIDEAVE 85110113 1" RELOGTED 3.tl °vRTCT OVRTCT vOL nRTCT see c DmslDzsa3 DVRTc 5 2 bT.fiB iR.»'LT 4040 WAYSIDE AVE 951100>8 1• SPLR; RELOCilE121.1 ~ <0 c4D44 waysiDsavEP c4w°waysiDEAVEs msswanmE AVE .-ABYI-AVF° C4m. wnvsiDsavIS O PROP 12"11 WE to ILO ILO 3 .... 9.STFEE 4041WAYSIDEAVE 8- 1" SPL]T; RLOUTEO316' m> SEE SHEET ED API.192.R7 0RT 403]WAYSIDEAVE 85110114 1" SPDT; RELOUTED5 1+3SUN 25.42'LE 4036 WAYSIDEAVE 8511011] 1 SPLIT; RELOCATED 3].T6 N39.31 3S]]'LT 4030 WAYSIDE-1 8511(ICgi 1" SPDT; RELOGTED 4.U'N32.)4 11.)0'RT 4D31 WAYSIDE AVB 85110115 1" RELOCATED2.5.I8'LT 40]A WAYSIDEAVf 8S110080 1 SPUDREED C 02-•9R'RT402RWAYSIDEAVE85110116 1` RElOC TE-S'%nI„x10 3a31.85 9.81'ET Q1]WAYSIDEAVE 82881]]9 1" SPUT; RELOCATED]B.T 'z 1�STAMlIWAYSIDEAVENUE11 3M&48 25.]8'LT 4020 WAYSIDE AVE -1-1 1 SPUT e zza3 pgylryGL (EXIBTING ABPHALI) 3a69.06 25]8'LT4015WAYSIDEAVE BSSSOl99 $PLD; RELOCATED21WowsR m ]3 3a80.21 9.81'RT 401)WAYSIDE AVE 82881119 SPOT; RELOCATED2AT Da33 dew �1,/ 4.36A] 946'RT 4013WAVSIDEAVE e6189n3 1 SPNT; RFLOGTED2RT - ® - 0 _© MP • n ❑9It 4+30.39 ss]8'LT 4012WAYSIDEAVE 85110501 1 SPDT,���D fL 1-e"SLEEVE VE&SAXIST WA METER NrD.L3 oo - e�o a 16 4+52.]8 M.63'LT 400E WAYSIDEAVE 8511016] RELOCATED 2.tl ORARY ASPH 1] NS].e]AVE fl5111tlM2 1 SPDT; REIOCRTED9% INSERT B"POLYPIGB I � VEMENT REPAIR REPAIR RESIDENTIAL DRIVEWAY APPROACH PER SPEC 320118ry WITH TEMPORARY ASPHALT DRIVEWAYS 18 5ANLBO 2586'RLTT 4004WAYSIDEAVEI 82266944 1 SPUT.FULOGTECULr W"I SOLID R. IS) 6 o TO BE REPLACE EASING 320118 RAVING SECTION BEGIN B"WILE _ - 19 Sr4].30 1SEES' RT 4005 WAYSIDEAVEI 85110816 1 SPDT W W N1111.]27- ILO - ILO- m Sa53D] 2595'LT 4mDWAYSIDEAVEI 8911Dro4 r SPDT,RELG A EDDc ¢ lm I 21 5a59.27 9.28'RT 4001WAYSIDEAVEI 85- 1• SPUT;RELOCATED12.1' (n p FG ST - LOT 11 LOT 10 LO 9 "ER T Inn enNsw�L oxeuwI�Eno„xn, T' eELocnTeo m Y-' 11 I NFRpAUa LAURA NTR IML,AxT0NI NDTTDRRENTLYREnDREA E VDL E41 METER e WRIHAVE AM fReDXINSTAILfDEnRF RRE SE 3 W I v°L 1s ['� DPRTCT DRTTT 1 PROP SEE SHEETI20 ' i <°°swAvsl°LnYT 4alwnvROLnvF 4ps]wAYslo?Avs msovRl cTays <°zsways °Taus M i WL-E PROP. 8" STA 0+00 TO 6+00 ALL='TIVIDE1 ARE T. BE RECON.EETED TO TIE PROPOID. WATER ... THERE N�W METERS FOR INITALIT ON EI 1.NT.C7.R I.E.- SHALL REMOVE AND 1AWASE `1 OR TO INSTILING WET CONNECTIEN, OR REMOVING AND REILAOIG ESDTINA IE AND FIT SERVICE =D RIVATESIDECONNECTIONSHALR I CT ED ET LB�EIINCIDENTALTOTIEMETERRECoME CE' "I PAVNU RE P L REPLACED FOLLOWING THE WATERLINE REPLACEMENT SEE SHEETS 60-102 FOR THE PERMANENT NB5NTTL LAETEGINSATAT.95 LOT 19 LOT 2C LOT21 IxOavPMiuLwwRMan°xl Ilzsrirvo6 rvDWxERL E W` DRTCT xss oL .1TTT xe9 OPRTET ,nzE UEAVE -LEAVE .D11wAYSREavL ED OBE' PVC C900 DR14 TEMPORARY ASPHALT PAVEMENT REPAIR TYP PER P REMOVE & SALVAGE E%IST WATERMETER 118 REPAIR R WITH TEME'P.OERNATRYAL�-PRHVAELTWADYRAVP= ^ TOR REPLACED UNDER PAVING SECTION TYP PER SPEC 320118 I I LOTS LOTS LOTa III TWQFI HORDE EPRTCT DP.RT T 4D2]w IIDEAVE _1 YlIDEAVE REVISIONS ° p DaTNPLInN p A DErv°DmrvD x lxro°rzPx. x . p ° 3p L� QUIDDITY •d, aswmwnnxxeu Dove,sui�exw•Torzworzrv,TmriiR��ezzss.uno LEGEND 0 PROPOSED WATER LINE PROPOSED WATER VALVE 0 d IRoros60 NRE DD o WATERSERVIOF - - - PRDID5ED5EW „LNEER ✓~i O - - PROPERTY LINE EASEMENT Z PROPOSED PAVING LIMBS PROPOSEDCUI _ TEMPORARY ASPHALT REPAIR o PERMANENT ASPHALT REPAIR F C C ETE PANEL REPLACEMENT �� ASPHALT MILLAND OVERLAY �� UNITY PARK/PAROUE UNLOAD B LOT 23 nL nL w9 °RTCT DRTci L 101'1DIT I 131E LOWW-EAVE -1 WAYSIDE AVE 4DOD WAYSIDE AVE10 jPAV` R 1Y ED WAYSIDE AVENUE + LO(EXISTING ASPFiALl�„9• � Q CAUTION O ERHEAD POWER 1III I PF...AN.eT�1eHA.Le s<aD CONSTRUCTIOI` NOTESI� , TO ;LEA L ITEMS BEING 'E_E' OR SALVAGED SALVAGED TO THE CEDY OPE KNOIS WAREHOUSE 3 �ATONel]OL9..pR 8MIREDZ ATL8]L 139z] OF bSOOWATER SYsiEMS 6 DUN OR SHALL PROTECT ALL EXISTED TEDIES FENCES FEETAUNING WALLS AND THE I-ACED1 "GA AT"T .-WDB)68)1, FORT WORTH WATER DEPT -FIELD OPERATIONS...... 9]19� FORTWORT "" D..... -8... AT.oSENERGY ,B1],215.43GL _ _ _.. IRL1:336=3 �E".P oxF - - - - THARTFRInMM ..... .... .... RNA s09.cz;zEATR�: ALL OTHER MCMTIFS............................................................................1-�J.OIG-TES. HORIZONTAL &VERTICAL CONTROL 1/2"RSWjCFWYC 112 RSW/CFWYC 1/2"IRFPDINT.3 e-I %28352 MAP NO 2042-372, 2042-368 t5 FORT Wow a ® CITY OF FORT WORTH, TEXAS WATER DEPARTMENT Z u u 2022 BOND YEAR 2 CONTRACT 11 WAYSIDE AVENUE FROM W BOLT ST. TO W DREW ST. o Z PROP. 8" WATER REPLACEMENT PLAN O W L-E STA 0+00 TO STA 6+00 Ln N SG E: I DATESHEET o DRAWN cc 1 1"=20' 1 NOVEMBER2024 1 17 OF 137 N AREA 6 .E48 As x cEssAxv Ixxs�ALunary 0PUCE SERVICE =D PRIVATE SIDE CONNECTION SHALL BE INSIDENTALTOTIE SETER BECoME 'IN, AND HIM LEAFRANC—S., REPLACED FOLLOWING THE WATERLINE REPLACEMENT SEE SHEETS 60102 FOR THE 8 REVISIONS w " e ATI DO A "ENxxMNO z xM�xAI"N 121' UJI a. x D k36 ¢ n L ORTc AIT Sssa HOMELAND ADDITION c OPRrcT 1 (n M VOLUME 388, PAGE 13 w F �,E R WAnIxEAxE QUIDDITY I D D I TY li L� 8" 3� TA6.z.SMM��Rxx�x��5..e,5o.�oalloa�r�s.��a.zsa�,00 DNIN 93 # Pa N6936EEr9142 LEGEND Lu 6936848 9179 EC O WL-E-PROP 55 LF E232200341]9 PROPOSED WATER LINE OF8"PVC C900 DRS STA 645012 N PROPOSED WATER VALVE UL ENNN PU NNN IITTT RWRISEF ALVVEE PIG 12 DW i-eeaTEVALVESRox WAYSIDE AVENUE b u N 6936869 ]504 (EXISTING ASPHALT) 1❑ 2200 T\\ a� PROPERTY LINES R L NEER �L P'W `SxInA nvL EASEMENT q'- J� )\JP V xz51sL WArsx PROPOSED PAVING LIMITS �A6,5432 PROPOSED CURB SALVAGEEXIST6"G TEMPORARY ASPHALT REPAIR _ INSTALLS$ PERMANENT ASPHALT 18"CLEANING WYE 0 PERMANENT ASPHALT REPAIR PAVEMENT 0.EPAIR O F C C ETE PANEL REPLACEMENT CONNECT TO EXIST 8" ASPHALT MILLAND OVERLAY IHAEL PEi SPEC 320117 N/D„Ml50LID SLEEVE (E)� UNITY PARK/PAROUE UNLOAD B r MILL SND OVERLAY e'WLE W N 6936873.9539 W F 23210035144 li < 8_ U) < C U1ION: i OVERHEAD - _"" W - POKER O X sir! Ea)s ?) SEE SHEET 16 ., LF'. n a FALSER AVE Nj r" WL-E PROP. 8" STA 6+00 TO 6+54.32 CONSTRUCTrIOl' NOTES � TO ;Ll SALVAGED TO THE Cr7 a AT(a 71392-s 17ORw ERsxsTEMa ED All RU1)5448211 o FIELD OPERATIONS WWII AT RGES IITN AVE, FORT WORTH, TX 76102 4. =LVAGEB=I'AA� MUST BE DELIVERED TO SIT OF FORT WORTH FIELD OPERATION, 6 COI OR SHALL PROTECT ALL ENSENG TREES, FENCES B—NING WALB, AND RE, UNLESS 'WHER_ "TED TIE CINTRAOTGR IIAL��T�RIACT THE FILLORAINED AT LEAST LA H111 PRIOR ATST FORT WORTH WATER OEPT-FIELD OPERATIONS...... . .... . .... ... ... ...........H 7) a71 a-a]96 DEBT ATM sEn"x"I" .. 1a171z...aaa CN OAaa ELECTN .. .... .. .. .. ... ... lanl nsan4 sac"1EIEcrxoxE. .z.eoo.z33.z1ss CHA_H IVMM .... ..... ..... .... .... RU1 smsxixl mBBs3 AL OTHER FALDnES..........................................................................L- BIGIESS HORIZONTAL& VERTICAL CONTROLED INTx3 112 IR��TNLw/ wvc 1/: IR�L w/ wvc CO2 I,In FPD E: 2310983.18 E: 2321036.2, E. 2321048.33 ELEV. 576.74 ELEV. 577BG ELEW 577.85 e CITYPROlERN10Al13 MAPSCO N0BROF'-L %28352 MAP N03042-3R,]W2-368368 FORT Wow ¢ ® CITY OF FORT WORTH, TEXAS WATER DEPARTMENT Z u u 2022 BOND YEAR 2 CONTRACT 11 WAYSIDE AVENUE > FROM W BOLT ST. TO W DREW ST. o z PROP. 8" WATER REPLACEMENT PLAN m W L-E STA 6+00 TO STA 6+54.32 N _ N HEET O D0.AwN cc S 1"-20' NOVEMBER2024 185OF 137 N LLI I� CONNECT .�,._I El. RN SOLD SLEEVE IN) F- PROP ES GO INSE 12" POLY PIG SWEV, WATER METERS AND ME I BOXES 11 ACYLY—NCE WITH OPEC 12 41 Ll CUITRACTOR PRIOR To PRIOR TO RES DENTS SHALL BE NOT F ED PRIOR TO ANY TEMPORARY UOSS OF W—B SERVICE L._ To RECT_ AREAS IMPACTED BY PIETE R RELOCATIONS REMOVE ARE REPLACE w LINE = PRIVATE SIDE CONINECTON SHALL BE INCIDENTAL TO THE METER RECONNECTION :D:) PAYING NOTE' PS LlN2' ATEVADVE&BOX 2�CT TO EXIST 12" REPLACED FOLLOWING THE WATERLINE REPLACEMENT SEE SHEETS B FOR THE BEGIN 12 - W F( INL \� PROP. 000 TO 0 MENEM :I, .. . � [) I I - I NOON■ ■■■■■■■■ ■■■■■■■■ . • ■■■ ■■■■■■■■ ■■■ ■■■■■■■■ ■■■■■■■■ MEMEMEM No No ■■■■■■, ■NOON■■ ■■■■■■■■ NONE MOON■■■ ■■■■■■■■ NOON■■ •■■■ ■■■■■■■■ ■■■■■■ ■ N■■ ■■■ ■■■■■■ ■ ■■■ No ■■■■■■ : ■ No ■N■ ■■■■■■ ■ ■■■ MEN ■■■■■■= ■ .. MEN No ■■■■■■ : ■ _ MEN = ■N■ ■■ENE■ ■ ■N■= MEN e92 1 1 1, I I I I I I I I I C45 1 I I I I I I I 1 100 REVISIONS DTSS -.- ' — — Qg ARENomNOx oxN a. CAR �mDTCTAVEa — — WA.1NE �AL7�1 DT13QUIDDITY MANIEL 8TA3+1LOT12 Ewn)L yzzsl*-vLuINSTALL �? V NPRTei n TO EXIST 1VE > asoom..tinoi.aiar�onue,s•R.xyo•rorzworzrv,i�ss FiuFl•sez zse.xxoo w Roiixxea65a CONNER TO EXIST 12" e�•.=::�e u•e W/12^MLsouDSLEEVE(E) END 12' WL-F g E DWIL9 nvslDEAVE N693620 -D wL LOWERIN I ENowLLowEawo Iw LEGEND OFIE"DIPCIAS5350 1\e o112' DIPCU55350 TEMPORARY ASPHALT / PAVEMENT REPAIR TYP ((( PROPOSED WATER LINE PER SPEC 320118 N PROPOSED WATER VALVE m d PRoaos6D NaE HYDRANT wnrea s6avlGE NUMB Fa Li , Till Liii sill ..�, ,,., iiiiTwD .xD 1 ..... o.. — — PRoaos6D SEWER LINE— — PROPERTY LINE (EXISTING ASPHALT) '�^� WL-F-PROP 288 LF STA3+1700 — — — — — EASEMEM I WATER TI w OF 12"PVC C900 DR14 PAVING LIMITS PROPOSED PAVING LIMITS W. BOLT S PROPOSED CURB %ITEMPORARY ASPHALT REPAIR — My o PERMANENT ASPHALT REPAIR _ — — — O F C C ETE PANEL REPIACEMEN ❑ iii_`yly Vlw F__:7 A�PryALT MILLAND OVERIAY IL— W �� PARK/PAROUE UNIDAD B I LOT/e Q o MUDILLOANTONIO aNT y" :a x" �'I a u�� OPRTCT DPRT�T 1 -i w -rl- FIR � e RE:;S D 1. 11 yo W L-F PROP. 12" STA 0+00 TO 3+15.00 s<A" CONSTRUCTION NOTES E . TO ;Ll L ITEMS NEIN, REMOVED OR SALVAGED "D ALL IS ME FEW- AND SALVAGED TO THE Cr7 S FIELD WATER opERAToNS AT(7�3a R9ls170RERSYSTEM: SO AT'�B°'oNsiArEanT PRIVATE PROPERTY 6 COW OR SHALL PROTECT ALL ENSTNG TREES, FENCES RETAINING WALLS, AND RE, UNLESS OTHERWISE NOTED TIE 11NRRACTCR GNAL��N,,ACT TIE BILLGAMNI AT LEAST � HOURS PRIOR TO FORT WORTH WATER DEBT.-FIEUD OPERATIONS ............. ..............:.iem eii 6-aids ATMos ENERGY .. IS 7)2is':iicc ENOErvEAOYNELEMIC.. ..:. :. :. :: ... ... )a1T)11s6114 "TEIPHONE. .1.a7D.z33.z133 CH—BOOMM ..... .... .... ROx �czi)'DD'a BIG ALL OTHER NPOLDIES........... .... ....._..........................................._......1ammO-TEsa HORIZONTAL & VERTICAL CONTROL CONTN1/z""I a�`wR/cfwvc 1/a"I a�`ws/cfwvc �z— CO�RDF PDINrx3 2320983.18 E: 2321036.2, E. 2321018.33 ELEV. 576.74 ELEV. ST2.93 ELEV: 577SS e CITY PROJECT 810A212 NO 30F s--I %28352 MAPAP NO N02048-360 FORT Wow. CITY OF FORT WORTH, TEXAS z WATERR DEPARTMENT u u 2022 BOND YEAR 2 CONTRACT 11 W BOLT STREET > FROM McCART AVE. TO WAYSIDE AVE. o z PROP. 12" WATER REPLACEMENT PLAN m W L-F STA 0+00 TO STA 3+15.00 N _ N HEET O DaawN cc a 1..-20' NOVEMBER2024 19s OF 137 N �J W TaIfvCwATER� �4,M�IERAYE W I'S 87 — — — — — — LOT 12 'IT 11 cc I. W F \� CRO55 IN BRTCT llP OPRT12 B C\ VE B AUnON w *Owxssrvo ov TTOEXIST 8" EXIST GAS F� W SOLID SLEEVE LL 3.6848 was FRAZIZRAvz PPOPB'SAN SEW M-931AI Q -TA a0169 I I I.S-li"GATE'Z'E&BO%EOVE SALVAGEE%IST12 BEGIN WLLGTA4e97 N.v STAO524OWERING ` \ E2 _NSTALLS&9 B�}} OF 12"DIP CLA55330 OF 12"DIP CLA55330 \\ v.LvaGE au ExI6TING wanR MEnes •31 I] 1232 VALVE&30% EnsrVALVE Nz3zz39oo za I I TO BE to m I _ I - DOWN EXISTING WATERLINES 11 O0 2 CONTRACTOR SIALL REMOVE IND SALVAGE ALL EXIST FIRE 2 E.ISTu �IwaTER W. BOLT STREET - ETI AIN N Z Z N = rroUANGN ' EXISTING ASPHALT) �`� = NODENTUALIT—I.—FARY WATER Es BID DEM POLY PLEDEYCONTRAOTORFORESEIN PTEMPRSPEC 33P0 AIR— — — • I r I — — — s - I I I ALwnON OF THE WATER PIPE PER SPEC 3304 CAUTION. I PROP B'SAN 3EW M-93 aRa AV SEESHEET45 F SIMPaCTE00 METER OR8'PVC WL-H P OVERHEAD I aNEHiSnsxECE55ARnlreS AAUTION R� W SHEET 24 LOTS 11 6`ETEAHE N HAUBE • aORI - � ER LINE AND MAINTAINA -- r w < ®-----. ''' r B — I 1,1 IR.B094DF GBEZTEHE ELx SAL —. BRTwBRH. 76„= MINIMDMUEA NCE0F6" 0„T THE MA%ALLDwABLELDINTDEFLERIDxI3 a 41FINI3T.ELPIYIxa t —MIN MANBFAT"RF6REGGMMFNDATIGN I FIVE PAVING NOTES VOLUMELu NE CAR T Bm PROP B'SAN SEW M-93 fyfII/ �3I — — 4,m TLOwT 33xo BR— 1 DPaRMAHISNaxnv RElPucg0 FOu0wN L\ cc W 41oLLOTTZRAVE SEESHEET45 I 2 DI Ea11PERMAxCFIMENT BEGINS ATSTA STA SENT Iloz,mes,se TEMPORARY MING 6.BBUNDER UNIT I WL-G PROP. 12" STA 3+00 TO 6+00 01 MLLL PROFILE SCALE NXAS81]NOTIFICATION SYSTEM AGO UP BY OPEN CUT CALL BEFOREYOU DIG I I I EM6EDLLNTcrw. Ec 33 BS SD DSDE 058 c1— I I I I%�IfB1l1 OrIBL4 solo e 750�— c:=a IF TIT IF 1 74D k 4�_ Z I -'x0o sz vva vnTeR I I II II II 'N Z IIIIIII II III � 730 ITa 1s,F.aoor,A I� IIr +L—O,EL711.xx I 720 I 1. .u+.:v+ss�aoo.00x..w�x.iene�ex,a...r.mo..y. m...wovdmu+.szaooeaoowsrra �O��,aw.-rs�..<. 4 00 5 00 I I 1 1 I 1 I 1 1 I 1 1 I 1 —1 I 750 —1 NO 740 � I IT — \ may- — 730 TA �MIx,xINALLBxoak6M II I —I ttt—H 720 6 0( REVISIONS O o BF,TNP<I"x a ABDENaBMN01 ,o 3 L� QUIDDITY LEGEND PRO ISED WATER LINE PROPOSED WATER VALVE PR PROPOSED ER LINE PROPERTY LINE EASEMENT PROPOSED PAVING LIMITS PROPOSEDCURB O FULL CONCRETE PANEL REPLACEMENT ASPHALT MILL AND OVERLAY UNITY PAR%/PAROUE UNIDAD iP(E; su" CONSTRUCTION NOTES ~ I PON AFTER ANN 11 ISINCT01 TO CONTIOPTHI CITY'S WATC, FIELD OPERATIONS PRIOR TO ;LR SALVAGED TO THE Cr7 WATER EDaR, 8MIREEZAT18171 SO OL944p ITWIS WAREHOUSE 3 SO3 l5170RW ERSYSTEMs FIELD OPERA"_ WII AT IDGE ILITH AVE, FORT WORTH, TX 76102 1, =LVAGI MUST BE DELIVERED TO CITY OF FORT WORTH FIELD OPERATION, 6 COI OR SHALL PROTECT ALL EXISTING IFFEES, FENCES FEENUNING WALLS, AND RE, UNLESS 'WHERWI'E NOTED FORT . . 1D1-7) E aenl roar WORTH WATER OEPr.-flELo OPERATIONS...... lenl all-az96 (Ian-e100 .. .. 1017L 215.4366 ATM06FN .NCNER 14 sac TELEPHONE... ..:1 1 1a CHARIER.... am 6B ALLBTHE ..._. ... SS HORIZONTAL & VERTICAL CONTROL CONTRO1/2"R5 W6/CFW YC 1/2" IRS W/CFPOINT #1 CONTROL POINT #2 NW YC 1/zIR FPDINr43 ELEVZ70983.18 E: 2321036.2, E. 2321048.33 376.74 ELEV. 5T7.93 ELEV: 577.85 CITY PROIELTN 104212 MAPS GG NO 90F G % 28352 MAP NO 2042-3B8 FORT WORT CITY OF FORT WORTH, TEXAS WATER DEPARTMENT 2022 BOND YEAR 2 CONTRACT 11 W. BOLT STREET FROM WAYSIDE AVE. TO GORDON AVE. PROP. 12" WATER REPLACEMENT PLAN D ccW L-G STA 3+00 TO STA 6+00 OBAwN cc IS 1"-20' I NOVEMBER2024 I 21sNOF 137 Q z H Z 0 N W z Z 0 m N 0 SEE SHEETS FOR GENERAL CITY wB'Nar i��iaio.se az zz ouw o.as®/ / / PARD NOTES 1-9, FOR SPECIFIC PARKREQUIREMENTS. w i T aT�caF Dzr I �PARDUEUNIDAD/UNITYPARK— / n a,rR R U°A mDF� , i PF� / P STA 1ZTAAA�E f xzsozsolw // / oxTtr '12 REMOVE&SALVAGE E%IST 12"GV a'x �ez xcx TEMPORARY CONSTRUCTION / 11A"SLEEVE INSTALL FENCE, CHAIN LINK amzrowry CONNERTO E%IST B" 12"GATE VALVE&BOX IPAID U NDER UNIT 2)/ W/B"MI SOU E1N) N19362119935'1112/ R1D3B62 OO / OF Ii"PVC C900 DR14 23�-/+e 63 1 \ 1 E�isrvz awaren A STALL wDun-36"%12 ETW/BLOCKING A" T L =T�:SIIPCES ARE TO BE 11COIDEOPED TO THE PROPOSED�I " M)ANCHORING COUPLING (WI 2-36"SLEEVES O2 �� —._- ,O a / TANNECT TO EXIST 36''WATER _ uFhxp W. BOLT STREET - Z (EXISTING A6PHALT) /// I/NO EXIST31111 LEV=]1810' / IxW/2-36"M150UDSLEEVEINEI&SW) 6xaU REMOVE AND SALVAGE _ —'— /-12"CLEANINGWPG 2 F zwxna �EEMDOVENiL_OOL FS, WATER METERS AND METER BOXES IN ACCORDANCE J �[r� / INN 0362121166Y 121 1 RED, 3WATNOTALL - - - - -- -PROPS"$AN SEW MA3 _7 II 0133 ORARv-1111-Ts NO DEM IN—.BDANCF WIT. SPEC IF UX F. I TEMPORARYCONSTRURION� (PAID UNDER UNIT 1)/ / ll 11 THE DIE lEl SIC a anx.aerrna.n ocOUnoc yea eLCExnRoerr nreOvin.ncu oeWRnu<ecennvc I PAROIIE NNIDADNNITY PARK REVISIONS ' 6 a Dervoum rvo z DcxwnlDx lzlDATE z Q o z � L� QUIDDITY tiuwmwnnNweu Dnve,surveiio iortwoirv,Tmiiirvi��ez'z�.vno LEGEND 0 PROPOSED WATER LINE PROPOSED WATER VALVE d o _ a: R6s a EE PROPOSED ENO BER R LINE — — PROPERTY LINE EASEMENT PROPOSED PAVING LIMITS PROPOSED CURB — TEMPORARY ASPHALT REPAIR R EPA O FULL CONCRETE PANEL REPLACEMENT ASPHALT MILL AND OVERLAY UNITY PARK/PARDUE UNIDAD CO WL-G PROP. 12" STA J9++1010TIOII10+1815.163 LEVATI�AxOLounox lab LE av oPEN-cu. 1 TO ANNe xEMovED OxsAR GCTIOTN NOTES Pap ro PRDFILE SCALE �comUP H m[rv%cLAMS811 NOTIFICATION SVSIEM AEC)" F SPEC 5 D101 3 COMPACTWARGHOUSISUPIRVISOF REOPER�AOOI"v RE p LLDEMS REMovEDAND CALL BEFORE YOU DIGIII swn EEx use RA wwwl.x.,811Dse EM L r FwPC33,35D,1D IDUMB17)392M27DRwTAIDUS5TEM6PERATIONS DOLD PER 740 — 730 720 ....■■ .NOON■ ........ ■■■NOON■ ........ .NOON■■■ .......■ . NONE NOON ■■■■ ■■■■■■■■■■■■ ■■■■■■■■■■■■M■■■■■ ■■■■■■■■■■■■r■■■■■ ■■■■■■■■■■■■ NOON■ ........ ■■■■■■■■ ■■■■■■■■ .■■■.MEN .■■■■■■■■■■.■■ ...■■.. MEMO.. NO ■■■■■■■■■■■■■■ NOON■■ ■■■■■■■■■■■■■■ "MEN NOON■■ NOON■■ ■■NOON■■ ■■NOON■■ ■■■■■■■■ ■■■■■■■■ ■ ■ :.,NONE NOON ■■■■■■■■■■■■ ■■■■■■■■■■■■ ■■■■■ ■ ■■■■■ ■ ■■■■■ ■ ■NOON NOON■ NOON■ NOON■ ■■■ NOON■ ■ C■E■ ■ ■■■■ ■ ■IEEEN■ NONE ■ NOON■■ NONE ■ ■■■ ■ ■■■ ■ E■■ GI �. ���■■■■■■■■■■■■■■EN■ ■■■■■■■■■■■■■■■■■■■■■■ E■■■EEEE■EEEEEEEE■■EEEEEEE■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■ M■■■■■■■■■■■■■ ■NOON■ ■■NOON No No ■■■■■■■■ ■ NONE ■■■■■■■■■■■■ ■■■■■■■■■■■■■■ ■■■■■■ NOON■■ ■■■■■■■■ NOON■■■ ■■■■■■■■ ■■■■■■■■■■■■ ■■■■■■■■■■■■■■ NOON■■ NOON■■ ■■NOON■■ ■■■■■■■- ■■NOON■■ ■■■■■■■■■■■■ ■■■■■■■■■■■■■■ NOON■■ NOON■■ ■■■■■■■■ ■■■■■■■. ■■■■■■■■ ■■■■■■■■■■■■ ■■■■■■■■■■■■■■ NOON■■ ■■NONE ■■■■■■■■ NOON■■■ ■■■■MEMO ■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■ ■■■■■■ ■■NONE ■■■■■■■■ ■■■■■■� ■■■■■■■■ ■■■■■■■■■■_MM_. ■■M■■MMMmMM■■■■■■■ NOON■■ NOON■■ NOON■■ MEN No No ■■■■■■■■ MEN No ■■■ NOON■■■ NOON■■■ ■■■ M■MEMEME ■■■■ ..,. MEN NEE■SEE■!■■■_NOON■ ■■■■■■■■■NEE■iEG■�i M■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■ ■■M■■■■■■■■■■■■■■■ ■■M■■■■■■■■■■■■■■■ MEMMEMEMEMEEMENNEN ■■■■■■■■■■■EEMEM■■ ■■MMEMEM■■■■■■■■■■ ■■M■■■■■■■■■■■■■■■ EEMMEMEMEME■■EME■■ ■■■■■■■■■■■■■■■■■■ M■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■ NOON■■ ■NOON■ ■NOON■ NONEEE ■■■NEE NOON■■ NOON■■ ■■■NEE NOON■■ ■■■■■■ ■NOON■ NOON■■ MENEME NOON■■ ENONEE MENEME NOON■■ NOON■■ NOON■■ MEMEMEME ■E■EM■= ■■■NONE■ NOON■■■' NOON■■■ ■■■■■■■■ OEM ■■■■■■■■ OON■■ ■■■■■■■■■ ■■■■■■■■M NOON■■ No NONE ■■NOON■■ ■■EMEN NEE■■■■■ ■■■■■■■■ NMENEM OON■■ ■■NONE NOON■■ NOON■■ ■■■■EN ■■■■■■ NOON■■ M■■M■■ ■■NOON■■ ■■NOON■■ ■■■■■■■■ ■■■■■■■■ ■■■■■■■■ ■■■■■■■■ ■■■■■■■■ M■■MMMM■ ■■■■■■■■ ■■■■■■■■ ■■■■NONE ■■■■■■■■ MEIN ■■■■■■■■ ■■■■■■■■ ■NEE■NEE■SEE■SEMEN NONE ■■■■■■■■ ■■■■■■■■ MEN ■■■■■■■■ MEN ■■■■■■■■ EMEMEMEM ■■■■■■■■■■■ ■■■■■■■■■■■ ■■■■■■■■■■■ ■■■■■■■■■■■ MENEME■E■■■ ■■■■■■■■■■■ ■■■■■■■■■■■■■■A■ ■■■■MENE■■■■■■■■■■ 740 6PR sTRucTURES UNLESS ERA PROTECT ALL ElISTUNG xoTEO TREES, FENCES, BETAINING WALLS, AND FORT WORTH WATER DEBT -FIELD OPERATIONS ............ ...... ..............:.::8 7).7 -12� HURTwOxRTe W DL7)871ILLIN ox oa cases ELLCT— _.:. :. .. I—)21SUD. T%U ENERGY _. _.. _ 18002332133 —TELEPHONE BDD.233.2133 ca19 CHARTER RIMM ,B1n NG _ ALLDTNRMCLnES . HORIZONTAL &VERTICAL CONTROL 730 CONTROLPOI-1 corvmoL POINT A2 CONTROLP' INTa3 _ 1/2"I RS W/CFW YC 1/2"I RS W/CFW YC 1/2"I RF 2320983.18 E2321G36.27 E. 2321018.33 ELEV. 576.74 ELEV.-.93 ELEV:577.85 CITYPROIECTN10A212 MAPSCO NO GOO MAP NO 2042-3R ORT WORT a ® CITY OF FORT WORTH, TEXAS PE WATER DEPARTMENT Z D u u 2022 BOND YEAR 2 CONTRACT 11 W. BOLT STREET _ FROM WAYSIDE AVE. TO GORDON AVE. 0 Z PROP. 12" WATER REPLACEMENT PLAN 0 W L-G STA 9+00 TO STA 10+85.63 N N 710 1 I 11 I I I I 1 I I I I I I I 1 I I I I I I 1 I I I I I I I 1 I I I � I I I I I I I I I I I 1 I I I 1 1� I I I I I I I I I I I I I I I 1 1 H I L L 710 DDESIGNED RAWN ccrJL1E: I SI DATE I 5HEFT 0 W 1 +00 1 +00 1 =20' NOVEMBER2024 23OF 137 N Towns ND DRIVE McMT4 SDVL Offset -1- MR11No. Pr-M. N-A 1 O 81 33.92'LT 4144Town1end D, 87840898 1" SPUT; RELOCATED 8.7 4 M81.00 11.52'BT 4141 Townsend D, 87NW 1" SPUT; RELOCATED 21V 5 1+5- V 4136 Townsend Or 87840R50 1" SPUT; RELOCATED Sp 6 7 -ERS 11.74'RT 413)Townsend OF 87840864 V 1 23 25.12'LT 4132 Townsend Dr 87840851 1" SPUT; RBLOCATED 2.1' SPUT; RELOCATED I&8' 8 9 1+02.34 11.10'RT 4133 Townsend 11 8]84086] 1" 2,57.13 11.22'BT 412E Townsend OF 87840B65 r SPUT; RF1-12OI' SPUT; RELOCATED 4.1' 10 11 2+s9.J8 24.84'LT 4128 Town dOE 878408E8 V NB1.85 11.2TRT -Townsend Or 87840866 1" SPUT; RELOCATED 2.0 SPUT; RELOCATED 2O5' 12 N 39 IN -LT 4124 Townaend DI 8784086E r SPUT; RELOCATED 31.7 2 14 3- 3+61.]1 11.22'11' 4121 Townsend OF 88D33340 1 IS 35'LT 4- Townsend D, 87840B30 1 SPUT; RELOCATED 2.2' SPLIT 15 16 3+79.09 3+83.15 IS.IT LT 4116Townsend DA 87840811 1" 11.22'RT 4117 Townsend D, W270517 r SPLTT; RELOCATED I&v SPUT; Rf10CATED 21.6 17 III �19 m 21 22 23 14 C-1ACT., VALVE s ' 4+592& 10.89'RT 4113Townsend D, 88-1 1 - 13 251VLT 4112Townsend DA 878W812 1 I 11.22'RT 4llg Townsentl 11 8Rz]11616 1 4+82.83 25.12'LT 4'1118 Town:end OE 878W1•813 -" 2488'LT 4304 Townsend D, -2 1 5-11HILST PT 4ms Townsend Or 87840R14 1" 5+69.88 24.56'LT 4100 Townsend OF 8ORVEN3 1 S 07 mb4'RT 4101TDwnsend D, 87840815 1 L"'P INNOpE F_UF.FNTxAWWAX TO PURNE, ARE, NITALL NEW METER 8CXE1 WHERE TWO EXIITN. BEIRES, ATE, ETERS AND METER BOXES IN AICU TPI_RE ACT EI CA RIVATE5ID56RNNERIDNS a«BEI IDES. D°TIEof`x= ARA IF. 11I ARY PRIPII PLACEMEMV EI IN A STAG Ill 02 esro I'llI I SPUT; RELOCATED&3' SPUT; RELOUTED 2.1' RF10fATE - SPUT;DI- SPLIT; RELOCATED I&T SPLIT;RELOCATEDIII- SPLIT; RFIUCATED 5,6 SPUT;RELOCARED4.2' SPUT, RELOCATED&6' nEL.,ATfO METER N RS II 11.DIIUNIT ] s EOTL13 LOT 16 T18 Lop IN ` 6 wL DOD c 'ORTWORTH3 wL ,L9 wL Len 10 Ww5e° W rvefxDEa -TIT -H I 9PaTCT I DRTCT I DaTTT I DaTCT RE'l EDNNERTD EXIST ES' e,m TawxszrvD Da 41s6TowrvsExE Ea 413z TOwrvszrvO Ea 4,ze TOwxszrvO Ea 41z4TowxifxD ~ ° ° EXIST 36"F/L ELEV=73823 I CONTRACTOR TO Z VERIFY EXISTING F/L I (SEE DETAIL SHEET 35) J e N ILL L- 6" "l2&V 16 ILL.- I $ - PROP 3EW L-39- - - INSEPTB"POLY11 EE 49 III. III II� SHEET BE 9135s61V26 1 wL-I ,AAr A/ �? �nA aoz 89 A PERMANENT ASPHALT �B PAVINGLIMITE 3 �w•��rv-E. PAVEMRSPEC 2DI17 TOWNSEND DRIVE N i -PROP Soo LF PEP SPEC 33 D11J s of awr r9nn nRia 4L46TOwrv6ExEER I, I LOT 19 TXFMW I•LZDTOwrvsEx00R6 I I IIII - HI - I �rrx 4 O z Z S u 13 REVISIONS E p EacNPIlOx QA DENDIM N0, 1p L� QUIDDITY LEGEND 0 4 PRoxos6o HRE o WATERSERNITE Q - - PRoxos6D sewER LINEER N O PROPERTY LINE EASEMENT Z PROPOSED PAVING LIENAI PROPOSED CURB 2 - o TEMPORARY ASPHALT REPAIR PERMANENTASPHALTREPAIR O FULL CONCRETE PANEL REPLACEMENT ASPHALT MILL AND OVERLAY UNITY PARK/PARDUE UNIDAD 7 _ 4 P(6}4 KLx�l LExxIFERG FMxKLLN A NSExEER I 4L17TDwxSENEE1 I 4131TDwx6ExEE1 I .1z9TDwrvsEx00R I a,zs.awrvsLrvoDl D 6 LD 20 .fie; W L-I PROP. 8" STA 0+00 TO 6+00 a"., _20 (� CONSTRUCTIOR NOTES V LOT 20 LOT it LOT 22 LOT 23 LOT 24 _ 1INII THE CITVS WATER RED OPERATIONS PRIDA T. LlTE_ EMOV OR c T c P voL 6aL c a c ee116 SALVAGED TO IN I CPPI 3 AT;8H,35v`E ALL ITEMS REMOVED AND O.PRTLT. 9IIIC. L_T D.IRIET DPRTTT SAT1.i1 .e211DELIVERALLSAVOacEDALATER-101I;Y 4L11Towx6END 0R 4112 TDwx6EN00I 4LMTO NIIR DR 4,04TOwWI BLR 41DDTDwxeENEDRI wx,�,R"sLNa:N1; 'PRDPESRIYOWRERs4R TRA1•E. FORTWORTLLPERATIO THECOVA EPR RSHA LL T ALL TIEOINRIHTR,w oR,NEATLIASFENCES ,RETAINwRwRTO,AND oxR RE,UNLESSOTHOLIM""I 6TRDCTDRE R DNLE66OTRERWI6E xO N RA A,BALN LLCONT THE FOLLOWIxRATLE T RHOLIR6PRIOR TO �( EXCAVAOxR ATEAD. L«ATIDN AT`T FORTWORTHWATERLEFT-FIELD OPERATIONS.............................................:.:R7).7-8z's16 (R17LR71-R1DD ��214� _ o .. ..:. :. :. :: .:: .:. �a1 i'2."2'16 y� ATMoseNERRY .. + _.... ._.. ._. ._ ".23a-1Rs OxCOROA6RELfLTRC R,7133 . am5D9�6171DfT3363 Txu ENERRY 6�TELLPRDxE. DFe �n EHAMER�MM 3�.. a E FACILITIES. ...1 D E A OTHER R AEI RES........._........_........................................._.... -ROD. IR-T 65 TOWNSEND DRIVE - --PPOP3oD LF v~i HORIZONTAL&VERTICAL CONTROL wL-I 6. (EXISTING ASPHALT) " O " w INTd3 Z ry 1/z Ia1Lw6cfwIC 112Ia1SLwsCFvvIC N2"TaOFPO 2 _ 20983.18 E2321036.27 E. 23`2' 4 .33 ( - N� 19 Jy6I2�2I' - ___ V %LZ V. 176.74 ELEV. STl.93 ELEV:57).85 -fi c /_ gI CITYPROJECT-212 M-8,2NI372 ALT ILL6• DI wATEa ( MAP N0 2042-368,O NO 9)2 TEMPO RA PAVEMENT REPAIR"TYP. I DBE&SAL�AREEXISTWATERMET FORT WORTH® a PER SPEC 32 DS 18 i REM WITHTEMPORNTIALDRIALT DRIPPROA01 CITY OF FORT WORTH, TEXAS WITHTEMPORARYASPHALT DRIVEWAYS TYP13,11 c3zaioeR PAV NE SECTION WATER DEPARTMENT ZO I PE 2022 BOND YEAR 2 CONTRACT 11 LOT IT LIT IT2 oT1 TOWNSEND DRIVE W I FROM FLINT STIF A.. TO W PAFFORD ST. o 9PaTCT z " Da '°'e 1Pa'1 DPRIn 0,RTLT7'R1 PROP. 8" WATER REPLACEMENT PLAN m 41. TowxefxuD1 WL-I STA 0+00 TO STA 6+00 N 4v]TDwxzExODa 4sse T9wrvsfx09a 4Loe TowxsfrvD Da 4,9LTOwnsErv00R DRAWN cc I 'CAL NOVEMBER 2024 I 2SSOF 137 ON REVISIONS 0, _1 -.1 m"ENuE Lu I LOT LI LOT 11 1. to LOTS LOT 9 wV,Ah MIMIR=1111 :TEANI LA,� L, E-1 XTH - PIA _ P. I I R I A HIAN I I I I LOT 7 cc " I V, ME- N.- F_1 OEEX1,05 EEA4E 8511DE92 T' - - - F-EBOI2 101TWO I OPET _ETH � 1- F_RLWOETH " 7.1,1,0 10L��T.WI�O 7,El I, 1111SLE, Ej + DO- I I- BERLS lh AMP JI SPOT; N V1.111 IMI 1421E, ILI 0., EI.1-1 . OEII 'M , I" A �Ej, Ell" T OIRTIT LITIT OlITIT AE �2 TwEXT CATE Z .11 - AOE El I E RE -1 TH, - L.- II SIDIFELE) 7A.D;.V IRER RTH All STAA 6.1D T QUIDDITY 4 OESSEBO 256VLT EERLENBEI, AVX 10SEEB T' RELOCATED 11' C.L. CONNECT TO EXIST 8- WATER (S) E." E CONNECT I L.L. INSTALL ANIH FTEE o PET E - F.. 'IS B VA, OIL 58 LEG 1'� X��p ti I AN E -.21 LE SEBB Eth AVE, 851PUBSO 1" SPLIT; RELOCATED < 1 N 8'X8' T W ANCHOR TEE PRE IS DIV 1�-'ER"A-T�� PV-AL"E P.- - 9.71- RE ESSO Eth Ave B51=1 V SPLIT, R GAT:D 271-� N W37341 5835wEssALAGE rl 7 - BB 67' LE � Rh Ave EXATMEN T' 1 .39214.1 BE. Gv LEGEND SPLIT INSTALL I o 1 E- GAIFE VAVVE & BOX 8 - 9- RE SEES Elth EST- 1" SPLIT, RELOCATED DEMY N 373565830 PROPOSED WATER LINE E 2!!!: PROPOSED L WATER VALVE SPOT, RELOCATED IS 2' , �l L 9 2P 2556ILT ESUBBEH, 85110BESSR T PROPOSED S R, - Sth 11- EI SPOT, RELOCATED 2.T RA WATER SERV'IRCEE HJLIM I �ER 11 _ENNUS; = LE ESC Ave 85110302 L. SPOT, REELOCATEDELS PROPOSED CURB R LINE UL PROPERTY LINE 12 9BEIRE SELLEEI PEOLUEEPED3 I' SPOT; RELOCATED IS 2' 1 E TE�' EASEMENT Xl- AVENUE 2 PROPOSED PAVING LIMITS 8TH AVE $3: 13 3,7 TE 3EBlE B511OE98 EI SPOT, RELOCATED 2.5- GUETIO-11 (ELUSTINGASPHAUT) PR -Eth- - II U.) TEMPORARY ASPHALT FEZ: < PERMANENT ASPHALT RE ASPIlAINHULANDOVERILAY 17 ,lS 2� EV LE BEELEORRhAMA ESTIELLBE, I' SPOT, RELOCATED TR 1- FULL CONCRETE PANEL REPLACEMENT 16 - - I ..Eth- .1-2 1" ED 9-TE 381J8[h Ave L1102SES I lPLT',WLELA..CATjEDl.7- PA RELOCATED IT UNITY PAR11PARIE UNIDAD 18 _El I.. RE 381 lh EI SPOT, RELOCATED 1.1 PERMANENT ASPHALT T' MOVE & SALMANE EXIST FN PAVEMENT REPAIR -1 ONNECI TO EXIST 36 - WATER HSTALL TEMPORARY LCOMBEE". PAVEMENT .1 " - F/L ELEV = 703 50 8'X6' ANCHOR TEE -58 .- -E I- II PER SPEC 32 0117 �XIST36 PAMEM � REPAIR TYP N_ TO VERIFY EXISTING F/L 11-6" G & BOX PERSPEC 320118 STALL 1 UP 6- FN LEAD 20 - I - RE EEDRlh- - I' SPOT, R I VXBA I Ll- I FH -ENRELY RE SBDBE 85110RAID CONNECTION 1-11 DEL61 N 27 MOB E"'CA ��g CUC' - ' SEE `SNE'l T EEII E 2'B I.. S P U T, RELOCATED W_ 7-TTED 7 p 22 LE BRUNEI 85110- T' SPILITAEUDEATED13' F- Hi EGINWLA U) N EAN73 1 = I I I 2B2 9 LOT13 LOT LA LOT 5 LOT 16 LOT 17 T IS .M ALL-11 -0 N111 cc IN A 0 P, E`E` % 1. OE AVE .11 �. A 23 97- EXEREE11- 849ERE9IR6 T' SPOT, RELOCATED Ii I I - I -&I- I- " PUT; LE. to I C I . OlO-71 1'.oL`lT.WO=;U`El% 11TTIA 1� POIT1101.1711 11 IENNRIER. IRANUU. E1111,T,16 .1 -OR _RTT IRTCI F ` EOlR`HiE`OA"1E 'T'W`XT`,EX_"�`I 0IR-T XoPRTCT E DENRET,�lE=IALLE E ICED < -WHVALVE IA 1.1 E I., 1 AVE 1.1 ETH All IIII E EOIE ITH E. L LE 1. 1 �P 0 P IS 'R ' p L'T WT'- h'I RE AT'lE `�N 'E=W`ATl LEA AT WAS P ELZA4 G ==H P`CATl`S`AVACA.TELT` =OLATE FEW "."C'O ER U.Tl BE. IR I A WL-J PROP. 8" STA 0+00 TO 6+00 METER ELT WILL HAVE A .- BOX STALL. FOR FUTERE .1 co NSTRLJCTIO� NOTES A""' I DOI AET01 All NSPETTO1 TO CONTACT- CITY'S WATER POLI OIBRATIOIS PRIOR _7 ALL='_lVIEYl ART TO .1 RECEENNE- TO TIE PR.P.11. -E ENES LOT B LL ITEMS 'EIN, 'ENROME, UP XPAAED CEI 11. E R-ENEI, E UIl E LROTT' I OF MLOT,`.N I SALVOLACTIR IIALL. VIIlDDUUElRlOTElAl�OEY NAIREHOU ALL I I ICV DAND THERE ARE APPR' " "TAL WATER 'ER"CS T' BE 'Ep' ON THIS EL I E EET R'.R E BRE E 1.�T.�.IT.I�l�IIIAN�INITALLN��.ET�R.XlI WHERE D EXIIEN ETER RTEW2.�,8T�H E -I.-TI IRNE ETH E AGED TO THE CrpI RTW.,TT EAN -1, LA 'M A- S FIELD WAT PER OSW IE RTW.,TT _TLA`,TI`UE F. `I'�`P . 1.27 l.RTT.R`T. 0 TO INTRARFUFNUT�ESIEAT GI 111, VER I IF I IS A BULL LEAD METUR NILLICAl T ONT-TELE1.11 711 3. OF-WARDIOUSISUPERVISOR, �USMMIREIAT(917��'170R�ERSISTEMS , SA ETO PAR T A V.LlM%lI, 1.1 UIX 1.11 ELI I I I O� �TT.11l T. P I�T�,�,VGI 0 .1 E"C"I wop L2 PLAINS CITY TO PROVIDE NEW METE T'.'�'I'.'�TZ'PDR _T T T P, T CC,. T2�011" SEU=r IWOPAIISTIO(IOIFE118211 11LINIRAUSALMAE-ATERILSTOCIT, 0 T�LH NEED EPA IILOITIIATI-IIIAVE= 1 1 1112 EEIE IX U I. AVE 1RA ETIL E 1-.1 -P I I =I BE LEE VERED TOO TY OF 00 2 =A -A= ARD"A"ANGGIZT.1 I`TR`.Tl' DVA1. AN NIISED=llAl MOST OPERATIONS VALVE BOXES, WATER NETERS All S MS I C.HTR T ... ED ATE W 'ET" A"R== 'W2A`TTBCT E U 1, 0 N ITH TIE CITY FOR INLIFTES RE lEl I PR MARA PRCRpl STEUCTID ON PllGR'TA0=R TALING WET COINCIDES 01 REMOVING AlO 111LACIEG EXISTING 0 IITIIPRIPERTYCWNER 1 IP I T.C.N WATURINEI UENMENT' "ALL BE N`"F ED A ` IN lU " IF " " IRS POOR TI 6 OUR OR SHALL PROTECT ALL EXISTING TREEE, FENCES, RETAIN- WALB, TE M_ LOSS OF WATER lERIEE _TlAEF.RT. MIALL TE . P.EAE, B"M 'TRlr NE, UNLESS OTHERWISE "TER W " A' I TV N CRT N' =EROMES DO OUNS= ON T.'�'==E.I'ALTT.OTR�'EMTAE.�.�Y T.�IV.A-A-RI�ALL��T.,�-T.El.-,.G.LE-...�.PR,I TO AND A- IA OEW" SIECI= III TREAT. N I FT.LMI IN AC SHIP L I SUPPLIED E_ `RF' R USE IN PROPOSED WATER FORT WORTH WATER DEPT -FIEUD............................................. . LIN ' T"' COST HER T"' P"y IG SHALL BE . N, DERE.1 =LTT".E THE _ I-ALLAT ON 01 THE ATER P7 IIEPERSIECII.. EUIl 2B HERE WORTH TRUVE (817) 3154366 111 TO RESTI RE AREAS YEAR I E`P E 1. 7) 1 CONTRA "TIS' `NSM= oxcoRGu ON') .,RB. T., ENT R"N_ C.N UP_ DR VIWAYIANEL � A TA NET 'U ENERGY 1 ROD 233 2133 SERVICE =D PRIVATE SIDE 0INNECTION SHALL BE INCIDENTAL TO THE METER + I =F.INIP1 E C`A0Z`E=IlES . . ........ (BE -XI'7'2 EXT A=,INI NALIC=laE1E0NAHNIC'RESO V11 I I DI IT IT TYIS1 N� < RECONN AR L'. OF, ERCIELEP .. E, III EIW H AVENUE NF OEXISTING ASPHALT)OF ORII.NTCAL C2AL CONTROL + S. N=. 0 NE IT TCONTR(Il ROF. PDINTX3 PAV=A1 1/2" 11 S WICEW Y C 112" 11 S W/CFW Y C 1/2" 1 PAVING ON THIS lEEI IS I BE BIT- TEMPORARILY IND PERMANENTLY lz I ==NG THE ENATERL INEGREI SIT EEHEEI�ISE IS 61 LEE FOR TO E zi 1- N GE70 N 61�711R 2 N_.11.71=.�1�6 :J C 'R. NOPAVING V A M l_,R A, 19 F231 'T 21 m EV32PS8 .18 E2321036.27 . BG 27 2 PEIIANENTIAVINGIEIICEIINIIIIINIII lll=RIENITUNlll TEMPORARY 24 EEL S7674 ELEPI. -.93 ELEM: S77.8S PAVNGRE"CE.ENT.EGIN'ATSTAD+.,T.,TA I u < SEEP PFGIN...l . I I PROLECT # 212 MAI-0 NO SEPS A v- T HALT .-2X312 MAP NO BOES 372 SEE P I EIT 1! 7 �_ RYEIARR TYP I T'MP"` F CSP FE F PAVENENT CUSHION REPLACEMENT PER SPEC 32 0118 FORT WORTH CAUTON. CAUTION CITY OF FORT WORTH, TEXAS OVERHEAD EXIST GAS W-1R.11ARTMEW z POWER0 u 2022 BOND YEAR 2 CONTRACT 11 P,RLGI IT 1 .121 LET 'T 2 (STH AVENUE N ENFLE R�D.R �U.�,ERVA, AEAXlllE, "' ` 1111E, -,LMITILLA PAFFORD ST. TO W. DICKSON ST. HILL = HIN. 10 1., 1 EXDX PEAOULI 1 OR 1.11 AOE Ho RTT " 711 `7'21E�2`21= OELLEIN�.IPE 014 '5CON-ELA - z PROP _11 VE E� III " , . LRIT.W ` 0 `TCT LP, .11TIT .11- PRTIT C ` ' NP`F;"T"'I FROM W. 8" WATER REPLACEMENT PLAN 0 -J STA 0+00 TO STA 6+00 API - AVE .1AVE 3- - .1 111111 11E 'TILAVE WL I CC A' SHEET 0 D=' CC GN.VE.EER2.I 1 28 OF 137 '4 ()]LI IL IORT.WORTII , I, — CONNECTIONDx.' E.ISTINGWATE IW-Pml IINC...TE. SERVICE 391210-0111 REVISIONS IATI QUIDDITY SL SL E3 . ........ ---------- 0i a 24NCH WATER'SERVICE 133LI210-D11'2 CONSTRUCTION NOTES _VA .. A'_ N AT' ... ...... ... ... .. D 7) 971—D .......... AIL-1-11DIES.. . ........ . . . ........ . . ........ . . ......... .... HORIZONTAL WALCONTROL _NWC COO 1/211 S 6976/CFW Y C 71/211 S /Y C 112WRLPOINT#32 R F N _ N 12 N E:-=3D 83.18 E: 232 6.27 E. 2- ELEV. 576.74 ELEV. 572.83 ELE77.85 CITY R-1-12 WATER ..ZZE'R_PIP_ElNSTALATI.. IN X-28352 STEEL CASING FORT WORTH. CITY OF FORT WORTH, TEXAS z WATER DEPARTMENT 0 u 2022 BOND YEAR 2 CONTRACT 11 WATER DETAILS >_ 1OF5 0 z 0 N D='CC DNALEMEIERWN -.7 0 I lls".�' N D CC 0 km ���p` NNCH STANDARD PLASTIC METER BOX 1 (� 81dNCN METERS) (CLASS A) 331210•D71'3 lLi., 1,r•aa.r.a..r Ji Jr�a_�■��.�Ir .l: �— 11 c am[< a cmFl iVailOG �c »om P v Qf ORTWORTN I c 0FFDMMRTH,Texas x I2 AND SMALLER RING CONNECTION 9312 25•D781 p` 2d (l. ST24NCH METERS) (METER SOX (1-Y & 2dNCH METERS) (CLASS C) 331210•D71'4 �� STANDARD CLEANING WYE FOR WATER �� DISTRIGUTION PIPE (12"AND SMALLER) 33004EMU 1Z RRarvLRrv00RE15 mm m,raa m / — — — — — — FURT WO�ITI GRAN TO LARGE WATERMAIN�ION 331220-D120 8 REVISIONS o p oaTm�:oR p a oErvo�mrvo z p n p L� QUIDDITY CONSTRUCTION NOTES,, R TF�R .. CRawER a�n HORIZONTAL &VERTICAL CONTROL coNoi 1/z RSW/CFw vC z/: RSW/CFWVC z/z"1RF s 0 e CITYPRO1ERx1Oxz12 %38353 Q FORT WORTH® CITY OF FORT WORTH, TEXAS WATER DEPARTMENT z U 2022 BOND YEAR 2 CONTRACT 11 WATER DETAILS 2OF5 0 z O m N N O oBawN cc 8 NOVEMBER 2024 3750E 137 N FULL DEpTN sA �ur fuLL oEpTx s (�ur F'-'FS suBORA"o� oFEAN» FOH 32 11 BI VOWNT wBORAOE oFE:u» ,32 VE,MENT y III, �* pERSECTI III *+*+*+*+*+*+ **� �BDBRADE PER ECn II *******************�lI �T-ITHSUBGRADEED PART 36 ** *++l: PART 3.5****+*+*+*+*+*+*�: I; ** 959. COMPACTION** 1�I�1I NOR "UNDER ''TIED AREAS GAVEExT III+ * 959. COMPACTION * �FlxAAL ENT -2% IS URE OF OPTIMUM+ a -2% TO "' OF OPTIMUM+ NON -PAVED'THE AREAS MOISTURE CONTENT - ACCEPTABLE IF * MOISTURE CONTENT - SECTOR 33A11D5 ,D SECDON 33 D51D I ��* MIN 1`"*++++++++III All *� *+++ I� INIIAL BACKFlLL FRENCH EOTExnLE SAND — ((: SECTION 33 oSp o I_ SECTION 33 OS ID j Rol C N 33 Ds 1D I I I I- I I EU t MINI ) :1 — I I I —AL BACKFlLL _ 1111111111111111111111111 111111111111111-1 I 1-111- — PRESENT PRESENT BACKFILL, EMBEDMENT, AND BACKFILL, T, AND TFMPORAIZ ,eS �OJkT �t (FNf[JT REPAIR TEMP/ AfJyA4SPLINET Iti RNUVEFiENTSPAIR 32 01 1B' TEMPORARY ASPHALT PAVEMENT REPAIR 32 01 18 TEMPORARY WASPHALT PAVEMENT REPAIR 33 05 10 - D001 ACCEPTABLE BACKFILL 33 OS 10 - D001 ACCEPTABLE BACKFlLL 33 05 10 - D104. EMBEDMENT FOR WATER SERVICES 33 05 10 - D101 EMBEDMENT FOR WATER LINES 12-INCH AND SMALLER II I+*�LI.� 1y * I\ — �sCBI ARE IL — �sCB RARE +r+r+r+r+{+r+{+{+ f I" **95%COMPACTION** f NIL IAEIK"HL, ENT III * 95R COMPACTION* f-''SADKNU_ xT -29. TO — OF OPTIMUM+;,�: NOn_pgvED AREAS -I -29. TO +59. OF OPTIMUM+ : FAA. N-pAVED AREAS -+ MOISTURE CONTENT - ACCEP II"* MOISTURE CONTENT P ."`x�; {+ +r+r+ AN „fir EECnDN EE SECH.M 33 D51D ( I: All IN—BACKFILL � II EDTEXIDE NIT 12 MIN. TRENCH EOTExTILE BACKFlLL FAMIUD ECTDN 3 D5';o oa RUSHE 33 D51DCRUSHED USHE 33 Ds ".ER ti �s��P ( � � UN I— �u � 7O o — cRu IN11 L BACKFILL I I- 1I I I I I I I I I I I I I I —I I I —I I I— III —III —III —III —I 1I— 10 CFWND GROUND WWALL WA— PRESENT PRESENT CLEARANCE—(TYP) RACKFIII AND FMRFDMFNT RACKFIII AND EMBEDMENT FOR WATER LINE IMPROVEMENTS FOR WATER LINE IMPROVEMENTS IN UNPAVED AREAS IN UNPAVED AREAS 33 OS 10 - D001 ACCEPTABLE BACKFlLL 33 OS 10 - D001 ACCEPTABLE BACKFILL 33 05 10 - D101. EMBEDMENT FOR WATER LINES 12-INCH AND SMALLER 33 OS 10 - D103 EMBEDMENT FOR WATER LINES 30-INCH AND LARGER II 957 COMPACTION -27. TO 59. OF OPTIMUM MOISTURE P—NIT SELECT BACKILL CONTENT - __ ACCORDANCE W. - - - - - sEGFON 33 D5 10 f SELECT BACKFILL 33 05 10 - D002 SELECT BACKFILL CEMENT STABIL17FD SAND (C.SS1 RACKFII1 33 05 10 - 0003 CEMENT STABILIZED SAND (CSS) BACKFILL CONTROLLED LOW STRENGTH MATERIAL (CLSM) BACKFILL 1 33 05 10 - D004 CONTROLLED LOW STRENGTH MATERIAL (CLEM) BACKFILL ))()(1 6 REVISIONS O p OaxMR�IONDO 6 Ao OENNIm NO x 1211 11x. x 3 p n p L� QUIDDITY sasoom..ra��•a aU O�ve s•�ex,o•rorcwo I T..... zzse.xxoo tC O u CONSTRUCTION NOTES LN ATST THU EP a, HORIZONTAL &VERTICAL CONTROL coNL/: ICONTRn LVCFW VC L/: In LVCFW VC z/r"1ROF e c1TV PRaEcrazoazzz x za3sz F FORT WORTH® a �. CITY OF FORT WORTH, TEXAS � WATER DEPARTMENT z U 2022 BOND YEAR 2 CONTRACT 11 WATER DETAILS 40F5 0 z O m D cc N N O DBAwN cc F NOVEMBER 2024 39s OF 137 N 6 REVISIONS DF 6 A DENDUNNo z ,m"rxox. x F. IFTS x p D (SEE. NOTE 3) E M (SEE 07E 3) TO E ` 3 p FULL DEPTH sA ,j ,BENCH REPAIR DMITs NI WTM ,BENCH RE FULL DEPTH s i Yui TRExCH REPAIR ..ITS ASE ERA, NE "TCR BDRAEEEll OFEnH 1 CH COAT OR SECTION 03 ,6 M PER 3 SUe�q 5 a L> x RAwN l ` aLE TACR ,. B RASE (IF Eµr, OA nDN D3 3413 L� QUIDDITY , ` NY, CONCRETE 1! `E "dz ° "" ZLI'l, "s „� IT. T:P.Cs..9B..4..[UAAG Lai • / /1" 1" s, ._____._ Tmc _a..vx .u..nwns TA_RRB o DENSITI AID 32 �DN I- + CaaoEED PER 6EOn PART 36 Imo: BORADE PER 5ECn0N 32 , 13 ? ,* Jl �a€ga'Es: R sEGMN SlITE nSE ST ******'*** * ll: �- '' esx+coMaAcnorv''' — PART 3IS '.*+*+*+*+*+ ' l h * 95% COMPACTION ** ExT NEAREST'ONT � -21 TO 5% OF OPTIMUM* ** 95% COMPACTION �FlN` MOISTURE CONTENT I * * _ �FlNµLLSDIRTUR FOR -2% TO +5% OF OPTIMUM ' I: NOI-PAVED ARALL F`EAS ACCUP h �Bx *-2% TO +59. OF OPTIMUM NO - AREAS 114 MOISTURE CONTENT L Nif f * II: ExT gCCEP I MOISTURE CONTENT ACCEPTABLE Btx'* ;*(: n0x OD'D 11 ****************** -ALL N-PAEPAREAs ECTION 330''0NCE "I -I *********:*:******* I: SEOTON 33 05 TM I 144*++++.. - _j INITIAL I o:++:.+*+-+-+*+'. I NInAL BAGxµx TRENCH OTExTILE BACKFILL I T� INITAL BALUF"LL TPENDM EOTEXTILE llTl SAND lzmm FnBRICH GEOTEXnLL _ RIC SEC'. 33 C''D \ I - - BRIO SECTON SANDUs IN Vtl CSHE 33 05ON 10 CRUSUEI <� — L-N 33 O6 ,0 a ER = �GnDN 33 DS ID 1= INmAL eAc%DLL I — = INmAL BAaFILL —III—III— I— E - —I I —III —I —I I- 1I - —I I —III —I —I I- WA,FR NO ROUND PRESENT WATER PRESENT PRESENT LLAR; BACKFILL, EMBEDMENT, AND PERMANBACKFILL, EMBEDMENT, AND ENT CONCRETE PAVEMENT REPAIR BACKFILL, EMBEDMENT, AND ' ASPHALT PAVEMENT REPAIR FOR WATASPHALT PAVEMENT REPAIR FFFFE1e x�cExsE°-.+�� ER LINE IMPROVEMENTS ° FOR WATER LINE IMPROVEMENTS FOR WATER LINE IMPROVEMENTS 32 01 29 - D521 CONCRETE PAVEMENT TRENCH REPAIR 32 01 17 - D520 ASPHALT PAVEMENT TRENCH REPAIR 33 05 10 - D001 ACCEPTABLE BACKFILL 32 O1 17 - D520 ASPHALT PAVEMENT TRENCH REPAIR -RESIDENTIAL STREETS 33 OS 10 - D001 ACCEPTABLE BACKFILL 33 OS 10 - D101 EMBEDMENT FOR WATER LINES 12-INCH AND SMALLER 33 OS t0 - DOOt ACCEPTABLE BACNFlLL CONSTRUCTION NOTES 33 05 10 - D101 EMBEDMENT FOR WATER LINES 12-INCH AND SMALLER 33 05 10 - D103. EMBEDMENT FOR WATER LINES 30-INCH AND LARGER NOTES NOTES 1. FLOWABLE FILL IS REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN NOTES' 1, ADDITIONAL PAVEMENT RESTORATION PER LATEST UTILITY CONSTRUCTION 1 LICY REQUIREMENTS PAVEMENT RESTORATION PER LATEST UTILITY CONSTRUCTION SIREETS, AND OPTIONAL IN OTHER AREAS. BACKFILL SHALL MEET STANDARD POLICY REQUIREMENTS POLICY REQUIREMENTS SPECIFlCATION 33 OS 10. 2 PLOWABLE TH IS REQUIRED K BACKFILL ALL TRENCHES IN DOWNTOWN AND IN FOR RESIDENTIAL STREET USE #4 BARS AT 18" 0 C E W FOR ARTERIALS AND 2. PLOWABLE FILL IS REQUIRED TO BACKFILL ALL TRENCHES 0. DOWNTOWN AND OR TO ONLY IN OTHER AREAS. BACNFlLL PER SECTION 33 OS 10. OPTIONAL IN OTHER AREAS BACKFILL PER BEC110I 33 05 10. INDUSTRIAL STREETS 3. ONLY SINGLE LIFT OF 3" TYPE "D" HMAC REQUIRED FOR RESIDENTIAL 3 ONLY SINGLE LIFT OF 3" TYPE 'D" HMAC REQUIRED FOR RESIDENTIAL 3. 9'FORCED CONCRETE PAVEMENT SHALL BE REPLACED TO R MINIMUM DEPTH SIRLL STREETS OF 9' FOR RESIDENTIAL STREETS OR XI FOR ARTERIAL INDUSTRIAL STREETS. 4 ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH CITY FORT WORTH 4 ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH CITY FORT WORTH 4. FOR RESIDENTIAL STREETS, USE PAVEMENT PREFORMED BARS, DOWEL AND STANDARD REQUIREMENTS FOR ARD A MIN 6' INTO EXISTING PAVEMENT AT 18" OC (TYP), AND 12 O.0 STANDARD REQUIREMENTS FOR ARTERIAL AND INDUSTRIAL STREETS 5, ALL CONSTRUCTION SHALL BE IN ACCORDANCE W1TH CITY OF FORT WORTH STANDARD SPECIFICATIONS xe FouowlxR Al ugrraa xOuu PaloRTo E_VA FOaTWORTH WATER DEPT.-FIELD OPEIvnoxs............. ........... ... ... ..IenlaTl a-azss EORr wox,H rsvw 1817181181DD .. .. 18171 z154366 1817I xlsfizl4 sa1ENECrxoxe. .1.eoD.z33.zvss ANC . RCOMM ..... ..... .... .... 18171 ws sxixlm s3 AuoTxeR FaaunEs.......... ...............................................................1-�o-mD-Tess HORIZONTAL &VERTICAL CONTROL cON1/2"1RS W/CwYC 1/2"1RS W/CFW YC V2"1 RFCONTROL POINTa3 SO_ E 2320983.18 E: 2321036.27 E. 2321p18.33 ELEV. 576.74 ELEV. 5T2.93 ELEV: 577SS e CITY PROlERa104212 % 28352 F FORT WORTH® :¢) CITY OF IEPARTFORT WORTH, TEXAS WATERR DMENT z u u 2022 BOND YEAR 2 CONTRACT 11 WATER DETAILS > 5OF5 0 z O m N N 0 DRAwN CC E DDECEMBER 2024 39-A OF 137 N FOR CONTINUATION SEE SHEET 44 REVISIONS L.T I �L LOT 20 1. N= " � � PNPI. N. 2 LOT 24 IS I IlElTEL EL11 'D'T P. "t"I I"- I. ST IT, CAT-= 11 i III N* I I I NP 12 "T'T I IloT—TI'lT I IR L.'Z . . . Tc, T, T P .1 4D.T 41TT._'._' 4— -EN IN PVC SDP 26 ;.1ROIT' QUIDDITY CAUIN T OVEFH�EA*D ztC CO N NECTT PROPOSEDNIH INSTALL SHEET NEE1 LEGEND E3 41 DIA SAN SEW MH N CONC COLS 32" COVER, E2322541.453 OD A ESI 6229TTESOD L=_3 PRO OSID lEIER LINE E 'R 2112141131 C', OPOSED WATER UNE A 6'14 11 ll=LINE IS — — — — — — — — EA PA' NG LIMITS., ?2�� 'Ro'o OR E" TE 111AIIIIIALTIEPAll L.lARI ASIFALT I'UE==E.ENT 'AVEMENT REPAIR TYP o PROP 12' PER SPEC 32 0118+E% UNITY PARN/PARCTE UNIDAD SEE `SH`iWL2�1 I �++ SEE FORESTRY NOTE TIHIISHE 7SDFOR " L' 'A C S MINSEW" LOT 1 I S.'lN'NTAI I REM LOT I L LOT I LOT I ITYREVEWANDAPPROMLOFTIESE, N AL `= , REMOVE TTFEI TlI T R CITY IM IIAL I'M I I_ Il. IlHIl 'IEl' I I SO IT 1I E_ 1111 PIR%Ill I TD, IF _' R!=III RE A I.Y'l I I R.E E NTA 'G.V 1. L .4AT I IT' RIA." N I -HLF, EIN"" PlUIRL"'kLI ,I.IRES C' I P,; S9 RDEIERLT IS 0'_ RTITE.. VIDPP RAGUI I C.1 IF I N. D'I'N.1 IT .�RT DITIT ' I IR"T I LAD= 11AVI .—IS IIIE111T. III FTHIN TEMPLl ANN 4101 FRAZIER— I 1-111PIT 4�: F-I 11 IIIEI.E PERMANENTIS REPLED FOLDOWING THE INTERLINE REPIASE SllETSA 2101THI�IIISIOIIING(PIRIAI�fl�INGMENT SEE TEpIA_;ElNlTSHE_ KLI. PROP. 8" SS M-93 (A) 2 TEMPORARIPAIINGRIPMCIMINTIEGINSATn6.8471TOW6+9483 STA 1+00 TO 1+37.50 PROP. 8" SS M-93 STA 6+84.71 TO 9+50 C0ID1AATL.ILT,"NI'T 1N1 TAINS`Y ..4"4MIDTIDOI..f_ I 4TFRT 4T:F�' ILRY It IN I AS- LLAEIITNNIISATNHITEARREIAIIW "cP�PNVSTRAu'cI�rOOI PROFILES ALE IN I-N O T -E IS DT' .INIIIE11NOTIFICT"m RCRM TER12TRTA_NTAR"_ OERTlSIERI_RP"PDTI.IINSE CALL BDIGIII C 11STILVER YE1111IERVOES SIZES 1111R IS PICIND lEIElIDA SNO ICEI5T# TIlII.Pl—OWNERS.11IRT.R10 NSTRICTIONINT..A81Il' RY 38ILFEYOPEN-ILT I PC�OVZ�'IRP'S':IPR�E�Al�l�IIGTRkESFEN�,ISRE�ININI�L�,AND'"" KFILLCFWSPEC 30 D101 E D `%l'NE'U=NW" '�—'ONIN.OT'P.M�TOE"IAYl".D R N- SIT I CONTRAITIRT) SOD DHOTR8REAS AND RESTOR EPETING OR BETTER CINDITION 750 750 _F 1 CA # L ]-- 4 -FT-FT-FT- 1 1 IN A I EA IN N AT 'RTIORTH I&TER DEPT -FIELD............................................ . 1-7) 1 .1= It I I I _TT7_ TO I H .......... Do ATMO, 1 71 00 ENENI I— IS= C=' ",_"C IlLI IE- UNIN—N U 1 S + + SISTATIM., PTP UNN i J� 4 —LIDI AILOTHIRIACINNES.. . . . ........ . ...... .... . . ........ . . ......... .... __D_ ORII.NTAL C2AL CONT ON=x R L 74D I, ISTI INS + 7. CCNTR.LP.INT.Hl CCNTROLPOINTR3 1/2"1 R 5 W/CFW Y C 1/2" 1 R S W/CFW Y C 11 - I R I N 7 2 L= fl E. 2321036.2] 'F 'M=+13' + 1 2 E� .2 CLIl 57674 ELEV. 53 ELEV: 577.85 tUQ # XITY IRCUECT. 12 MAPSCO NO 90 G, I 0 E ,I —�' 2.312 1 NO 2 1. #::#FOR®CITY OF FORT WORTH, TEXAS WAFFIRI)PARTIVINT # z 73G aE sHEErzil 730 0 u 2022 BOND YEAR 2 CONTRACT 11 tt # ## ## # t # t z ALLEY W. OF TOWNSEND DRIVEFROM GORDON AVE. TO FLINT ST.o PROP. 8" SANITARY SEWER PLAN AND PROFILE M M-93 STA 6,84.71 TO STA 9+50 720 I, --- 720 D CC IS I'I.- I N SHEET 11l5 4, C A.VEMEERMIM I , 4 OF 137 0 44' — — — , --- D L0T 19 LOT 18 LOT 11 LOT 16 II IVoaExD oow servo De Y 4u4TowsIN. DRss V oaue TDwrvse"D ox03 YoaL 1-41s Da19 II I I I I E OVERHEAD POKER ED I Q ❑ GN EXIST GAS II I I I ILOT TIT -7 a"" LOT8 TIT I I D41111-1. E� „x°FaxET I EITIT -FlAlE I o 11 LOT ACT LEE PA LC' I I SAN LRfIP 131 LI OFVCB RES-STD 4' DIA SAN SEWMH e EW W/CONC<OLLAND PROP M93 PROP. 8" SS M-93 STA 9+50 TO 12+80.45 m"I"IIIIIIIiIii 3 1i WE Emll LL - 01 M,T s°ry ryrn�ieiEi�lwn'�"axDLou�ox "XA5811 ❑ ❑❑❑ ❑❑ 331 LF BY OPEN CUT - ❑❑❑❑ ❑ ❑ PROFILE SCALE NOTIFICATION 6MT V CALL BWµ OREg OUDIGIIIX�CKFHLL l ea -a<., s4 -6DD s sumo I I I"a.Rl 760 I IIIIII ❑❑❑ ❑❑❑❑ ❑❑❑ ❑❑❑❑❑ ❑ Cm —❑❑ a ❑❑❑❑ _❑❑❑— ❑❑❑ — — — — _J E.sTa l 750 ❑❑� E ❑❑❑❑ z � ❑❑III�I ❑ a owN .EnrN DN.Now: ❑I❑❑ DE DWN ❑�� eE" east E _— 6 vcc 24+ ❑❑ ---- -- - I� ,J 760 Em 730 I ❑❑ a❑❑❑v _ v❑n❑❑n❑4-❑❑ ❑❑❑ 730 .u,•sn.,aszmu-oou..wrnx.imemwema...r.uw.m...wovomu,.ss.msmcssw xY .oksu3m. ..a..�-.-.-3d 11 -Du- - - - - - - "' _ _ -. `. 1 0� -. �. v. �. . ��. �. 13+bO REVISIONS D p "C""NDN px ENX ND .x/o ATE aDo/mxa X 3 p D np L� QUIDDITY suwmwnnieaieu Dnve,sui eiio iortwoirv,Tmiiiai��ezLuixxzno LEGEND — _ PRDPD66D 6EwER LIN6 0 PROPOSED WATER LINE vRovo=ID EpCUReNINMI TS — TEMPORARY ASPHALT REPAIR o NTA6PNALTREPAIR ❑ UNITYPARN/PARa-H UNIDDEMENT E ,.E:,,,.e, uaN CONSTRUCTION NOTES 2 CONTRACTOR SHALL VER FY EXISTING SERVICES SIZES PRIOR TO PURCHASING SEWER SERVICE IAIS STI RIN AND s CDNTMCrD3TD mD D�6rDRRED AREAS AND REsoo wo°EPARA°e�PAYI E TO EXISTING OR BErrERml onoN THE 11NTRACTCI IIAL��N,'ACT THE AT EAST � H111 PRIOR TO war wENERGY ATMO,CHAPTER .. CHAINER .. ...!e1n:. HORIZONTAL &VERTICAL CONTROL coN•'It5CONTROW/CF CONTROL 1/2W I 1/: IRS w/CFwIC 1/2"111 N X 28362 MAP NO 2043-368 b FORT Wow a -CITY OF FORT WORTH, TEXAS WATER DEPARTMENT Z O 2022 BOND YEAR 2 CONTRACT 11 ALLEY W. OF TOWNSEND DRIVE BETWEEN GORDON AVE. TO FLINT ST. p PROP. 8" SANITARY SEWER PLAN AND PROFILE m M-93 STA 9+50 TO STA 12+80.45 N _ N DATEO DBAwN cc 8 1"-20' NOVEMBER 2024 46s OF 137 N &m. Da MIN �.... -.. BNSF \� RAILWAY REMOVE E%IST SANSEW7MH \ `\ INSTALL 1-MAINTENANCE SHAFT (POO-PIT) \ \ \\ END PROP. L-2904 \ \ . E 6322R9A ]98R nT OVE SAN SEW MH Ex6T36"CJrvcRcr[ REM E%IST lS1 w EPX-1]83E N 2222905.8619I T PARQUE UNIDAD/UNITY PARK e b E 3225022200 E% VE&s SP. - FENCE, N"IN ON% RU \ (STA6 H75) (PAIDU DER UNIT 2) \ �� CO ION -R26 SAN SEWA @L33]%PVC \ \ 2930R 265ANesEWG@218% �_ �� _�\ u,. — — — — — — — — — o - SEPARATION �z — — W`wa Q I EXISTINST 1-sTO 4' DIA SAN SC EWALL MIT SEPARATION Irp 777 W/CON COTAI 32"COVER PDXY e &EMIT CAUTION I 4 OVERHEAD vE235TA Y_ errlcKa POWER 8 EGIN 20"STEEL CASING OUR RTET W/8'PVCSDR26 E%IST ONC POR POWER POLE T.ILOT WITH T�HFC`ITY AND ONCOR TO RELOCATE EXIST POWER POLE 41xs TowrvsEnD OR LOT10 ECESSARY AS FOR CONSTRUCTION LOT LOTB DT�TP. DORTCT D4RTCTLI—3 PITIT 4121TD 0PIxl a 1To Nls .1 4133TDwx6ENDD. 411,TDWx3EMDDR Dwrv,ExDDR i I I PROP. 8" SS L-2904 STA 4+00 TO 6+77.90 SEE SHEET 5 FOR GENERAL CITY PARD NOTES 1-9, FOR SPECIFIC PARK REQUIREMENTS STA 6+7sCSDR C u� END10"STEEL CASING D W/e• I w F LOT 12 a D.R1rT s z 4143. llNDDR J < LL IE.414 Ax Lou1ox PRDFILE SCALE M TEXAAGE11 NOTIFICATION SMTEM CALL BEFORE YOU DIGIII IF BY OPEN CLT - - o g I ,811Or11800s I I I ..3 a 3 uts O �sl IFFIFT IF N I I� 1 CC - — 380f 8"PVCSDR26@218% w/ 20o"STEEL —=-Fltf— `EXI n 2 a Z 1P-]33IF_ ENCPSEMENT T ++M _ _ EXi.i6AN6Ew L� m =-= A t) I I —240 LFOfe"PVC50R 26@13]%—'- IIIIII II III III IIIIII II III II'. III LL I1 II IIIIII I III\ a LL 720 .u+.:v+4uaoo..00w..w�..ime�4x,a...r.mw"m...wovxmu+.::aooe400:Ewa wlao oH�oio+4 3.o>�a REVISIONS 6 A DEND"m NO z xarNPllDx E,noarvT. x z Q o 3 � L� QUIDDITY aswmwnox Neu onve,surveiiEFE o iortwoirv,Tmiiirvi�ezTlsi.vno ti LEGEND K 110 OSEDPROPOSED SEWER LINE LINE WATER Pl=UNE V EX INI vxocos oCUR UMIn — TEMPORARYASPHALTREPAIR o PERMANENTA9PNALTREPAIR IN QUE UN`DDEMENT ®�PR8 E iP!a+q FF.el s<AN CONSTRUCTION NOTES D' TH �1"OETSHAUL VERIFY EXIFNG SERVICES SIZES PRIOR TO PUPONASING SEWER SE VCE ON lNOOEpgggOMARYLIY REMOVE ANC RESTORE F _ FILED5 CONTRACTORTO SOD DIsrURE—FEAS AND RESTORETO EXISTING OR BETTER CONDITION 750 FORT WORTH WATER DEPT.-FIELD ovFM.norvs............. ........ .....IB17)R1 B-az e TORTwORTXT&Pw ........................ 1.....1-a1DD ATMIENERGY.. T817�43G6 .. TXUENERGY aeCTEI£PHCNE. ... ...Ia1]I33eEs19 CXARTER COMM - �BlJ�w362 O'G3B6B ALLOTHER FACIOTIFG........................................................ ....1-�}CIG-TE55 HORIZONTAL & VERTICAL CONTROL 740 ODNTRINT FIR1/z•' A�Lw/wvc ED 1/: IRL w/wvc CFS VzNTaoF Po ELEVZ70983.18 E 2311036.27 E. 2321018.33 6]6.74 ELEV.6T1.93 ELEV:87).88 CITY PROlERN104212 N0. 90G MAPAP NO NO 2042-360 73D FORT Wow ¢ -CITY OF FORT WORTH, TEXAS F- WATER DEPARTMENT Z u u 2022 BOND YEAR 2 CONTRACT 11 ALLEY E. OF TOWNSEND DR. > FROM W. BOLT ST. TO N OF FLINT ST. o z PROP. 8" SANITARY SEWER PLAN AND PROFILE m L-2904 STA 4+00 TO STA 6+77.90 N _ N 720 DRAWN CC I S 1"-20' I NOVEMBER2.M I 48SOF 137 ON HYDRAULIC SLIDE W .Vpl STANDARD TANDARSANITARY Tl— SEWERMAN..L. Fen 33'33� 18120-0208 I 7F 1 1777 OFFO.� SAFnED.1 NITARY SEWER SERVICE 33 31 5o.D214 L WASTEWATER ACCESS CHAMBER 11D 1. T01`.`ANI'l`ARwl SEWER MAN..lE UNIMPROVED SURFACE ;3 3..21. REVISIONS —IN—N. I QUIDDITY E3 I CONSTRUCri0r, NOTE, III I—R—R 11-1 11— 1111 IR11— _VA'N'A'_ N =T . ... .... ..... . ... . .. .... AIL-1-11DIES . . ........ . ........ . . . ........ . . ........ . . ......... .... HORIZONTAL CALCONTROL 011`01-1 _=#� co_oi 1/2" 1 R S W/CFW Y C 1/2" 1 R S W/CFW Y C 1/2" 1 R F 1 X-28352 b FORTWORTIi- CITY OF FORT WORTH, TEXAS **qr WATER DEPARTMENT z 0 u 2022 BOND YEAR 2 CONTRACT 11 SANITARY SEWER DETAILS 1 OF 4 z 0 cc DA' 0 D=' "I D cc N.�EMHR2.2� FULL DEP,x Ga��; ,RENCN REPAIR LIMITS �LL DEo,x 6 R "DE,FEA�n E"EM€r E3zR El �MExT GU6DRAOE 1FEAN�� , FADE PR PER DTI ii- +;+;+;+;+;+;+;+; _ DEPER PART 3G .+.+.+.+.+.+. +.+;�: ++ .COMPACTION + +�fTNAL 1.1 -2S TO 59. OF OPTIMUM;,R NON_PAVED AREAS III rMOISTURE CONTENT — ACCEP KLILN�+�+ AC SECT.. 33 OS 10 V MIN _ ENCH EOTEXTLE SECTED� ° ID - DRI H z uI I I —III —III —I —I I BACKFlLL, EMBEDMENT, AND TEMPORARY ASPHALT PAVEMENT REPAIR FOR SANITARY SEWER SERVICES 32 01 18' TEMPORARY ASPHALT PAVEMENT REPAIR 33 05 10 - D001: ACCEPTABLE BACKFlLL 33 05 10 - D202 EMBEDMENT FOR SANITARY SEWER SERMCES FEINI 95S COW+ACTON -2% TO 5S OF OPTIMUM MOISTURE FA T SELECT BACKRLL-/.:: CONTENT UZI A. GECTDN 33 D3 0 1 � SELECT BACKFlLL 33 05 10 - D002, SELECT BACKFlLL IM'AL BACKFlLL _01 33 D5 10 BACKFlLL, EMBEDMENT, AND TEMPORARY ASPHALT PAVEMENT REPAIR FOR SANITARY SEWER IMPROVEMENTS 32 01 18. TEMPORARY ASPHALT PAVEMENT REPAIR 33 05 10 - D001 ACCEPTABLE BACKFlLL 33 05 10 - D201A: EMBEDMENT FOR SANITARY SEWER UP TO 15-INCH DIAMETER Q,fMFNT STARII I7FO SAND (TS ) RArKFII I, 33 05 10 - D003. CEMENT STABILIZED SAND (CSS) BACKFlLL 12' MAX INITAL BACKULL REVISIONS _ D p DaTMNTIDN d 6 A DENDDMNO z 1 p L� QUIDDITY eii �Dx 59. ;,; w6DRADE AL ACN.lL . {8COMPACTION f FlNnIS LL Exi 27.. TO +5S OF OPTIMUMNON-PAVED AREAS MOISTURE CONTENT — +III: rGE0DVTILE FOR SQNI TAk SELRMIA-iPFlOVEMENTS IN UNPAVED AREAS 33 05 10 - D001 ACCEPTABLE BACKFlLL 33 05 10 - D201A EMBEDMENT FOR SANITARY SEWER UP TO 15-INCH DIAMETER f DNTROI I FD I OW STRFNCTH MATFRIAI (CI S ) RACKFII 1 33 05 10 - D004 CONTROLLED LOW STRENGTH MATERIAL (CLEM) BACKFlLL CONSTRUCTION NOTES E FORT WORTH WATER DEPT-FIELD OPEFATIONS.................. ... ... ...... ... ... ..D 71871 e- D EORTW'—"- 18171871-8100 .. .. U ".1 a3GG DxcoR Gas a ELECTMc .. .... .. .. .. ... ... 1R171 nsfin4 saC0T1.1xox1. .1.800.133.x133 cxABTER COMM ..... ..... .... .... 18171 s09.6xn1 ENT63 ALLOTHER FaCunFs..........................................................................i-�POG-TE55 HORIZONTAL &VERTICAL CONTROL 1i RSW/CFWYE 1i RSW/CFWYC L12NTR0FPOINT «3 232DR83.18 E: 2321036.27 E. 2321018.33 ELEV. 576.74 ELEV. 5T7.83 ELEV:S77.85 CITY PROIER«104212 r•-I FOR_ — T WOR-CITY OF FORT WORTH, TEXAS z WATER DEPARTMENT Z O u 2022 BOND YEAR 2 CONTRACT 11 SANITARY SEWER DETAILS > 3OF4 0 Z O m N N O DBAwN cc E NOVEMBER 2024 5350E 137 N (see IN —.1. Flll DEPTH S—T ERP. HIM. —DRADE (IF ANY) LOAT FOR TROPO. ESIAIR PER Y-NEIT IE ...... ... . .. . . . . . . . . THI—Ell TEITND PER SECTIDN 321216 1A 6 UNDISTAREED PAR, , ... ALL + * + + + * + Rq + _11AL , � UNDER 11-11T -S +*`N'A`CT"' OPTIMUM FOR AOLL PAVED AREAS ALXULPTABLF BANI 1K MOISTURE CONTEN I, IDI"IDN 33E 11 l 12 . I —AL BA—LL I FABRIC EOTEITUI sECnoN 33 C IEI FICI EER���:: ON RU OS I. BACKFILL, EMBEDMENT, AND ASPH AIT EAVFNF N FOR SANITARY SEWER IMPROVEMENTS 32 Ot 17 D520 ASPHALT PAVEMENT TRENCH REPAIR - RESIDENTIAL STREETS 33 0 10 D001. ACCEPTABLE BACKFILL 33 05 10 D201A EMBEDMENT FOR SANITARY SEWER UP TO 15-INCH DIAMETE 1. ADDITIONAL PAVEMENT RESTORATION PER LATEST UTILITY CONSTRUCTION POLICY REOUIREMENTS 2 F OWAGUE FILL IS REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN AND OPTIONAL IN OTHER AREAS BACKFILL PER SECTION 33 05 10 3 ONLY SINGLE LIFT OF 3' TYPE "D" HMAG REQUIRED FOR RESIDENTIAL STREETS 4 ALL CONSTRUCTION MOST BE IN ACCORDANCE WITH CITY FORT WORTH STANDARD REQUIREMENTS. ORT WORT (SANITARY SEWER CARRIER PIRE INSTALLATION IN STEEL CASING AND TUNNEL LINER PLATE 33 05 T4'D203 .......... . NT "' J�.. N— ENI REPAIR Ell PER 32 13 13-1111 UASS P W—ETE F E"I= LPA' 'N AT11 .AT. 11 TREATED PAXNG PER 'E.P.-E. ll� EJBGRAGE (��ANY) 1� 1� DR S' 1�/ �`UG._LYSA`SF.SE —M. IESGNIUPP ON DIAIRNIS SEE NPTE .... . . . . . . . . . . S'E"ll ANY . . . . . . . . % : . THI—E. FES"N' VETURSED I IAIF PER IF 11MG11PI REPAIR E, SEXDN 32 . . . . NEAR&IT-1Z REPAIR 70 TN�E COMPACT.. lxi " GFP_ NF.lVT "NT L_ MOISTURE CONTENT A '+++++' F.IAL41NDER PAVEMENT MATCRIAL IN +-+ ALL FlTHV F. A .. RDN' XE— L*++++++++++ + + + N.-PAVED AREAS N11 GEIVEITUE EXER C CRUSHED RICK PER SECTI 3 0, BACKFILL, EMBEDMENT, AND PFRMANFNTr�nT,SRF PAVFVFNT REPAIR FOR SANI R ER IMPROVEMENTS 32 11 21 - 1121 CONCRETE PAVEMENT TRENCH REPAIR - RESIDENTIAL STREETS 3 3 , 10 _ GO. ACCEPTABLE EAGKIIUL 33 05 10 - 0201A: EMBEDMENT FOR SANITARY SEWER UP TO 15-INCH DIAMETER NOT" I FLOWABLE FILL IS REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND OPTIONAL IN OTHER AREAS. BACKFILL SHALL MEET STANDARD SPECIFICATION 33 05 10 2 FOR RESIDENTIAL STREET USE #4 BARS AT 1 S" 0 C E W FOR ARTERIALS AND INDUSTRIAL STREETS 3 REINFORCED CONCRETE PAVEMENT SHALL BE REPLACED TO A MINIMUM DEPTH OF 9" FOR RESIDENTIAL STREETS OR 11" FOR ARTERIAL INDUSTRIAL STREETS 4. FOR RESIDENTIAL STREETS, USE #4XlB- PREFORMED BARS, DOWEL AND EPDXYED A MIN 6" INTO EXISTING PAVEMENT AT 18- — (TYP), AND 12" OC STANDARD SPECIFICATIONS SANITARY GSEWER -PIPE STEEL CASING I D:—, & TUNNEL LINER PLATE PROFILE EM.E. REVISIONS 2 ,x/oo/mx ATE DID QUIDDITY 0 CONSTRUCTION NOTES E_VA .. A'ERLH, N =T FORT —TH V-EIR DEPT -FIELD OPERATIONS...... . .... . ...... ... ... ...... ... ... ...... ... ... ATVI ENERGY TXU TEAR ... ... . ..... HAR ER eLN . ........ . . . ........ HORIZONTAL & VERTICAL CONTROL CONTROLPOINT#1 GO #2 Co R 1/2" 1 R S W/CFW Y C 1/2� MIR`�L PW/CFW Y , I 12r RoF X-28352 b FORT WORT a CITY OF FORT WORTH, TEXAS WATER DEPARTMENT z 0 u 2022 BOND YEAR 2 CONTRACT 11 SANITARY SEWER DETAILS >_ 40F4 0 z 0 D='cc DATE 0 `4 D cc IS I DICIMBERIGI� jll-A'N)�F137 F- LOT Linz Lora LOT IS LOT] REVISIONS m Lu- �S'A 1,14,6230.00LT CARVER DR CL o oEttuI W w CURB RETURN na ry RCx mIA uc c I oErvoum rvox DATE N D_ CH EXISTING TC 641 zOt NE RE CAUTION 8 ^ Ez/Lo/mx4 F AT OVERHEAD X TYPED TRAMP vol DnTci zzsz vol DRTCT atfl OPRTCT ".71z C E,,TC7 x vOl DRTCT 'sEa c .1—T ] POWER 11 w 0R SRx4EARWRaR IS12 YEIDR W STA 3+J09A, 11 DD LTNCTRANSIICL 38LF AT 1AIAB1 SINEHTCONCRETE Ew - •*r• W w RESET STOP SIGN Eo �D s �EER onrvE ELEvnTlo..now J �� END —TRANSITION (CURB AT BACK OF SI OEW�ALK I o w LDT [xI 564349 - ME6*27B �p mlo L� QUIDDITY '..oE.aMATCH Gm nRV M �o ¢~~ STA 4+80]DT1J 55'LT CARVER DR CL asoomw�nxalar.Dove, s��.xso•rorzworzrv,T�ss isi�ez zsUe,�oo PRO ECT E%STN FIRE TS 64366 Ei T564366 MA CHE%STING T56 _ # x NY ssEM LDRE l - /// to E HEA M PI _ LEGEND�R„��„ CPP,S ffffff O PROP PAVEMENT O ,✓'.� .. q UNIT TPW BASE BID STA 1+29101550'LT CARVER DR CL �'f - 1- z _} '^ O BEGNLT CURB RETURN _ _ ( f �- r -- '� � a ETE PAVEMENT PER SERION U :: qr'— a , +oo EX m N < m f CARVER � i~/1 321313 PI �3 73�� _ w UNT rPWALrERNATEBD DN p 5 z9Di�RVEROxa CARVER DRIVE of z 0 W PAVEMEHTPDLVEEDPER WRH3 ASPHALTTYPEDPERN TAB+GNWNSTRUCT DN �/ �., E 1 6 ' IS 1 ^ s TI WATEq DEPARTMENT MATCH EXISTING TP 000 O r O 11 PAVEMENT PULVER ZAT ON E IS-21.2 JDJ . IT— STA ( — Q WITH 3NASPHALTTYPEDPER 1+J9 II STA 3+z5 31, 1100 RTC w STA 3+]0 94 STA 1+896,1H EXR DR CL STNCARVER DR CL I BEGIN 5%CROSS SORE IµµI E BEGNttP CAL WIDTH om PROPCONCRETE DRIVEWAY CURB RETURN w� LSTA - RTT TRAPom ON ENDS%CROSSSLOPE Nm �m S7A4+4951, 1 fif BEGIN IT ON T003% �m BEGINR NSITION aI PROP CONCRETE SIDEWALK AREGIN RT TC TRAN IT3>ry = CARVER DR CL _ .I> +I> +I> IC eW SM •� Nm STA 3+70CARVER OR CL No TTT AE N k`4( PROP TREE/BUSH REMOVAL REMOVE BRICK& STONE DRIVE AND SALVAGE tfX�iJ (SEE FORESTRY NOTE al) MATERIALS TO PROPERTY OWNER(141 F) CONSULTWITH PARD PRIOR iO I LOT1 Lorz LOT3 m Lora LOTS LET6 LOT] I REMOVAL ISEEFORESrRYNOTE pz) 1 c 6 c. 6 c o c a C s L z YYaaLLYY PROPERTY LINE .1.RTIT. o TCT .1—T 01—T oP n T.CT o>RTCT 0"TCT , EXIST PROP 6"CONCR EDGEETE RB —ARIERDRPAMEMEN uRRE.aR ,xx9—ERDR 1111 R1ERDX 111TIRPERDR 11L7 NERDR 1111 o11BDR I NOTES 1 ALL MAI LBO%ES(TRADITIONAL, BRICK, MULTIPLE USER) TO BE �ipTE+9 CARVER DRIVEWAY NOW: -REMOVEDBETTERC, SALVAGEAD5, Arv0 REINSTALLED IN KIND, TO THE SAME OR CONTRACTOR TO COORDINATE WITH CITY AND RESPECTIVE CONTRACTOR TO COORDINATE WITH CITY STAFRAND PROPERTY PROPER"WNE REPLACEMENT DUVEFOR PROPOSED UMIT FOR EACH DRIVEWAY E OWN R L TION OF REIf A DMAILBOX oDA LRSOE i MAY EXCEED 14%BREAK-OVER AND EXISTING DRIVEWAY GPADEEMS 11NwoRK CARVER DRIVE 8 TYPINAL 2 RELOCATE TRADITIONAL MAILBO%ES u R DR III uwU.L-zD A.:��Y'•, IL�91'✓i l +ssznoo�.00 LL u. N . I w ' rn x. i ase IF � A1 a ' . _ o .0 w II „m II ...w ox ov II � rv � ^u I + N .: � : wF�ISI a � oea � oo ` r I -� vi ' R YL c I w -mgVJ vKIIl`ooaO EILNm�T Ii I IIv$I Uaa �_>I> g I II IIm I - Cmm EMGoNYHRWRI� I I mad __ pNJQ2I PROFlE E XA5811 NOTIFICATION SYSTEM CALLBEFOREYOUDIGIII F 07 TA— 8110r1B�01 O 50-ITIONFROM IWxHEEI)TSHON,STREET \ CROWNED EXISTING TO SCNTOBFEONTNLUED a ONSTA ROSSLOPES AND CROSLDAED IN ILA IIf EXIST ROW R M-TT 630 ±0` CONSTRUCTION NOTES L ILY 3 RADIISIwueEISAMDAUDRIVEWAYRAOIIHSHALLBEWTHLESS OIH OERAI NT 70. THE PROPOSED NII EXISTED AT THE TIME OF FIELD SURVEY THE CITY 11RUITER PRIOR TI CUTHNI ANY 11OLLS LARDER THAN I" 11A SEE 1HEETS IT1.1 PER TREE 646 rz BaTECT ALL SOPIT SIGNS AND POSTS UNLESS OTHERWISE NOTEO(No 6 SEPARATE PAY) P 6 CONTRACTOR TO100 L'UNIEDAREU AND REsrDIE TO EXIUYS'TST N60RRErrER CoxorOON TO ATBT . . 1-W087aen1 FORT WORTH WATER DEPT-FIELD OPEw.norvs............................................. 1en)1 -az96 FORT—T&PW lea7)87L-BLDD oxmR ENER& aLEcrRlc.. .... .. 1817) x15 A166 TXD ENERGr lanl nsbn4 sac TELEPHONE ..1ei71 a3ec11s CHA—B COMM ..... ..... .... .... RNO SD H071 EXi 1161 ALL OTHER MCIUTIES..........................................................................—DIG-TESS HORIZONTAL & VERTICAL CONTROL 640 PO INT AIe POINT a49 s/s�aRS s/8�aR5 6D1SAM E.230627517 E. 230647765 ELEV 64151 ELEV 6V081 e CNY PROlERa104212 MAPSCO N075-S FORT WORTH® a CITY FORT WORTH, TEXAS TRANSPORTATION &PUBLIC WORKS Z 635 0 2022 BOND YEAR 2 CONTRACT 11 CARVER DRIVE } BETWEEN HERVIE ST. AND PREVOSTST. o z PROP. PAVING PLAN AND PROFILE m STA 1+00 TO STA S+00 N _ N 630 E. DATE sxEET p S 4U DRAwN IDw s 1"=20' DECENIBER2024 60 OF 137 N +ssznoo�.00 PROFlE E F— SATCH E%S 29DO- LT FERNANDER DP CL LOTS) v L4 so oPu+o vOlnx4Tx 7sosz 11J w' RETURN LOT 18 LOT 15 11J w TING TC 62232t OXH OCEWOFU� TX 0 PPROPOSED TYPE R-1 RAMP OPPTLi 4 voL URTCT wU UIRTC N. E111C UIRTCT R C UN.v.RTCT T c ovRTCT 4 1 1114 FERxary sszo FERxarvUERDP 53Lx FERxnxUER DR W i I LOT10 101 EERNANERUR sxza FERrvanUER PER R sxxs EERrvanUER UR 9LF VARIABLEIIEIGHT CONS REM NE AND SALVAGE 4' W EN FENCE TO OWNER INS I OF CURB AT BACK OF SIDE m.EM Lu- «0x°," s ell m�W m�� m�m m� elf € _S'ERN" E"UR I- Flo ^lo mlo `lo `lo REMOVE, LVAGEAN �u. o RESET SIGN AND PaST �� �"'""."`�-{�'d �6� SEE 3HEEr 32 FOR 8UA 1a2917, 1450' LTFERNANDERDPCL Sx..() x� PROPOSEDWATER NE PROTE�_EAIGT'l NG CTU (((lll IMPROVEMEMS OVERHTP LE IN P) REVISIONS CAUTION o e a uENDUM rvO x D¢cunlox E2/o D o/1114 X O POWERO z Q 3 L� QUIDDITY sssoomwnnx Neuon"e,suuexto•ForzworzN T.n. iiRi��ezzse.uno # —3TA 1+2364 FERNAN "r ---.r —r FERNANDER DR OEP OR CL Pp46X'g1r BEGIN WNSTSTING N� �I J ''' I.L;I T�4 . / /// (PROP 4 , ` 1 MATCH E%516117R 11 1 ® E 23062R393 FULLCON RETEPAVEMENT �i al - FERNANDER DRIVE „I z O AIR ESDENTIAL22SY .. DUNOERUNr3 - naens oD I H 8 END SIN CROSS -SLOPE STA 112893, 14SEE RT FERNANDER DP CL STA 3a1S 00 BEGIN CR055-TSLOPE STA 4a9000 i . ETURNI )�/'^�'(� REIGIN S%CP0555LOPE TRAi51 ON 03% }�/{BEGI 3%CROSS-SLO\ TAL SIT. 1a14.43,2900'RTFERNANDER DRCL `I¢ 'UE CURB RETURNR DE MATCH EX STING TC 620801 I LOT 3 LOT4 LOTS LOT6 OT7 NIRIX' II21. LET TIT IRTIT 11-ER-LEEDR v1-11rvumERLE vo112111NnxDERER69 11-R.a RUR III 1-1ER—ERER III I BE TES FERNANDER DRIVEWAY NOTE: - 1O FELL MOVED,SALVAGED, AND REINSTAUEDUPUEIN IKINDUTORiH�SAME CONTRACTOR TO COORDINATE WITH CITY AND RESPECTIVE ��NT f OPBETFER CONDITIONAS FOUND PRIORTOCONSTRUCT]ON PROPERTY OWNER FOR PROPOSED OMIT FOR EACH DRIVEWAY CON R NOR TOCONOF REINSTALLED MA STAFF AND PROPERTY EPLACEMENT RILBOMAY EXCEEDI BREAK -OVER AND EXISTING DRIVEWAY GPADENE oak FERNANDER DRIVE M 9i1R7 M. .■I■■■ ■ ■■■■■■■■ .. ■■■■■■■ :. ■■■■■■■ ■■■ : ■■ ■■� NN EINN NNN . ..... NNNI ■■ ■■■ ■■ ■■■■■■■■ ■■■■■■■■ ■■■■■■■■ ■■■■■■■■ .......■ .■■. ■■ MONOMER ■■■■■I■■■ Ml ■I■■■ ........ ...■■■■■ ■■■■MINE■ ■■■■■■■■ .■.■■■■■ ■■■■ ■■■■ MENN■■■■■■■ ■ ••• .■■. OMEN NONE • . - ■ ..■■■. : No .....■.. NN MEN N .■■ ........ E:NN ..... NIN .............■■■■■ ■■.■NN, NN . N:EN NIIN \■■■■■■■ ■■■O■■■■ MEMO..■■ ENNIIN INN iNnn ■IN■1111 NN ■■■■■■■ ■■■■.ii■■ ■■■■■ M■■■■■MN :!! ■■ ■■■■■■■■ ■■■■■■�0■ ■■■■■ ■■■■■ NNN Ells -- 0 _ BEEN ■■■■EEE■ 0,2� C■__ _ �i=■�E■ �.—_.EM ■■■■■ ___ C■■■■ MEN ■■■■■■■■ ■■■■■■:. r�■■■ OJN INNN :Illl 1:1 INii MIEN Ell IN NINN El IN NN NINN Ell IN NI' :MINE: No NN MEN MEMENIMME INI ■■■■■■■■ ■■■■■■■■ NIN ■■■■■■■■ IN ■■■■■■■■ ME ■■■■■■■■ MEN MIN■■■■ ONE :■■■ =' MINONE ■■■-:■ ■ ■■■■■■■ ■MENE MEN ■■■■■■■ ■■■■.I■■■ ■■■■■■■■ ■■■■■■■■ No No ■■■■■■■■ ■■■■■■■■ ■■■■■■ IN NNN...ME IN...... ,IN■IN ..N�...........ME ..El .......I NINN NIII EINN NN EINN NNNIIN IS NNE ■■■■■■■ No on ........ NONE ..■ . ........ ........ MEN ■MEN ....... N MEN ■■■■■I■EN ■■■■■■■■ �..■■■■ ■■■■■■ ■■■■■■■■ ■■■■■■■■ ■■■■■■■■ MEN ■■■■ME ■■■■■■■NNNI� No No on i 90011111111 NNNmmmmii ISBN mom IN 610 xur4snxzsszmu.mw.xmrnx.unemme arauUw"m...wovomurazmmmcoeviwwuRx ones oa.azmR.sv."le.x !UU LEGEND 22 PROP PAVEMENT O ■ UNIT III TPW BASE BID � U PA NETPERSECTION121111 11 TEANM NiLPURLVERUTO WRH3 ASPHALTTYPEOPERN SECTIO321216 °"oAEME�.N o WITH3 ASPHALTTYPE D PER SECTION 321216 PROP CONCRETE DRIVEWAY EEEEE PROP CONCRETE SIDEWALK PROP TREE/BUSH REMOVAL (SEE FORESTRY NOTE 111 REMOVAL(SEE FORESTRY NOTE A2) 110 E-LINE OP6"CONCRETECU 0.B EXIST PAVEMENT EDGE D uAU.z -zU Y2E oDA ♦.:��T •�I,191Vi CONSTRUCTION NOTES I CONTRACTOR SIALL PROTECT ALL TREES DENIES, ECONNING — AND STRUCTURES RADIISHALLREI6A oa°oRMEWAI�IIISMLLeEsV"Es OIHI ISE" HE TIN M FIVE THE 121 s RarecTAu SEREETSIGNSAN. -FS ON LESS OTHERWI E NOTED NO ATE 6 EX—IN.—H.—IONa STC NTT HEFOLLDWINGAT_TEI AND I DIE TO El" OR=PRIDRTO011 ITIDN FORT WORTH WATER FEET-FIELDOPERATIDIN,.........:............................. FDRTWO x ATMOSENR DNCDRG = , , TXD ENER R LOT xP .. _ ... .1 ) 63 ALLDTHE "_. ... 66 HORIZONTAL & VERTICAL CONTROL 620 CONTROL POINT x46 3/B"CIRS E. 230627638 ELEV 622 B8 e CITY PROlERM104212 MAPSCO N075-6 R--I FORT WORTH® a CITY OF FORT WORTH, TEXAS � r TRANSPORTATION & PUBLIC WORKS z 615 u 2022 BOND YEAR 2 CONTRACT 11 W FERNANDER DRIVE BETWEEN HERVIE ST. AND PREVOSTST. o z PROP. PAVING PLAN AND PROFILE 0 m STA 1+00 TO STA S+00 N Bvrt. I D I N 610 0 33J UU "OU S U DRAwN 2Uw 1"=20' DECEMBER 2024 64 OF 137 N T17 REVISIONS ,NO To 18 LOT 19 LOT 20 LOT 21 LOT 22 Lor 23 O D¢cuRrlDx DATE OR "AN d O DRTCT oa, voL xas c 6 c 1 c s c 7 c 6 I A ADLNOUm Noz LZT.oaDz. X< NNLI AND OIEN11 U.All oxTCT OP RT CT. OPRTCT DPRTCT .1ITCT DPRTCT LINK FENCE Q INTERSECTION 175 SY STA 1,146630 DO' LTFF—ER AVE CC 1156 FRAZRRAve lass Fax ER seas HAZIFR AVE I — EN 1eao FRaDeRxAvex s6 HANIOB.1 LINK PAID UNDER UNIT -URN An PROTECTCHAIN HEXISTING GUT> ^> m> + 1< F LINK FENCE �> N. SEE SHEET 30 FOR ^> s< N+> I STA1+1249FRAZIERAVECL R PROPOSED MOD - I'+ -I PR QUIDDITY MATCHNEXISLCN.P TYPE P-1 DAMP I � aL� ato PROTFEN CHAIN ¢tm ¢� IMPROVEMEN N 6940D2320 X " �" �" esoomw"�.sar.u�ue se ieiio FonworznT 1E11 STA 1+2918 ]550 LT FRAZIER AVE CC iii Fez zee.2zoo # E 232243960 / / CUflB RETURN — I — LINK — — — — EIBEN/ LEGENDLm I 7"77777- �_ PROP PAVEMENT CO 1EI 2- P OR �;•. L r-NOTE- - ROP cFR 7 RA , agUN BETE L/I.` 5 3 I 'p1IIIy,T 11t N PAVEMEM PER SERION �' FRAZ ER AV $I1 �T-s'v_ � 'O0— I .�_ 2 321313 U nmxPTV RT rrCC 9 "m'mi �' CURB RETURN _. UNT TPW ALTERNATEBD s ro 1 FRAZIER AVENUE ? 0 WITH EASPHALT TYPE DPER N _ _ __ uNTDwarEP DEPARTMENT j 1 . � ' �. , _ �, - �� v - - H IT PAV U DN Q WRH3 ASPHALTTYPEDPER PROP CONCRETE 00. VEWAY F- PROTECT WROUGHT W L Nlm IRON FENCE O1ImI I Plmml Im mlm mlm Im PROP CONCRETE SIDEWALK J mlw LOT IIm „Im �Im ��Iw olm mlm �a> = ; ? ' ; ? I P REE/BUSH REMOVAL (SEEOSULT FORESTRY H PARR P1 IOR i0 z < mo DPaTCT DT]5 to D m" LOT alp No u PEP SRAM ose LOT 14 T13 LOT 11 LOT 10 PROTECT WROUGHT- R (n r 1 TNOPOSEDMP sass FRAVFR1AVE I FENCE YYaaLLYY EMOVAL ISEE FORESTRY NOTE p2) 0 % ISTA 3+1431, 3000'11-1 ER AVE CLXMOONTAPROPERLY LINE Iw URB RETURN MATCH EXISTING TC vD DGNAE RTCT o0o wL sot c s c s c. z c OP6"CONCPETECU >m M 1nsl Fxaxl[x ave 1.1Fngz [nnvE saes FnnTE avF 1aa1 °Iazl` sm°..T T �ILi. TCT pc I EXIST PAVEMENTEDGERR > MS FORESTRY NOTES --••,. 1 =IN_BOXESs. FUSALVpRADITIONAD, HID EBRICK,MULTRICEU9ENTDB CNYAPROVALOFTHESEPANSISNDTAPPRDVALTOPRUN ORREMOVECHY--,>z�E>¢ OR BETTER CONDITION A5 FOUND PRIOR TO CONSTRUCTION KIND, TO THE ME FORESTREESTER PRIORTOPRUNING OR RE MOVING ATHE CONTRACTOR S NAB"NY CITY FREETTREE PER MPRUNING REQUIRES CONTRARORTO COORDINATE WITH CITY STAFF AND PROPERN USE OF ISA CERTIFIED ARBOR ISTCONTACTSI7-392-5729OR817-392-5739011 CITYIREEPERMIT$@FORT DITTEXAS GIV[CITY CODE 33-1,171 FRAZIER AVENUE (NORTH) 2 GE„ERALNoE "a °REEF="MMaa°aa�a�DPARD CONTRACTORTOSTAKEOUTSIDEWALKIAYDUTANDEXPOSETREEROOTSPRIOR 1 ;E DE 3 CITY OF FORT WORTH HISTORIC TILES TO BE REMOVED, OF9I FO PROCEED AS OIRECTEDE-11, CALL CITY PAID F.RESTRI I BV7PARD RDR scnLL -x A� SALVAGED ANO EINSTALLEDIP KIND F BE ERANDTPAl PROJECT ER'z - ° �8 ILI9R'✓( WMA m m �to M NIEMEGN NUANSYNN.X TNSiauRi NOH ML F —111 NonHCANCIN SrsTEM CALL BEFORE YOU DIGIII osg "T —811 OT 18W I n l I I I I I m * k FR+ ma F m 3 K s S 61 EI O� I m PROOFlLE SCNE = go Ir 8 0. n� I SJ J.SD%RT I I I I I '3g EXIST ROW RT RT TC ;LT THISPROFILE IS FORINFORMATION PULY. E APPROAMATE TOP OF CURB ELEVATIONS SHOWN EXISTING CONDIT PE,REE%ISTNG CONDITIONS SHOWED GUTTER PONDING ALL PROFILE GRADES AND ELEVATIONS SHOWN DONOT86%'APROPOSEDDESIGN AND/OR PLAN, AND ARE INTENDED FOR GUIDANCE ONLVTOREESTABLISH ROADWAY _ REESTART SIAM ENT OFEx_GST sz� _ ^m IT �IW I I I I I Szsvc - —E43C EDNOTICE: CID �� � +t it 1 - 1- 1Dg'VC ZAP - Q -1 ss _ UED �I -104%RT III II II III II 148% "'�11 - T III III CONSTRUCTION NOTES z RADII SHALL ealsAoALL 11NONNA1 RANII SHALL Res UN Les LESS OTHERWISE NOTED UK GONE I DRTN FOR TREE PROTECTION DETAILS 690 s PROTECT ALL nRET SIGNS INDNOGICS UNLESS OTHERwse IOTCILIO SEPARATE6 AYI B ITION THE ATBT . . 1-W187aen1 FORT woRTH WATER DEBT. -FIELD OPERATIONS .............................................. Ienl R71-az96 FORIW'— - Ie171e7L-a]DD ATVI ENNER&eLEcrRIc.. .... .. .. .. .. 1a171sss.4366 TXU ENER6r "TELLPHONE. .1ei71 a3eca�s CHACERmMM .... .... .......P8�n:soP cx7x EXT I_ ALLOTHERFACIUTIES............................................................. ...1-}DIG-TE55 HORIZONTAL & VERTICAL CONTROL 686 POINTx6A 5/8� CIRS E. 2322E2965 ELEV 692 11 T CITY Pf101ER8104212 MAPSCO N096C FORT WORTH® a CITY OF FORT WORTH, TEXAS z F- TRANSPORTATION &PUBLIC WORKS 0 680 v 2022 BOND YEAR 2 CONTRACT 11 FRAZIER AVENUE (NORTH) } BETWEEN W. BIDDISON ST. AND CLEBURNE RD. o Z PROP. PAVING PLAN AND PROFILE 0 STA 1+00 TO STA S+00 m N DESIGNED LOW I SCAT . I D I N 676 o .u+.sn.zaumu-mu.vnrnxe,nem�eseeeti{u,zOoy"m...wouomu+azamemeoviwwreuiEnxo.,«e�.. okeoam.-nzsmle,,. +OU S l!O y JO y q0 DxawN 1Dw 1"=20' DECEMBER2024 68 OF 137 N m iA17. A5, D9D'LTFRA2IERAVE11 KI TING TO ak •Y`` J STA 17+0189,SS S0'LT FPPZIB RETURN ai' 9 9Q s Y� 9Q al V�REMOVE E%I pRr fA AN B SED �Im T NTsL R S_ r- VATEIGrI FRAZIER AVENUE I� nae PROTECTEXISTING a� WROUGHTIRON FENCE ml aRT GELEAOWSLK `a BRICKS TO V R IN$PI f LOTS REMO 5' NLET TO I I $�RE NHAAINLLINKFENCE ESET STOP SIGN il� SEE IAND NSETA PROPOSED MOD' Q O TYPE P-1 R, II6A ISEE DETAI L SHT LVAGE LEADWALK I ro r4ENI-ENTNYNE FON—l—NB M TEXASSIT NOTIFICATION SYSTEM CALL BEFORE YOU DIG!!! FRAZIER AVENUE (NORTH) xasBlOU Texas811 or 1 B00 545 6005 670 III III 8N _ t t I o ' II III +O Ln Q N 665 IIIU RT EXIST R++ e% —�- 66o 0.0W J I LT TC _ 655 —}� J,#. # m,..wow,mu,azmmme�sviwln.-�eazDiEnxo.ma., okso,",.-.swmle., 1 is rSTA -6110 FRABIER AVE CL\ DCONSTRUCTION MAG MATCH EX STING P N 694167176 T a«\ `E232242755 PRO IER AVE IN) CP Mfi9� �SS SO RT RZAER AVE CL CJOB RETURN RD MATCH EXIRI RETUSTING PC R O \ \ LOT VINEETA C BVB11T a \ \\NOTES urn a \ REVISIONS ABDENBDMNO2 1 Q QUIDDITY "."'I PR'PE.RI LEGEND ,ON AND POST \ PROP PAVEME EXISTING CONCRETE UNIT III TPW BASE BID PARKING LOT 6 REN�RETE PAVEMEM PER SECTION NOTE UN T313 1 SAWCUTTING, REMOVING,AG ANY REIATED TPW ALTRNATEBDA GONSTRUCTON ACTRUY FOR MOVNG THE EXISTING FENCE 11 FAVEMENTFULVER UT ON TO BE COORDINATED TDPROPERTY OWNER NO RHAlYPEDPER SONRHAN72HOURSPRORTOCONSHRON Wp "16 INSETA UNIT wATRN MENI PPUE—I.ry SCALE 110 WRH3 ASPHALTTYPEDPER 1� REMOVE, SALVAGE, AND RESET EXISTING FENCE POST, MESH, CTION 3z 1216 WIRE, ETC TO MATCH EXISTING AT CONTRACTORS OPTION PROP CONCRETE DRIVEWAY IN LIEU OF SALVAGE FENCE MATERIALS, AND FOR NO ADDITIONAL PAY, CONTRACTOR MAY REMOVE EXISTING PROP CONCRETE SIDEWALK FENCE/POST/ETC., AND SHALL FURNISH AND INSTALL NEW FENCE MATERIALS TO MATCH EXISTING. CONTRACTOR IS PROP TREE/BUSH REMOVAL RESPONSIBLE FOR ALL FENCING MATERIALS DAMAGED ��( (SEE FORESTRY NOTE Al) DURING RELOCATION. (TO BE PAID UNDER ITEM 9999.017) aN` Twnx vaflB VRIDRTO O SAWCUT AND REMOVE EXISTING CONCRETE PARKING LOT REMOVALISEE FORESTRY NOTEP2) (TO BE PAID UNDER ITEM 241.0401) — — PROPElY1111 3� RESET FENCE 3" FROM ROW TO HAVE FACE OF FENCE PROPXIST PAVEMERE EDGE POSTIN LINE WITH ROW FORECITY STI APPROVAL OF THESE PLANS IS NOT APPROVAL TO PRUNE OR REMOVE CITY TREES THE NOTES— _ CONT XFORSTALL t>TE+9 REMOVING G ANY CITY TREE PRUNING REQUIRES USE OFORITAIN A ROW TREE PERMIT PRIOR SA CERTI ED ARBORISTCONTAR PRUNING 00. REMa 81 - - - - ITS@FORPNORTHTE%AS.GOV (CITY [ODE 33-1,6,]). 2 CONTRACTOR TO STAKE OUT SIDEWALK IAVOOF AND EXPOSE TREE ROOTS PRIOR TO FORMING FOR B TEjLOBn cf NEW SIDEWALKS, OCEED AS DIRECTEDTY D BYRPARDRFEORESYTER AND2TPW2l OR PROD E5CT RAAGOP SITE CONSULTATION AND PR uALL.L=zD ��B Y'•�IL19(Vi CONSTRUCTION NOTES PRDWORIE SCALE T IN.— AN. RESFDRE FHCEb NOTICE: THIS PROFILE IS FOR INFORMATION PURPOSES ONLY. ALL GRADES SHOWN ARE APPROXIMATE TOP OF CURB ELEVATIONS SHOWN ARE BASED ON EXISTING CONDITIONS, EXCEPT WHERE TING CONDITIONS SHOWED CURER FUNDING ALL PROFILE GRADES AND ELEVATIONS SHOWN DO NOT CONSTITUTE A PROPOSED DESIGN AND/OR PLAN, AND ARE INTENDED FOR GUIDANCE ONLY TO REESTABLISH ROADWAY z PAY RAORS TA U1 Axo aLIT.P nv RAOR SHALL BE UNLESS OT 1—IEN 70. THE PROPOSED FIGHT OF -WAY, EXWED AT THE TIME OF FIELD SURVEY THE PRIOR FORTREE 670 rz RDTECT ALL MEET SIGNS AND Fosrs UNLESSOHEMBE NOTEB(N0 SEPARATEG PAYI P mox I—INI AT EACH ECCATION A,BT . B-BDDe7ae7vv FORT WORTH WATER DEPT.-FIELD OPERATIONS .............................................. Ie1]1878-azsG BET'l e7B-eLBD .. .. (B171 .S ABGG OxmR GAbR& ELERRIC .. .... .. .. .. ... ... lanl nsbn4 CHARTER coMM ..... .... .... .... IeBnsmsxixlms3 ALLOHE=PUES...........................................................................i-�o-BIG-TESS HORIZONTAL & VERTICAL CONTROL 665 CD OF POINT x69 s/BP au E. 132243665 ELEV L. CITY PROlERM104212 MAPSCO N096C ------ q660 — — FORT WORTH® CITY OF FORT WORTH, TEXAS TRANSPORTATION & PUBLIC WORKS Z 0 2022 BOND YEAR 2 CONTRACT 11 < III III III III III III III III III _ — III III III _ FRAZIER AVENUE (NORTH) BETWEEN W. BIDDISON ST. AND CLEBURNE RD. o mP— om PROP. PAVING PLAN AND PROFILE 0 ETA IS+SOATO END N 1E 1/ UU 16-Ot 1 888 9U lDw SHEET p BRAwNED 191@Itl I S 1"-20' 1JUDZEMBER21T24 I 72 OF 137 N LOTzz REVISIONS T23 T23 W LOT O D¢cunlDx D.TL N CAUTgJ: 8 . Dsrvoum rv0 x Lz/LR/zox4 X a` DRTCT lxT OE OE � ¢ DE O ERHEAD p xeR L° TOWrtrWw zAss nx FFTlTi 1"I c POKER Q YAD a1�wAYRRE.1 .RRRwAVSC-1 l—API RwavEDE � RwavSIREA DPR [ AVE REE STA 7.1397, 1450• LT WAYSIDE AVE CLGFE Rsxc w.i MATCH IXISTING TS — IUA N� ^d E PAS p w AllwN z`T � I QUIDDITY a nsoo=,1', ..unuQL,1, Toxwoxn T�.v G ELR4 — 695 a.4�,�So # 9, sssa•L WAYSIDE AVsa—B- sTNGTe w>`EasEcOVERT oN ic sv LEGENDeSurveyo p PAID UNDERUNITI PROP PAVEMENT O mrnv rmm�e a RNMAPMAi c u d vx oa. o .o Oro t.\. STA]+19.S4WAYSD VE — END CONSTRUCTONEA CL� ///� 6"RE NFO�RETE 4 vS DE AVE )S MATCH EXISTING TP WATER LINE IMPROVEMENTS PAVEM3 PER SERION PROP WA N 632199527 UN T313 l! m w 4III O^ WAYSIDEAVENUE v W`""A HALTTY`EOPER WRH3 32121TTYPEDPER // SECTION O Q 1V VA I WATER DEPARTMENT WRH3 ATYPEDPER SECTION 21216 NOTESEE SHEET ENOTES. ROW TREE SUMMARY TABLE AND PARD T REMOVE CITY TREES THE CONTRACTOR SHALL OBTAIN ARROWTREE PERMIT FROM PARD CITY FORESTER PRIOR TO PRUNING OR RE MOVING ANY ' ' TREE PRIN NI 0.E11IRE1 USE OF ISA CERTIFIED TACT NITS@FOR]TVORTHUF% GOV(CIIY C0DE331,6,]) 2 CONTRACTORTOSTAKEOUTSIDEWALKIAYOUT ANDIXPOSETREE ROOTS PRIOR TO FORMING FOR NEW SIDEWALKS, CALLCITY PARD FORESTRY E817-392-5729 OR-ST39) FOR ON SITE CONSULTATION AND MANAGER ASDIRECTEDBYPARDFORESTER ANDTPWPROIECT PI r� 92 725 . u..:n �>�.mm.wow..ime�a$,a...r.mw.m...wovdmu+.::aooe.00...ixGw-w..noE.�Eaw oe�w�.-:3timw. — STA 7+0673, 25 CC' ET WAYSIDE AVE CL i PROP CONCRETE DRIVEWAY MAT CH ExIsnw GTs I o.E STA 7119 59, 1s sD•RT Cu E AVURN 1 � MENEMPROP CONCRETE SIDEWALK PROTECT E%IS�WWeA.YQP I 1 PROP TREE/BUSH REMOVAL STA 7+3409, 3001'RT WA IDE AVE CL- `\ (SEEFORESTRY NOTE 1) Eora LoTl MATCH mimic is ov cWDREW ST ' REMOVLALSeE FonEsrnr rRo*e A2) PROPER LINE ` OPPTCi s ` R.P 11 D11 vol DPi.CT 1. c OP.PiCi ` PRx1—lIIDL.NE aRRRwAYSIREAW �R1—IDEA E aaREwAnI"Ea WAYSIDE AVENUE (SOUTH) 1:..1... NOON■■ ■■■■■ ■■■■■■■ ■■■■■■■■: :.■■:.■■■■■■■■■■■■■■■■■■■■■■■■■■■■�■■ ■ ■■■■■■■ MEN NONE ■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■.., 1 :. EN MIN EN N� MIEN 11 EIIEIEEEIIENIM ' 1 ■NONE ■■■■■■■■ ■■■■■■■■ ■■■■■■■■■■■■■■■■■■ ■■ ■■■■■■■■■Y■■Y■■Y■Y■■■■■■■■■■ ■■■■■■■■ ■■■■■■■■ ■■■■■■■■■■■■■■■■■■ ■■ TH IS PROFILE IS FOR INFORMATION PURPOSES ONLY. MIN EEmMEN NONE ■■■ ■■■■■■■■ NONE_ No ■■■■■■■■ ■■■■■■■■■■■■■■■■■■ No ■■ NOON■■■ ■■■■■■■■ ■■■■■■■■ ■■■■■■■■ ■■■■■■■■■■■■■■■■■■ ■■ NNNEN - N NN EEIEE ■■■NE■ ■ ■■■■■■■■ MEN ■■�■■ ■■■■■■■ ■■NOON■ EE■E■■■■ ■■■■■■■■ ■■■■■■■■■■■■■■■■■■ ■■ NONE ■■■■■■■■ ■■NOON■■ NOON■■■ NINN NN __ NN- �_ ■■ NOON Mm11 INN■ NNNI MIEN NI[Q ■ ._ w MMEE■E■■■ IIEIE EN■ L.. .. 1■■■ NONE IN ... ■■■■MINE■ EN '.. MEN ■■■ EI ■ NNN EEMEN�EM MENN�ENE NN M■MMM�MEE MENN�EN■■ MMMMMMMM MEN NM-iii MMM-iiiMM MMMM-iiiM MMMMMMMM MMMNNINMNM MM MM-ii MMM-iiiMM M-iiiNM MMMM - - m iii■m MMMMMMMM MMMMMMMM MMMMMMMM MMMmm!NM-mm MM MMm EMM-iiiMM MmmM MM-iiiME NINN NN NN - MIN NNEIIEINN NI NN MEN NNE NOON■■■ ■■■■■■■■ ■■■■■■■■ ■■■■■■■■ ■■■■■■■■■■■■■■■■■■ ■■ ■■■■ ■■■■■■■■ MEN No NOON■■■ MM■■■■■ ■■■■■■■■ ■■■■■■■■ ■■■■■■■■ EMMMMMMM■MEEEEEEEE ■■ NOON EEEEEEN■ MMMMMMMM No MEN NINN NN = NN NINN NNN1 MIEN E IN NN EN NI NNN MMMMMMM MMMMMENM MMMMMMM 'NOON■■■ EEEEEEEE 'EEEEEEEE 'EE NOON ■■■■■■■■ MMMMMMMM MMMMMMM _ _ m CURB EXIST PAVEMEN EDGE E R uAU.L -zR TEF oDAVIDALESLIBE ♦.:��T •��L191Vi CONSTRUCTION NOTES RADIISHAEEREISA oa°oRMEwAY�IIISMIlIEsV"EuOIHIwISEER BE T:N M FIVE THE 7ao RDTICT All s ET SIGNS AND POSTS DNLESS OTHERWISE 10TDRO IERPRAJE —I 6CONTRA VAmwAaTL OT .. HALL MNTA HEFOLLOaATDAST4R..UPSPRIORTOIE TO EIESTING 011 CONDITION AFOcRT w. oRTH WATER FORT -FIELD OPERATIONS ...... ................ DRTWDR .......(-eRR11D7D)RR,7a1- ATMoseNEY 11211 -0Ra7z6.91 n"uA.FLERNC.. .6 .... .. .. .. ... ... (B17)x.sRx.4 SRC TELEPHONE. :ia:7i 33a�s KEERCOMM .... .... .... CHA)e�ii sD962]2 EXT 3363 ALL OTHER—DIDES.........._........_.......... ........... ....................... .... .-T—DIG-TESS HORIZONTAL & VERTICAL CONTROL 735 CONTROLPOINTtt94 N6 Cl/ RR 93BB63.72 E. 232196198 ELEV 73336 e CITY PROlERM104212 MAPSCO N096F FORT WORTH® a CITY FORT WORTH, TEXAS z H TRANSPORTATION &PUBLIC WORKS Z 0 0 U 2022 BOND YEAR 2 CONTRACT 11 WAYSIDE AVENUE (SOUTH) } BETWEEN W. BOLT ST. AND W. DREW ST. o Z PROP. PAVING PLAN AND PROFILE m STA 5+00 TO END N _ N 725 .. ATE sxEET p U DRAWN LDw S 1"=2p' DDECEMBER2024 74N 137 N :f39 675 I c Ime O O F mJ— �z RTCT OR ITSs.w.Y:IDf Azf m rAEH[EMENiof ANV NEW mNSTRURONo CALL BEFORE YOU DIG!!! 1 org Texasell or 1800-545-6005 6TA 10.0413, 3046'LT WAYSIDEAED CL W _ ETAS 503, 3042'LTWAYSIDE HVE CL LOT G LOT2 LDTL ` nu W CURB RETURN CURB RETURN MATCH EXISTING TC 68062E a MATCH EXISTING TC 68001E ov Ricr T,TNFEEADPOWEl IN N Q D IT T. w a�a pGf'iog Bro111TDE AZE TA 1z+ 10EWLT wAYsmEAvEa N a pr STA-4111, 1111' iAW VSIDE AVE CL s 6422,4 'I 0 W Z x wArslD CURB RETURN MATCH EXISTING TC 677443 DO _ STA 121121, 1111' 1 WAYSIDE AVE CL 1 p N 1 GALOT1 ^m u..m elm mm Nm CUTC Rl 6]]]3E ' > IPROPOSED ttPEP-2RAMP I °' uF 16� Ilalp Flo („lo ,lo I ETA a+49 6,sssE L um oeirec. vas Nlo <I.^. rlti 1�1^ I 2i fff---ttt .8963 55 LT WAYS DE AVE CL — r -- — '1 REMOVE AND TA 9.89 56, 15 50' RT WAYSIDE AVE CL CURB RETURN MATCH EXISTING TC CPKEf_ v STA 10+04 US, 3238' HT WAYSIDE AVE CL CU MATCHEXISTING RBRa1,9: LOT16 RCP, LEANE9 E1—II;I REVISIONS CAUTION ° 8 D¢cSO A DExoum N. z unlDx T111D1z1x4 X OVER EAD x � D POWER 3 Q mE SERi0N1385Y LI.PN..Q U I D D I TY PAID UNDER UNIT 1 {� ,s.e.rs=�e L�,e mrvnoii.s"e r-zTzso FEE CLoposeo VALLEY LEGEND o OTER `:,X„ss / PROPPAVEME o _♦ OR UNIT III TPW BASE BID STA MAN" el 1 p0.0P 4W (N00.TH) — „' �CP p65 PAVEMEM PER SECTION U ADIUSTMENTMIN OL CII 3 UN T313 z m� E }B 1 PA e I of WAYSIDE AVENUE Av of a5THE N AT A �6614 WAYS DE AVE CL WRH3 EASPHALTTYPEDPERN MATCH NSTR NGOTP SECTION32 12 16 /N 693984545 iNIPA EMEN DEPARTMENT �� E 3219J319 O AL—PRI]ATIR 'rMu�nmM —TER — — '1 ' j WRH3" 32121TTYPEOPEP UNEMP'OVEMENT/ RION 321216 PROP CONCRETE DRIVEWAY STA 1-73,, 15 ED' AT WAYSIDE AVE CL WA m�� 'mw 1 - CURBRETU0. :I> i..aaznm +l0 11 PROP CONCRETE SIDEWALK REINSTALL LEADWALKLEUR NE DECORATIVE STONE ,giuveExnr „Om jam][/} PROP TREE/BUSH REMOVAL LOTS 5 LOT6 / PROTECT 6ISTING }'.\ (SEE FORESTRY NOTE al) STA 10+3523, 3241' FEEWAYSIDEAVE CL LOT7 DPR.cr 3 / OVERHEA POWERP LE RETIRN PROTECT EISTING R�movnLjsFE FoxEsrnr rRo.e azl ALES Rarw Exls.wGTc _ DeEWcNNFX D 1, 1371'PT:W s< a PROP 6�'comcRETE cu STA 12+5171, 15 71' RT WAYSIDE AVE CL— CURBRE °wq:_T ° D3wa=oEAxE MATCH EXISTING TG 679.3E+DRESIRYND f l f ERIST PAVEMENT EDGE NOTESRS 1 ALL MALBOXESDTRADITIDNAA BRICK, MULTIPLE USER(E 1 CNV APPROVAL OF THESE PIANSIS NOT APPROVAL T.=E OR0.EMOVE CItt �ipT E+9 TREES, THE CONTRACTORS OBTAIN A ROW TREE PERMIT FROM FAR CItt 7 ` TO THESAME OR BETTER CONDITION AS FOUND PRIOR FORESTER PRIOR TO PRUNING OR REMOVING ANY CITY TREE PRUNING REQUIRES TO CONSTRUCTION CONTRACTORTOCOOPDINATE USE OF ISA CERTIFIED ARBORIST CONTACT 817-392-5729 DR 81]-392-5739 DR TY STAFF AND PROPERTY OWNER ON LOCATION ITS@FORTW RTHTEKAS.GOV(CITY CODE 33 LK7) of IIVIREEPERM ; oAVIDA LFsuE WAYSIDE AVENUE (NORTH) 2 °EEs„E ALLEDMAR�x DNTRARDRTO'TAKECUTSIDWALKLAYO�AND xPDSETRUE Roo' PRIDR WITH SETS FOR ROWTAT SUMMARY TABLE AND PARD 2 DFD NG FOR NEW „IYoe17 90R E,$ GENERAL NOTES FOR ON SITE CO PROCEED AS DIRECTS BY PARE yAU, zD A. fnvfcrR A Sip Tow o DIO CONSULTATION AND PPtt = au_VERT i lit SCALE PROFlLE�11 III III F" I II I I III II I III I III III I I II IIII I I O O rn W Z u Q \ Mil +Ex ��VSTROW ART II RT+ RT TC ROW I WRT 1 - ART EXIST ROW LT T RTTC l l i2H%ET _ITS i LT L__L I �7�Rr I L — m� _ Jf 1-IN alto ��� °s F� + 11+[�i I tTu "I' 13 UO 1. CONSTRUCTION NOTES oA o° .R RIL REMOVE AN. H-CREFENTE9 690 s PROTfCT ALL MEET SIGNS AND Posts UNLESS OTHERWISE 10TE1 HID SEPARATEEPARATEAYI TRU roar WORTH WATER DEPT.-FIELD OPERATIONS.................. .............(R17) e�� R-azss FOR. WORTH rsw2 (MG Bn-I'll .. .. scElEOrxELcc.. ... .(R37).211s4e3nR "lEEo1e233.213 43 cHARrER COMM 181>fsmsxix'DO ALL OTHER IACHIPlES..........................................................................—DI6-ISS HORIZONTAL CALCONTROL 685 CONTROL POINT a64 coNTxOLPDINTa65 N/6939xs N/s"aRS 939885.23 E.232199673 E. 232A6765 ELEV E8149 ELEV 67959 CITY PROIERa 10421E MAPSCO N0 968 .y FORT y� Q 68D Wow® CITY EORT WORTH, TEXAS z WATERR DEPARTMENT O 2022 BOND YEAR 2 CONTRACT 11 WAYSIDE AVENUE (NORTH) } BETWEEN W. BUTLER ST. AND W. BIDDISON ST. o z PROP. PAVING PLAN AND PROFILE m STA 9+00 TO END N _ w675 E. ATE sxEET N O + DRAWN LDW S 1"=20' DDECEMBER2024 81 OF 137 N 15m. im FA1 MATCH N 693 19258 E.) 1.6E0.93 I � �R )P+-.'GULT $f - DENDDm NDz REVISIONS DaTE N fIT; arlor=o=. x CAUTION: CAUT G Q OPR EAD Q fSMATCH EXISTING NG99PLTBOLTETCL c a vxT AVE6 EXIST GAS OVER TAG wavTIN �EL I f / LOT I3 AVE STA 4E330], 1350'LT BOLT STCL IOF L\ QUIDDITY f 0.B PETURN "LOTl2 MATCH EXIST fi WAV$ID AVE (SOUTH) N PROTER EXISTING RAMP EXISTING \ (rTMPA 1H)42, 136o'LT rOIERFEA.LIGFTP.LE w� II WATER LINEIMPROVEM�ITS I asoomwxnl�Nar�onue, s"veiio:�o,°woax,. ,�00 .�. / CURB RETURN BOLTS / 1 S LEGEND - � w UNIT III TPW BASE BID 4rao --- I-EME� M R ONE 12 Ux N V D S — - — Tam �—=�� — - — a t — � — DIRT tii vuRN ui o V BOLT IT W. BOLT STREET „� a WRH3"ASPHALTTYPEIDPERN //// //// /�// r�//// //// //// [/// t /r //// Ervoco183 BBOUT U oN SEcrIDx 9z lz 16 MATCH EXISTING TP ST CL Ni PEPARTMENT E 2326"SD6 iNIPA EME WTH3"ASPHALT TYPE D PER ! CP! STA 38.48, 135URT BOLT STCL [[(( yifj. 1py PR OPCONCRIIUVEWAY CURB RETURN ❑ I — — — — f f ATCH E%(STING TP PROTECT T OVERHEAD E 114,115 DLT ST CL $ OVERHEAD POWER POLE PROP CONCRETE SIDEWALK STA 1+33]8, 3]83' RE BOLT ST CC CONCRETE CURB AND 9 MATCH EXISTING TP W r = CURB RETURN LOT GUTTER TO PEMAI N AND PROP TREE/BUSH REMOVAL ILOT Z (SEE FORESTRY NOTE#1) R TO Q f MATCH EXISTING TP C c SHALL BE P0.DTECTED e <EFRT B MCEANDRIVE TO C E Q o RaMOVAL(SEE FORESTRYNFITE p2) 611111, QDvaTC BLANT BLOCK 5DITION DPRTCT PROTECTED IrvP�LB WQ i PROPS UNE U w A1DL me cwT avE TO FORTWOTH PRAGE ^1W wa SRX AVE /� OP6"CONCRETECU 2 VT 11TC.TI " — — — — — — Bi >Q — EXIST PAVEMENTEDGERB OL �0o % ,IMIERI ITl,T1� �NONII MErvcE 11 NOTIFICATION SYSTEM CALL BEFORE YOU DIGIII osg Bl l Or11-BDD 64 I 11 11 w NOTICE: THIS PROFILE 15 FOR INFORMATION PURPOSES ONLY. ALL GRADES SHOWN ARE APPROXIMATE TOP OF CURB ELEVATIONS SHOWN ARE RASED ON EXISTING CONDITIONS. EXCEPT WHERE E%(STING CONDITIONS SHOWED GUTTER PONDING ALL PROFILE GRADES AND ELEVATIONS SHOWN DO NOT CONSTITUTE A PROPOSED DESIGN AND/OR PLAN, AND ARE INTENDED EDR GUIDANCE ONLY TO REESTABLISH ROADAAN RE EXLEADT 'ENRENT OF E �BN N. 'THE, ADD SUFFER SHADE, -- F _1__FI W BOLT STREET i —IT TE LA Z _4G 740 1 _ i'B 12B�s: I _IT goI 1 E%IST RDW Er >F 735 .u+.s:,ra.,�w_ww„vb�wxe,ne�e.r.xDe..�,"w,..�rw„,mu+az�.a.�ov�»va.-aw.ne„oe�wwv-n,r,mw.r LLL UU ikkk111J �tipT �E 9s QX e 1 CONSTRUCTION NOTES �pROFlLE SCAlE VERi 3 ALL -ET RADII SHALL BE 15All LL ALL PAIRSHALLNEI'UNLESS O1H1R SET HE T:N ER FIVE THE ANYR._LARGERTHAOTHERWISE 'DIE'Nx DIAaEEaHE a..b..) FOR TREE NR_XNU' DETAILS 750 rz 5 ROTEET ALL STREET 11GN5AN. -rSUMEs THE—BENOTEOWO 6 E PAVI P moN 'HE UAEXUUN FORT WORTH WATER DEPT.-FIELD OPERATIONS......._......... .. ... . ...................RI 7) eii a-azss .......... ATVI .. .. 181)I.1 A38a ENCDR GASR& ELECTRIC .. .... .. .. IRCCTElEcrxoNE. .z.eDD.z33.zvss .... ..... ..... .... .... .....levl aaecal9 i GALLDTHHA0Z`ERFAaLM am sD9 B1)1 EXT 33B3 L _ mes.........._........_...................... .......... .....1amD1e-TEss 7a5 NT HORIZONTAL& VERTICAL CONTROL N BEGE1 CGNTROLPO #B1 ED N GREGPi PO1NT#B2 /\- 936 EESL 9533 52 E.13)196831 Ez321S99s2 19% 1 ELEV )4] O6 ELEV 73S 98 CTY PROIER#10421z MAPSCO N096F a39z I I I I I I I I I I I I I I u R, CITY OF FORT WORTH, TEXAS FORT Wow a F- WATER DEPARTMENT Z O 740 2022 BOND YEAR 2 CONTRACT 11 j W BOLT STREET } JJ BETWEEN MCCART AVE. AND WAYSIDE AVE. o Ism re PROP. PAVING PLAN AND PROFILE m STA 1+00 TO STA 4+62.17 N N S__i _ 35 N S4U DRAWNLDw IS 1"-20' I DDECEMBER 2024 18950E 137 O IGi9 an mm POP ITOWNSEND DR Q yII �I PARQUE UNIDAD/UNITY PARK Z'1 I LOT' `^ 3169'LT BOLT Z STEL STA 11198.23. 2819'LT BOLT ST CL " Dx'rcT 83 C,v CURB RETURN CONCRETE CURB AND LTDwxssxo DR TC E STING TC GUTTER TO REMAIN AND f/LLBE�RE=/\ S ` S6B6, 13.E LTBOLTSTCL�.—� CURB RETURN )(\N Z Lip y'%�\\ MATCH E%ISTING TP PROP EWBOLTST� l u..J ° E y_YI 12- W. BOLT STREET SDP a �--.— R1 1 BOLTNT nr. �a� sea.W rv_n 1 MLN°LME.xNTDFAN.MTRLL�N° M 11 NOTIFICATION SYSTEM CALL BEFORE YOU DIG! I I Texas811 or 1-R00 xa N`5. -43-6006 STA 12,15 BEE, 13 SUIT ROUST CURB RETURN MATCH EXISTING TP I v L�WTO CTEXIrNG P �r.uieEeJ x�rew ) EEE SHEET22 FOR PROPOSED STA 1212.00 ] 23 ]9'RT BOLTST CL I�WyATER LINE IMPROVEMENTS f CURB RETURN STING MATCH EXISTING TC CONCRETE DRIVE TO FAD PO POLE flBRAIN AND SHALL BE WERITYPH TA11+99001,3001'RTBOLTSTCL P OTECTEDHYP7 I T ST C�ETUR `Fx_6 v cavaL TPITITD°a W BOLT STREET SEE SHEETS FOR GENERAL CITY PAID NOTES 1-9, FOR SPECIFIC PARK REQUIREMENTS.FRW�7 AI E'OAAII .0'LTAAGA CAUTION: / OVERHEAD TE POWER 8 - U PORARYCONSTRUCTION FENCE, ATE ISEE° IuI RU cHpIN UNK(PAIO UNDER UNIT27 e ETCLF RRICADE WG HAMETAIL / / UgOOED EOTRM OR )) DUAL NACCORDANCEWTH TU0.F l. APP E NFORCEMENT MATMANUFACTURER \ SLOPE E ST XISTSLOPE —/11 MATCHE0261STA 7118 BOLT ST CL GTP J '� y 1TIM ANCHOR L N 2322ELD 46 TRENCH ITYP) ,PROPOSED COMPACTED DECOMPOSED PAVEMENT GRANITE BACKFILLINSP)(TYP) I, TURF REINF%!MENT MAT _ ANBET ROD WITH PROPER: n. NNA M TORAPPROVEDEQUIVALENT r INOR MANHOLE ENT ADN 10' \STA 1371I11, 11 1lRTTBOLT Si IL Q sII MATCH E%ISTNG TP \T—RAkI CONSTPURION FENCE, PAID UNDER UNIT 21 :... .o �.owx Ex.oEw O DOUBLE SWING PIPE GATE N.T.S. :NOOMEN MIEN E■ENNEN MEN N■■ MEN ■■■■■■■■MENEM ■■NONE I MMMMMNMMM MEN EN ■ ■ ■■ENE■NONE ■ ■MMENNEM ■■■■■ ■■■■■ ME ■ III ■■■MENENE■E MMMMM;MMM;M;■ ■■■■■■■■ ■■■MEMO■mommoomm MMMMMMMM I ■■ mommomi ■■■Il■■■■ IN ■■■■ ■■NOON■■ ■■■■ENE■ NoIII MMMMMMMM MEN MEN ME ■■■■■■■■■■■■■■■■■■ 1�4. EN ENEI:NNNI ■■■■E■E■EE■E■E■E■E ■EEEN■ mmim ■■■■■■■■■■■■■■■■■■ ■■N■NE ■� ■M■�MM ■■ ■ M■�N No ■ ..■■■. M■�■� ■■■�EM ■■■I�l■ ■� No N■ • ■■■■■ NO■� ■.■■.■■■ M.I1111 MMMMMMMM ■■■I NONE IN 1._ N INI MN■ IN11 1111 1111 IIIINI:IIIIIR MEN :1111111 No ■■' ■ ■■��\� 2 I•M_M_E■M ■■I/ MEN E ■■■NOON■ MMEN■M■NEEEMN■EN■E ■■■ ■■■� NEENo ■■■■■ ■■■ MEN ■■ ■ ■■■■■■ ■■■■■■M Mi N-101111ii2 ■■■Il■■■■ ■■■■■■■■ ■■■■■■■■■■■■■■■■■■ ■■■■ ■■■■■■■ N EN ■ ■■■■■■ EN N INNN ■■■■■■■■ MIN ■■■■■■■■ NI EN ■■■Il■■■■ IEN INN ■■■■■■■■ N NN ■■■■■■■■■■■■■■■■■■ :N: ENEIINNNI imm NONE N NNE No NOON■■ NINN ;...■■. EEMEEE ...NOON■ ■■■■■■■■ ■ ■■■■■■ ■_ N■NEE ■■■■■■■■ MMMMMMMM ■■■■■■■■ EEMENNEN ■■■It■■■■ N■..YEEE■ ........ N■EEEEEE ■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■ .NOON■■ EEEEEN■ NINN EEMEEEE NN 'M.. : EN MENEM '■■■E■MEE NINN 'EEEMEEEM EN '■E..■■E■ NN ENE:IENE: NNE ■■■■■■■■ ■■■■■■■■■■■■■■■■■■ EEMEEN■ 725 xu+.:v+asxmumwnw"�x.ime�a:�u.xzw"x�...wovxmu+.:xaooeaoo..�ix�w-aol.:,aw o..mw.-n3..mwx REVISIONS o � DLxcunlDx 8 ADDsx°uMxoz x � 3 � L� QUIDDITY LEGEND PROP PAVEMENT UNIT III TPW BASE BID 11VPA NTPW ALTERNEATE2ATD E2D13 WRH3 ASPHALTTYPEOPERN DEPARTMENT NNE IT iPA EMENPULVEAN W RH 3" ASPHALTTYPE D PEP PROP CONCRETE OIR/EWAY M■NEM PROP CONCRETE SIDEWALK PROP TREE/BUSH REMOVAL (SEE FORESTRY NOTE Kl) REMOVALISEEFORESTRYNOTE a21 — — 110 E-UNE OP6"CONCRETECU0.B EXIST PAVEMENT EDGE DAVIII CONSTRUCTION NOTES z RADIISHATBEssAIAIIRIIIIAIRAUIIRSHATRes VNNEssoixefl ISE es FoRTREEpRo 740 s TO ROTECT AT STREET SIGNS AND PRODS UNLESS OTHERWISE NOTED UO SEPARATE oP SEPARATED IT I CONTRA 'NEED A'RT . L-BDDe7aenl FORTWORTH WATER DEPT.-FIELD OPERATONS......._..................................... IT 7)R]1-a2R6 (817)B7.B1DD ATVo' ENERGY.. .. 1 11215.4366 D.ELEP ONE. . _ _ _ ,8 )--.2-3 CHARTER... Bnszz)6IILTTRA3 ALL OTHER FACIURES....._......_..............................................� DIG.TESS HORIZONTAL & VERTICAL CONTROL 735 CDrvifloL INTn72 5/R" RIO PD E..11710200 ELEV ]338 e CITY PROlERM10A212 MAPSCO N096F Q FORT • CITY OF FORT WORTH, TEXAS ''r WATER DEPARTMENT Z 730 0 U 2022 BOND YEAR 2 CONTRACT 11 W BOLT STREET W BETWEEN TOWNSEND DR. AND EAST RAILROAD o Z PROP. PAVING PLAN AND PROFILE m STA 11,50 TO END N _ N 725 E. ATE xEEr p yU DRAWN 1DW 5 1"=20' DDECEMBER 2024 925 OF 137 N J.D.. LOT 16 D.PRTCT I °q3°owRI,$m °a,xTow=ErvO R X LOT 17 LOT 1B 1.11 LOT 2D —11 LOT 22 LET23 DPRTTT OPRTCT DPRTCT °` DRTe 'Tx Daici E]3 DPaTCT R DDPaTCT mzemwrvsLxO o W aox°TOwnssrvo oa o W °ozRTawxzsrv0 oa mLe mFIApNT gSBRC film °ou Towrvs[rvO Da °ocu rowxs[x0 on TOwxsExOD, rREMO REVISIONS CAUTION o L I 8 A DErvoum R.2 D¢cuvrlox O ERHEAD POWER z � L� QUIDDITY -- r- - -- -- -- - 4 O m T �+ O1 cy P fT�WNST DO 17 ,II IIIr w -.-0 .UF'M II 2 0�1 TOWNSEND DRIVE z O �.-i , ../ w o., / o-. a. / - aREMOVE AND REPLACE EXISTING PARK SIDEWALK CONN ECTION. 8 FBIcoCTON I SEESHEET 26 FOR PROPOSED J Q �M 32 1.J{/ VEM LINE IMP ENT 1zV)UE' !S "N',R — — — — — — — — .�KN..,N. A DR wSILDs2]/D528 PRDTECTE%ISTI YERxEADNGxTPD� NG j CONTRACTOR TOMATCH EXISTING G G CURB CUTSTO ALLOW DRAINAGE PARQUE UNLOAD/UNITY PARK FROM 11111 STREET GUTTER ITYP ) PROTECT EXISTING SEE SHEET 5 FOR GENERAL CITY PARD NOTES 1-9, FOR SPECIFIC \ \ovEflh\°uGHT POLE Tow sExooa PARK REQUIREMENTS Co ENTOTAN ONST —ONIo mMEXA5811 NOTIFICATION SYSTEM CALL BEFORE YOU DIG!!! o5a 6DD5 TOWNSEND DRIVE PROFILE SCAU THIS PROFILE IS FOR INFORMATION PURPOSES ONLY. [ALL —DES SHOWNAREAPPRO%IMATE TOPOF CURB ELEVATIONSSHOWN ARE BASED ON E%ISTING CON WHERE E%ISTING CONDITIONS SHOWED GUTTER PONDING ALL PROFILE GRADES AND ELEVATIONS SHOWN DO NOT 141 TE A PROPOSED DESIGN AND/OR PLAN, AND ARE INTENDED FOR GUIDANCE ONLY TO REESTABLISH ROADWAY o — o + ti T 738 OR ]35 T Q Q %lam— v~i EXIST Row L 11 1-4 Z- - EXIST ROW RI G I� -UAD%RTC--� 730 �13MLT 730 72s sE�o t ##t 72S R 6U yJU 1(11JU 11+UL 11 EAU 633 UU lA 4U s s A s #ttl{i#1—F-F4 1- 4-_[� # 1-2�1—F-F�:-1—F-F� LEGEND PROP PAVEMENT g_ RA -II FILE M11V313 PA NTYPTPW ALT "E%,E2AT0 T WRH3 ASPHALTEOPERN UNIT I WATER DEPARTMENT WRH3 3'PHALTTYPEDPE0. PROP CONCRETE 00. VEWAY PROP CONCRETE SIDEVIALK PROP TREE/BUSH REMOVAL (SEE FORESTRY NOTE Kl) RIMCI ISEE FORESTRY NOTE P21 - - PROPERTY LINE EXIST I—EMEN EDGERB l -ix, �E9s a IE.] -zD EFF aDA MP♦.:��T •�11191Vi L CONSTRUCTION NOTES LOANDREL—EENces 3 RADIISxAu eE LSA oau DRMEwAV RADIIRSxAu aEs uNLE55 oTx[RwI�N I FIRE PROPOSED NII SKEELED AT THE TIME OF FIELD VEY THE sTE RoiEOAOSTREETSIGNSANDPOSTSUNLEMI)THEIRMSENOTEDINO 6 I BITTER CONDITIONTHE SFL2CRlRlHAlFFNTXET,�&N BROPMANNI AT SIR ATST . x-Booe2aenl PORT WORTH WATER DEPT.-FIELD OPERATIONS...... .................................... lenl BT1-azss Ian) e21-e1DD .. .. H')21s °3BB oxmncasfla ELEcrRIc.. .... .. .. Txu ENERGY .. ... ... lan)nssna saCTELEPxoxE. am .lei]l a3ecarls CHARTER M. 509 6n1 E%i 1163 ALL OTHER PAalmes.........._........_.......... ........... ....................... _.......aoo-m0-TEss HORIZONTAL & VERTICAL CONTROL CITY PROJECT M10A212 MAPSCO N096G FORT WORTH® a CITY TRANSSPP FORT WORTH, TEXAS ORTATION &PUBLIC WORKS z O u 2022 BOND YEAR 2 CONTRACT 11 TOWNSEND DRIVE W BETWEEN FLINT ST. AND W. DREW ST. o z PROP. PAVING PLAN AND PROFILE m STA 9+00 TO 13+00 N _ N ATEHEET O 00.AwN LDw 5 1"-20' DDECEMBER 2024 9850E 137 N REV STq'i SHnw.FHE "Irs i H 6 w��xrvONS DATE "R N STA418416,1550'LTWDICKSONST— I LOT 12 CURB RETURN O VOLUME 204-A, PAGE 76 STA 4+7178, 22 E5' LT W DICKSON STCL j CAUPON' 8 ADErvoumrvOx Lz/Lo/mxR X I. CURB RETURN 1550 1141 RR- TCL vD DarcT E<x pROTER E%ISnNG PRTCT Ioao "AVE STA 4r3730, 2257OP ALLEYGUTi CUflBRETwRN OVERHEAD Imo' MATCH E%ISPNGTC731532 DICKSON STC c , MATCH EXISTNETC 73t POthER I Q BEGINCSTA 99DWDC I 71WODRBDRETUCN � a ~ SEESHEETI301CiPPOPOSED MATCH EXISTING TP CONSTRUCTION I)a1iAmEsavE N OVERHEAD POWE0. POLE CU Z s I N WAJIE0. LI LEI `OVEMENTs m MATCHpEXISTING TC 722.101 + Q z I L\ QUIDDITY N �_ E z3zA9A69s N N PROTECT EXISTING COREPIACEMENT - BEGIl«A306 PE !!!!I OVERHEAD POWER POLE CAUPON. asoo m°°°.�nxax:: on�s"ronworzry T�:. fiuTl°sez z-se.iioo C. FULL 46 Sy N2%LT LN CRO55-SLO - �O li �—" EXIST GAS S -.— PAID UNDER UNITl BEGIN 3%RT LN CRO55-SLOPE K=j m iii __ _ 1 cP we6 STAA 424:64, ssso'Lrw D¢%soN STa _ LEGENDeS i ( 21N 15 ro CURB RETU RN .a O SA m W END 3%PT LNCfl055-SLOPE °., O PROP PAVEMENT O BEGIN 0.T LN TRANSIPDN UNIT III TPW BASE BID Q6 RE83fD�RETP I-EMENTPERSECTION OPE• —�I 321313 U ` s%CROSS-SLOPE �— �YsTA S SL ryas' a3 Nc ao"[ BEGINS%RT LN CROSSSL UNIT II TPW ALTERNATE BID rc o N LV W. DICKSON STREET 5I Z 0 GUT I2156 — PpBJ SEH3. EAEASPHAL PARTMDENTfl GUT )21 4 GUT )21 S0 I L O .7 1 FS = U_TISECTION'21216 w W ` .I/RIBBDNnYDD NCUR .I J a 0 W H SPHALTLVER7aER WRH3 ASPHALTTYPEDPER N i EC 72184� EG 72174� EG 721 m STA 4a24111550 RTW ICKWONSTCL CURB RETURN �I _ '\ SECTION 321216 w STA 1t3009, 1s 50'RT W DICXSON ST CL J1 1y 1j PROP CONCRETE DR VEWAY Q _ CURB RETURN CR — G > _ I'"�'�""'"'�"NPEP�IMMP PROP CONCRETE SIDEWALK 1i HEXISTING T 137 ^'o PROTECT EX Si o •1 6'CURB TRANSITION FROM FULL MQ SEE SHEET IO) WOODFENCE N HE GHT I6"1 TO FLUSH IO") STA 413861,1998'RTWDICXSONSTCL 8 Cm ^' 2 GRADE FOR POS TIVE DRAINAGE G,^. CURB RETURN PROP TREE/BUSH REMOVAL ON CUflB (SEE FORESTRY NOTE wl) BBONCIAYDOWN L STA 4+ 61,3002'RTWDICKSON6ICL- LOT24 n 3 CURB TO BEEPAIDRAS N RETE CURBRFTI. 6ULT WDH PARD IRIORTO ��:..AIA ., —I REOMOVALISEE FORESTRY NOTE p2) CURB AND GUTTER C PROPOSED MOD TYPE P-1 R.RP — �� FpePfgw1 ns L C two mEn suo C z - 15 SEE SDHEET 107 PROPERLY LINE 1 1"TT FUEL W CURBRE URN EXIST PAVEMEN EDGE0.B D,a RDoDAY W DICKSON STREETLL � AcIDa T AYHZ.T�x NN L«N�Lflox - B R ROFlLE SCIlEUCTION NOTES TD rENEr D I CONST LlEXA581]NOTIFICATION 6MlEM U:rn it �rRON oI o�EPARAP TE AYE IRIL REMOVE ArvD RESTORE FErvc[s DCALL BEFORE YOU DIGIII IIIr — — : ALL STREET RADII SHALL BE 15ANDALLDawEwAY RADII SHALL BES UNLESS 0111 LSE Texasell NT180o5586005 w VC I IA.NT E- 40607 A?� 43 70. THE PROPOSED NIGHT OF -WAY, EXBTEDATTHIE TIME OF FIEUDSURVEY THE o EP R TO 735 5 rt PROTECTAusrREErYSRiGHs nxoRovosrs UNLESS orxEaw sE xortolNO m x m>> - E—I I I Ts3%RIII 720 THEDONTRACTORSHALLronTACTTxE wuOWINGATUM— ..URSPRIORTo EXIST ROW LT r _ EXCANAL-ATEACH Lounox - e7ae7II s J Aral . foRTWORTH WATER DEPT.-FIELD OPERATIONS......._......... .. ... ........"' T1-A- p war, ENEF.&Pw 18I7)arI-Bloo \ - -I 1 1 ioY LT -- o6LT ATMos FN .. .. _ I OxcDRGAG .. 1 1 OSA%9T 088%LT r - TXU FNFR T— IU55, J— 1-FQ0.oG TE5G o 6a - T AuoTxER facLn[s .. .. .... .. .. 181P ...1 1 _ EXISTROW AT p0%L POINT HORIZONTAL&VERTICAL CONTROL �F F 730 CONTROL w86 CDNTROL I ., 5/8"CIRS 5/e.—PD E.2324089 )0 E. 232449E 78 ELEV 72234 ELEV 7212s e CITY Pf101ERw104212 MAPSCO N096G % 28352 F FORT Wow F— z ® CITY OF FORT WORTH, TEXAS WATER DEPARTMENT 125 u 2022 BOND YEAR 2 CONTRACT 11 W DICKSON STREET } BETWEEN JAMES AVE. AND RYAN AVE. o z PROP. PAVING PLAN AND PROFILE m STA 1+00 TO STA S+00 N _ N 120 E. ATE SHEET p D0.AwN LDw S 1"=20' oDECEMBER 2024 103 OF 137 N REVISIONS DATE -XIN. 1 A, A EZT�ON H�A��U '4� A NAEll 11 11HEII A-, A, F- A E. ,TNTIIDN LOT 12 LOT 11 LOT SO LOTS LOT) IT A HI I A P. Lore "I 'H L F P� 1=10".Z.T 10 T"" 110 Tw" LTL 11 XT., 7��T.l IS. .1 OVERHEAD )ITIT .11TIT I T IT 'T'T ITIT F.-T L' I1.RTW.RTPOWER STA 1,15 AD 30 OUT F XTE AVE CIE 0 FCU 1.11 H AU. ..All ""c".'j'_ REMOVE HIM _JSHION PROTECT CHAIN QUIDDITY WITH PROPOSED TYPE Pi},Wf� ITT "' I IF . FU - EXISTING REPI NO TIC , '."D RAMP AND NIXIE 1P SEE, ERE W 'ONCE LEGEND 4�- �7 ED T I PROP PAVEMENTrs o DO UNIT III TPW BASE BID D, 6-11INIFIRCEI 11NIARTE 11-11EIL 5TA1+3010,155VILT11.111 FAVEM X1`PERSG7N0N BEGIN CONSTRUCTION 1J11 11T111 PROP 8TH AVE KO �7 _\ H = .1 -P U =RE N N— "�' - I I - - -1 ATEBD E 2324475 36 LLIT TV 8TH AVENUE W HE"ASPHAUTTYPEOPER F 7 L -A I SECTION " l' l' Tv- U IT I WATER DEPARTMENT u 11 �PAVEMENTPULVER10 W AE"ASPHAUTTYPEDPEN "C"N " l' l' OVERHEAD DO ' FIT I PROP CONCRETE DRIVEWAY PROP CONCRETE SIDEWALK JIROIECTWRG G T 'PIIE' 'GE PEP _' RAMP IRON F N E �B U EE' I IT. AVE IL Ln PROP REE/BUSH REMOVAL CUR REFUlN' T SEESHEIT"2_. FOR INSTALL TLAA� ED SI EEtA JH (111 FORESTRY NOTE Ill PEINAAKENT11PRALT \-STA 9 4 15 5VAT ED-1 AVE CL PAVEMENT 1EPAI R TYP B PER SPEC 32 0117 1 _PR CUR RETURN TY MATCH EXISTING TC FIR P.ECWATEA OR APPROVED ECIUAL PANELS) 'I"TALLEY, 11 TO CONSUETWTH PARD PRIOR TO LOT 13 PDT 1,l DO IS LOTo B IMPROVEM LINE IF IU FORUNCEN EM "gol' 1 JFFIV��U '� i ENTS IT 17 EA LF REMOVAL (SEE FORESTRY NOTE 112) ALORIO I UAR I �LIONZTROAE' I- PLINCE'l. 111A�IkHIAIIE E ",12.. PROPERTY LINE I.F-ETT-111 IT -1., TX .- 1 1 'IFF 1" 0, 'DT1'T15 1Hl1E'I'.T1'T1APE Ill ED E 1� 11, 11, F�l 1�11 11 No, E22COT11- E'4�T. I`- - 1 11 PROP I CONCRETE CURB T T T T T , T TC, EXIST FAVEMENT EDGE .1 ICH E I., YET .1 7 OR E AlY E ITH E Al I - All 1 TH E 1.11 ATI AVE NOTES, FORESTRY NOTES 10 ALL MAILBOXES ( RADITEDINAT BRICK, MULTIPLE USER) TO I C17 APPROVAL OF THESE PLAINS 15 NOT APPROVAL TO PRUNE OR REMOVE CITY TREES THE 8ER REMOVED, ED, SALVAGED, AND REINSIALUED IN KIND, TO CONTRACTOR SHALL OBTAIN A ROW TREE PERMIT FROM PARD CITY FORESTER PRIOR To A THE EA ME OR BETTER CONDITION AS FOUND PRIOR TO PRUNING OR REM "VING ANY C T`TREE PRUNING REQUIRES USE OF "A CERTIFIED ST CONSTRUCTIN CONTRACTOR TO C11RI NATE IFT! CITY I FACT 111112-1729 DR 817 392 5739 OR CITYTREEPERMITSAR FORIWO V F DAVID A LESLIE STA" AN P PROPERTY OWNER ON LERAT ON ' (CITY CODE 33 E6,7) -I. REINSTALLED MAILBOX 2 CONTRACTOR TO STAKE OUT SIDEWALK LAYOUT AND EXPOSE TREE ROOTS PRIORTO PDRETING 8TH AVENUE 2 SEE SHEI FOR ROW TREE SUMMARY TABLE AND PARD FOR NESIDEWALKS, CALL CITY PARD FORESTRY (817 392 5729 o 5739)FoRoNSITE R GENERA ENERAL NOTES CONSULWTATION AN B PROCEED AS DIRECTED BY PARD FORESTER AND TRW PECTIEC7 MANAGER T CONTRAFTERUPIR CONSTRUCTIO N NOTES lit 01 ALL ""NG"U"'S"N'T" FILE ""IN11111T 11 ANY NEW T CES,ECTININGWROUSAIDIFUCTURES TTI I I A' RT"'MP.RARI11EM.VEAN.R-RElUNC1S 111" 7�1 U.-SUMANTE-ZI F1.1 TEXAS811 NOTIFICATION SYSTEM CALL BEFORE S I wwwt!�8YOU DIG"' .11E 70. FEE PROPOSED FIGHT OF -WAY, EXBOSID AT THE TIME OF FIELD SURVEY THE T-0311 I, 1-FRXO =11 IR STRUCTURES XHLWN IN TH111 DRAWN11 THAI ARE WITHIN, IR ADDLENT CONTRACTOR SHALL RED IDERTY All ICATITS PER11 11 OINSTRUCTTIN ATTEE" 'FITECTE""' OTTE1111111TE" ' "A IRS�HECITTAET CHYDAE=A I E R TO CLUTIN. ANY F.STSEPTIEFUN AN TO A �1 II U_ 720 121 1, F1'.`�T: E E7POO EECDR.N 11ETTAA II R E E T I I E. I A N. — H N I E AS 0 T IT E EW I S E N C� D I N 0 SEPARATE -I EDA NOTICE: I I I I A-1 ISN' �1 AMR T,0,1 OH`A!T U 7 T�&AND A I E TO EXTBTING OR1,1 TCIONDEPON CT I DO TACT MAT IS ... U EXCANEURNI AT EACH LACATIN THIS PROFILE IS FOR INFORMATION PURPOSES ONLY. A'XT . 1 �OR'T WORTH WATER DEPT -FIEUD OPERATIONS ...... ..... . ...... ... ... ...... ... ... ...... ... ... .. (.11).7l= ALLGRADES SHOWN ARE APPROXIMATE TOP OF CURB ELEVATIONS SHOWN ARE BASED ON EXISTING CONDITIONS, E OR WORTN'D R.") 0' URR WHERE ExIsrwG CONDITIONS, CONETT SHOW RPU11 A— ELEVATIONS SHOWN DO NOT 1 71211 1EN SH CONSTITUTER ONS o W " ....... POSED DESIGN AN=RAPNODNADRENIGNTAELN'�PI�.�OLIE E 'EXIST 1-1 11 ==Y1NC_ GPI-CE.AL11U11 ROADWA 1 21EG THE PER 11HATISSU IAIE IF I I If- EXIST ROW I S�KUIEENIER" NE, 'I IS L 'P'"' CHAUUam - RE PITAFLIGHMENT."X'TOD STREET ANDGE ALLOTHERFACILITTES.. . ........ . . . ........ . ......... .... _-DI- + PET o HORIZONTAL & VERTICAL CONTROL 715 715ONTROL PCINT RE, 1 4- ITC I I i I i i i i I i i I I i i I i i 1 1 1 1 SC/."C,. -D E ' N ARE7302 26 RTTT ELEV' 7_1�`1` 7G z - _ CITYPECTECTII104212 M NO X-2B112 FORT WORTH® CITY OF FORT WORTH, TEXAS 0' TRANSPORTATION & PUBLIC WORKS z 710 710 0 u 2022 BOND YEAR 2 CONTRACT 11 8TH AVENUE ..< . BETWEEN W. PAFFORD ST. AND W. DICKSON ST. II z PROP. PAVING PLAN AND PROFILE 0 STA 1+00 TO STA 5+00 ED N US DD=. �ZW DDAECE.BER2.1I IN 705 F-4� 4+� 7 l.. Z+uu 'TEXU 107 OF 137 lm emirs/n&wan i ra BE ff _D F. D�rnrxs. ovmwu a,ac m eE a wAx. ix Au Irn.lsv+.o � p� x 5' umV B txs vexwwm) ( D,FFOP— r 'a —, ---Cf i—T- x II TYPE OPI-2 PARALLEL CURB RAMP (SIDEWALK ADJACENT TO CURB) `321320-D541 r` IT 9tttllL[ omen OVA m- ORT WORT m CITY OF FORT WORTH, TEXAS REVISED: e-1— SIDEWALK DETAILS (SHEET 1 OF 2) 3213 20-D46 Ise €w� ayye (im.) E rI pl .wxixc wxrma wTM w �A m oar, A. i, cc..- M. "BIBEC-o" , wowiAR RED )�Fi loll OR Br wxuo � wK ° Ro i B M B Ai 1Y me rt�9.micai (MAX.)) Bola WAK gmyglyEy ca+SmUrna+ SPEaDCAncxs) ��xeRe e waw.ux K�B "" Ar 88884888838 `FACE a CURB FoRTWOC"OFFORTWORTH,TEXAS REVISED:12-0&22 P— DETECTABLE WARNING SURFACE 32 13 20-D545 '�1 �DEwADr wA,~ w0�� R��I sEDDOHSID—K ADJACENT cURSRAU— — UNEAARR FOOOOT To BE PAID WlH SEPARATE BID REMS, SIDE_ -OCTAL FOR _RE O�RL. CITY OF FORT WORTH, TEXAS I REVISED:&10- 11V SIDEWALK DETAILS I[ (SHEET 2OF 2) 321320-D46 REVISIONS O p Oarr,A�IOxOR 6 A OExamxo x lxnearvx. x 3 Q R ,o L� QUIDDITY .�i uoom..re�nxai�o�ve,s•�,.xw•rorcworcrv,T�ii°i��ezue.xxno # O u �♦pl�E 9s DA Uln �4 oOA A�`��'�v( CONSTRUCTIOl' NOTES oi o0 .F R1 RE. —AN. REn0RE FENS NO— F. THE All PRIOR TO CONSTRUCTION TE ReiriAllnREri1—AHDR�i PRI OTHERWI,ENOnD,NO SEPARATE ICAVATIPAa:R'HA'CCRTA Rrw110AND AaAT�,T.1"UR=RRIDRTO DH ORTwMTHwATERDE-FIELD .................... „a, R FDRTWO—"- .......... AT.o=ENERD. B i12LI.1- DTEIP INE. 11 CHA.EF..M ,eln!sz7zl_ A1L ODIER rACRITEe....-_..... -_........................................._..... Ra DI0-TERS HORIZONTAL & VERTICAL CONTROL .-2Y OlERw100212 FORT WORTH® a CITY FORT WORTH, TEXAS H TRANSSPP ORTATION &PUBLIC WORKS Z O u 2022 BOND YEAR 2 CONTRACT 11 PAVING DETAILS 5OF6 0 Z O m N N O owawH iDw s NTS DDECEMBER 2024 IHII 137 N 0011 13 INVITATION TO BIDDERS Page 1 of 3 SECTION 00 1113 INVITATION TO BIDDERS Electronic bids for the construction of 2022 Bond Year 2 Contract 11, CPN 104212 ("Project") will be received by the City of Fort Worth via the Procurement Portal httgs://fortworthtexas.bonfirehub.com/nortalNtab=onenOnnortunities, under the respective Project until 2:00 P.M. CST, Thursday, December 12'h, 2024. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST at Fort Worth City Hall, 100 Fort Worth Trail, Fort Worth, Texas, Mezzanine, Room CH MZ10 12. 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/aortal/?tab=ODenODDortunities 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/24 2022 Bond Year 2 — Contract 11 City Project No. 104212 0011 13 INVITATION TO BIDDERS Page 2 of 3 To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: The major work will consist of the (approximate) following: Unit 1: Water Improvements 150 LF - 6" PVC Water Pipe 9,400 LF - 8" PVC Water Pipe 60 LF - 12" DIP Water Pipe 1,450 LF - 12" DIP Water Pipe 16,900 SY — 11" Pulverization 16,900 SY — 3" Asphalt Pavement Type D 7,700 SF - 6" Concrete Driveway 5,000 LF — 6" Concrete Curb & Gutter Unit 2: Sewer Improvements 3,000 LF - 8" Sewer Pipe 14 EA - 4' Manhole Unit 3: Paving Improvements 21,200 SY - 6" Concrete Pavement 36,500 SF - 4" Concrete Sidewalk 30,000 SF - 6" Concrete Driveway 22 EA - ADA Ramps Unit 3: Paving Improvements Alternate A (POL) 12,300 SY - 11" Pulverization 12,300 SY - 3" Asphalt Pavement Type D 8,000 LF - 6" Concrete Curb & Gutter 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 httns:Hfortworthtexas.bonfirehub.com/aortal/?tab=oDenODDortunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/24 2022 Bond Year 2 — Contract 11 City Project No. 104212 0011 13 INVITATION TO BIDDERS Page 3 of 3 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 httDs://fortworthtexas.bonfirehub.com/Dortal/?tab=oDenODDortunities, 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: November 25`h, 2024 TIME: 11: 00 A.M. 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'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. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Christian Cardona, PE, City of Fort Worth Email: Christian.Cardona(a,FortWorthTexas.2_ ov Phone: 817-392-5498 AND/OR Attn: David Leslie, PE, Quiddity Engineering Email: DLeslie@quiddity.com Phone: 972-488-3880 ADVERTISEMENT DATES November 13`h, 2024 November 20`h, 2024 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/24 2022 Bond Year 2 — Contract 11 City Project No. 104212 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 (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: httDs:Hanns.fortworthtexas.2ov/Proi ectResources/ CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 2022 Bond Year 2 — Contract 11 Revised/Updated 1/17/24 City Project No. 104212 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 3.1.1. Paving — Requirements document located at: httDs:Hanns.fortworthtexas.2ov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrecivalification/TPW%2OPavin2 %20Contractor%2OPrecivalification%2OPro2ram/PREOUALIFICATION%20REO UIREMENTS%20FOR%20PAV1NG%2000NTRACTORS.pdf 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: https:Haees.fortworthtexas. Rov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrecivalification/TPW%2ORoadwa v%20and%2OPedestrian%2OLi2htin2%2OPrecivalification%2OPro2ram/STREET% 20LIGHT%20PREOUAL%20REOMNTS.edf 3.1.3. Water and Sanitary Sewer — Requirements document located at: htt Ds: //apes. fortworthtexas. 2ov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrecivalification/Water%20and%2 OSanitarv%2OSewer%2OContractor%2OPrequalification%2OProaram/W S S%2ODre qual%20requirements.1)df 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 required within various sections of the Contract Documents. 3.5. Omitted. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 2022 Bond Year 2 — Contract 11 Revised/Updated 1/17/24 City Project No. 104212 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. Omitted. 4.1.5. 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." 4.1.6. 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. 4.1.7. 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. 4.1.8. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 2022 Bond Year 2 — Contract 11 Revised/Updated 1/17/24 City Project No. 104212 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 4.1.9. 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. 4.1.10. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 2022 Bond Year 2 — Contract 11 Revised/Updated 1/17/24 City Project No. 104212 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=openOpportunities 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 httDs: Hfortworthtexas.bonfirehub. com/Dortal/?tab=ODenODDOrtunitieS 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 2022 Bond Year 2 — Contract 11 Revised/Updated 1/17/24 City Project No. 104212 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.amlegal.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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 2022 Bond Year 2 — Contract 11 Revised/Updated 1/17/24 City Project No. 104212 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 htti)s://fortworthtexas.bonfirehub.com/i)ortal/?tab=oDenODDortunities. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 2022 Bond Year 2 — Contract 11 Revised/Updated 1/17/24 City Project No. 104212 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 2022 Bond Year 2 — Contract 11 Revised/Updated 1/17/24 City Project No. 104212 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.udf 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. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 2022 Bond Year 2 — Contract 11 Revised/Updated 1/17/24 City Project No. 104212 0035 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) httiDs://www.ethics.state.tx.us/data/forms/conflict/CIS.iDdf ❑ CIQ Form does not apply ❑X 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: McClendon Construction Company, Inc PO Box 999 Burleson, TX 76097 END OF SECTION By: Signature: 19—�U66a2L Title: Dan McClendon, President CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 2022 BOND YEAR 2 CONTRACT 11 CPN104212 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: 2022 Bond Year 2 Contract 11 City Project No.: 104212 Units/Sections: Unit 1 - Water Improvements Unit 2 - Sanitary Sewer Improvements Unit 3 - Paving Improvements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 2 CONTRACT 11 Revised 9/30/2021 CPN 104212 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_ Water Distribution, Urban and Renewal, 12-inch diameter and smaller b. Water Transmission, Urban/Renewal, 36-inches and smaller c. CCTV, 8-inches and smaller d. Sewer Collection System, Urban/Renewal, 8-inches and smaller e. Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) f. Concrete Paving ConstructionlReconstruction (15,000 square yards and GREATER) 91 h. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 450 CD 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 2022 BOND YEAR 2 CONTRACT 11 Revised 9/3012021 CPN 104212 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 Unit 1: Water Improvements Unit 2: Sanitary Sewer Improvements Unit 3: Paving Improvements Unit 3A: Paving Improvements Alternate A (POL) Total 1: Base Bid (Concrete) Units 1,2 & 3) Total 2: with Alternate A (POL Units 1,2,3 &3A) 7. Bid Submittal This Bid is submitted on Respectf ubmitted, 1 By: VL ` (Signature) Dan McClendon (Printed Name) Title: President Company: McClendon Construction Company, Inc Address: PO Box 999 Burleson, TX 76097 State of Incorporation: Texas Email: dan@mcclendonconstruction.com Phone: 817/295-0066 END OF SECTION $5, 015, 022.75 $1,158,676.94 $4,162,347.50 $148, 530.50 $10, 336, 047.19 $10,484, 577.69 by the entity named below. Receipt is acknowledged of the following Addenda: Addendum No. 1: /Addendum No. 2: lAddendum No. 3: Addendum No. 4: 1 Corporate Sea[: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 2 CONTRACT 11 Revised 9/3012021 CPN 104212 00 42 43 PROPOSAL FORM Page 1 of 5 S1=CTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bid list I Description Specification ] Unit of I Sid Unit Price I Bid Value Item No. Section No. 1 Measure Quantity Unit 1 - Water Improvements 1 3311.0161 6" PVC Water Pipe 33 11 12 LF 149 $90.00 $13,4M.00 2 3311.0261 8" PVC Water Pipe 33 11 12 LF 9,272 $97.50 $904,020.00 3 3311.0251 8" DIP Water Pipe 33 11 10 LF 38 $122.00 $4,636.00 4 3311.0451 12" DIP Water 33 ilia LF 90 $162.00 $14,580.00 5 3311.0461 12" PVC Water Pipe 33 1112 LF 1,437 $152.00 $218,424.00 6 3311,0001 Ductile lron Water Fittings wl Restraint 33 11 11 TON 6 $9,000.00 $54,000.00 7 3312.3002 6" Gate Valve 33 12 20 EA 12 $2,200.00 $26,400.00 8 3312.3003 8" Gate Valve 33 12 20 EA 32 $2,900.00 $92,800.00 9 3312.3005 12" Gate Valve 33 1220 EA 12 $5,000.00 $60,000.00 10 3312.0001 Fire Hydrant 33 1240 EA 12 $5,700,00 $69,400.00 11 3312,0117 Connection to Existing V-12" Water Main 33 1225 EA 28 $3,000.00 $84,000.00 12 3312.0110 Connection to Existing 36" Water Main 33 1225 EA 3 $15,500.00 $46,500.00 13 3312.2001 1" Water Service, Meter Reconnection 33 1210 EA 233 $425.00 $99,025.00 i 14 3312.2003 1" Water Service 33 12 10 EA 236 $2,500.00 $590,000.00 15 3312.2004 L" Private Water Service Relocation 33 12 10 LF 966 $30.00 $28,980.00 16 3312.2101 1 1I2"Water Service, Meter Reconnection 33 12 10 EA 5 $600.00 $3,000.00 17 3312.2103 1 112" Water Service 33 12 10 EA 5 $5,000.00 $25,000.00 18 3312.2201 2" Water Service, Meter Reconnection 33 12 10 EA 7 $600.00 $4,200.00 19 3312.2203 2" Water Service 33 12 10 EA 7 $5,600.00 $39,200.00 20 3312.4311 36"xV Tapping Sleeve & Valve 33 1225 EA 2 $13,000.00 $26,000.00 21 0241.1118 4" - 12" Pressure Plug 0241 14 EA 2 $550.00 $1,100.00 22 0241.1302 Salvage 6" Water Valve 0241 14 FA 12 $100.00 $1,200.00 23 0241.1303 Salvage 8" Water Valve 0241 14 EA 5 $100.00 $500.00 24 0241.1305 Salvage 12" Water Valve 0241 14 EA 4 $100.00 $400.00 25 0241.1510 Salvage Fire Hydrant 0241 14 EA 10 $300.00 $3,000.00 26 0241.1506 2" Surface Milling 0241 15 SY 792 $16.00 $12,672.00 27 3201,0111 4' Wide Asphalt Pvmt Repair, Residential 32 01 17 LF 321 $130.00 $41,730.00 28 3201.0121 4' Wide Asphalt Pvmt Repair,Arterial 32 01 17 LF 62 $155.00 $9,610.00 29 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, 32 01 17 SY 1,000 Residential $40.00 $40,000.00 30 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 3201 17 SY 200 $40.00 $8,000.00 31 3201.0400 Temporary Asphalt Paving Repair (2" HMAC over 6" 3201 IS LF 13,720 Flexbase) $23.00 $315,560.00 32 3201.0614 Conc Pvmt Repair, Residential 32 01 29 SY 83 $250.00 $20,750.00 33 3304.0101 Temporary Water Services 130430 LS 1 $225,000.00 $225,000.00 34 3305.0003 8" Waterline Lowering 33 05 12 EA 3 $10,000.00 $30,000.00 35 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 3 $1,500.00 $4,500.00 36 3305,0109 Trench Safety 330510 LF 178 $1.00 $178.00 37 3305.0202 Imported EmbedmentBackfill, CSS 3305 10 Cy 50 $85.00 $4,250.00 38 3305,0203 Imported EmbedmentBackftll, CLSM 3305 10 Cy 50 $175.00 $8,750.00 39 3305.0204 Imported Embedment/Backfill, Crushed Rock 3305 10 Cy 50 $60.00 $3,000.00 40 3305.0207 Imported EmbedmentlBacktill, Select Fill 3305 10 Cy 500 $55.00 $27,500.00 41 3305.1003 20" Casing By Open Cut 33 05 22 LF 40 $400.00 $16,000.00 42 0171.0101 Construction Staking (Water) 017123 LS 1 $39,500.00 $39,500.00 43 0171.0102 Construction Survey (GPS Redline Survey) Ql 7123 LS 1 $19,500.00 $19,500.00 44 0241.0100 Remove Sidewalk 02 41 13 SF 505 I $2.50 $1,262.50 45 0241.0401 Remove Concrete Drive 0241 13 SF 4,013 $2.75 $ I 1,035.75 46 0241.0402 Remove Asphalt Drive 0241 13 SF 1,934 $2.50 $4,835.00 47 0241.0702 Relocate Mailbox - Traditional 0241 13 EA 1 $150.00 $150.00 48 0241.0705 Remove and Replace Mailbox - Brick 0241 13 EA 3 $1,500.00 $4,500.OQ CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 2 CONTRACT 11 Revised 9/3012021 CITY PROJECT NO. 104212 - Bid Proposal Work Book- Addendum 2 (1) 00 42 43 PROPOSALFORM Page 2 of 5 UNIT PRICE BID SECTION 00 42 43 PROPOSAL FORM Project Item Information Bid list Description Item No. 49 0241.1300 Remove Cone Curb&Gutter 50 0241.1400 Remove Cone Valley Gutter 51 0241.1700 11-inch Pavement Pulverization 52 3110.0102 6"-12" Tree Removal 53 3123,0101 Unclassified Excavation by Plan 54 3124.0101 Embankment by Plan 55 3125,0101 SWPPP >_ 1 acre 56 3211.0601 8" CEMLIMETM (40 lbslSY) 57 3212.0303 3" Asphalt Pvmt Type D 58 3212.0401 HMAC Transition 59 3212.0302 2" Asphalt Pvmt Type D 60 3213.0301 4" Cone Sidewalk 61 3213.0401 6" Concrete Driveway 62 3213.0507 Barrier Free Ramp, Type P-2 63 3216.0101 6" Cone Curb and Gutter 64 3216.0102 Cone Laydown Curb 65 3216.0301 7" Cone Valley Gutter, Residential 66 3217.0101 6" SLD Pvnrt Marking HAS (W) 67 3217.0102 6" SLD Pvmt Marking HAS (Y) 68 3217.2002 Raised Marker TY Y 69 3217.5001 Curb Address Painting 70 3291.0100 Topsoil 71 3292.0100 Block Sod Placement 72 3305.0107 Minor Manhole Adjustment with Collar 73 3305.0111 Valve Box Adjustment, Including Concrete Collar 74 3441.4110 Remove and Reinstall Sign Panel and Post 75 3349.5005 Remove and Replace Inlet Top, 5' 76 3471.0001 Traffic Control (Water) 77 9999.0001 Water Construction Allowance 78 9999.0002 6' Temporary Chain Link Construction Fence 79 9999.0003 Miscellaneous Structure Adjustment - Irrigation 80 9999.0004 Remove and Salvage Brick&Stone Drive Remove Type Ill Post Type Barricade with Metal Beam 81 9999.0005 Guardrail 25' Manual Galvanized Steel, In -Ground Double Swing 82 9999 0006 Gate or Approved Equivalent 83 9999.0007 Turf Reinforcement Mat 84 9999.0008 Remove, Salvage and Reinstall Brick&Stone Sidewalk Urit 2 - Sanitary Sewer Improvements 1 3331.4115 8" PVC Sewer Pipe 2 3331.3101 4" Sewer Service 3 3305.1003 20" Casing by Open Cut 4 3301.0002 Post -CCTV Inspection 5 3301.0003 Final -CCTV Inspection 6 3301,0004 Final MH CCTV Inspection Major Manhole Adjustment With Frame and Cover, 7 3305.0106 Including 30" Cover and Collar 8 3305.0107 Minor Manhole Adjustment with Collar 9 3305,0112 Concrete Collar for Manhole 10 0241.2201 Remove 4' Sewer Manhole CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9f3012021 Bidder's Application Bidders Proposal Specification Unit of Bid Unit Price Bid Value Section No. Measure Quantity 0241 15 LF 3,373 $5.50 $18,551.50 0241 15 SY 46 $11.00 $506.00 024115 SY 13,826 $13.50 $186,651.00 31 1000 EA 3 $400.00 $1,200,00 312316 CY 906 $120.00 $108,720.00 312400 CY 185 $17.00 $3,145.00 31 25 00 LS 1 $15,000.00 $15,000.00 321129 IN 277 $500.00 $138,500.00 32 12 16 SY 13,826 $30.00 $414,780.00 32 12 16 TN 14 $500.00 $7,000.00 3212 16 SY 792 $19.50 $15,444.00 32 13 20 SF 539 $14.00 $7,546.00 321320 SF 7,688 $15.00 $115,320.00 321320 EA 1 $3,500.00 $3,500.00 321613 LF 5,044 $70.00 $353,080.00 32 16 13 LF 18 $74.00 $1,332-00 321613 SY 385 $158.00 $60,830.00 32 1723 LF 75 $4.00 $300.00 32 1723 LF 75 $7.00 $525.00 32 1723 EA 4 $9.50 $38.00 32 17 25 EA 53 $75.00 $3,975.00 329119 CY 575 $27.00 $15,525.00 329213 SY 6,058 $6.50 $39,377.00- 330514 EA 3 $550,00 $1,650.00 3305 14 EA 24 $500.00 $12,000.00 344130 EA 1 $900.00 $800.00 33 49 20 EA 2 $7,500.00 $15,000.00 347113 MO 5 $17,500.00 $87,500,00 9999.0001 LS 1 $100,000.00 $100,000A0 9999.0002 LF 300 $12.00 $3,600.00 9999,0003 LS 1 $20,000.00 $20,000.00 9999.0004 SF 32 $8.50 $272.00 9999,0005 EA 1 $600.00 $600.00 9999,0006 EA 1 $4,500.00 $4,500.00 9999.0007 SY 50 $18.50 $925.00 9999.0009 SF 32 $8.50 $272-00 SUBTOTAL, UNIT 1 - Water Improvements $5,015,022.75 33 11 10,33 31 12, LF 3,012 333120 $105,00 $316,260.00 33 3150 EA 69 $2,550.00 $175,950.00 33 05 22 LF 40 $400,00 $16,000.00 330131 LF 3,012 $6.00 $18,072.00 33 0131 LF 3,012 $6.00 $18,072.00 33 01 31 EA 14 $350.00 $4,900.00 330514 EA 2 $5,500.00 $11,000.00 3305 14 EA 5 $1,100.00 $5,500.00 33 05 17 EA 11 $1,100.00 $12,100.00 024€ 14 EA 13 $550,00 $7,150.00 2022 BOND YEAR 2 CONTRACT 11 CITY PROJECT NO. 104212 - Bid Proposal Work Book - Addendum 2 (1) OD 42 421 PROPOSAL FORM Page 3 of 5 UNIT PRICE BID SECTION 00 42 43 PROPOSALFORM Project Item Information Bidder's Application Bidders Proposal Bid list Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity 11 0241.2012 Remove 6" Sewer Line 0241 14 LF 35 $ I 1.00 $395.00 12 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 13 $9,350.00 $121,550.00 13 3339.1003 4' Extra Depth Manhole 33 39 10, 33 39 20 VF 10 $3%00 $3,500.00 14 3339A007 Wastewater Access Chamber 33 39 40 EA 1 $5,500.00 $5,500.00 15 3339.0001 Epoxy Manhole Liner 333960 VF 31 _ $600.00 $18,600.00 16 3301,0101 Manhole Vacuum Testing 33 01 30 EA 14 $250.00 $3,500.00 17 0241.1700 11-inch Pavement Pulverization 0241 15 SY 2,360 $13.50 $31,860.00 18 3211.0601 8" CEMLIMETM (40 lbs/SY) 321129 TN 47 $500.00 $23,500.00 19 3212.0303 3" Asphalt Pvrnt Type D 32 12 16 SY 2,360 $31.00 $73,169,44 20 3201.0400 Temporary Asphalt Paving Repair (2" HMAC over 6" 3201 18 LF 2,026 Flexbase) $22.00 $44,572.00 21 3201.0614 Cone Pvmt Repair, Residential 320129 SY 29 $250.00 $7,250.00 22 3110.0102 6"-12" Tree Removal 31 1000 EA 4 $500.00 $2,000.00 23 3110.0104 18"-24" Tree Removal 311000 EA 1 $1,800.00 $1,800.00 24 3291.0100 Topsoil 329119 CY 274 $27.00 $7,398.00 25 3292.0100 Block Sod Placement 3292 13 SY 3,285 $6.50 $21,352.50 26 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 2 $1,500.00 $3,000,00 27 3305.0109 Trench Safety 330510 LF 2,936 $1.00 $2,936.00 28 3471.0001 Traffic Control (Sanitary Sewer) 3471 13 MO 3 $19,500.00 $58,500.00 29 3125.0101 SWPPP > 1 acre 312500 LS 1 $15,300.00 $15,300.00 30 3305.0202 Imported Embedment/Backffll, CSS 3305 10 CY 110 $85.00 $9,350.00 31 3305.0203 Imported Embedment/Backfill, CLSM 3305 10 CY 50 $175.00 $8,750.00 32 3305.0207 Imported Emhedment/Backfill, Select Fill 3305 10 CY 500 $60.00 $30,000.00 33 0171.0I01 Construction Staking (Sanitary Sewer) 01 71 23 LS 1 $13,500.00 $13,500.00 34 0171.0102 Construction Survey (GPS Redline Survey) 01 7123 LS 1 $5,600.00 $5,600.00 35 9999.0009 Sewer Construction Allowance 9999.0001 LS 1 $50,000,00 $50,000.00 36 9999.0010 6' Temporary Chain Link Construction Fence 9999.0002 LF 900. $12.00 $10,800.00 SUBTOTAL, UNIT 2 - Sanitary Sewer Improvements $1,158,676.94 Unit 3 - Paving improvements Base Bid (Concrete) 1-13 0241.1100 Remove Asphalt Pvmt 0241 15 SY 12,493 $14.50 $181,148.50 2-B 3123.0101 Unclassified Excavation by Plan 312316 CY 1,478 $100.00 $147,800.00 3-B 3211,0502 8 " Lime Treatment (40 lbs/SY) 321129 SY 15,717 $8.50 $133,594.50 4-B 3211.0400 Hydrated Lime 321129 TN 314 $375.00 $117,750.00 5-B 3213.0101 6" Conc Pvmt 32 13 13 SY 14,796 $69.00 $1,020,924.00 6-B 3305.011I Valve Box Adjustment 3305 14 EA 30 $350,00 $10,500.00 7-I3 3305.0107 Minor Manhole Adjustment 3305 14 EA 2 $400.00 $800.00 1 0241.1000 Remove Cone Pvmt (Frazier Avenue N) 02 41 15 SY 3,861 $16.00 $61,776.00 2 024I.1100 Remove Asphalt Pvmt (Frazier Avenue N) 0241 15 SY 5,034 $9.00 $45,306.00 3 0241.1400 Remove Cone Valley Gutter (Frazier Avenue N) 0241 15 SY 209 $25.00 $5,225,00 4 3123.0101 Unclassified Excacation by Plan (Frazier Avenue N) 3123 16 CY 459 $100,00 $45,800.00 5 3211.0502 Hydrated Lime (Frazier Avenue N) 32 11 29 IN 131 $400.00 $52,400,00 6 3211.0502 8" Lime Treatment (40 lbs/SY) (Frazier Avenue N) 32 1129 SY 6,549 $7.00 $45,843,00 7 3213.0101 6" Cone Pvmt (Frazier Avenue N) 32 13 13 I SY 6,179 $71.00 $438,709.00 8 0171.0101 Construction Staking (Paving) 017123 LS 1 $55,000.00 $55,000.00 9 0241.0100 Remove Sidewalk 0241 13 SF 20,970 $3.50 $73,395.00 10 0241.0200 Remove Concrete Step 0241 13 Sr 285 $4.00 $1,140.00 11 0241.0300 Remove ADA Ramp 0241 13 EA 8 $300.00 $2,400.00 12 0241.0401 Remove Concrete Drive 0241 13 SF 21,214 $3.50 $74,249.00 13 0241.0402 Remove Asphalt Drive 0241 13 SF 1,665 $3.50 $5,827.50 14 0241.0500 Remove Fence 0241 13 LF 50 $20.00 $1,000.00 15 0241.0701 Remove Multiple User Mailbox 0241 13 EA 1 $550.00 $550.00 16 0241.0702 Relocate Mailbox - Traditional 0241 13 EA 16 $150.00 $2,400.00 17 0241.0705 Remove and Replace Mailbox - Brick 0241 13 EA 11 $2,000.00 $22,000.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 2 CONTRACT 11 Revised 913012021 CTY PROJECT NO. 104212 - Bid Proposal Work Book -Addendum 2 (1) 00 42 43 PROPOSALFORM Page 4 of 5 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bid list Description Specification Unit of Bad Unit Price Bid Value Item No, Section No. Measure Quantity 18 0241.1000 Remove Cone Pvmt 02 41 15 SY 72 $21.00 $1,512.00 19 0241.1300 Remove Conc Curb & Gutter 0241 15 LF 9,610 $T00 $67,270.00 20 0241.1400 Remove Cone Valley Gutter 0241 15 SY 372 $16.00 $5,952.00 21 0241,1800 Remove Speed Cushion 02 41 15 EA 1 $300.00 $300.00 22 3110,0101 Site Clearing 31 1000 SY 500 $10-00 $5,000.00 23 3110,0102 6"-12" Tree Removal 3t 10 00 FA 4 $500.00 $2,000.00 24 3110.0103 12"48" Tree Removal 3t 1000 EA 4 $975.00 $3,900.00 25 3110.0104 18"-24" Tree Removal 31 1000 EA 2 $1,900.00 $3,800.00 26 31 10.0105 24" and Larger Tree Removal 31 1000 EA 5 $2,550.00 $12,750.00 27 3124.0101 Embankment by Plan 312400 CY 175 $35.00 $6,125.00 28 3125,0101 SWPPP > I acre 31 25 00 LS 1 $18,500.00 $18,500.00 29 320L0614 Cone Pvmt Repair, Residential 32 01 29 SY 100 $250.00 $25,000.00 30 3211.0112 6" Flexible Base, Type A, GRA 32 It 23 SY 200 $22.00 $4,400.00 31 3212.0401 HMAC Transition 32 1216 TN 50 $300.00 $15,000.00 32 3213.0301 4" Cone Sidewalk 32 1320 SF 36,419 $11.00 $400,609.00 33 3213.0311 4" Conc. Sidewalk, Adjacent to Curb 32 1320 SF 500 $13.00 $6,500.00 34 3213.0322 Cone Curb at Back of Sidewalk 32 1320 LF 400 $12.00 $4,800.00 35 3213.0321 Cone Sidewalk, Adjacent to Ret Wall 32 1320 SF 500 $16.00 $8,000,00 36 3213.0401 6" Concrete Driveway 32 1320 SF 29,472 $14.50 $427,344.00 37 3213.0403 8" Concrete Driveway 321320 SF 1,200 $16.00 $19,200.00 38 3213.0501 Barrier Free Ramp, Type R-1 32 1320 EA 2 $4,000.00 $8,000.00 39 3213.0506 Barrier Free Ramp, Type P-1 32 1320 EA 8 $3,150.00 $25,200.00 40 3213.0507 Barrier Free Ramp, Type P-2 32 1320 EA 1 $4,150.00 $4,150.00 41 3232.0413 Conc Ret Wall Adjacent to Sidewalk 3232 13 SF 500 $45.00 $22,500.00 42 3346.0008 4" Pipe Underdrain, Type 8 33 46 00 LF 500 $45.00 $22,500.00 43 3217,0201 8" SLD Pvmt Marking HAS (W) 32 1723 LF 120 $7.00 $840.00 44 3217.5001 Curb Address Painting 32 1725 EA 167 $75.00 $12,525.00 45 3291.0100 Topsoil 3291 19 CY 1,028 $27.00 $27,756.00 46 3292.0100 Block Sod Placement 3292 13 SY 9,254 $6.50 $60,151.00 47 3305.0108 Miscellaneous Structure Adjustment (Meters) 3305 14 EA 20 $100.00 $2,000.00 48 344L4110 Remove and Reinstall Sign Panel and Post 344130 EA 3 $800.00 $2,400.00 49 3349,5007 Remove and Replace Inlet Top, 15' 33 49 20 EA 1 $7,750.00 $7,750.00 50 3471,0001 Traffic Control (Paving) 3471 13 MQ 7 $25,750.00 $180,250.00 51 9999,0011 Paving Construction Allowance 9999.0001 LS 1 $100,000.00 $100,000.00 52 9999,0012 6' Temporary Chain Link Construction Fence 9999.0002 LF 50 $12.00 $600.00 53 9999.0013 Miscellaneous Structure Adjustment -Irrigation 9999.1)003 LS 1 $40,000.00 $40,000.00 54 9999.0014 Remove and Salvage Brick&Stone Drive 9999.0004 Sr 191 $11.00 $2,10L00 55 9999.0015 Salvage or Replace Historic Address Tiles 9999.0009 EA 8 $1,400.00 $11,200.00 56 9999.0016 Modified Barrier Free Ramp, Type P-1 9999.0010 EA 11 $3,800.00 $41,800.00 57 9999.0017 Speed Cushion - TL Standard 9999.0011 EA 1 $5,250.00 $5,250.00 58 9999.0018 Remove, Salvage and Relocate or Replace Chain Link 9999.0012 LF 75 $25.00 $1,875.00 SUBTOTAL, UNIT 3 -Paving Improvements Base Bid (Concrete) $4,162,347.50 Unit 3A - Paving, Improvements Alternative A (PQL) I 0241.1700 11-inch Pavement Puiverization 024115 SY 12,223 $13.00 $158,899.00 2A 3123.0101 Unclassified Excavation by Plan 3123 16 CY 750 $275.00 $206,250.00 3A 3211.0601 8" CEMLINET- (40 lbs/SY) 32 1129 TN 244 $500,00 $122,000.00 4A 3212,0303 3" Asphalt Pvmt Type D 32 12 16 SY 12,223 $39.50, $482,808.50 5A 3216.0101 6" Cone Curb and Gutter 32 1613 LF 7,996 $87.50 $699,650.00 6A 3216.0301 7" Cone Valley Gutter, Residential 32 16 13 SY 432 $170.00 $73,440.00 7A 3305.0107 Minor Manhole Adjustment w! Concrete Collar 33 05 14 EA 2 $750.00 $1,500.00 8A 3305.0111 Valve Box Adjustment wl Concrete Collar 3305 14 EA 30 $550.00 $16,500.00 Deduct Items IB-7B $ (1,612,517,00) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF;CATION DOCUMENTS 2022 BOND YEAR 2 CONTRACT 11 Revised W3012021 CITY PROJECT NO 104212 - Bid Proposal Work Book - Addendum 2 (1) 00 42 43 PROPOSALFORM Page 5 of 5 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bid list Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. I Measure I Quantity SUBTOTAL, UNIT 3A - Paving Improvements Alternative A (POL) $148,530.50 Bid Summary Unit 1: Water Improvements $5,015,022.75 Unit 2: Sanitary Sewer Improvements $1,158,676.94 Unit 3: Paving Improvements Base Bid (Concrete) $4,162,347.50 Unit 3A: Paving Improvements Alternate A (POL) $148,530.50 Total I Base Bid (Concrete) Units 1,2, & 3 $10,336,047.19 Total 2 with Alternate A (POL) Units 1,2, 3 & 3A $10,484,577.69 *Note: The City Reserves the right to select either Total I or Total 2. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 2 CONTRACT 11 Revised 913012021 CITY PROJECT NO. 104212 - Bid Proposal Work Book - Addendum 2 {1) BID BOND Conforms with The American Institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we, McClendon Construction Company, Inc. 548 Memorial Plaza, Burleson, Texas 76024 and the Merchants Bonding Company (Mutual) of P.O. Box 14498, Des Moines, IA 50306-3498 as Principal, hereinafter called the Principal, , a corporation duly organized under the laws of the State of Iowa , as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fort Worth as Obligee, hereinafter called the Obligee, in the sum of Five Percent of the Greatest Amount Bid by Principal Dollars ( 5% GABP ) , 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 2022 Bond Year 2 Contract 11 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 sea ed this ` �n t,r 12th day of December 2024 M don Construction Co!- n Inc. (Seal) t rimcipal Witness Title Merc4ts Bon7vl)teehpa i (Mutual) Witness By eAttorne -in-Fay c# MERCHANTS'%�\ BONDING COMPANY-. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, dlbla Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Ailyson W Dean; Ana Owens; Andrea Rose Crawford; Andrew Gareth Addison; Betty J Reeh; Bryan Kelly Moore; Colin E Conly; Debra Lee Moon; Elizabeth Ortiz; Emily Allison Mikeska; Faith Ann Hilty; John R Ward; Michael Donald Hendrickson; Monica Ruby Veazey; Patrick Thomas Coyle; Sandra Lee Roney; Thomas Douglas Moore; Troy Russell Key their true and lawful Attomey(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute an behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hor4 hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 29th day of July 2024 •• •., . • b.... •. MERCHANTS BONDING COMPANY (MUTUAL) ++• Q• E 4A�G Cq -. MERCHANTS NATIONAL BONDING, INC. r9 �. O? 4Q ° �'. dlbla MERCHANTS NATIONAL INDEMNITY COMPANY cam`' � oR Rq .o ; •� 4� 9 •;p �. 2003 1933 c: By *?� •... i3� .• `.6�• • • • ''�-��;•. President STATE OF IOWA +•'�. i"f *.•++ •. r• COUNTY OF DALLAS ss. •�+"""""• • •• On this 29th day of July 2024 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. Penni Miller Commission Number 787952 - * • My Commission Expires tows, J anua ry 20, 202 7 Notary Public (Expiration o? notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this �I ` day of "�)[e a00016rb &&VL 2003 a..1933 c; Secretary Olt POA 0018 (6124) "`' •'"•••• ' • • • ,"q _.MERCHANTS� BONDING COMPANY MERCHANTS BONDING COMPANY P.O. Box 1.4498 DES MOINES, IA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 Have a complaint or need help? If you have a problem with a claim or your premium, call your insurance company or HMO first. If you can't work out the issue, the Texas Department of Insurance may be able to help. Even if you file a complaint with the Texas Department of Insurance, you should also file a complaint or appeal through your insurance company or HMO. If you don't, you may lose your right to appeal. To get information or file a complaint with your insurance company or HMO: Merchants Bonding Company Call: Compliance Officer at (800) 671-8171 Toll -free: (800) 671 -8171 Email: regulatory@ merchantsbonding.com Mail: P.O. Box 14498, Des Moines, Iowa 50306-3498 The Texas Department of Insurance To get help with an insurance question or file a complaint with the state: Call with a question: 1-800-252-3439 File a complaint. www.tdi.texas.gov Email: ConsumerProtection@tdi.texas.gov Mall: C'nnsiimar_ Pr&F rtinn MC'• cn-cp Texas De artmwnt of insiiranr_P- ;TiPr1P Uaa rli EPja (7 r1Pr'PCita r-tyjjL a77 Si tiene un problema con una reclamaci6n o con su prima de seguro, Ilame primero a su compania de seguros o HMO. Si no puede resolver el problema, es posible que el Departamento de Seguros de Texas (Texas Department of Insurance, por su nombre en ingl6s) pueda ayudar. Aun si usted presenta una queja ante el Departamento de Seguros de Texas, tambi6n debe presentar una queja a trav6s del proceso de quejas o de apelaciones de su compania de seguros o HMO. Si no to hace, podria perder su derecho para apelar. SUP 0032 TX (7/23) Para obtener informaci6n o para presenter una queja ante su companfa de seguros o HMO: Merchants Bonding Company Llame a: Compliance Officer al (800) 671-8171 Telefono gratuito: (800) 678-8171 Correo electr6nico: regulatory@merchantsbonding.com Direcci6n postal: P.O. Box 14498, Des Moines, Iowa, 50306-3498 El Departamento de Seguros de Texas Para obtener ayuda con Una pregunta relacionada con los seguros o para presentar una queja ante el estado: Llame con sus preguntas al: 1-800-252-3439 Presente una queja en: www.tdi.texas.gov Correo electr6nico: ConsumerProtection@tdi.texas.gov Direcci6n postal: Consumer Protection. MC: CO-CP, Texas Department of Insurance, PO Box 12030, Austin, TX 78711-2030 SUP 0032 TX (7/23) MERCHANTS� BONDING COMPANY,. MERCHANTS BONDING COMPANY (MUTUAL) - P.O. BOX 14498 - DES MOINES, IOWA 50306-3498 PHONE: (80M 678-8171 - FAX: (515) 243-3854 ADDENDUM TO BOND This Addendum is in reference to the bond(s) to which it is attached. Merchants Bonding Company (Mutual) (`Merchants_) deems the digital or electronic image of Merchants" corporate seal below affixed to the bond(s) to the same extent as if a raised corporate seal was physically stamped or i mpressed upon the bond(s). T he digital or electronic seal below shal I have the same force and effect as though manually fixed to the bond(s). A I I terms of the bond(s) remai n the same. S igned and effective M arch 23, 2020. MERCHANTS BONDING COMPANY (MUTUAL) ,•�O �RPLiR A9! ��- 1933 ; c, •'�'. Y♦ By: ------ /-*- --------------- Larry Taylor, President Rios, Leonel From: Lisa Lawson <Ilawson@merchantsbonding.com> Sent: Monday, March 10, 2025 4:32 PM To: Rios, Leonel Subject: RE: Bond #101305485 Verification -McClendon Construction Company This message is from an external organization. This message came from outside your organization. Hello, Yes, this is a valid bond. The information below is correct. Thank you! Lisa Lawson I Sr. Contract Underwriting Account Specialist Merchants Bonding CompanyTM street 6700 Westown Parkway, West Des Moines, IA 50266-7754 mailing P.O. Box 14498, Des Moines, IA 50306-3498 direct (515) 558.8765 toll free (800) 678.8171 web www.merchantsbondinfz.com BONDING COMPANY COMMON SENSE SURETY SINCE 19330 From: Rios, Leonel<Leonel.Rios@fortworthtexas.gov> Sent: Monday, March 10, 2025 3:35 PM To: Lisa Lawson <Ilawson@merchantsbonding.com> Subject: Bond #101305485 Verification -McClendon Construction Company Report Suspicious CAUTION:This email originated from outside of Merchants Bonding Company. Do not click links or open attachments unless you recognize the sender and know the content is safe. Good afternoon, The City of Fort Worth requires bond verification before a contract can be executed. We have received the following bonds from McClendon Construction Company, Inc.: Bond #101305485, in the amount of $10,336,047.19, issued by Merchants Bonding Company for City Project #104212, 2022 Bond Year 2- Contract II. Please confirm that the bonds and corresponding amounts are valid so we can proceed with awarding the contract to McClendon Construction Company, Inc. Thank you, Leone[ J. Rios Contract Compliance Specialist 00 43 37 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 are not required to underbid resident bidders. , our principal place of business, B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. BIDDER: END OF SECTION (Signature) Title: Dan McClendon, President Date: 11 /21 /2024 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 2 CONTRACT 11 Revised 9/30/2021 CPN104212 0045 11 -1 BIDDERS PREQUALIFICATIONS Page 1 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/taxi)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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 Bond Year 2 — Contract 11 Revised August 13, 2021 City Project No. 104212 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 Bond Year 2 — Contract 11 Revised August 13, 2021 City Project No. 104212 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequaliiication 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 Bond Year 2 — Contract 11 Revised August 13, 2021 City Project No. 104212 00 45 12 VENDOR COMPLIANCE TO STATE LAW 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 III Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Urban/Renewal, 36-inches and smaller CCTV, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller M!SP11d1r r-dvuiy Construction/Reconstruction (15,000 square yards and kl,drldutmulriy ConstructionlRecon stru ction (15,000 square yards and C:�RF/]TFR) 0 0 Contractor/Subcontractor Company Name R&D Burns Brothers Burnsco Construction Inc American Rehab & Inspection Inc R&D Burns Brothers Texas Materials McClendon Construction Company Inc Prequalification Expiration Date C 9,117KORA01 6/30/2025 1 /31 /2025 4/30/2025 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: McClendon Construction Company, Inc PO Box 999 0 Burleson, TX 76097 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 y: D n McClUd V6 (Signature) Title: President Date: ) 2- / 1 Ct /20 2- 2022 BOND YEAR 2 CONTRACT 11 CITY PROJECT NO. 104212 -Bid Proposal Work Book- Addendum 2 (1) 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 I PART I - SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 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. _104212. 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: McClendon Construction Company Inc By: Dan McClendon Company /,- ase Prin PO Box 999 Signature: Address Burleson, Texas 76097 City/State/Zip THE STATE OF TEXAS § COUNTY OFTARRANT § Title: President (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Dan McClendon , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of McClendon Const Co Inc for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 21st day of November 2024 Public in'and for the State of Texas 39 END OF SECTION =• `'= �so, :P6. ,a JUS-tire K Blair 40 '* 1{ } rotary Public, State of Texas s; , Comm. Expires 02105/2C25 Notary iL CITY OF FORT WORTH 2O22 BOND YEAR 2 CONTRACT i I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104212 Revised July 1, 2011 00 45 40 - 1 Business Equity Goal Page 1 of 2 I SECTION 00 45 40 2 Business Equity Goal 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. 6 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 7 (M/WBEs). 9 POLICY STATEMENT 10 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity I I Firms when applicable, in the procurement of all goods and services. All requirements and regulations 12 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11- 13 2020 (codified at: httDs://codelibrarv.amleizal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593) apply to 14 this bid. 15 16 BUSINESS EOUITY PROJECT GOAL 17 The City's Business Equity goal on this project is 12.86% of the total bid value of the contract (Base bid 18 applies to Parks and Community Services). 19 20 METHODS TO COMPLY WITH THE GOAL 21 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 22 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 23 ordinance through one of the following methods: 1. Commercially useful services performed by a 24 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination 25 of Business Equity prime services and Business Equity subcontracting participation, 4. Business 26 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. Prime 27 contractor Waiver documentation. 28 29 SUBMITTAL OF REOUIRED DOCUMENTATION 30 Applicable documents (listed below) must be submitted electronically with the other required bidding 31 documents at the time of the bid under the respective Project via the Procurement Portal: 32 https://fortworthtexas.bonfirehub.com/portal/?tab=openOnnortunities 33 OR received no later than 2:00 p.m., on the third City business day after the bid opening date, 34 exclusive of the bid opening date with the respective Project via the Procurement Portal by 35 responding to the message sent within Bonfire to all the bidders. It is highly encouraged that bidders 36 submit required documentation at the time of bid submission. 37 38 The Offeror must submit one or more of the following documents: 39 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 40 2. Letter of Intent, for all M/WBE Subcontractors; 41 3. Good Faith Effort Form and Utilization Form, including supporting documentation, if 42 participation is less than stated goal, or no Business Equity participation is accomplished; 43 4. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform 44 all subcontracting/supplier opportunities; or 45 5. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor- 46 Prot6g6 participation. 47 48 These forms can be accessed at: 49 Business Equity Utilization Form and Letter of Intent CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 Bond Year 2 — Contract 11 Revised June 7, 2024 City Project No. 104212 00 45 40 - 2 Business Equity Goal Page 2 of 2 1 httDs://apes.fortworthtexas.2ov/Pro_iectResources/ResourcesP/60 - MWBE/Business Ea_uity Utilization 2 Form DVIN 2022 220324.Ddf 3 4 Letter of Intent 5 httDs://aDDs.fortworthtexas.aov/Pro_iectResources/ResourcesP/60 - MWBE/Letter of Intent DVIN 6 2021.Ddf 7 8 Business Equity Good Faith Effort Form 9 httDs://aDDs.fortworthtexas.Rov/Pro_iectResources/ResourcesP/60 - MWBE/Good Faith Effort 10 Form DVIN2022.Ddf 11 12 Business Equity Prime Contractor Waiver Form 13 httDs://aDDs.fortworthtexas.aov/Pro_iectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor 14 Waiver-220313.Ddf 15 16 Business Equity Joint Venture Form 17 httDs://aDDs.fortworthtexas.2ov/Pro_iectResources/ResourcesP/60 - MWBE/MWBE Joint 18 Venture 220225.Ddf 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 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 EOUITY 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 Access and Opportunity Services Department at (817) 392-2674. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 Bond Year 2 — Contract 11 Revised June 7, 2024 City Project No. 104212 00 52 43 - 1 Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on February 25, 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 McClendon Construction Company, Inc. , 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: 2022 Bond Year 2 Contract 11 CPN 104212 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 ten million, three hundred thirty six thousand, forty seven and 19/100 Dollars ($10,336,047.19). 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 450 calendar 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 fifty and 00/100 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. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 Bond Year 2 — Contract 11 Revised March 3, 2024 City Project No. 104212 00 52 43 - 2 Agreement Page 2 of 6 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: 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 provision is specifically intended to overate 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 Bond Year 2 — Contract 11 Revised March 3, 2024 City Project No. 104212 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 urovision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in cart, 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. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. CITY OF FORT WORTH OFFICIAL RECORD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 Bond Year 2 — Contract 11 Revised March 3, 2024 CITY SECRETARY City Project No. 104212 FT. WORTH, TX 00 52 43 - 4 Agreement Page 4 of 6 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. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 Bond Year 2 — Contract 11 Revised March 3, 2024 City Project No. 104212 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 Bond Year 2 — Contract 11 Revised March 3, 2024 City Project No. 104212 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: City of Fort Worth By: By: Signature Jesica McEachern Assistant City Manager Dan McClendon (Printed Name) M a r 21, 2025 President Date FaRT°dad o= Title Attest: vti o9d0 o°oo=° PO Box 999 as°° nEops4 Address Jannette Goodall, City Secretary Burleson, TX 76097 City/State/Zip (Seal) Mar 10, 2025 M&C: 25-0169 Date Date: 02/25/2025 Approved as to Form and Legality: jg� Douglas Black (Mar 20, 2025 22:41 CDT) Douglas W. Black Sr. Assistant City Attorney OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 Bond Year 2 — Contract 11 Revised March 3, 2024 City Project No. 104212 0061 13 - 1 PERFORMANCE BOND Page 1 of 1 SECTION 00 6113 2 PERFORMANCE BOND Bond No. 101305485 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, McClendon Construction Company, Inc., known as 9 "Principal" herein and Merchants Bonding Company (Mutual) a corporate 10 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal 13 sum of, ten million, three hundred thirty six thousand, forty seven and 19/100 Dollars 14 ($10,336,047.19), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, 16 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents. Is WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the 25 day of February, 2025, which Contract is hereby referred to and made apart 20 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 21 accessories defined by law, in the prosecution of the Work, including any Change Orders, as 22 provided for in said Contract designated as 2022 Bond Year 2 Contract 11, CPN 104212. 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 retrain in full force and effect. 29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 30 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 31 Worth Division. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 Bond Year 2-- Contract 11 Revised December 8, 2023 City Project No. 104212 0061 13-2 PERFORMANCE BOND Page 2 of 2 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 6th day of March 6 2025 7 8 9 10 11 12 13 14 I5 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 A ST: - 4 � /,," (Pridcljyaretary *fitness as to Principal Witness as to Surety PRINCIPAL: McClendon Construction Company, Inc. BY: Jvz/,L� Signature Name and Title Address: 548 Memorial Plaza Burleson. TX 76024 SURETY: Merchants Bonding Company (Mutual) BY: Signature Allyson W. Dean, ttorney-in-fact Name and Title Address: P. O. Box 14498 Des Moines, IA 50306-3498 Telephone Number: (800)678-8171 Email Address: emikeskaia7acrisurexom *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTIi STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102Z Bond Year C. 101 Revised Deccmber 8, 2023 City Project No. 04212 0061 14 - 1 PAYMENT BOND Page I of I SECTION 00 6114 2 PAYMENT BOND Bond No. 101305485 3 4 THE STATE OF 'TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 a That we, McClendon Construction Company, Inc., known as "Principal" 9 herein, and Merchants Bonding Company (Mutual) a corporate 10 surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein I (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 12 corporation created pursuant to the Iaws of the State of Texas, known as "City" herein, in the penal 13 sum of ten million, three hundred thirty six thousand, forty seven and 19/100 Dollars 14 ($I0,336,047.19), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 16 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents: 18 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 19 25 day of February, 2025, which Contract is hereby referred to and made 20 a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor 21 and other accessories as defined by law, in the prosecution of the Work as provided for in said 22 Contract and designated as 2022 Bond Year 2 Contract 11, CPN 104212. 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 27 force and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. 31 CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 Bond Year 2— Contract 11 Revised December 8, 2023 City Projee[No. 104212 0061 14-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 6th day of 3 March 2()25 4 PRINCIPAL: McCiendon Construction Company, Inc. ATT ST: BY: S' nature (Frinclpax} Secrets yY Name and Title Address: 548 Memorial Plaza Burleson, TX 76024 tness a to Principal SURETY; Merchants Bonding Company (Mutual) ATTEST: 13Y: Signature Allyson W. Dean, Attorney--in-fact (Surety) Secretary Name and Title ' Address: P. D. Box 14498 Des Moines, IA 50306-3498 Witness as to urety Telephone Number: (800)678-8171 Email Address: Q,Ikoskardacrisure.corn S 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws 7 showing that this person has authority to sign such obligation, If Surety's physical address is 8 different from its mailing address, both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. 11 END OF SECTION 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 Bond Year 2— Contract 11 Revised December 8, 2023 City Project No. 104212 0061 19- l MAINTENANCE BOND Page I of 3 1 SECTION 00 6119 2 MAINTENANCE BOND Bond No. 101305485 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we McClendon Construction Company Inc., known as 9 "Principal' herein and Merchants Bonding Company (Mutual) , a corporate surety io (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" I 1 herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 12 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum 13 of ten million, three hundred thirty six thousand, forty seven and 19/100 Dollars ($10,336,047.19), 14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment 15 of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, 16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 17 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the 25 day of February, 2025, which Contract is hereby 20 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, 21 equipment labor and other accessories as defined by law, in the prosecution of the Work, including 22 any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as 23 provided for in said contract and designated as 2022 Bond Year 2 Contract 11, CPN 104212; and 24 25 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 26 accordance with the plans, specifications and Contract Documents that the Work is and will remain 27 free from defects in materials or workmanship for and during the period of two (2) years after the 28 date of Final Acceptance of the Work by the City ("Maintenance Period"); and 29 30 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 31 receiving notice from the City of the need therefor at any time within the Maintenance Period. 32 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 Bond Year 2 — Contract 11 Revised December 9, 2023 City Projeer No. 104212 0061 19-2 MAINTENANCE BOND Rap 2of3 1 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy 2 any defective Work, for which timely notice was provided by City, to a completion satisfactory to 3 the City, then this obligation shall become null and void; otherwise to remain in full force and 4 effect. 5 6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 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 9 Surety under this Maintenance bond; and 10 11 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 12 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 13 Worth Division; and 14 15 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive 16 recoveries may be had hereon for successive breaches. 17 18 19 CrrY OF FORT WORTH 2O22 Band Year 2 Contract 11 STANDARD CONMUCnON SPECIFICATION DOCUMENTS Revised December 8, 2023 City Project No_ 104212 0061 19-3 MAINTENANCE BOND Page 3 of 3 I IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 6th _ day of March 3 , 20 25 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 ATTE ( rinci Se reta a7 p } ry tnes?as to Principal ATTEST: s (96rety retary Witness as to Su PRINCIPAL: McClendon Construction Company, Inc. BY�✓C �gnature '� - Name and Title Address: 548 Memorial Plaza Burleson, TX 76024 SURETY: Merchants Bonding Company (Mutuai) BY: Signature Allyson W. Dean, Attorney -in -fact Name and Title Address: P. O. Box 14498 Des Moines, lA 50306-3498 Telephone Number: (800)678-8171 Email Address: emikeska@acrisure.com *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 Band Year 2 — Contract II Revised Deeembcr 9, 2023 City Project No. 104212 ERCHANTS"'11, 'BONDING COMPANY-` POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, dlbla Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Ailyson W Dean; Ana Owens; Andrea Rose Crawford; Andrew Gareth Addison; Bryan Kelly Moore; Colin E Conly; Cory Kiper; Debra Lee Moon; Elizabeth Ortiz; Emily Allison Mikeska; Faith Ann Hilty; John R Ward; Kimberly Rochelle Gonzalez; Michael Wiggins; Monica Ruby Veazey; Patrick Thomas Coyle; Sandra Lee Roney; Thomas Douglas Moore; Troy Russell Key their true and lawful Attorney(s)-i n -Fact, to sign its name as surety(ies) and to execute, seal and acknowiedge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024. 'The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation, In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 13th day of January 2025 y=•lF Fla. a-,,�A10N .• •.Q• •'" .�•.. MERCHANTS BONDING COMPANY (MUTUAL) '• MERCHANTS NATIONAL BONDING, INC. 4V3 p 0/39�gy�. d/bla MERCHANTS NATIONAL INDEMNITY COMPANY 2003 1933 C: By •. �' STATE OF IOWA �•'• '`• �`.•• President COUNTY OF DALLAS ss. ••"""'F On this 13th day of January 2025 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. w ,Pg`'^< ,�m Penn! Miller Z w Commission Number 787952 — • • My Commission Expires IOWA January 20, 2027 !Votary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the BOWER -OF -ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 6th day of March 2025 � •FFFlaI•l ••�..� �' ' 2003 ' 1933 Secretary ;+.�y3.• �+�; ki • N. ••v��� `��. •'''•'•' wr •••••••• PDA 0018 (6/24) '•='F•'` MERCH BONDING COMPANY NY IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company's toll -free telephone number for information or to make a complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1.800-252-3439 You may write the Texas Department of insurance at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. SUP 0032 TX (1/09) � THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S BLANKET FLEX ADDITIONAL INSURED ENDORSEMENT - FORM A This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Policy Number CPP 21198860301 Policy Expiration Date 1 /31 /2026 Named Insured McClendon Construction Company, Inc. Agency Number Date Agency Acrisure Texas Risk Advisors & Insurance Services. LLC Policy Effective Date 1 /31 /2025 Account Number Issuing Company Amerisure Insurance Company A. SECTION II - WHO IS AN INSURED is amended to add as an additional insured: 1. Any person ororganization with whom you have agreed in a "written agreement" that such person or organization be added as an additional insured on this policy, and any other person or organization you are required to add as an additional insured under such "written agreement". 2. If "your work" began under a written letter of intent or written work order, any person or organization who issued the written letter of intent or written work order, but: a. such coverage will apply only for 30 calendar days following the date the written letter of intent or written work order was issued; and b. the person or organization is an additional insured only for, and to the extent of, liability arising out of "bodily injury", "property damage", or "personal and advertising injury" caused, in whole or in part, by your negligent acts or omissions, or the negligent acts or omissions of others working on your behalf, in the performance of your work as specified in. the written letter of intent or written work order. This coverage does not apply to liability arising out of the independent acts or omissions of the additional insured. For the purposes of the coverage provided by this endorsement, a "written agreement' means a written contractor written agreement that: 1. requires you to include a person or organization as an additional insured for a period of time during the policy period; and 2. is executed prior to the occurrence of "bodily injury", "property damage", or "personal and advertising injury" that forms the basis for a claim under this policy. The insurance provided by this endorsement does not apply to any person or organization that is specifically listed as an additional insured on another endorsement attached to this policy. CG 73 24 03 23 Includes copyrighted material of the Insurance Services Office, Inc., with its permission Page 4 of 3 B. The coverage provided to any person or organization added as an additional insured pursuant to Paragraph A.1 is limited as follows: 1. If the "written agreement" specifically and exclusively requires you to name the person or organization as an additional insured using the ISO CG 20 10 endorsement with edition dates of 11 85 or 10 01, or the ISO CG 20 37 10 01 endorsement, that person or organization is an additional insured, but only with respect to liability for "bodily injury", "property damage", or "personal and advertising injury" arising out of "your work" for that insured by or for you. 2. If the "written agreement" requires you to name the person or organization as an additional insured using the ISO CG 2010 and or CG 20 37 endorsements without specifically and exclusively requiring the 11 85 or 10 01 edition dates, that person or organization is an additional insured, but only with respect to liability for "bodily injury", "property damage", or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf. 3. If the "written agreement" requires you to name the person or organization as an additional insured for operations arising out of your work and does not specify an ISO additional insured endorsement, that person or organization is an additional insured, but only with respect to liability for "bodily injury", "property damage", or "personal and advertising injury" arising out of your acts or omissions, or the acts or omissions of others working on your behalf, in the performance of your work as specified in the "written agreement". This coverage does not apply to liability arising out of the sole negligence of the additional insured unless specifically required in the "written agreement". 4. If none of the above paragraphs apply, then the person or organization is an additional insured only for, and to the extent of, liability arising out of "bodily injury", "property damage", or "personal and advertising injury" caused, in whole or in part, by your negligent acts or omissions, or the negligent acts or omissions of others working on your behalf, in the performance of your work as specified in the "written agreement". This coverage does not apply to liability arising out of the independent acts or omissions of the additional insured. However, the insurance afforded to such additional insured only applies to the extent permitted by law. C. The insurance provided to an additional insured under this endorsement does not apply to: 1. "Bodily injury" or "property damage" included in the "products -completed operations hazard" unless the "written agreement" specifically requires such coverage (including by specifically requiring the CG 20 10 11 85). To the extent the "written agreement" requires such coverage for a specified amount of time, the coverage provided by this endorsement is limited to the amount of time required for such coverage by the "written agreement". 2. "Bodily injury", "property damage", or "personal and advertising injury" arising out of an architect's, engineer's, or surveyor's rendering of, or failure to render, any professional services, including but not limited to: a. The preparing, approving, or failing to prepare or approve: (1) Maps; (2) Drawings; (3) Opinions; (4) Reports; (5) Surveys; (6) Change orders; CG 73 24 03 23 Includes copyrighted material of the Insurance Services Office, Inc., with its permission Page 2 of 3 (7) Design specifications; and b. Supervisory, inspection, or engineering services. D. The limits of insurance that apply to the additional insured are the least of those specified in the "written agreement" or declarations of this policy. Coverage provided by this endorsement for any additional insured shall not increase the applicable Limits of Insurance shown in the Declarations. The limits of insurance that apply to the additional insured are inclusive of, and not in addition to, the Limits of Insurance shown in the Declarations. E. With respect to the coverage provided by this endorsement, SECTION IV— COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 4. Other Insurance is deleted and replaced with the following: 4. Other Insurance. a. Coverage provided by this endorsement is excess over any other valid and collectible insurance available to the additional insured whether: (1) Primary; (2) Excess; (3) Contingent; or (4) On any other basis. In addition, this insurance is excess over any self -insured retentions, deductibles, or captive retentions payable by the additional insured or payable by any person or organization whose coverage is available to the additional insured. However, if the "written agreement" requires primary and non-contributory coverage, this insurance will be primary and non-contributory relative only to the other insurance available to the additional insured which covers that person or organization as a Named Insured, and we will not share with that other insurance. For any other insurance available to the additional insured where that person or organization is not a Named Insured, this policy will share coverage with that other insurance based on the terms specified in Paragraph b. Method of Sharing below. b. Method of Sharing ; If all the other insurance permits contribution by equal shares, we will follow this method also. Under this method, each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. CG 73 24 03 23 Includes copyrighted material of the Insurance Services Office, Inc., with its permission Page 3 of 3 NAMED INSURED: McClendon Construction Company, Inc. POLICY NUMBER: CPP 21198860301 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CONTRACTOR'S GENERAL LIABILITY EXTENSION ENDORSEMENT TABLE OF CONTENTS Page Additional Definitions 9 j 2. Aggregate Limits Per Location 7 3. Aggregate Limits Per Project 6 14. Blanket Contractual Liability — Railroads 3 5. Broadened Bodily Injury Coverage 10 6. Broadened Knowledge Of Occurrence 8 17. Broadened Leqal Liability Coverage For Landlord's Business Personal Property 7 8. Broadened Liability Coverage For Damage To Your Product And Your Work 10 19. Broadened Who Is An Insured 3 10. Co -Employee Bodily Injury Coverage for Managers, Supervisors, Directors or Officers 4 [see provision 9, Broadened Who Is An Insured, paragraph 2.a.(1)1 11. Contractual Liability — Personal And Advertising 3 _Injury 12. Damage To Premises Rented To You — Specific Perils and Increased Limit 7 113. Designated Completed Projects — Amended Limits of Insurance 11 14. Extended Notice Of Cancellation And Nonrenewal 8 115. Incidental Malpractice Liability 6 16. Increased Medical Payments Limit 7 117. Mobile Equipment Redefined 9 18. Nonowned Watercraft 3 19. Product Recall Expense 2 20. Property Damage Liability —Alienated Premises 2 21. Property Damage Liability — Elevators And Sidetrack Agreements 2 22. Property Damage Liability— Property Loaned To The Insured Or Personal Property In The Care, 2 Custody And Control Of The Insured j 23. Reasonable Force — Bodily Injury or Property Damage 10 24. Supplementary Payments 3 j 25. Transfer Of Riqhts (Blanket Waiver Of Subroq_ ation) 8 26. Unintentional Failure To Disclose Hazards 8 Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 0417 Page i of 11 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Under SECTION I — COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY, paragraph 2. EXCLUSIONS, provisions 1. through 6. of this endorsement are excess over any valid and collectible insurance (including any deductible) available to the insured, whether primary, excess or contingent (SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, paragraph 4. Other Insurance is changed accordingly). Provisions 1. through 6. of this endorsement amend the policy as follows: 1. PROPERTY DAMAGE LIABILITY —ALIENATED PREMISES A. Exclusion j. Damage to Property, subparagraph (2) is deleted. B. The following paragraph is deleted from Exclusion j. Damage to Property;. Paragraph (2) of this exclusion does not apply if the premises are "your work" and were never occupied, rented or held for rental by you. 2. PROPERTY DAMAGE LIABILITY — ELEVATORS AND SIDETRACK AGREEMENTS A. Exclusion j. Damage to Property, paragraphs (3),(4), and (6) do not apply to the use of elevators. B. Exclusion k. Damage to Your Product does not apply to: 1. The use of elevators; or 2. Liability assumed under a sidetrack agreement. 3. PROPERTY DAMAGE LIABILITY— PROPERTY LOANED TO THE INSURED OR PERSONAL PROPERTY IN THE CARE, CUSTODY AND CONTROL OF THE INSURED A. Exclusion j. Damage to Property, paragraphs (3) and (4) are deleted.. B. Coverage under this provision 3. does not apply to "property damage" that exceeds $25,000 per occurrence or $25,000 annual aggregate. 4. PRODUCT RECALL EXPENSE A. Exclusion n. Recall of Products, Work or Impaired Property does not apply to "product recall expenses" that you incur for the "covered recall" of "your product". This exception to the exclusion does not apply to "product recall expenses" resulting from: 1. Failure of any products to accomplish their intended purpose; 2. Breach of warranties of fitness, quality, durability or performance; 3. Loss of customer approval or any cost incurred to regain customer approval; 4. Redistribution or replacement of "your product', which has been recalled, by like products or substitutes; 5. Caprice or whim of the insured; 6. A condition likely to cause loss, about which any insured knew or had reason to know at the inception of this insurance; 7. Asbestos, including loss, damage or clean up resulting from asbestos or asbestos containing materials; . 8. Recall of "your product(s)" that have no known or suspected defect solely because a known or suspected defect in another of "your product(s)" has been found. B. Under SECTION III — LIMITS OF INSURANCE, paragraph 3. is replaced in its entirety as follows and paragraph 8. is added: 3. The Products -Completed Operations Aggregate Limit is the most we will pay for the sum of: Includes copyrighted material of Insurance Services Office, Inc. Page 2 of 11 CG 70 63 0417 a. Damages under COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY because of "bodily injury" and "property damage" included in the "products -completed operations hazard" and b. "Product recall expenses". 8. Subject to paragraph 5. above [of the CGL Coverage Form], $25,000 is the most we will pay for all "product recall expenses" arising out of the same defect or deficiency. 5. NONOWNED WATERCRAFT Exclusion g. Aircraft, Auto or Watercraft, paragraph (2) is deleted and replaced with the following: [This exclusion does not apply to:] (2) A watercraft you do not own that is: (a) Less than 75 feet long; and (b) Not being used to carry any person or property for a charge; 6. BLANKET CONTRACTUAL LIABILITY— RAILROADS Under SECTION V — DEFINITIONS, paragraph C. of "Insured Contract" is deleted and replaced by the following: C. Any easement or license agreement; Under SECTION V — DEFINITIONS, paragraph f.(1) of "Insured Contract' is deleted. 7. CONTRACTUAL LIABILITY— PERSONAL AND ADVERTISING INJURY Under SECTION I — COVERAGE B., paragraph 2. Exclusions, paragraph e. Contractual Liability is deleted. 8. SUPPLEMENTARY PAYMENTS Under SECTION I — SUPPLEMENTARY PAYMENTS — COVERAGES A AND B, paragraph 1.b. is deleted and replaced with the following: 1. b. Up to $5,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 9. BROADENED WHO IS AN INSURED SECTION II — WHO IS AN INSURED is deleted and replaced with the following: 1. If you are designated in the Declarations as: a. An individual, you and your spouse are insureds, but only with respect to the conduct of a business of which you are the sole owner. b. A partnership or joint venture, you are an insured. Your members, your partners, and their spouses are also insureds, but only with respect to the conduct of your business. C. A limited liability company, you are an insured. Your members are also insureds, but only with respect to the conduct of your business. Your managers are insureds, but only with respect to their duties as your managers. d. An organization other than a partnership, joint venture or limited liability company, you are an insured. Your "executive officers" and directors are insureds, but only with respect to their duties as your officers or directors. Your stockholders are also insureds, but only with respect to their liability as stockholders. Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 0417 Page 3 of 11 2. Each of the following is also an insured: a. Your "volunteer workers" only while performing duties related to the conduct of your business, or your "employees," other than either your "executive officers," (if you are an organization other than a partnership, joint venture or limited liability company) or your managers (if you are a limited liability company), but only for acts within the scope of their employment by you or while performing duties related to the conduct of your business. However, none of these "employees" or "volunteer workers" are insured for: (1) 'Bodily injury" or "personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co -"employee" while in the course of his or her employment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co -"employee" or volunteer worker as a consequence of paragraph (1)(a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraphs (1)(a) or (b) above; or (d) Arising out of his or her providing or failing to provide professional health care services except as provided in Provision 10. of this endorsement. Paragraphs (1)(a), (1)(b) and (1)(c) above do not apply to your "employees" who are: (i) Managers; (ii) Supervisors; (iii) Directors; or (iv) Officers; with respect to "bodily injury" to a co -"employee". (2) "Property damage" to property: (a) Owned, occupied or used by; (b) Rented to, in the care, custody or control of, or over which physical control is being exercised for any purpose by you, any of your "employees," "volunteer workers", any partner or member (if you are a partnership or joint venture), or any member (if.you are a limited liability company). b. Any person (other than your "employee" or "volunteer worker"), or any, organization while acting as your real estate manager. c. Any person or organization having proper temporary custody of your property if you die, but only; (1) With respect to liability arising out of the maintenance or use of that property; and (2) Until your legal representative has been appointed. d. Your legal representative if you die,. but only with respect to duties as,such. That representative will have all your rights and duties under this Coverage Form. e. Your subsidiaries if: (1) They are legally incorporated entities; and (2) You own more than 50% of the voting stock in such subsidiaries as of the effective date of this policy. If such subsidiaries are not shown in the Declarations, you must report them to us within 180 days of the inception of your original policy. Includes copyrighted material of Insurance Services Office, Inc. Page 4 of 11 CG 70 63 04 17 f. Any person or organization, including any manager, owner, lessor, mortgagee, assignee or receiver of premises, to whom you are obligated under a written contract to provide insurance such as is afforded by this policy, but only with respect to liability arising out of the ownership, maintenance or use of that part of any premises or land leased to you, including common or public areas about such premises or land if so required in the contract. However, no such person or organization is an insured with respect to: (1) Any "occurrence" that takes place after you cease to occupy or lease that premises or land; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. g. Any state or political subdivision but only as respects legal liability incurred by the state or political subdivision solely because it has issued a permit with respect to operations performed by you or on your behalf. However, no state or political subdivision is an insured with respect to: (1) "Bodily injury", "property damage", "personal and advertising injury" arising out of operations performed for the state or municipality; or (2) "Bodily injury" or "property damage" included within the "products -completed operations hazard." h. Any person or organization who is the lessor of equipment leased to you, to whom you are obligated under a written contract to provide insurance such as is afforded by this policy, but only with respect to their liability arising out of the maintenance, operation or use of such equipment by you or a subcontractor on your behalf with your permission and under your supervision. However, if you have entered into a construction contract subject to Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code with the additional insured, the insurance afforded to such person(s) or organization(s) only applies to the extent permitted by Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code. No such person or organization, however, is an insured with respect to any 'occurrence" that takes place after the equipment lease expires. L Any architect, engineer, or surveyor engaged by you under a written contract but only with respect to liability arising out of your premises or "your work." However, if you have entered into a construction contract subject to Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code with the additional insured, the insurance afforded to such person only applies to the extent permitted by Subchapter C of the Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code. No architect, engineer, or surveyor, however, is an insured with respect to "bodily injury," "property damage," or "personal and advertising injury" arising out of the rendering of or the failure to render any professional services by or for you, including: (1) The preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys, change orders, designs or specifications; or (2) Supervisory, inspection, or engineering services. This paragraph L does not apply if a separate Additional Insured endorsement providing liability coverage for architects, engineers, or surveyors engaged by you is attached to the policy. If the written contract or written agreement requires primary and non-contributory coverage, the insurance provided by paragraphs f. through L above will be primary and non-contributory relative to other insurance available to the additional insured which covers that person or organization as a Named Insured, and we will not share with that other insurance. 3. Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the end of the policy period; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 0417 Page 5 of 11 c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. d. Coverage A does not apply to "product recall expense" arising out of any withdrawal or recall that occurred before you acquired or formed the organization. 4. Any person or organization (referred to below as vendor) with whom you agreed under a written contract to provide insurance is an insured, but only with respect to "bodily injury" or "property damage" arising out of "your products" that are distributed or sold in the regular course of the vendor's business. However, no such person or organization is an insured with respect to: a. "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement. b. Any express warranty unauthorized by you; c. Any physical or chemical change in "your product" made intentionally by the vendor; d. Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; e. Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of "your products'; f. Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the "your product'; g. "Your products" which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor. h. "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (1) The exceptions contained in subparagraphs d. or f.; or (2) Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. This paragraph 4. does not apply to any insured person or organization from which you have acquired "your products", or any ingredient, part, or container, entering into, accompanying or containing "your products". This paragraph 4. also does not apply if a separate Additional Insured endorsement, providing liability coverage for "bodily injury" or "property damage" arising out of "your product" that is distributed or sold in the regular course of a vendor's business, is attached to the policy. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not -shown as a Named Insured in the Declarations. 10. INCIDENTAL MALPRACTICE LIABILITY As respects provision 9., SECTION II — WHO IS AN INSURED, paragraph 2.a.(1)(d) does not apply to any nurse, emergency medical technician or paramedic employed by you to provide medical or paramedical services, provided that you are not engaged in the business or occupation of providing such services, and your "employee" does not have any other insurance that would also cover claims arising under this provision, whether the other insurance is primary, excess, contingent or on any other basis. Under SECTION III — LIMITS OF INSURANCE, provisions 11. through 14. of this endorsement amend the policy as follows: 11. AGGREGATE LIMITS PER PROJECT The General Aggregate limit applies separately to each of your construction projects away from premises awned by or rented to you. Includes copyrighted material of Insurance Services Office, Inc. Page 6 of 11 CG 70 63 0417 12. AGGREGATE LIMITS PER LOCATION The General Aggregate Limit applies separately to each of your locations, but only when required by written contract or written agreement. As respects this provision 12., your locations are premises you own, rent or use involving the same or connecting lots or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. However, your locations do not include any premises where you, or others acting on your behalf, are performing construction operations. 13. INCREASED MEDICAL PAYMENTS LIMITS A_ SECTION III -- LIMITS OF INSURANCE, paragraph 7., the Medical Expense Limit, is subject to all the terms of SECTION III --- LIMITS OF INSURANCE and is the greater of: 1. $10,000; or 2. The amount shown in the Declarations for Medical Expense Limit. B. This provision 13. does not apply if COVERAGE C MEDICAL PAYMENTS is excluded either by the provisions of the Coverage Form or by endorsement. 14. DAMAGE TO PREMISES RENTED TO YOU —SPECIFIC PERILS AND INCREASED LIMIT A. The word fire is changed to "specific perils" where it appears in: 1. The last paragraph of SECTION I —COVERAGE A. paragraph 2. Exclusions; 2. SECTION IV, paragraph 4.b. Excess Insurance. B. The Limits of Insurance shown in the Declarations will apply to all damage proximately caused by the same event, whether such damage results from a "specific peril" or any combination of "specific perils." C. The Damage To Premises Rented To You Limit described in SECTION III -- LIMITS OF INSURANCE, paragraph 6., is replaced by a new limit, which is the greater of: 1. $1,000,000; or 2. The amount shown in the Declarations for Damage To Premises Rented To You Limit. D. This provision 14. does not apply if the Damage To Premises Rented To You Limit of SECTION I — COVERAGE A is excluded either by the provisions of the Coverage Form or by endorsement. E. "Specific Perils" means fire; lightning; explosion; windstorm or hail; smoke; aircraft or vehicles; riot or civil commotion; vandalism; leakage from fire extinguishing equipment; weight of snow, ice or sleet; or "water damage". "Water damage" means accidental discharge or leakage of water or steam as the direct result of the breaking or cracking of any part of a system or appliance containing water or steam. 15. BROADENED LEGAL LIABILITY COVERAGE FOR LANDLORD'S BUSINESS PERSONAL PROPERTY Under SECTION I — COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY, 2. Exclusions, j. Damage to Property, the first paragraph following paragraph (6) is deleted and replaced with the following: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire) to a landlord's business personal property that is subject to, or part of, a premises lease or rental agreement with that landlord. The most we will pay for damages under this provision 15. is $10,000. A $250 deductible applies. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, provisions 16. through 18. of this endorsement amend the policy as follows: Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 0417 Page 7 of 11 16. BROADENED KNOWLEDGE OF OCCURRENCE Under 2. Duties In The Event Of Occurrence, Offense, Claim, Or Suit, paragraph a. is deleted and replaced and paragraphs e. and f. are added as follows: a. You must see to it that we are notified as soon as practicable of an "occurrence" or an offense, regardless of the amount, which may result in a claim. Knowledge of an 'occurrence" or an offense by your "employee(s)" shall not, in itself, constitute knowledge to you unless one of your partners, members, "executive officers," directors, or managers has knowledge of the 'occurrence" or offense. To the extent possible, notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. e. If you report an "occurrence" to your workers compensation carrier that develops into a liability claim for which coverage is provided by this Coverage Form, failure to report such an `occurrence" to us at the time of the 'occurrence" shall not be deemed a violation of paragraphs a., b., and c. above. However, you shall give written notice of this "occurrence" to us as soon you become aware that this "occurrence" may be a liability claim rather than a workers compensation claim. f. You must see to it that the following are done in the event of an actual or anticipated `covered recall' that may result in `product recall expense": (1) Give us prompt notice of any discovery or notification that "your product" must be withdrawn or recalled. Include a description of "your product" and the reason for the withdrawal or recall; (2) Cease any further release, shipment, consignment or any other method of distribution of like or similar products until it has been determined that all such products are free from defects that could be a cause of loss under the insurance. 17. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS E Paragraph 6. Representations is deleted and replaced with the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. We will not deny coverage under this Coverage Form if you unintentionally fail to disclose all hazards existing as of the inception date of this policy. You must report to us any knowledge of an error or omission in the'description of any premises or operations intended to 'be covered by this Coverage Form as soon as practicable after its discovery. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or nonrenewai. 18. TRANSFER OF RIGHTS (BLANKET WAIVER OF SUBROGATION) Paragraph 8. Transfer of Rights Of Recovery Against Others To Us is deleted and replaced with the following: 8. If the insured has rights to recover all or.part of any payment we have made under this Coverage Form, those rights are transferred to us. The insured must do nothing after loss to impair them. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. However, if the insured has waived rights to recover through a written contract, or if "your work" was commenced under a letter of intent or work order, subject to a subsequent reduction to writing with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this Coverage Form. 19. EXTENDED NOTICE OF CANCELLATION AND NONRENEWAL Includes copyrighted material of Insurance Services Office, Inc. Page 8 of 11 CG 70 63 0417 Paragraph 2.b. of A. Cancellation of the COMMON POLICY CONDITIONS is deleted and replaced with the following: b. 60 days before the effective date of the cancellation if we cancel for any other reason. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 9. When We Do Not Renew is deleted and replaced with the following: 9. When We Do Not Renew a. We may elect not to renew this policy except, that under the provisions of the Texas Insurance Code, we may not refuse to renew this policy solely because the policyholder is an elected official. b. If we elect not to renew this policy, we may do so by mailing or delivering to the first Named Insured, at the last mailing address known to us, written notice of nonrenewal, stating the reason for nonrenewal, at least 60 days before the expiration date. If notice is mailed or delivered less than 60 days before the expiration date, this policy will remain in effect until the 61 st day after the date on which the notice is mailed or delivered. Earned premium for any period of coverage that extends beyond the expiration date will be computed pro rata based on the previous year's premium. c. If notice is mailed, proof of mailing will be sufficient proof of notice. d. The transfer of a policyholder between admitted companies within the same insurance group is not considered a refusal to renew. 20. MOBILE EQUIPMENT REDEFINED Under SECTION V— DEFINITIONS, paragraph 12. "Mobile equipment", paragraph If. (1) does not apply to self-propelled vehicles of less than 1,000 pounds gross vehicle weight that are not designed for highway use. 21. ADDITIONAL DEFINITIONS 1. SECTION V — DEFINITIONS, paragraph 4. "Coverage territory" is replaced by the following definition: "Coverage territory" means anywhere in the world with respect to liability arising out of "bodily injury," "property damage," or "personal and advertising injury," including "personal and advertising injury" offenses that take place through the Internet or similar electronic means of communication provided the insured's responsibility to pay damages is determined in a settlement to which we agree or in a "suit" on the merits, in the United States of America (including its territories and possessions), Puerto Rico and Canada. 2. SECTION V — DEFINITIONS is amended by the addition of the following definitions: "Covered recall" means a recall made necessary because you or a government body has determined that a known or suspected defect, deficiency, inadequacy, or dangerous condition in "your product" has resulted or will result in "bodily injury" or "property damage". "Product Recall expenses" mean only reasonable and necessary extra costs, which result from or are related to the recall or withdrawal of "your product" for: a. Telephone and telegraphic communication, radio or television announcements, computer time and newspaper advertising; b. Stationery, envelopes, production of announcements and postage or facsimiles; c. Remuneration paid to regular employees for necessary overtime or authorized travel expense; d. Temporary hiring by you or by agents designated by you of persons, other than your regular employees, to perform necessary tasks; e. Rental of necessary additional warehouse or storage space; f. Packaging of or transportation or shipping of defective products to the location you designate; and g. Disposal of "your products" that cannot be reused. Disposal expenses do not include: (1) Expenses that exceed the original cost of the materials incurred to manufacture or process such product; and Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 0417 Page 9 of 11 (2) Expenses that exceed the cost of normal trash discarding or disposal, except as are necessary to avoid "bodily injury" or "property damage". 22. REASONABLE FORCE -- BODILY INJURY OR PROPERTY DAMAGE Under SECTION I — COVERAGE A., paragraph 2. Exclusions, subparagraph a. Expected Or Intended Injury is deleted and replaced with the following: [This insurance does not apply to:] a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 23. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK A. Under SECTION I — COVERAGE A., paragraph 2. Exclusions, exclusion k. Damage to Your Product and exclusion I. Damage to Your Work are deleted and replaced with the following: [`this insurance does not apply to:] k. Damage to Your Product "Property damage" to "your product" arising out of it or any part of it, except when caused by or resulting from: (1) Fire; (2) Smoke; (3) "Collapse"; or (4) Explosion. For purposes of exclusion k. above, "collapse" means an abrupt falling down or caving in of a building or any part of a building with the result that the building or part of the building cannot be occupied for its intended purpose. i. Damage to Your Work "Property damage" to "your work" arising out of it or any part of it and included in the "products -completed operations hazard". This exclusion does not apply: (1) If the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor; or (2) If the cause of loss to the damaged work arises as a result of: (a) Fire; (b) Smoke; (c) "Collapse"; or (d) Explosion. For purposes of exclusion I, above, "collapse" means an abrupt falling down or caving in of a building or any part of a building with the result that the building or part of the building cannot be occupied for its intended purpose. B. The following paragraph is added to SECTION III — LIMITS OF INSURANCE: Includes copyrighted material of Insurance Services Office, Inc. Page 10 of 11 CG 70 63 0417 Subject to 5. above [of the CGL Coverage Form], $100,000 is the most we will pay under Coverage A for the sum of damages arising out of any one "occurrence" because of "property damage" to "your product" and "your work" that is caused by fire, smoke, collapse or explosion and is included within the "product -completed operations hazard". This sublimit does not apply to "property damage" to "your work" if the damaged work, or the work out of which the damage arises, was performed on your behalf by a subcontractor. 24. BROADENED BODILY INJURY COVERAGE Under SECTION V — DEFINITIONS, the definition of "bodily injury" is deleted and replaced with the following: 3. 'Bodily injury" a. Means physical: (1) Injury; (2) Disability; (3) Sickness; or (4) Disease; sustained by a person, including death resulting from any of these at any time. b. Includes mental: (5) Anguish; (6) Injury; (7) Humiliation; (8) Fright; or (9) Shock; directly resulting from any "bodily injury" described in paragraph 3.a. c. All "bodily injury" described in paragraph 3.b. shall be deemed to have occurred at the time the "bodily injury" described in paragraph 3.a. occurred. 25. DESIGNATED COMPLETED PROJECTS — AMENDED LIMITS OF INSURANCE When a written contract or written agreement between you and another party requires project -specific limits of insurance exceeding the limits of this policy; A. for "bodily injury" or "property damage" that occurs within any policy period for which we provided coverage; and B. for "your work" performed within the 'products -completed operation hazard"; and C. for which we previously issued Amendment Of Limits Of Insurance (Designated Project Or Premises) CG 71 94 either during this policy term or a prior policy term; and D. that designated project is now complete; the limits of insurance shown in the CG 71 94 schedule will replace the limits of insurance of this policy for the designated project and will continue to apply for the amount of time the written contract or written agreement requires, subject to the state statute of repose of the project location. These limits are inclusive of and not in addition to the replaced limits. Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 0417 Page 11 of 11 NAMED INSURED: McClendon Construction Company, Inc. POLICY NUMBER: CA 21198850301 COMMERCIAL AUTO CA 71 65 09 11 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED - PRIMARY NON-CONTRIBUTORY COVERAGE WHEN REQUIRED BY INSURED CONTRACT OR CERTIFICATE This endorsement modifies insurance provided under the BUSINESS AUTO COVERAGE FORM The provisions of the Coverage Form apply unless changed by this endorsement. This endorsement identities person(s) or organization(s) who are "insured" under the Who Is An Insured Provision of the Coverage Form. This endorsement changes the policy on the inception date of the policy, unless another date is shown below. Endorsement Effective: Countersigned By: 1 /31/2025 Named Insured: McClendon Construction Company, Inc. (Authorized Representative) (No entry may appear above. If so, information to complete this endorsement is in the Declarations.) 1. Section II — Liability Coverage, A. Coverage, 1. Who Is An Insured is amended to add: Any person or organization with whom you have an "insured contract" which requires: i. that person or organization to be added as an "insured" under this policy or on a certificate of insurance; and ii. this policy to be primary and non-contributory to any like insurance available to the person or organization. Each such person or organization is an "insured" for Liability Coverage. They are an "insured" only if that person or organization is an "insured" under in SECTION II of the Coverage Form. The contract between the Named Insured and the person or organization is an "Insured contract". 2. Section IV- Business Auto Conditions, B. General Conditions, 5. Other Insurance, paragraph d. is deleted and replaced by the following for the purpose of this endorsement only: When coverage provided under this Coverage Form is also provided under another Coverage Form or policy, we will provide coverage on a primary, non-contributory basis. Includes copyrighted material of Insurance Services Office, Inc. with its permission. NAMED INSURED: McClendon Construction Company, Inc. POLICY NUMBER: CA 21198850301 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE MEAD ITCAREI=ULLY, This endorsement modifies insurance provided under the RUSINESSAUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. The premium fiarihis endomement is $ 5250.00 d. Any organtzation you newly acquire or formr other than a partnership, joint venture or limited liability company, and aver whfeh you maintain ownership or a majority interest, will qualiry as a Named Insured. However, (1) Coverage underthis provision Is afforded only until the end of the policy period: (2) Coverage does not apply to "accidents° or "loss" that occurred before you acquired or formed the organization; and (3) Coverage does not apply to an organization that Is an "Insured" under any other policy or would bean "insured" but for Its termination or the exhausting of Its llrnit of insurance. e. Any"employee" of yours using: (1) A covered "auto" you do not own, (tire or borrow, or a covered "auto" not owned by the "employes" or a member of his or her household, while performing duties related to the conduct of your business or your personal affairs; or (2) An "auto" hired or rented under a c 6niract or agreement in that"employee's" name, with your permission, while performing duties related to the conduct of your business, However, your "employee" does not qualify as an Insured under this paragraph (2) while using a covered "auto" rented from you or from any member of the "employee's" house hold. (2) To any person or organization included as an Insured by an endorsement or in the Declarations; or (3) To any lessor of "autos" unless; (a) The lease agreement requires you to provide direct primary insurance for the lessor; (b) The "auW is leased without a driver, and Includes copyrighted material of Insurance Services Office, Inc. CA 71181109 Page 1 of 5 (e) The lease had not expired. Leased "autos" covered under this provision will be considered covered "autos" you own and not covered "autos" you hire. h. Any legally Incorporated organization or subsidiary In which you own more than 50% of the voting stock on the effective date of this endorsement. This provision does not apply to "bodily Injury" or "property damage" far which an "insured" Is also an Insured under any other automobile policy or would be an Insured under such a policy, but for Its termination or the exhaustion of its limits of insurance, unlesa such polleywas written to apply specifically In excess of this policy. 2. COVERAGE EXTENSIONS - SUPPLEMENTARY PAYMENTS Under 5ecEon Il - LIABILITY COVERAGE, A2.a. Supplementary Payments, paragraphs (2) and (4) are deleted and replaced as follows; (2) Up to $2,500for the cost of ball bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish those bonds. (4) All reasonable expenses Incurred by the "Insured" at our request including actual loss of earnings up to $500 a day because of time off from work. 3. AMENDED FELLOW EMPLOYEE EXCLUSION Under SECTION 11- LIABILITY COVERAGE, B. EXCLUSIONS, paragraph 5. Fellow Employee la deleted and replaced by the following; 5. Fellow Employee "Bodily Injury" to: a. Any rellow "employes" of the "Insured" arising out of and In the course of the fellow "employee's" employment or while performing duties related to the conduct of your business. However, this exclusion does not applyto your"ernployees"thatare officers, managers, supervisors or above. Coverage Is excess over any other collectible insurance. b. The spouse, child, parent, brother or ststerof that fellow'employee" as a consequence of paragraph a. above. 4. HIRED AUTO PHYSICAL DAMAGE COVERAGE AND LOSS OF USE EXPENSE A. Under SECTION III -PHYSICAL DAMAGE COVERAGE, A. COVERAGE, the fallowing Is added: Ifanyof your owned covered "autos" are covered for Physical Damage, we will provide Physical Damage coverage to "autos" that you or your "employees" hire or borrow, underyour narne or the "amployee's" name, far the purpose of doing your work. We will provide coverage equal to the broadest physical damage coverage applicable to any covered auto- shown in the Decleratians, Item Three, Schedule of Covered Autos You Own, or on any endorsements amending this schedule. B. Under SECTION III -PHYSICAL DAMAGE COVERAAGE, A.4. Coverage Extensions. paragraph b. Loss Of Use Expenses Is deleted and replaced with the following: b. Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an 'insured" becomes legally responsible to payfor loss of use of a vehicle ranted or hired without a driver. under $written rental contract or agreement. We will pay for toss of use expenses if caused by: (1) Other than collision, only If1he i?eclaraibns indicate that Comprehensive Coverage Is provided for any covered "auto"; includes copyrighted material of Insurance Services Office, Inc. Page 2 of 5 CA 71181109 (2) Specified Causes of Loss, only Ifthe Declarations indicate that Speclfted Causes Of Loss Coverags Is provided foranycovered 'auto"; or (3) Collision, only If the Declarations Indicate that Collision Coverage Is provided for any covered "auto". However, the most we will payfor any expenses for loss of use Is $30 per day, to a maximum of $2,©00, C. under SECTION IV —BUSINESS AUTO CONDITIONS, B. General Conditions, & Other Insurance, paragraph b. Is replaced bythe, following; b. For Hired Auto Physical Damage, the following are deemed to be covered "autos" you own; 1. Anyrovemd "auto" you lease, hire, rent or borrow; and 2. Any covered "auto" hired oriented by your "employees" under contract in that Individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is [eased, hired, rented or borrowed with a driver Is not a covered "auto", nor Is any "auto" you hire from any of your "employees", partners (if you area partnership), members (if you area limited liability company), or members of their households. S. LOAN OR LEASE GAP COVERAGE Under SECTION ilf —PHYSICAL DAMAGE COVERAGE, A- COVERAGEr the following is added; If a covered "auto" Is owned or leased and if we provide Physical Damage Coverage on It, we will fray, In the event of a covered total "loss", any unpaid amount due on the lease or loan for a covered "auto ', less; (a) The amount paid under the Physical Damage section of the policy; and., (b) Any, (1) Overdue lease or loan payments Including penalties, Interest or other charges resulitng from overdue payments at the time of the "loss"; (2) Financial penalties Imposed under lease for excessive use, abnormal wear and tear or high mileage; (3) Costs for extended warranties, Credit I-Ife Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; (4) Security deposits not refunded by a lessor, and (5) Carry-over balances from previous loans or leases. 6. RENTAL REIMBURSEMENT under SECTION III - PHYSICAL DAMAGE COVERAGE, A.4. Coverage Extensions, paragraph a.. Traasportation Expenses Is deleted and replaced by the following, a. Transportation Expenses (1) We will pay up to $75 per day to a maximum of $2,000 for transportation expense Incurred by you because of covered 'loss. We will pay only for those covered "autos" for which you carry Collision Coverage or either Comprehensive Coverage or Specified Causes of Loss Coverage. We will pay for transportation expenses Incurred during the period beginning 24 hours after the covered "loss" and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we payfor its "loss . This coverage is In addition to the otherwise applicable coverage you have on a covered "auto". No deductibles apply to this coverage. Includes copyrighted material of Insurance Services Office, Inc, CA 71/81109 Page 3 of 5 (2) This coverage does not apply whl le there Is a spare or reserve "auto" available to you for your operation. AIRBAGCOVERAGE Under SECTION III - PHYSICAL DAMAGE, B. EXCLUSIONS, paragraph 3. is deleted and replaced by the following: 3. We will not payfor"loss" caused by or resulting from any of the foilowing unless caused by other"loss" that is covered hythis insurance: (1) 1'1+sar-end-tear, freezinulmoullmnical nralecirl Aln. Hovwvor, this exclusion noes not include the discharge of an airbag. (2) Blowouts, punctures or other road damage to tires. 8. GLASS REPAIR— WAIVER OFDEDUCTIBLE Section III —PHYSICAL DAMAGE COVERAGE, D. Deductible Is amended to add the following: No deductible appllesto glass damage If the glass Is repalred rather than replaced. 9. COLLISION. COVERAGE —WAIVER OFDODUCTIBLE Under Section Ili - PHYSICAL DAMAGE COVERAGE, D. Deductible Is amended to add the following: When there Is a loss to your covered "auto" Insured for Collision Coverage, no deductible will apply If the loss was caused by a collision with another "auto" Insured by us. 10. KNOWLEDGE OF ACCIDENT Under SECTION IV - BUSINESS AUTO CONDITIONS, A. Lass Conditions, 2. Duties In The Event Ot Accident, Claim, Suit Or Loss, paragraph a, is delaW and replaced by the feilcwing, e. You must see to it thatwe are notified as soon as practicable of an "accident", claim, "sulV or "loss". Knowledge of an "accident", claim, "sulV or "foss" byyour "employees° shall not, in itself, constitute knowledge to you unless one of your partners, executiveofficers, directors, managers, or members (If you area limited liabititycornpany) has knowledge of the "aouldenf, , claim, `suit" or loss". Notice should include: (1) How, when and where the "accldenr or "loss" nocurred; (2) The "Insured's" name and address, and (3) To the eKtard.possible, the names and addresses of any injured persons and witnesses. Under SECTION IV - BUSINESS AUTO CONDITIONS, A. Loss Conditions paragraph 5. Transfer Of Rights Of Recovery Against Others To Us Is deleted and replaced by the following: 5. Transfer Of Rights Of Recovery AgatnatOthers To OF tf any person or organization to orfor whom we malce payment underthis Coverage Form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or "loss to Impair them. However, if the "Insured" has waived rights to recover through a written contract, or if your work was commenced under a letter of intent or work order, subject to a subsequent redaction in waiting with customers whose customary contracts require a waiver, we welve any right of recovery we may have under this Coverage Form, Includes copyrighted material of Insurance Services Office, Inc. Rage 4 of 5 CA 7118 11Q9 12. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Under SECTION IV - BUSINESS AUTO CONDITIONS, B. General Conditions, paragraph 2. Concealment, Misrepresentation Or Fraud Is amended by the addition of the following: We will not deny coverage under Ihis Coverage Form If you unintentionally fall to disclose all hazards existing as of the Inception date of this policy. You must report to us any knowledge of an error or omission in your representations as soon as practicable after Hs discovery. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non-mnewal. When required by written contract or written agreement, the dennlllon of "insured contract" is amended as follows: The exception contained In paragraph H.9. relafirtg to construction or demolition operations on or within 50 feet of a railroad, and — Paragraph H.Q. are deleted with respect to the use of a covered "auto' In operations for, or affecting, a railroad. Includes copyrighted material of Insurance Services Office, Inc. CA 71181109 Page 5 of 5 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 6-14) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall nui up8taie dittouily ui ifidlreudy i.0 benefit anyone not named in the Scheduie. The premium for this endorsement is shown in the Schedule. Schedule 1. () Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium: The premium charge for this endorsement shall be @@@ percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is Issued subsequent to preparation of the policy.) Endorsement Effective 1/31/2025 Policy No. WC 21L198880301 Named insured:' McClendon Construction Company, Inc. Insurance Company Countersigned by -Amerisure Insurance Company WC420304B (Ed. 06-14) Endorsement No. WC 42 03 04 8 Premium Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. NAMED INSURED: McClendon Construction Company, Inc. POLICY NUMBER: WC 21198880301 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE HEAD IT CAREFULLY. Number of Days Notice For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation is Increased to the number of days shown in the Schedule above. If this policy is cancelled by us we will send the Named Insured and any party listed in the following schedule notice of cancellation based on the number of days notice shown above. SCHEDULE Name of Person or Organization The Name of Person or Organization Is any person or organization holding a certiflcale of Insurance issued for you, provided the certificate. 1. Refers to this policy; 2. States that notice of a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; will be provided to that person or organization; 3. Is in effect at the time of the: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; and 4. Is on file at your agent or broker's office for this policy. Mailing Address The Mailing Address is the address shown for that person or organization in that certificate of Insurance. IL 70 45 05 07 - BLKT NAMED INSURED: McClendon Construction Company, Inc. POLICY NUMBER: CPP 21198860301, CA 21198850301 & CU 21198870302 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION, NONRENEWAL OR MATERIAL CHANGE -THIRD PARTY This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM FUSINES-S�0 PHYSICAL-DAMAGE-COVFRA)2E FORD4 COMMERCIAL GENERAL LIABILITY COVERAGE FORM COMMERCIAL UMBRELLA LIABILITY COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM TRUCKERS COVERAGE FORM Subject to the cancellation provisions of the Coverage Form to which this endorsement is attached, we will not: 1. Cancel; 2. Nonrenew; or, 3. Materially change (reduce or restrict) this Coverage Form, except for nonpayment of premium, until we provide at least 30 days written notice of such cancellation, nonrenewal or material change. Written notice will be to the person or organization named in the Schedule. Such notice will be by certified mail with return receipt requested. This notification of cancellation, nonrenewal or material change to the person or organization named in the Schedule is intended as a courtesy only. Our failure to provide such notification will not: 1. Extend any Coverage Form cancellation date; 2. Negate the cancellation as to any insured or any certificate holder; 3. Provide any additional insurance that would not have been provided in the absence of this endorsement; or 4. Impose liability of any kind upon us. This endorsement does not entitle the person or organization named in the Schedule to any benefits, rights or protection under this Coverage Form. SCHEDULE Name Of Person Or Organization Mailing Address Any person or organization holding a certificate of insurance issued The address shown for that person or organization in for you, provided the certificate: that certificate of insurance 1. Refers to this policy; 2. States that notice of: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; will be provided to that person or organization; 3. Is in effect at the time of the: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; and 4. Is on file at your agent or broker's office for this policy IL 70 66 0714 FORT WORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: 2022 Bond Year 2. Contract 11 M&C: 25-0169 Date: 03/19/25 To: Name 1. Donnette Murphy 2. Patricia Wadsack 3. Lauren Prior 4. Lorita Lyles 5. Doug Black 6. Jesica McEachern 7 Ronald Gonzales g Jannette Goodall 9 Allison Tidwell 10. TPW Contracts CPN: 104212 CSO: Department Initials Risk -Approver TPW Approver PLW TPW-Signer Signed in Agiloft Legal -Approver LL Legal -Signer Doug ACM -Signer ,� CSCO-Approver j� CSCO-Signer=� CSCO-Form Filler�- TPW DOCM Date Out 03/19/25 03/20/25 03/20/25 03/20/25 03/21 /25 03/21 /25 03/21/25 03/21 /25 CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW Contracts 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 Re uired: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File Link to general conditions & specifications ❑ Attach Signature, Initial and Notary Tabs Return To: Please notify TPWContracts a@fortworthtexas. qvv for pickup when complete. Call eat. 7233 or eat. 8363 with questions. Thank you! FORT WORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: 2022 Bond Year 2 - Contract 11 M&C: 25-0169 CPN: 104212 CSO: DOC#: Date: 02/28/25 To: Name Department Initials Date Out 1. Dan McClendon Vendor -Signer DM 03/10/25 2. Christian Cardona TPW-Signer cc 03/13/25 3. Leonel Rios TPW-Review LRR 03/13/25 4. 5. 6. 7 8 9 10. CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW Contracts 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 Reauired: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return To: Please notify TPWContracts(&,fortworthtexas.2ov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you! 0Bond Verification MM&C