Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 63830
CSC No. 63830 FORTWORTH. CONTRACT FOR THE CONSTRUCTION OF 2022 Bond Year 3 — Contract 16 City Project No. 104317 Mattie Parker Jesus "Jay" Chapa Mayor City Manager Chris Harder Director, Water Department Lauren Prieur, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth Transportation and Public Works Department 2025 TRANSYSTEMS 500 West Seventh Street, Suite 1100 Fort Worth, TX 76102 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORTWORTH. 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 0005 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 0045 12 Prequalification Statement 09/30/2021 0045 13 Prequalification Application 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 03/07/2025 00 52 43 Agreement 3/08/2024 0061 13 Performance Bond 12/08/2023 0061 14 Payment Bond 12/08/2023 0061 19 Maintenance Bond 12/08/2023 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 03/08/2024 00 73 00 Supplementary Conditions 03/08/2024 Division 01 - General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 3120 Project Meetings 07/01/2011 01 32 16 Construction Schedule 10/06/2023 01 3233 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Signage 07/01/2011 01 6000 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 7123 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 7839 Project Record Documents 07/01/2011 CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised March 7, 2025 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 Date Division 31 - Earthwork Modified 31 1000 1 Site Clearing Division 34 - Transportation 3471 13 1 Special Provision to Standard Specification 34 71 13 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: http://fortworthtexas.2ov/tvw/contractors/ or htti)s:Happs.fortworthtexas.2ov/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 03/07/2025 03 34 13 Controlled Low Strength Material (CLSM) 03/07/2025 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 nn x�ef Ao�„lt� Llo t ; ..,1 03/11 /20 z-v--vim--vv EL�'111:SG�'1 ` �,-�.z 26 0510 Demolition F >~'l o,.;li1�'� S-jcttams 12/7�z 2605 43 Und@rgmund Duots and Raceways for Electrical System 07/0T 260550 c9mmunie Multi Duct !`.,,,.7,,:t m /7v Q&2016 Division 31- Earthwork 31 0000 Site Clearing 03/22/2021 3123 16 Unclassified Excavation 01/28/2013 31 23 23 Beffe Op 01/28/2013 31 24 00 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 04/29/2021 31 36 00 Gabiefts 12/�12 41 37 Ripr-ap 1 2 /7�-yv/iviz CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised March 7, 2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 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 32 1133 27�T Cement Treated Base Courses :1 ;1; 06/10/2022 nono/ 32 1216 '27�3 Liquid Treated S Stab ,e, Asphalt Paving It -5 6/07/2024 1 71 /7 32 13 13 Asphalt Pa-y ng Gr-a k Se.,lan4s Concrete Paving z 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 1416 Brick Unit Paving 12/20/2012 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 32 31 26 Wire Fences and Gates 12/20/2012 32 31 29 Wood Fences 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 3292 13 27�4 Sodding Non Native See, iag 05/13/2021 nc/1�T '27�5 32 93 43 Native !`_Fars and Wildflower- Seeding Trees and Shrubs 1l11 /ll 3. 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 09/07/2018 33 01 31 Closed Circuit Television (CCTV) Inspection — Sanitary Sewer 03/11/2022 33 01 32 Closed Circuit Television (CCTV) Inspection — Storm Drain 12/08/2023 33-03 10 Elypaw Pursp; g-f Sewer- Systems 12/�tz 33 04 10 �-v�-ry ZZ�Ir joint B...,.1ing .,n-Eleetfi % 1 O�.IOL�Q%1.3i� COFFOSiOft r,.R401 Test c+.,ties 12/209017 rrrzvrsvr� 17/7 z 22�z 33 04 30 Magnesium Anode Cat ed e Pfeteetio Syste ffl Temporary Water Services 12/�12 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 12/13/2024 3305 12 Water Line Lowering 12/20/2012 3305 13 Frame, Cover and Grade Rings 09/09/2022 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 03/11/2022 Grade 3305 16 Concrete Water Vaults 12/20/2012 3305 17 22�Auger-171 330521 21 Concrete Collars T,,......el Liner- D14-e 03/11/2022 /7i 12/20/2012 330522 330523 33 0524 Steel Casing-P4-pe Hand Tunne4ng lnct.,&11�ian ••F!`..ff ief Pipe i !`...,;,,g or- T,,,..na L;&/j ` Pkate 12/20/2012 171 /7 z 12/0z CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised March 7, 2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 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 22 11 13 �� t�avaYe Eene�e� � DPipe, Wrapped, BaF Steel Cylinder- Type � 03 /079025� 1 1 1 I �„� 41 Dip o W. �.l r1ttuxgs 12/20,9012 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 ?% 12 11 Large Wa4e,. Mete,-s 12/ 0QO12 33 1220 Resilient Seated Gate Valve 05/06/2015 22�T z A Itul"yoY EaeAed Butte -fly Valves 04/23,9019 33 1225 Connection to Existing Water Mains 02/06/2013 22�0 Combination Air Valve 000v5 Nits f Potable Water Systems 12/'lzzr20,90i2 33 1240 Fire Hydrants 01/03/2014 22 1250 �v 22�0 W- �J �y �taY E��a Y� Va7� Standard Blow Valve Assembly bly 12/2n 012 rLrLvrtviz 06/1�3 12 21 12 off Cure in Dlaee Pipe (CIDD) 122z V_ 21 12 Fiber -glass Reinforced D:„e for Grav:ty San tafy Sewer 12/2zzr20,Q012 22�5 High Density U lyethyle„e (HDPE) Pilo for- Sanitary Sewef nn 3/2019 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 09/09/2022 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer 12/20/2012 Pipe 1111 22 � 22�3 �\?Y I �IPC �n4Ylg Sanitary Sev D:„e T.'„1afge.-„e„t tafy 12/20Q On �z 17/2 33 31 50 San Sewer- Sanitary Sewer Service Connections and Service Line z 04/26/2013 22�0 Combination t:o n:.- Valve �...�,� &an't&ry cewe,- F.,r..e AiT.,:„., 12/20,9012 3339 10 Cast -in -Place Concrete Manholes 12/13/2024 33 39 20 Precast Concrete Manholes 12/13/2024 22�0 1 F�zrgL/G Titv111'»;1 12/13 O24 33-39--68 ��: �'�S�Zy�'V�� FiJ.'111�1: � nn /2n�2 90 T 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 3_ 11 11 High Ile„s:t, Polyethylene (I-IDPE) Pip orm D oin 112/2QOQOIi 22�z De:„F -ee.l Polyethylene ('E PE) Pirw 1 1 /1�5 2 1 2 I L D„1..„.-..„..le„e D:„e F ,- C't o Din n�/1 n/'l n'l'l ,2 33 46 00 Subdrainage 12/20/2012 22�11 Slotted S o Dic�il ; 07/n�4-47 23 4602 T-r-each Tl)ires n7/non 22 49 1 n �v C �.a�.i In P1�fl0 Manholes nholes an unetio Boxes 12/1 T 33 49 20 Curb and Drop Inlets 03/11/2022 33 49 40 $tali DrcC,mge Headwalls and W:„,.wall n�/non Division 34 - Transportation 24 41 10 T 4fo c1,--nab 34 ^� � 110.01 AttookmJnt A Controllcrccminet 2 n 4 1 10.02 02 A tt.,eh e„t B re„tr-alle.- Spe 7�-TTT��L rCLGL[GR2IIGRTD-C-VriL2V12GT'Q�7GG�12GCCtiOTI 24 41 10.03 n spems eems„ rrtt-&El�rii2iit-C —�9rt� c'lie��v zcu a 311 ' 1 Rem3vin ; Tmffie Signals CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised March 7, 2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 34 4120 Readrr"j i11uireiru4,1�,on ko&o lios 3n ^�01 Aft-oKkY. = Roadway 1-1a iawiroo 3 4 /�0-2 Fr-eew = Po Gdivay liuminairoa 34 ^�03 Re�tial TT� Raadw Daminair s 34 41 30 Aluminum Signs 3471 13 Traffic Control Appendix GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-01 60 00 Product Requirements END OF SECTION �T�i 06/i ce n6ii5 11/12/2013 02 �7v�iv 03/22/2021 CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised March 7, 2025 8/13/25, 8:00 AM M&C Review Official site of the City of For Wort , Texas CITY COUNCIL AGENDA FORTH Create New From This M&C DATE: 8/12/2025 REFERENCE NO.: **M&C 25- LOG NAME: 202022 BOND YEAR 3 - 0680 CONTRACT 16 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 11) Authorize Execution of a Contract with McClendon Construction Company, Inc., in the Amount of $9,213,609.50 for Combined Street Paving Improvements, Stormwater Improvements, Water and Sanitary Sewer Main Replacements for the 2022 Bond Year 3 - Contract 16 Project, Adopt Appropriation Ordinances to Effect a Portion of Water Department's Contribution to Fiscal Years 2025-2029 Capital Improvements Program, and for Street Repair Funding and 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 $9,213,609.50 for combined street paving improvements, stormwater improvements, water and sanitary sewer main replacements for the 2022 Bond Year 3 - Contract 16 project (City Project No. 104317); 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of $7,379,031.00 from available PayGo residuals in the Water and Sewer Capital Projects Fund, for the purpose of funding the 2022 Bond Year 3 - Contract 16 project (City Project No. 104317) to affect 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 3 - Contract 16 project (City Project No. 104317) in the amount of $2,818,922.00, 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 estimated receipts and appropriations in the Stormwater Capital Projects Fund, by increasing estimated receipts and appropriations in the 2022 Bond Year 3 - Contract 16 project (City Project No. 104317) in the amount of $100,000.00 and decreasing estimated receipts and appropriations in the Drainage Improvements programmable project (City Project No. P00043) by the same amount; and 5. Amend 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 3 Neighborhood Streets Improvements project associated with the 2022 Bond Program. The 2022 Bond Year 3 - Contract 16 project includes water, sanitary sewer, stormwater, and street paving improvements on approximately 2.64 lane miles, on the following streets: Street From To Scope Blandin Street Bird Street McLemore Avenue Water/Sewer/Storm/Paving Dell Street Blandin Street N Chandler Drive Sewer/Paving Grapewood Street N Chandler Drive N Riverside Drive Water/Sewer/Paving apps.cfwnet.org/council_packet/mc_review.asp?ID=33540&councildate=8/12/2025 1/4 8/13/25, 8:00 AM M&C Review Plumwood Street N Chandler Drive N Riverside Drive Water/Sewer/Paving Clarence Street Wheeler Street Airport Freeway Water/Sewer/Paving Fox Drive* Shadow Lane Kings Highway Water/Sewer Shadow Lane* Wheeler Street Airport Freeway Water/Sewer Wayne Street* Wheeler Street Airport Freeway Water/Sewer Oak Knoll Drive* Wheeler Street Airport Freeway Water/Sewer Airport Freeway* Shadow Lane Oak Knoll Drive Water/Sewer *Due to the proximity to the 2022 Year 3 — Contract 16 project streets above, the Water Department requested that water main extensions on these streets be included with this project to loop the water system and provide increased efficiency. Asphalt paving rehabilitation will be conducted on the indicated streets following the installation of the water main. Additionally, deteriorated sanitary sewer mains will be replaced in the indicated alleys and streets. The Stormwater Division has identified the need to repair or replace deteriorated sections of the existing storm drain pipes on Blandin Street as part of this project. The project was advertised for bid on April 30 and May 7, 2025, in the Fort Worth Star -Telegram. On May 29, 2025, the following bids were received: Bidders McClendon Construction Company, Inc. Jackson Construction, Ltd. Stabile & Winn, Inc. Amount Base Bid ** Time of Alternate A (Concrete Completion Paving) (Asphalt Paving) $9,213,609.50 $9,448,716.50 480 Calendar Days $9,229,071.50 $9,048,385.50 $9,692,217.60 $9,841,378.00 **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. Alternate A was bid as a rehabilitation of the 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 lifespan of twenty years, while asphalt paving has a lifespan of ten years. Additionally, the maintenance costs of concrete pavements are generally less than those of asphalt pavements. The Transportation & Public Works (TPW) Department's share of this contract is $2,479,084.50 (Paving: $2,439,544.50; Stormwater: $39,540.00). The paving funds for this project are included in the 2022 Bond Program. The Water Department's share of this contract is $6,734,525.00 and will be available in the Water and Sewer Capital Projects Fund for the project (City Project No. 104317). In addition to the contract amount, $729,870.00 (Water: $244,941.00, Sewer: $197,529.00, Stormwater: $30,000.00, and Paving: $257,400.00) is required for project management, material testing, and inspection. $354,473.50 (Water: $111,433.00, Sewer: $90,603.00, Stormwater: $30,460.00 and Paving: $121,977.50) is provided for project contingences. 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 5,965 linear feet of cast iron water pipe and 5,205 linear feet of sanitary sewer main will be removed and replaced as part of this project. The storm drain component of this project will replace or repair a portion of the existing storm drain system, which requires rehabilitation to ensure continued drainage system performance and improve future maintenance of the system. The action in this M&C will amend the Transportation & Public Works contribution to the Fiscal Years (FY) 2025-2029 Capital Improvement Program as follows: apps.cfwnet.org/council_packet/mc_review.asp?ID=33540&councildate=8/12/2025 2/4 8/13/25, 8:00 AM M&C Review Capital Fund Name 34027 - 2022 Bond Program 52002 - Stormwater Capital Projects Project Name Street Imprv- Deteriorating Sts- CPN PB0019 Drainage Improvements Projects — CPN P00043 Existing Appropriations $20,148,471.59 $3,448,020.23 Budget Change Increase/ Decrease ($2,818,922.00) ($100,000.00) Revised FY2025 Budget $17,329,549.59 $3,348,020.23 It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year, rather than within the annual budget ordinance, as projects commence, additional funding needs are identified, and 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 Project Fund Name Name 56002- 2022 Bond W&S Capital Year 3 - Projects Contract 16 (104317) FY2025 CIP Authority Appropriations $0.00 This M&C Budget Change Increase/Decrease $7,379,031.00 Revised FY2025 Budget $7,379,031.00 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 3 — Contract 16 project. Funding is also budgeted in the 2022 Bond Program Fund in the Street Improvement -Deteriorating Streets programmable project, and in the Stormwater Capital Projects Fund in the Drainage Improvements Projects programmable project. Appropriations for the water, sanitary sewer, stormwater, and paving improvements for the 2022 Bond Year 3 — Contract 16 project (City Project No. 104317) by Fund will consist of the following: Fund Existing Additional Project Total* Appropriations Appropriations 34027 - 2022 Bond Program $277,691.00 $2,818,922.00 $3,096,613.00 56002 - W&S Capital Projects $632,826.00 $7,379,031.00 $8,011,857.00 52002 - Stormwater Capital $18,000.00 $100,000.00 $118,000.00 Projects Project Total $928,517.00 $10,297,953.00 $11,226,470.00 *Numbers rounded for presentation purposes This project is included in the 2022 Bond Program. The City's Extendable Commercial Paper (ECP) (M&C 22-0607; Ordinance 25765-08-2022) provides liquidity to support the appropriation. Available resources will be used to make any interim progress payments until the 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). The project is located in COUNCIL DISTRICT 11. FISCAL INFORMATION/CERTIFICATION: apps.cfwnet.org/council_packet/mc_review.asp?ID=33540&councildate=8/12/2025 3/4 8/13/25, 8:00 AM M&C Review The Director of Finance certifies that funds are available in the Street Imprv-Deteriorating Sts programmable project within the 2022 Bond Program Fund, the Drainage Improvement Projects programmable project within the Stormwater Capital Projects Fund, and in the Unspecified -All Funds project within the W&S Capital Project Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the W&S Capital Projects Fund, the Stormwater Capital Projects Fund and 2022 Bond Program Fund for the 2022 Bond Year 3 — Contract 16 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 to validate the availability of funds. TO Fund Department Account Project ID ID FROM Fund Department Account Project ID ID Submitted for City Manager's Office by_ Originating Department Head: Additional Information Contact: ATTACHMENTS Program Activity Budget Year Program Activity Budget Year Reference # Amount (Chartfield 2) Reference # Amount (Chartfield 2) Jesica McEachern (5804) Lauren Prieur (6035) Monty Hall (8662) 104317 Form 1295 Certificate 101377050.pdf (CFW Internal) 104317 GL0019-07 - Proiect Budaet Summarv..pdf (Public) 202022 BOND YEAR 3 - CONTRACT 16 funds avail.docx (CFW Internal) 202022BON DYEAR3CONTRACT1 6- McCLEN DON FID TABLE (2) (2).xlsx (CFW Internal) 25-0148 (104317 ITB 2022 Bond Year 3 Contract 16)-CC.pdf (CFW Internal) 34027- Bond 2022 Proposition Report.pdf (CFW Internal) M&C Map CPN104317 NS 2022Bond Yr3 Co16.pdf (Public) ORD.APP 202022 BOND YEAR 3 - CONTRACT 16 34027 A025(R3).docx (Public) ORD.APP 202022 BOND YEAR 3 - CONTRACT 16 52002 A025(R4).docx (Public) ORD.APP 202022 BOND YEAR 3 - CONTRACT 16 56002 A025(R2).docx (Public) apps.cfwnet.org/council_packet/mc_review.asp?ID=33540&councildate=8/12/2025 4/4 CITY OF FORT WORTH Transportation and Public Works Department 2022 Bond Year 3 — Contract 16 City Project No. 104317 ADDENDUM NO.1 Addendum No. 1: Issued Thursday, May 22, 2025 Bid Open Date: Thursday, May 29th, 2025 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 3 — Contract 16, City Project No. 104317, are hereby revised by Addendum No. 1 as follows: I. SPECIFICATIONS & CONTRACT DOCUMENTS: a. SECTION 00 4100 — Replace the BID FORM in its entirety with the attached revised BID FORM. b. SECTION 00 42 43 — Replace the PROPOSAL FORM in its entirety with the attached revised PROPOSAL FORM. c. SECTION 00 45 12 — Replace the PREQUALIFICATION STATEMENT in its entirety with the attached revised PREQUALIFICATION STATEMENT d. SECTION 00 73 00 — Replace the SUPPLEMENTARY CONDITIONS in its entirety with the attached revised SUPPLEMENTARY CONDITIONS e. SECTION 99 99 00 — Replace the ADDITIONAL SPECIFICATIONS in its entirety with the attached revised ADDITIONAL SPECIFICATIONS. f. APPENDIX GC6.06.1) — Replace the INSTRUCTIONS TO BIDDERS ABOUT THE BUSINESS EQUITY GOAL in its entirety with the attached revised INSTRUCTIONS TO BIDDERS ABOUT THE BUSINESS EQUITY GOAL 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.1 under the Requested Information Section. Page 1 of 4 CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised September 14, 2022 Addendum 1 II. CONSTRUCTION PLANS: a. SHEET 2 — INDEX OF SHEETS — Added sheet 122A to index. b. SHEET 4 — GENERAL NOTES — Added note for working within TxDOT ROW. c. SHEET 13 — WATER LINE W-2 — Revised callouts to show water line removal subsidiary to sewer installation d. SHEETS 43-51 — PROPOSED SS SERVICE RELOCATION — Added tree protection note and scale. Added additional cleanouts to private sewer service lines. e. SHEET 118 — PAVING DETAILS — Modified Type P-1 ramp detail deleted. f. SHEET 121 — TRENCH REPAIR DETAILS — Added additional HMAC repair notes. g. SHEET 122 — TRENCH REPAIR DETAILS — Revised permanent concrete pavement repair detail and added HMAC repair notes. h. SHEET 122A — TRENCH REPAIR DETAILS — Added details for unimproved surface repair. During the Pre -Bid Conference, the attendees asked the following questions. The City of Fort Worth's responses are below. Question 1: In Unit 3, there is an item for TxDOT driveway. Where is this item being used? Also, this is only in the base bid, not the alternate. Shouldn't they be the same? Response 1: The bid item for TxDOT driveway has been removed from Unit 3 in the bid proposal, and the revised bid proposal is included in the addendum. Question 2: No items are included for TxDOT roadway paving in the TxDOT ROW. Do we need to include them? Response 2: No, there is no TxDOT roadway paving in this project, only curb and gutter along Belknap. Question 3: In Unit 1, items 65-69 refer to various types of construction and are of substantial quantity. We need to know where these items are being used. Response 3: These items are related to the water line along the airport freeway frontage road, which is within TxDOT ROW in the parkway. Item 68(TxDOT driveways, asphalt) has been removed. Question 4: In Unit 2, what bid proposal items are needed to cover the different things/surface features on private property? Can we separate the items into those that will be used on private property and those that will be used in the public ROW? Response 4: The items included in Unit 2 are only for the features on private property that are affected by the sewer service relocations. The word (private) has been added to the bid proposal on the specific items for clarity. Page 2 of 4 CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised September 14, 2022 Addendum 1 Question 5: There will be many TROE agreements for the sanitary sewer relocation. Is it the contractor's responsibility to obtain them all? Response S: No, they have been changed to temporary construction easements (TCE's), and the supplementary conditions have been revised accordingly. The City will be responsible for obtaining the TCE's. Question 6: There may be additional items that we find in the homeowner's yards during the private sewer installation. How can we capture those items? Response 6: The sewer allowance has been increased to account for private work. Payment for this item is subject to City approval. Question 7: Is there a specification for the 48" arch pipe point repair? Also, can we change the measurement units from LS to EA? Response 7: The specification for the storm pipe point repair is included in Section 99 99 00, Additional Specifications. The measurement has been changed in the specification and bid proposal form to `per each ". Question 8: In Unit 2, there is a duplicate bid item for curb & gutter. Response 8: The duplicate item, item 32, has been removed from the bid proposal. Question 9: Two different details are provided for a Modified P-1 Curb Ramp (Sheets 117 & 118). The details are significantly different and need to be changed to two different designations and a pay item provided for each type. Response 9: The detail on sheet 118 has been removed, and the sheet has been reissued. Question 10: In Unit 1, item #24 Conc. Pavement Repair Residential has a quantity of 500 SY. I only see one location showing any conc. pavement repair, and it is much less than 500 SY. Can you either identify where this is located or reduce the quantity to better match what is shown in the plans? Response 10: The quantity has been increased to account for additional repairs that may be required during construction. Payment for this item outside the limits specified in the plans is subject to City approval. Question 11: Unit 3 shows 1,000 sf for Conc. Sidewalk Adjacent to Wall and 500 sf for Retaining Wall Adjacent to sidewalk. I do not recall there being any shown on the plans for the Page 3 of 4 CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised September 14, 2022 Addendum 1 Unit 3 areas of work. I understand the items are being provided on an as -needed basis, but the quantities should not be overstated so much. Response 11: There are properties that have an existing retaining wall. The items for concrete retaining wall and concrete sidewalk adjacent to retaining wall are included in the event they are damaged during construction. Payment for these items outside the limits specified in the plans is subject to City approval. Question 12: Can you add a pay item for Curb and Gutter in the Unit 3 Paving Section? Some curb and gutter is shown on Sheet 84 along Belknap, but there is no pay item for curb and gutter in Unit 3. It is not unusual for us to have to replace some curb and gutter due to drainage reasons when connecting to the side streets. Response 12: A pay item for curb and gutter has been added to Unit 3. This Addendum No. 1 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. 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. I 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. Addendum No. 1 RECEIPT ACKNOWLEDGEMENT: Company: McClendon Const Co Inc Address: PO Box 999 City: Burleson State: TX CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 14, 2022 Lauren Prieur, P.E. Director, Tr rlta�tiofn and Public Works By: � w�`" Greg Ro ins, P.E Page 4 of 4 2022 Bond Year 3 — Contract 16 City Project No. 104317 Addendum 1 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 3 - Contract 16 City Project No.: 104317 Units/Sections: Unit 1 - Water Improvements Unit 2 - Sanitary Sewer Improvements Unit 3 - Paving Improvements Unit 4 - Stormwater 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 3 CONTRACT 16 Revised 9/30/2021 CITY PROJECT NO. 104317 - Bid Proposal Workbook - Addendum 1.xlsx 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. Sewer Collection System, Urban/Renewal, 8-inches and smaller c. Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) d. Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) e. CCTV, 12-inches and smaller f. - h. - 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 480 Cal. 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 land/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 3 CONTRACT 16 Revised 9/30/2021 CITY PROJECT NO. 104317 - Bid Proposal Workbook - Addendum 1.xlsx 0041 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items Total 1(Total Bid Units 1, 2, 3, & Unit 3: Base Bid (Con $500,000.00 Total 2 (Total Bid Units 1, 2, 3, & Unit 3: Alternate A $500,000.00 Total Bid 7. Bid Submittal This Bid is submitted on Respectfully submitted, By: (Signature) (Printed Name) Title: Company: Address: State of Incorporation: Email: Phone: =1hIRZd;&1x0111Eel �►I #REF! 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 3 CONTRACT 16 Revised 9/30/2021 CITY PROJECT NO. 104317 - Bid Proposal Workbook - Addendum 1.xlsx 00 42 43 BID PROPOSAL Page 1 of 5 UNIT PRICE BID SECTION 00 42 43 PROPOSALFORM Project Item Information Bidlist Item Description Unit 1 - Water Improvements 1 3311.0451 12" DIP Water 2 3311.0261 8" PVC Water Pipe 3 3311.0161 6" PVC Water Pipe 4 3312.0117 Connection to Existing 4"-12" Water Main 5 3312.2004 1" Private Water Service 6 3312.2001 1" Water Service, Meter Reconnection 7 3312.2003 1" Water Service 8 3312.3003 8" Gate Valve 9 3312.3002 6" Gate Valve 10 3305.0111 Valve Box Adjustment w/Cone collar 11 3312.0001 Fire Hydrant 12 3311.0001 Ductile Iron Water Fittings w/ Restraint 13 0241.1510 Salvage Fire Hydrant 14 0241.1511 Salvage 3/4" Water Meter 15 0241.1512 Salvage 1" Water Meter 16 0241.1302 Remove & Salvage 6" Water Valve 17 0241.1303 Remove & Salvage 8" Water Valve 18 0241.1304 Remove & Salvage 10" Water Valve 19 3201.0111 4' Wide Asphalt Pvmt Repair, Residential 20 3201.0121 4' Wide Asphalt Pvmt Repair, Arterial 21 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 22 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 23 3201.0400 Temporary Asphalt Paving Repair (2" HMAC on 6" Flexbase) 24 3201.0614 Cone Pvmt Repair, Residential 25 3305.0109 Trench Safety 26 0241.1012 Remove 6" Water Line 27 0241.1013 Remove 8" Water Line 28 0241.1001 Water Line Grouting 29 0241.1218 4"-12" Water Abandonment Plug 30 0241.1118 4"-12" Pressure Plug 31 3305.0003 8" Waterline Lowering 32 3110.0104 18"-24" Tree Removal 33 3305.0202 Imported Embedment/Backfill, CSS 34 3305.0203 Imported Embedment/Backfill, CLSM 35 3305.0207 Imported EmbedmentBackfill, Select Fill 36 3305.0207 Imported EmbedmentBackfill, Crushed Rock 37 3304.0101 Temporary Water Services 38 3305.0103 Exploratory Excavation of Existing Utilities 39 3110.0111 Site Clearing 40 0241.0401 Remove Concrete Drive 41 0241.0402 Remove Asphalt Drive 42 0241.1000 Remove Cone Pvmt 43 0241.1300 Remove Cone Curb & Gutter 44 0241.0300 Remove ADA Ramp 45 0241.0100 Remove Sidewalk 46 3123.0101 Unclassified Excavation by Plan 47 3291.0100 Topsoil 48 3292.0100 Block Sod Placement 49 0241.1700 Pavement Pulverization (1 I ") 50 3216.0101 6" Cone Curb and Gutter 51 3213.0401 6" Concrete Driveway 52 3213.0301 4" Cone Sidewalk Bidder's Application Bidder's Proposal Unit of I Bid Specification Section No. Unit Price Bid Value Measure I Quantity 33 11 10 LF 183 33 11 12 LF 6,735 3411 12 LF 109 33 1225 EA 22 331210 LF 575 33 1210 EA 108 33 1210 EA 115 33 1220 EA 27 33 1220 EA 7 3305 14 EA 12 33 1240 EA 7 33 11 11 TON 10 0241 14 EA 7 0241 14 EA 106 0241 14 EA 5 0241 14 EA 16 0241 14 EA 5 0241 14 EA 1 3201 17 LF 115 3201 17 LF 50 3201 17 SY 500 3201 17 SY 500 3201 18 LF 9,850 32 01 29 SY 500 3305 10 LF 6,918 024114 LF 1,503 0241 14 LF 1,014 0241 14 CY 15 0241 14 EA 5 0241 14 EA 2 3305 12 EA 8 31 1000 EA 1 3305 10 CY 100 33 05 10 CY 100 3305 10 CY 500 3305 10 CY 100 33 04 30 LS 1 33 05 30 EA 5 31 1000 SY 500 0241 13 SF 2,475 0241 13 SF 180 0241 15 SY 500 0241 15 LF 575 0241 13 EA 1 0241 13 SF 1,894 312316 CY 708 3291 19 CY 142 3292 13 SY 624 0241 15 SY 8,491 32 16 13 LF 2,000 32 1320 SF 5,107 32 1320 SF 1,900 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 2022 BOND YEAR 3 CONTRACT 16 CITY PROJECT NO. 104317 - Bid Proposal Workbook - Addendum 1.xlsx 00 42 43 BID PROPOSAL Page 2 of 5 UNIT PRICE BID SECTION 00 42 43 PROPOSALFORM Project Item Information Bidder's Application Bidlist Unit of Bid Description Specification Section No. Item Measure Quantity 53 3213.0501 Barrier Free Ramp, Type R-1 32 1320 EA 2 54 3212.0302 3" Asphalt Pvmt Type D (DG-D) 32 12 16 SY 8,491 55 3217.5001 Curb Address Painting 32 1725 EA 17 56 3349.5005 Remove and Replace Inlet Top, 5' 33 49 20 EA 4 57 3349.5006 Remove and Replace Inlet Top, 10' 33 49 20 EA 2 58 3471.0001 Traffic Control 3471 13 MO 6 59 3211.0601 CEMLIMETM (8" at 40lb/SY) 32 1133 TON 175 60 3125.0101 SWPPP > 1 acre 31 25 00 LS 1 61 3441.4110 Remove and Reinstall Sign Panel and Post 34 41 30 EA 1 62 0171.0101 Construction Staking 01 7123 LS 1 63 0171.0102 As -Built Survey (Redline Survey) 01 71 23 LS 1 64 3305.0110 Utility Markers 33 05 26 LS 1 65 9999.0001 TxDOT Curb Ramps (TY 7) TxDOT Spec No. 531 EA 1 66 9999.0002 TxDOT Conc Sidewalks (5") TxDOT Spec No. 531 SY 190 67 9999.0003 TXDOT Driveways (6" CONC) TxDOT Spec No. 530 SY 50 68 9999.0005 TY-DOT Conc Curb & Gutter (TY II) TxDOT Spec No. 529 LF 100 69 9999.0006 Miscellaneous Utility Adjustment (Irrigation) 99 99 99 LS 1 70 9999.0007 Construction Allowance (Water) 01 71 23 LS I Total - Unit 1 : Water Improvements Unit 2 - Sanitary Sewer Improvements 1 3331.4115 8" Sewer Pipe (PVC) 33 11 10, 33 31 12,333120 LF 4815 2 3331.4115 8" Sewer Pipe (PVC Pressure Class) 33 11 10, 33 31 12,333120 LF 431 3 3331.3101 4" Sewer Service 3331 50 EA 133 4 3331.3105 4" Private Sewer Service 3331 50 LF 3038 5 3331.3102 4" 2-Way Cleanout (Private Side) 33 3150 EA 49 6 3331.3103 4" Bored Sewer Service 3331 50 EA 3 7 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 24 8 3339.1003 4' Extra Depth Manhole 33 39 10, 33 39 20 VF 13 9 3312.2003 1" Water Service (Dell St) 33 12 10 EA 15 10 3201.0111 T Wide Asphalt Pvmt Repair, Residential 3201 17 LF 50 11 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 3201 17 SY 500 12 3201.0400 Temporary Asphalt Paving Repair (2" HMAC on 6" Flexbase) 3201 18 LF 5970 13 3291.0100 Topsoil 3291 19 CY 221 14 3292.0100 Block Sod Placement 3292 13 SY 1982 15 3301.0001 Pre -CCTV Inspection 33 0131 LF 2000 16 3301.0002 Post -CCTV Inspection 33 01 31 LF 5246 17 3301.0002 Final -CCTV Inspection 33 01 31 LF 5246 18 3301.0004 Final MH-CCTV Inspection 33 01 31 EA 24 19 3301.0101 Manhole Vacuum Testing 33 01 30 EA 24 20 3305.0109 Trench Safety 3305 10 LF 6770 21 3305.0112 Concrete Collar 3305 17 EA 16 22 3305.0114 Manhole Adjustment, Major w/ Cover 3305 14 EA 2 23 3305.0107 Manhole Adjustment, Minor w/ Cone Collar 3305 14 EA 8 24 3339.0003 Liner - 4' Sewer MH (Chesterton or Warren Coating) 33 3960 VF 27 25 3305.0202 Imported Embedment/Backfill, CSS 3305 10 CY 100 26 3305.0203 Imported Embedment/Backfill, CLSM 3305 10 CY 100 27 3305.0207 Imported Embedment/Backfill, Select Fill 3305 10 CY 500 28 0241.2201 Remove 4' Sewer Manhole 0241 14 EA 24 29 0241.2101 4" Sewer Abandonment Plug 0241 14 EA 18 30 0241.2102 6" Sewer Abandonment Plug 0241 14 EA 1 31 0241.2001 Sanitary Line Grouting 0241 14 CY 9 32 0241.1300 Remove Cone Curb&Gutter 0241 15 LF 44 33 0241.0100 Remove Sidewalk (Private) 0241 13 SF 220 34 0241.0500 Remove Fence (Private) 0241 13 LF 231 35 0241.0401 Remove Concrete Drive (Private) 0241 13 SF 4755 36 0241.0600 Remove Wall <4' (Private) 0241 13 LF 25 37 3231.0131 4' Wrought Iron Fence (Private) 3231 13 LF 75 38 3231.0111 4' Chain Link, Steel (Private) 3231 13 LF 88 39 3231.0412 6' Fences, Wood (Private) 32 31 29 LF 37 40 3293.0103 Plant 3" Tree (Private) 32 93 43 EA 1 Bidder's Proposal Unit Price Bid Value $15,000.00 $15,000.001 $150,000.00 $150,000.00 $165,000.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 3 CONTRACT 16 Revised 9/30/2021 CITY PROJECT NO. 104317 - Bid Proposal Workbook - Addendum 1.xlsx 00 42 43 BID PROPOSAL Page 3 of 5 UNIT PRICE BID SECTION 00 42 43 PROPOSALFORM Project Item Information Bidder's Application Bidlist Unit of Bid Description Specification Section No. Item Measure Quantity 41 3293.0105 Plant 5" Tree (Private) 32 93 43 EA 2 42 3305.0103 Exploratory Excavation of Existing Utilities 3305 30 EA 21 43 3213.0301 4" Cone Sidewalk (Private) 32 1320 SF 220 44 3213.0321 Cone Sidewalk, Adjacent to Ret Wall (Private) 32 1320 SF 500 45 3213.0401 6" Concrete Driveway (Private) 32 1320 SF 4755 46 3201.0150 Asphalt Pvmt Repair, Sewer Service (Private) 3201 17 LF 422 47 3232.0100 Cone Ret Wall Adjacent to Sidewalk (Private) 3232 13 SF 250 48 9999.0008 Sheet Metal Fence (Private) 99 99 99 LF 40 49 9999.0009 Remove & Replace Carport/Patio Cover (Private) 99 99 99 EA 7 50 9999.0010 Remove & Replace Brick Pavers (Private) 99 99 99 SF 450 51 3471.0001 Traffic Control 3471 13 MO 5 52 3125.0101 SWPPP > 1 acre 31 25 00 LS 1 53 3305.0110 Utility Markers 33 05 26 LS 1 54 0171.0101 Construction Staking 01 71 23 LS 1 55 0171.0102 As -Built Survey (Redline Survey) 01 71 23 LS 1 56 9999.00011 Remove & Replace Flag Pole 99 99 99 EA 1 57 9999.00012 Construction Allowance (Sewer) 01 71 23 LS 1 Total - Unit 2 : Sanitary Sewer Improvements Unit 3 - Paving Improvements 113 0241.1100 Remove Asphalt Pvmt 0241 15 SY 9237 2B 3123.0101 Unclassified Excavation by Plan 3123 16 CY 1067 3B 3213.0101 6" Cone Pvmt 32 13 13 SY 10018 4B 3211.0502 8" Lime Treatment 32 1129 SY 10651 5B 3211.0400 Hydrated Lime (8" at 40lb/SY) 32 1129 TON 216 6B 3305.0107 Manhole Adjustment, Minor 3305 14 EA 7 7B 3305.0111 Valve Box Adjustment 3305 14 EA 14 8 0241.1100 Remove Asphalt Pvmt (Grapewood) 0241 15 SY 1200 9 3123.0101 Unclassified Excavation by Plan (Grapewood) 3123 16 CY 50 10 3213.0101 6" Cone Pvmt (Grapewood) 32 13 13 SY 1275 11 3211.0502 8" Lime Treatment (Grapewood) 32 1129 SY 1357 12 3211.0400 Hydrated Lime (8" at 40lb/SY) (Grapewood) 32 1129 TON 28 13 3305.0107 Manhole Adjustment, Minor (Grapewood) 3305 14 EA 1 14 3305.0111 Valve Box Adjustment (Grapewood) 3305 14 EA 2 15 0171.0101 Construction Staking 01 71 23 LS 1 16 0241.0100 Remove Sidewalk 0241 13 SF 1300 17 0241.0200 Remove Step 0241 13 SF 25 18 0241.0300 Remove ADA Ramp 0241 13 EA 3 19 0241.0401 Remove Concrete Drive 0241 13 SF 6307 20 0241.0402 Remove Asphalt Drive 0241 13 SF 805 21 0241.0600 Remove Wall <4' 0241 13 LF 100 22 0241.0702 Relocate Mailbox - Traditional 0241 13 EA 1 23 0241.0705 Remove and Replace Mailbox -Brick 0241 13 EA 2 24 0241.1000 Remove Cone Pvmt 0241 15 SY 1200 25 0241.1300 Remove Cone Curb&Gutter 0241 15 LF 3670 26 0241.1400 Remove Cone Valley Gutter 0241 15 SY 120 27 3110.0101 Site Clearing 31 1000 SY 500 28 3110.0102 6"42" Tree Removal 31 1000 EA 6 29 3110.0103 12"-18" Tree Removal 31 1000 EA 1 30 3110.0104 18"-24" Tree Removal 31 1000 EA 1 31 3110.0105 24" and Larger Tree Removal 31 1000 EA 2 32 3124.0101 Embankment by Plan 31 24 00 CY 325 33 3125.0101 SWPPP > 1 acre 31 25 00 LS 1 34 3211.0112 6" Flexible Base, Type A, GR-1 32 1123 SY 385 35 3212.0401 HMAC Transition 32 12 16 TN 100 36 3213.0301 4" Cone Sidewalk 32 1320 SF 13943 37 3213.0311 4" Cone Sidewalk, Adjacent to Curb 32 1320 SF 5210 38 3213.0321 Cone Sidewalk, Adjacent to Ret Wall 32 1320 SF 1000 39 3213.0322 Conc Curb at Back of Sidewalk 32 1320 LF 1000 40 3213.0401 6" Concrete Driveway 32 1320 SF 11650 41 3213.0504 Barrier Free Ramp, Type M-2 32 1320 EA 1 Bidder's Proposal Unit Price Bid Value 175,000.00 $175,000.001 1 $175,000.001 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 3 CONTRACT 16 Revised 9/30/2021 CITY PROJECT NO. 104317 - Bid Proposal Workbook - Addendum 1.xlsx 00 42 43 BID PROPOSAL Page 4 of 5 UNIT PRICE BID SECTION 00 42 43 PROPOSALFORM Project Item Information Bidder's Application Bidlist Unit of Bid Description Specification Section No. Item Measure Quantity 42 3213.0506 Barrier Free Ramp, Type P-1 32 1320 EA 5 43 3216.0101 6" Cone Curb and Gutter 32 16 13 LF 200 44 3216.0103 Cone Laydown Curb 32 16 13 LF 130 45 3217.0101 6" SLD Pvmt Marking HAS (W) 32 1723 LF 67 46 3217.0102 6" SLD Pvmt Marking HAS (Y) 32 1723 LF 50 47 3217.0502 Preformed Thermoplastic Contrast Markings - 24" Crosswalk 32 1723 LF 50 48 3217.0504 Preformed Thermoplastic Contrast Marking - 24" Stop Bars 32 1723 LF 13 49 3217.5001 Curb Address Painting 32 1725 EA 83 50 3232.0100 Cone Ret Wall Adjacent to Sidewalk 3232 13 SF 500 51 3291.0100 Topsoil 3291 19 CY 192 52 3292.0100 Block Sod Placement 3292 13 SY 1724 53 3305.0108 Miscellaneous Structure Adjustment (Water Meters) (>6") 3305 14 EA 20 54 3346.0008 4" Pipe Underdrain, Type 8 33 46 00 LF 250 55 3349.5005 Remove and Replace Inlet Top, 5' 33 49 20 EA 10 56 3441.4003 Fumish/Install Alum Sign Ground Mount City Std. 3441 30 EA 1 57 3441.4004 Furnish/Install Alum Sign Ex. Pole Mount 34 41 30 EA 1 58 3441.4006 Install Alum Sign Ground Mount 34 41 30 EA 1 59 3441.4110 Remove and Reinstall Sign Panel and Post 34 41 30 EA 5 60 3471.0001 Traffic Control 3471 13 MO 5 61 9999.0014 Barrier Free Ramp, Modified Type P-1 32 1320 EA 7 62 9999.0015 Barrier Free Ramp, Modified Type R-1 32 1320 EA 3 63 9999.0016 Concrete Steps 32 13 30 SF 25 64 9999.0017 Miscellaneous Utility Adjustment (Irrigation) 99 99 99 LS 1 65 9999.0018 Construction Allowance (Paving) 01 71 23 LS 1 Total - Unit 3 Base Bic (Concret ) Unit 3 Alternate A (POL) la 3123.0101 Unclassified Excavation by Plan 3123 16 CY 119 2a 0241.1700 Pavement Pulverization (11 ") 0241 15 SY 9237 3a 3216.0101 6" Cone Curb and Gutter 32 16 13 LF 6830 4a 3212.0303 3" Asphalt Pvmt Type D 32 12 16 SY 9237 5a 3216.0301 7" Cone Valley Gutter, Residential 32 16 13 SY 200 6a 3305.0111 Valve Box Adjustment w/ Concrete Collar 3305 14 EA 14 7a 3305.0112 Manhole Adjustment w/Concrete Collar 3305 17 EA 8 8a 3211.0601 CEMLIMETM (8" at 40lb/SY) 32 1133 TON 216 9a Deduct Items 1B-7B Bidder's Proposal Unit Price Bid Value 50,000.00 100,000.00 $50,000.001 $100,000.001 1 $150,000.001 1 1 1 1 1 1 1 1 1 1 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 3 CONTRACT 16 Revised 9/30/2021 CITY PROJECT NO. 104317 - Bid Proposal Workbook - Addendum 1.xlsx 00 42 43 BID PROPOSAL Page 5 of 5 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Project Item Information Bidlist Description Item Unit 4 - Stormwater Improvements 1 3201.0400 Temporary Asphalt Paving Repair (2" HMAC on 6" Flexbase) 2 3301.0012 Post -CCTV Inspection of Storm Drain 3 3305.0109 Trench Safety 4 3305.0103 Exploratory Excavation of Existing Utilities 5 3341.0302 30" RCP, Class III 6 9999.0019 Storm Drain Point Repair 7 9999.0020 Construction Allowance (Stormwater) Bidder's Application Bidder's Proposal Specification Section No. Unit of I Bid Unit Price Bid Value Measure I Quantity Total - Unit 3 Alternate A (POL) 3201 18 LF 20 33 01 31 LF 300 3305 10 LF 20 3305 30 EA 1 3341 10 LF 20 99 99 99 EA 1 017123 LS 1 $10,000.00 $10,000.001 Total Unit 4 Stormwater Improvements $10,000.001 aid Summary I Unit 1: Water Improvements $165,000.001 Unit 2: Sanitary Sewer Improvements $175,000.001 Unit 3: Paving Improvements Base Bid (Concrete) $150,000.001 Unit 3: Paving Improvements Alternate A Bid (POL) I Unit 4: Stormwater Improvements $10,000.001 Total 1 (Total Bid Units 1, 2, 3, & Unit 3: Base Bid (Concrete) $500,000.001 Total 2 (Total Bid Units 1, 2, 3, & Unit 3: Alternate A Bid (POL) $500,000.001 END OF SECTION The City reserves the right to select the responsible low bidder of either Total 1 or Total 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 3 CONTRACT 16 Revised 9/30/2021 CITY PROJECT NO. 104317 - Bid Proposal Workbook - Addendum 1.xlsx 00 45 12 PREQUALIFICATION STATEMENT 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 Sewer Collection System, Urban/Renewal, 8-inches and smaller MsPnan raviny Construction/Reconstruction (LESS THAN 15,000 square ,-., ,ATr.rY.V,, y Construction/Reconstruction (LESS THAN 15,000 square varrlcl CCTV, 12-inches and smaller 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: END OF SECTION By: (Signature) Title: Date: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 3 CONTRACT 16 Revised 09/30/2021 CITY PROJECT NO. 104317 - Bid Proposal Workbook - Addendum 1.xlsx f 1 DEW I 113011II1FLdIII; SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 00 73 00 SUPPLEMENTARY CONDITIONS Page 1 of 6 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of May 21, 2025. Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER 74764 — 911 N Chandler Dt 74768 — 911 N Chandler Dr 74770 — 2912 & 2914 Dell St 74773 — 2908 & 2910 Dell St 74775 — 2904 Dell St 74777 — 2900 Dell St 74778 — 2832 Dell St 74780 — 2828 Dell St 74781 — 2824 Dell St Abel Lopez Abel Lopez Edan Cerda Martin Cerda Martin Cerda Felipe Suarez Jesus Suarez Jose Vazquez -Munoz Azucena Reyna CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 8, 2024 TARGET DATE OF POSSESSION TCE TCE TCE TCE TCE TCE TCE TCE TCE 2022 Bond Year 3 — Contract 16 City Project No. 104317 Addendum 1 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 6 PARCEL OWNER TARGET DATE NUMBER OF POSSESSION 74783 — 2820 Dell St John Smith TCE 74784 — 2816 Dell St Imelda Ruiz TCE 74786 — 2812 Dell St Juan Yanez TCE 74788 — 2808 Dell St Juan Yanez TCE 74791 — 2804 Dell St Martin Iniguez TCE 74330 — 913 N Chandler Dr Accessible Residences Inc TCE 74334 — 2917 Dell St Eric McGuffin TCE 74335 — 2913 Dell St Christian Cervantes TCE 74337 — 2909 Dell St Melissa Borra TCE 74339 — 2905 Dell St Nolberta Hernandez TCE 74345 — 2901 Dell St Jesus Barron TCE 74349 — 2833 Dell St Jesus Barron TCE 74354 — 2829 Dell St Eustolia Suarez TCE 74359 — 2825 Dell St Lola Lopez TCE 74363 — 2821 Dell St Kerrie Tirk TCE 74366 — 2817 Dell St Maria Salas TCE 74371 — 2813 Dell St Edgar Barajas TCE 74377 — 2809 Dell St Gerardo Barajas TCE 74380 — 2805 Dell St Keith Kidwill TCE 74792 — 2800 Dell St Miguel Ramos TCE 74384 — 2801 Dell St Albert Smith TCE 74239 — 912 Blandin St Carl Todd TCE 74125 — 916 Blandin St Jose Arriaga TCE 74014 — 920 Blandin St Jesusita Lopez TCE 74078 — 921 N Chandler Dr Lola Mena TCE 74209 — 921 N Chandler Dr Lola Mena TCE In the event the City experiences delays with obtaining Temporary Construction Easements (TCE's) necessary for the installation of applicable sanitary sewer mains or laterals, the Contractor shall commence work on other segments of the project that do not require easements and shall hold its unit price for as long as it takes to acquire all TCE's. No compensation shall be made for the delay, if any. SC-4.01A.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of April 29, 2025. EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT Atmos Gas — various locations July 2025 ................................................................................................................................................................................................................................................. Oncor Overhead Electric — various locations July 2025 Spectrum Various locations July 2025 ................................................................................................................................................................................................................................................. CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised March 8, 2024 Addendum 1 00 73 00 SUPPLEMENTARY CONDITIONS EXPECTED UTILITY AND LOCATION OWNER Page 3 of 6 TARGET DATE OF ADJUSTMENT AT&T Relocate pole on Dell St July 2025 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Laboratory Test for 2022 Bond Year 3 Contract 16, CPN# 104317, dated 8/28/2023, prepared by Rone Engineering Services, Ltd., a consultant of the City, providing additional information on Street cores and subgrade lab tests. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: An inspection report by Tri-Star Pipe, named CFW23-11131andin, dated 11/29/20522. The report shows the condition of the storm drain to undergo point repair as shown on the plans. SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: (3) Other: SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease -policy limit SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised March 8, 2024 Addendum 1 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 6 $1, 000, 000 each occurrence $2, 000, 000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250, 000 Bodily Injury per person / $500, 000 Bodily Injury per accident / $100,000 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks. None. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: Required for this Contract $Confirm Limits with Railroad $Confirm Limits with Railroad X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised March 8, 2024 Addendum 1 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 6 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07 A.., "Duty to pay Prevailing Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: 2013 Prevailing Wage Rates (Heavy and Highway Construction Projects) A copy of the table is also available by accessing the City's website at: httus: //auus.fortworthtexas.izov/Proi ectResources/ You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 — General Conditions SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 1. SW3P 2. Street Use Permit SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: 1. Flood Plain Development Permit: a. Permit No. FDP-25-00025 SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of April 29, 2025: CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised March 8, 2024 Addendum 1 00 73 00 SUPPLEMENTARY CONDITIONS Page 6 of 6 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION TxDOT Driveway Permit June 2025 SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor None Scope of Work SC-8.01, "Communications to Contractor" None Coordination Authority SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Justina Samaan, P.E. or his/her successor pursuant to written notification from the Director of Transportation and Public Works. SC-13.03C., "Tests and Inspections" None SC-16.01C.1, "Methods and Procedures" None END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. 3/9/2020 D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's website. 10/06/23 Michael Owen SC-6.07, Allow affidavit regarding paying prevailing wages to be submitted on completion of job, as opposed to with each progress report 3/08/24 Michael Owen Removed revisions related to affidavit, as those changes have been made in General Conditions CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised March 8, 2024 Addendum 1 99 99 00 ADDITIONAL SPECIFICATIONS Page 1 of 9 SECTION 99 99 00 ADDITIONAL SPECIFICATIONS 9999.0001 TxDOT Curb Ramps (TY 7) Summary This item includes the construction of curb ramps at the locations specified in the plans in accordance with TxDOT details and TxDOT specification 531 - Sidewalks. All ramp construction shall be in compliance with the Texas Accessibility Act Article 9102 of the Texas Civil Statute as administered by the Texas Department of Licensing and Regulations. This includes the correct slope, correct width, correct texture, and correct color differentiation (i.e. staining to the finished ramp). The Engineer shall verify each ramp prior to final acceptance. Any ramp found to be in noncompliance shall be removed and brought to compliance at the Contractor's sole expense. 2. Measurement and Payment a. Measurement for construction of curb ramps shall be per each (EA) TxDOT Curb Ramps (TY 7). b. Payment for construction of curb ramps shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. The price bid shall include excavating and preparing the subgrade, furnishing and placing all materials, curb ramp, landing and detectable warning surface as shown on the Drawings, adjacent flares or side curb, concrete gutter width along ramp opening, doweling into adjacent concrete pavement (if applicable) and incidentals needed to execute work. 9999.0002 TxDOT Conc Sidewalks (5") Summary This item includes the construction of concrete sidewalks at the locations specified in the plans in accordance with TxDOT details and TxDOT specification 531 — Sidewalks. All sidewalk construction shall be in compliance with the Texas Accessibility Act Article 9102 of the Texas Civil Statute as administered by the Texas Department of Licensing and Regulations. This includes the correct slope and correct width. Ensure that abrupt changes in sidewalk elevation do not exceed 1/4 in., sidewalk cross slope does not exceed 2%. Engineer shall verify sidewalk construction prior to final acceptance. Any sidewalk found to be in noncompliance shall be removed and brought to compliance at the Contractor's sole expense. 2. Measurement and Payment a. Measurement for construction of sidewalks shall be per square yard (SY) TxDOT Conc Sidewalks (5"). b. Payment for the construction of sidewalks shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. The price bid shall include surface preparation of sidewalk foundation, materials, removal and disposal of existing concrete, excavation, hauling, and disposal of excavated material, drilling and doweling into existing concrete curb, sidewalk, and pavement, repair of adjacent street or pavement structure damaged by these operations and incidentals needed to execute work. 2022 Bond Year 3 — Contract 16 — Addendum 1 CITY OF FORT WORTH City Project No. 104317 99 99 00 ADDITIONAL SPECIFICATIONS Page 2 of 9 9999.0003 TXDOT Driveways (CONC) Summary This item includes the construction of driveways (conc) at the locations specified in the plans in accordance with TxDOT details and TXDOT specification 530 - Intersections, Driveways, and Turnouts. Driveways are defined as private (residential or commercial) and public (county road and city street) access areas off the travel lanes and shoulders. Place materials in conformance with construction Articles of pertinent Items. Provide uninterrupted access to adjacent property unless otherwise directed. Ensure that abrupt elevation changes in driveway or turnout areas that serve as sidewalks do not exceed 1/4 in. and that the sidewalk area cross slope does not exceed 2%. 2. Measurement and Payment a. Measurement for construction of driveways (conc) shall be per square yard (SY) TxDOT Driveways (CONC). b. Payment for construction of driveways (conc) shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. The price bid shall include furnishing and operating equipment, excavation and embankment, base and pavement materials and incidentals needed to execute work. 9999.0004 Item Removed 9999.0005 TXDOT Conc Curb & Gutter (TY II) 1. Summary This item includes the construction of concrete curb and gutter (TY II) at the locations specified in the plans in accordance with TxDOT details and TxDOT specification 529 — Concrete Curb, Gutter, and Combined Curb and Gutter. Set and maintain a guideline that conforms to alignment data shown on the plans, with an outline that conforms to the details shown on the plans. Ensure that changes in curb grade and alignment do not exceed 1/4 in. between any two contacts on a 10-ft. straightedge. Place curbs, gutters, and combined curb and gutters in 50-ft. maximum sections unless otherwise approved. 2. Measurement and Payment a. Measurement for construction of concrete curb and gutter (TY II) shall be per linear foot (LF) TXDOT Conc Curb and Gutter (TY II). b. Payment for construction of concrete curb and gutter (TY II) shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. The price bid shall include surface preparation of curb foundation, equipment, labor, materials, tools and incidentals needed to execute work. 9999.0006 Miscellaneous Utility Adjustment - Irrigation 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 adjustments determined necessary by the City. No payment will be made for irrigation adjustments 2022 Bond Year 3 — Contract 16 — Addendum 1 CITY OF FORT WORTH City Project No. 104317 99 99 00 ADDITIONAL SPECIFICATIONS Page 3 of 9 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 sub Contractors. 9999.0007 Construction Allowance (Water) 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 sub Contractors. 9999.0008 Sheet Metal Fence (Private) Summary This item includes the construction of sheet metal fence to the limits specified in the plans or directed by the City in accordance with the City of Fort Worth standard details and specifications. 2022 Bond Year 3 — Contract 16 — Addendum 1 CITY OF FORT WORTH City Project No. 104317 99 99 00 ADDITIONAL SPECIFICATIONS Page 4 of 9 Sheet metal fence shall be of similar size, material, and look of existing sheet metal fence. Contractor shall coordinate with property owner. 2. Measurement and Payment a. Measurement for construction of sheet metal fence shall be per linear foot (U) of Sheet Metal Fence. b. Payment for constriction of sheet metal fence shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. The price bid shall include furnishing all materials for sheet metal Ance, all preparation, erection, and installation of materials and incidentals needed to execute work. 9999.0009 Remove & Replace Carport/Patio Cover (Private) 1. Summary This item includes the removal of existing carport/patio cover to the limits specified in the plans or directed by the City. Salvage existing carport/patio cover for re -use. This item also includes the construction of new carport/patio cover to the limits specified in the plans in accordance with the City of Fort Worth standard details and specifications. Carports/Patio Covers required to be removed for construction shall be replaced with carport/patio cover of similar size, material, and look. Contractor shall coordinate with property owner. 2. Measurement and Payment a. Measurement for construction of remove and replace carport/patio cover shall be per each (EA) Carport/Patio Cover. b. Payment for remove and replace carport/patio cover shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. The price bid shall include saw cutting, removal, hauling, disposal, furnishing and installing carport/patio cover and incidentals needed to execute work. 9999.0010 Remove & Replace Brick Pavers (Private) Summary This item includes the removal and salvage of existing brick pavers to the limits specified in the plans or directed by the City. Salvage existing bricks for re -use. This item also includes the construction of new brick pavers to the limits specified in the plans in accordance with the City of Fort Worth standard details and specifications. Brick Pavers required to be removed for construction shall be replaced with brick pavers of similar size, material, and look. 2. Measurement and Payment a. Measurement for remove and replace brick pavers shall be per square foot (SF) of Brick Pavers. b. Payment for remove and replace brick pavers shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. The price bid shall include saw cutting, removal, salvaging, cleaning, hauling, sample panels, shaping and fine grading roadbed, furnishing and applying all water required, furnishing and curing all concrete ingredients for concrete base material, furnishing and installing all reinforcing steel for concrete base, furnishing, mixing, placing all setting materials, furnishing setting all brick unit pavers, sealing joints and incidentals needed to execute work. 2022 Bond Year 3 — Contract 16 — Addendum 1 CITY OF FORT WORTH City Project No. 104317 99 99 00 ADDITIONAL SPECIFICATIONS Page 5 of 9 9999.0011 Remove & Replace Flag Pole Summary This item includes the removal and salvage of existing flag pole at the location specified in the plans or directed by the City. Salvage existing flag pole for re -use. This item also includes the construction of a new flag pole at the location specified in the plans in accordance with the City of Fort Worth standard details and specifications. Flag Poles required to be removed for construction shall be replaced with a flag pole of similar size, material, and look. Contractor shall coordinate with property owner. 2. Measurement and Payment a. Measurement for construction of remove and replace flag pole shall be per each (EA) Flag Pole. b. Payment for remove and replace flag pole shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. The price bid shall include removal, hauling, disposal, furnishing and installing flag pole and incidentals needed to execute work. 9999.0012 Construction Allowance (Sewer) 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 sub Contractors. 9999.0013 Item Removed 9999.0014 Barrier Free Ramp, Modified Type P-1 Summary This item includes the construction of a barrier free ramp (Type P-1 Modified) at the locations specified in the plans in accordance with the City of Fort Worth standard details and specifications. All ramp construction shall be in compliance with the Texas Accessibility Act Article 9102 of the 2022 Bond Year 3 — Contract 16 — Addendum 1 CITY OF FORT WORTH City Project No. 104317 99 99 00 ADDITIONAL SPECIFICATIONS Page 6 of 9 Texas Civil Statute as administered by the Texas Department of Licensing and Regulations. This includes the correct slope, correct width, correct texture, and correct color differentiation (i.e. staining to the finished ramp). The Engineer shall verify each ramp prior to final acceptance. Any ramp found to be in noncompliance shall be removed and brought to compliance at the Contractor's sole expense. 2. Measurement and Payment a. Measurement for construction of barrier free ramp shall be per each (EA) Barrier Free Ramp. b. Payment for construction of barrier free ramp shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. The price bid shall include excavating and preparing the subgrade, furnishing and placing all materials, curb ramp, landing and detectable warning surface as shown on the Drawings, adjacent flares or side curb, concrete gutter width along ramp opening, doweling into adjacent concrete pavement (if applicable) and incidentals needed to execute work. 9999.0015 Barrier Free Ramp, Modified Type R-1 Summary This item includes the construction of a barrier free ramp (Type R-1 Modified) at the locations specified in the plans in accordance with the City of Fort Worth standard details and specifications. All ramp construction shall be in compliance with the Texas Accessibility Act Article 9102 of the Texas Civil Statute as administered by the Texas Department of Licensing and Regulations. This includes the correct slope, correct width, correct texture, and correct color differentiation (i.e. staining to the finished ramp). The Engineer shall verify each ramp prior to final acceptance. Any ramp found to be in noncompliance shall be removed and brought to compliance at the Contractor's sole expense. 2. Measurement and Payment a. Measurement for construction of barrier free ramp shall be per each (EA) Barrier Free Ramp. b. Payment for construction of barrier free ramp shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. The price bid shall include excavating and preparing the subgrade, furnishing and placing all materials, curb ramp, landing and detectable warning surface as shown on the Drawings, adjacent flares or side curb, concrete gutter width along ramp opening, doweling into adjacent concrete pavement (if applicable) and incidentals needed to execute work. 9999.0016 Concrete Steps 1. Summary This item includes the construction of concrete steps to the limits specified in the plans or directed by the City in accordance with the City of Fort Worth standard details and specifications. Concrete steps shall be of similar size, material, and look of existing concrete steps. Contractor shall coordinate with property owner. Any removal of existing concrete steps shall be to the nearest existing dummy, expansion, or construction joint. Sawcut when removing to nearest joint is not practical. 2. Measurement and Payment a. Measurement for construction of concrete steps shall be per square foot (SF) of Concrete Steps. 2022 Bond Year 3 — Contract 16 — Addendum 1 CITY OF FORT WORTH City Project No. 104317 99 99 00 ADDITIONAL SPECIFICATIONS Page 7 of 9 b. Payment for constriction of concrete steps shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. The price bid shall include saw cutting, removal, hauling, disposal, excavating, furnishing and placing all materials, mixing, placing, and curing all concrete, sealing joints, cleanup and incidentals needed to execute work. 9999.0017 Miscellaneous Utility Adjustment - Irrigation 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 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 sub Contractors. 9999.0018 Construction Allowance (Paving) 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. 2022 Bond Year 3 — Contract 16 — Addendum 1 CITY OF FORT WORTH City Project No. 104317 99 99 00 ADDITIONAL SPECIFICATIONS Page 8 of 9 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 sub Contractors. 9999.0019 Storm Drain Point Repair 1. Summary This item includes the construction of the storm drain point repair to the limits specified in the plans or directed by the City. Contractor to brush and clean existing 48" Arch Pipe, fill existing 48" Arch Pipe Hole with hydraulic cement and utilize Pipe Patch Point Repair product or approved equal. 2. Measurement and Payment a. Measurement for construction of storm drain point repair shall be per each (EA). b. Payment for construction of storm drain point repair shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. The price bid shall include furnishing and installing the pipe patch point repair product or approved equal, hydraulic cement, mobilization, hauling, disposal of excess material, cleaning, clean-up and incidentals needed to execute work. 9999.0020 Construction Allowance (Stormwater) 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 sub Contractors. 2022 Bond Year 3 — Contract 16 — Addendum 1 CITY OF FORT WORTH City Project No. 104317 99 99 00 ADDITIONAL SPECIFICATIONS END OF SECTION CITY OF FORT WORTH Page 9 of 9 2022 Bond Year 3 — Contract 16 — Addendum 1 City Project No. 104317 F_OR WORTH. City of Fort Worth Business Equity Division INSTRUCTIONS TO BIDDERS ABOUT THE BUSINESS EQUITY GOAL Project Number: 104317 Business Equity Goal: 13.45 % DBE Goal: Project Name: 2022 Bond Year 3 - Contract 17 It is the policy of the City of Fort Worth to ensure the full and equitable utilization of Business Equity Firms when appropriate, in the procurement of all goods and services. When a Business Equity Goal is established for a bid, it means that the City of Fort Worth believes that there are Business Equity Firms available that can provide goods or services requested by the bid. The Business Equity Goal for Project number 104317 is 13.45 %. This means that the City believes that there are available Business Equity Firms that can provide goods or services required by this bid and therefore, 13.45 % of the Bidder's awarded amount must be spent with a Business Equity Firm. All requirements and regulations stated in the City's current Business Equitv Ordinance #25165-10-2021 apply to this bid. Definitions are at the end of this document. The DBE Goal for this Project number is %. This means that the City believes that there are available Disadvantage Business Firms that can provide goods or services required by this bid and therefore, % of the Bidder's awarded amount must be spent with a Disadvantage Business Firm. All requirements and regulations stated in the CFR website: httr)s://www.ecfr.gov/current/title-49/subtitle-A/part-26/subpart-C/section-26.55 Because a Business Equity/DBE Goal has been established for this bid, in order for your bid to be considered, a Bidder must satisfv one (1) of the (4) conditions below. Commit to Meet or Exceed the Business Equity Goal Hire Business Equity Firm(s) to provide goods or services and spend at least the goal amount with the Business Equity Firm(s). Subcontracting the percentage with MWBE subcontractors and submitting the MWBE forms. Forms are due (3) business days after the bid has closed. a. Utilization Plan (Include all Subcontractors) b. Letter(s) of Intent (Business Equity Firms Only) c. If the bidder cannot meet the Goal, provide a Good Faith Effort form, see Step 2 below. 2. Prove a Good Faith Effort If the bidders cannot meet the entirety of the Goal Or If the bidder attempted to hire Business Equity Firms to meet or exceed the goal but were unsuccessful. Please submit a Good Faith Effort (GFE) per the instructions below along with a Utilization Form and Letters of Intent for any MWBE participation. This can occur in two (2) ways: 1) Bidder will not be able to meet the MWBE Goal Step 1: Obtain a listing of Business Equity Firms by completing the "Request for Listing of Certified Firms Form" located at the City of Fort Worth's Business Equitv Division website, and request bids from Business Equity Firms to provide goods or services at least 10 calendar days before the bid opening. Step 2: Submit a Good Faith Effort Form with supporting documentation See Below for what constitutes a Good Faith Effort: Revised 5/2/2025 The Good Faith Effort requirement by documenting, in the manners detailed below, that at least two attempts were made using two of the three followinct methods: 1. Email: a copy of the sent confirmation to each Business Equity Firm with the date and time of the email printed directly from the email system for proper documentation. If an email is returned as undeliverable, then that "undeliverable message" received must be printed directly from the email system for proper documentation. 2. Fax: a copy of sent confirmation to each Business Equity Firm with the date and time printed directly from the facsimile for proper documentation. If a fax is returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the fax for proper documentation. 3. Telephone: a call log that identifies each Business Equity Firm contacted with the phone number, name of individual contacted, time, date and outcome of each phone call. a. Provide plans and specifications or information regarding the location of plans and specifications which shall be communicated to all Business Equity firms in each Subcontractor area. b. Attach a copy of the Solicitation sent to the Business Equity firm identifying the instructions on how to obtain plans and specifications for this Solicitation. c. Submit documentation of any Business Equity Firm whose quotes were rejected. The documentation submitted should be in the form of an affidavit, including a detailed explanation of why the Business Equity firm was rejected and any supporting documentation the Bidder wishes to be considered by the city. In the event of a bona fide dispute concerning quotes, the Bidder will provide for confidential review of any relevant documentation by City personnel. d. All communications from the Bidder to potential Business Equity Firms shall be documented and submitted to the City. 2) Bidder proposes a 0% Goal Step 1: Obtain a listing of Business Equity Firms by completing the "Request for Listing of Certified Firms Form" located at the City of Fort Worth's Business Equity Division website, and bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 2: If unsuccessful, submit Good Faith Effort Form. Please see the above GFE requirements or reference the Business Equity Ordinance, Ordinance &20-370 (a) 3. Prove that the Bidder Can Perform the Service and Provide all Materials on the Project as the Prime Contractor Bidder must show that the Bidder is providing all of the goods and services through their own company and that there are no goods or services provided by a third party or an affiliate. Bidder will not purchase any supplies or inventory from a third party. Step 1: Must submit Prime Contract Waiver Form 4. Create a Joint Venture with a Business Equity Firm Revised 5/2/2025 2 At least one or both of the firms must be a Business Equity Firm Step 1: Must submit Joint Venture Form DEADLINE TO SUBMIT REQUIRED DOCUMENTS AND FORMS Bidders should submit the completed and signed cover pages (pages 1 & 4 of this document) in the Bonfire Portal before the Close Date and Time. Bidders are strongly encouraged to submit all required Business Equity documents, including a Utilization Plan (or Good Faith Effort), at the time of their bid/proposal submission. However, per City ordinance, Proposers may submit the required documents after the Close Date and Time but no later than 2:00 PM on the 3rd business day (which will usually be the following Tuesday) after the Close Date. Vendors will receive a message following the Close Date and Time at Messages > Vendor Discussions in the Bonfire Portal that will restate these deadlines. To submit the required documents after the Close Date and Time, Vendors must submit the required documents as an attachment to the message and send it back through the Bonfire Portal by the due date and time. All items received through the message function will be appended to the Proposer's response; however, only Business Equity documents will be reviewed. Any attempt to modify any other portion of the bid will not be accepted or reviewed by the evaluation panel or Project Manager. Failure to submit a Utilization Plan (or Good Faith Effort) as required and by the due date and time will render a Proposer non -responsive. For any questions on how to submit the information, please contact Bonfire Support at https://fortworthtexas.bonfirehub.com/portal/support. Do not wait until the deadline to reach out with questions to allow for time for them to respond and assist you. FREQUENTLY ASKED QUESTIONS If I am a Business Equity Firm, can I count my performance of the bid? Answer: A Business Equity Prime Contractor can count its self -performance towards meeting the Business Equity Goal for the assigned North American Industry Classification System (NAICS) commodity codes on its Minority Business Enterprise (MBE) or Women Business Enterprise (WBE) certification. 2. What if I am a Business Equity Firm, but I am unable to self perform all work or provide all of the goods under the bid, can I count my performance under the Bid? Answer: If the Business Equity Prime cannot self -perform all of the work, it will be accountable for subcontracting with certified firms to meet the overall goal. Business Equity Firms that qualify under the "Significant Business Presence" definition may count in the Program upon approval of DVIN-BE. 3. Is meeting the goal mandatory? Answer. Yes, but there are four ways to meet the goals, see the four steps above for options on how to meet the goal. 4. What if I am unable to meet the entire goal? Answer. You will need to submit a utilization plan and LOI's for the percentage you will meet and submit a good faith effort form with supporting documentation, see above for GFE requirements. This bid does not have a set amount that the City will purchase from the Awarded Bidder, how do I complete the form? Answers: a. For a Low Bid procurement, the lowest bidder shall submit a Utilization Plan no later than 2:00 PM on the third business day after the bids are opened detailing all Subcontractors the Contractor intends to utilize in its performance of a Contract. Contractors that are Business Equity Firms may count their self -performed services towards meeting a Business Equity Goal. b. For a Best Value or Multi -award procurement, all bidders who wish to be considered for Revised 5/2/2025 3 evaluation scoring shall submit a Utilization Plan by 2:00 PM on the third business day after the bids are opened detailing all Subcontractors the Contractor intends to utilize in its performance of a Contract. Contractors that are Business Equity Firms may count their self -performed services towards meeting a Business Equity Goal. c. For RPP/RFQ's where pricing is not included a preliminary utilization plan, or an acknowledgment of the City's goal must be noted on your proposal. Once pricing has been established an updated utilization plan with letter of intent(s) will be required. d. For CMAR/Design Build, a goal will be placed on the design portion which will need a utilization plan and letter or intent(s), or good faith effort with supporting documentation. For the construction portion where pricing is not included a preliminary utilization plan or an acknowledgment of the City's goal must be noted in your proposal. Once pricing has been established an updated utilization plan with letter of intent(s) will be required. e. Non-compliance. If the lowest bidder for a low bid procurement or any bidder for a Best Value procurement does not timely submit its Utilization Plan with the required documents, that bidder will be deemed non -responsive. For a low bid procurement, the City will notify the next lowest bidder who shall then submit a Utilization Plan with required documents no later than 2:00 PM on the third business day after the bidder receives notification. This process will be followed until a bidder submitting the required documents is selected. DEFINITIONS Business Equity Firm means an Independent Firm that is a Certified minority- and/or women -owned business enterprise (M/WBE) with a Significant Business Presence in the City's Marketplace. Business Equity Goal means a calculation prepared by the DVIN-BE that includes all the following factors: the detailed cost estimate of the work to be performed, or goods purchased; the 6-county Marketplace; the availability of Business Equity Firms and non -Business Equity Firms in the Marketplace determined ona Contract -by -Contract basis; and the subcontracting/supplier opportunities of each project. Certified means those firms identified by the North American Industry Classification System (NAICS) that have been determined to be a bona fide MBE or WBE by the North Central Texas Regional Certification Agency (NCTRCA), the Dallas/Fort Worth Minority Supplier Development Council (DFW /MSDC), Women's Business Council -SW (WBCS), Texas Department of Transportation (TxDOT) or another certifying agency that the DVIN-BE may deem appropriate and accepted by the City of Fort Worth. DVIN-BE means the City's Department of Diversity and Inclusion — Business Equity Division Good Faith Efforts means the actions undertaken by a Contractor and approved by DVIN-BE as described inthe Business Equity Ordinance $20-370 (g). Joint Venture means a business entity formed by two or more independent Persons for the purpose of pursuing a common objective, such as a prime contract. The resulting business entity has additional resources and capacity, enhancing its ability to compete for larger awards. A joint venture is generally characterized by shared ownership, shared returns and risks, and shared governance. In a joint venture, the prime managing partner holds 51 % or more interest in the business. Partner(s) hold less than 51 % interest but in most cases, not less than 20%. Marketplace means the geographic area as defined by the City's most current Disparity Study (i.e., Tarrant, Dallas, Denton, Johnson, Parker and Wise counties). Responsive means that a Person is compliant with the requirements of the Business Equity Ordinance. Significant Business Presence means a Person (1) which has its principal place of business located inside the Marketplace; (2) which has its principal place of business located outside the Marketplace but has been verified to be in existence for a minimum of 24 months and from which at least 20% of the business's workforce is based in the Marketplace; or (3) which has cumulative business receipts greater than $1,000,000 for work done in the Marketplace since January 1, 2013. Utilization Plan means the list of Business Equity Firms that a contractor commits will be utilized to meet the Business Equity Goal for a specific project, the scopes of the work and the dollar values or the percentages of the work to be performed. Revised 5/2/2025 4 VIOLATIONS AND SANCTIONS 1. Failure to comply with the City's Business Equity Ordinance will result in the bid being considered "Non -Responsive." 2. Failure to submit the required Business Equity forms and documentation will result in the bid being considered non -responsive and a "written warning" letter that may impact the Offeror's evaluation scoring on future City bid opportunities for up to 12 months, refer to Ordinance �20-373 on VIOLATIONS AND SANCTIONS for continued offenses or failures to comply. Legal Name of the Proposer: Name of the Authorized Representative: Title: Signature of the Authorized Representative: Email: Note: Please see the Important Information on the following pages. List of Business Equitv Documents Attached: • Instructions to Bidders About the Business Equity Goal • Business Equity Utilization Form • Letter of Intent • Good Faith Effort Form • Prime Contractor Waiver Form • M/WBE Joint Venture Eligibility Form If you have any questions, contact the Department of Diversity & Inclusion, Business Equity Division by question cut-off date provided in Bonfire. Email: DVIN_BE@fortworthtexas.gov I Phone: 817-392-2674 Revised 5/2/2025 5 SHEETINDEX SHEET NO DESCRIPTION COVER SHEET 2 INDEX OF SHEETS 3-4 GENERAL NOTES 5-6 WATER LOCATION MAP 7-8 SANITARY SEWER LOCATION MAP 9 SANITARY SEWER ABANDONMENT MAP 10 PAVING LAYOUT MAP 11 CONTROL DATA 12 WATER PLANS - W-1 (FOX DR.) 13-14 WATER PLANS - W-2 (SHADOW LN.) 15-16 WATER PLANS--(WAYNE ST.) 17 WATER PLANS - W-9 (AIRPORT FRWY.) 18 WATER PLANS - W4 (CLARENCE ST.) 19 WATER PLANS - W-5 (OAK KNOLL ST.) 20 WATER PLANS - W8 (GRAPEWOOD ST.) 21 WATER PLANS - W-7 (PLUMWOOD ST.) 22-23 WATER PLANS - W-8 (BLANDIN ST.) 24 MISCELLANEOUS WATER LINE PROFILES 25-26 SANITARY SEWER PLANS - L-3416 (FOX DR) 27-29 SANITARY SEWER PLANS - L-3042 (SHADOW LN) 30-31 SANITARY SEWER PLANS - L-3668 (WAYNE ST.) 32-33 SANITARY SEWER PLANS - L-3563 (AIRPORT FRWY.) 34-35 SANITARY SEWER PLANS - L-3083 (CLARENCE ST) 36-37 SANITARY SEWER PLANS - L-3079 (OAK KNOLL ST) 38 SANITARY SEWER PLANS -L-3028(GRAPEWOOD ST.) 39 SANITARY SEWER PLANS -L-2972(PLUMWOOD ST.) 4042 SANITARY SEWER PLANS-L-XXXX(DELL ST.) 43-51 SANITARY SEWER RELOCATION PLANS - L-XXXX (DELL ST.) 52 STORM DRAIN LINE A (BLANDIN ST.) 53 STORM DRAIN LINE B (BLANDIN ST.) 54 ALIGNMENT DATA SHEET 55-59 PAVING TYPICAL SECTIONS 60-61 PAVING IMPROVEMENTS -FOX DR. 62-63 PAVING IMPROVEMENTS - FOX DR. CROSS SECTIONS 64-66 PAVING IMPROVEMENTS - SHADOW LN. 67.70 PAVING IMPROVEMENTS - SHADOW LN. CROSS SECTIONS& DRIVEWAY PROFILES 71-73 PAVING IMPROVEMENTS - WAYNE ST. 74-75 PAVING IMPROVEMENTS - WAYNE ST. CROSS SECTIONS 76-77 PAVING IMPROVEMENTS - CLARENCE ST. 78-79 PAVING IMPROVEMENTS - CLARENCE ST. CROSS SECTIONS& DRIVEWAY PROFILES 80 PAVINGIMPROVEMENTS-OAK KNOLL ST. 81 PAVING IMPROVEMENTS -OAK KNOLL ST. CROSS SECTIONS & DRIVEWAY PROFILES 82 PAVING IMPROVEMENTS - GRAPEWOOD ST. 83 PAVING MPROVEMENTS- GRAPEWOOD ST. DRIVEWAY PROFILES 84 PAVING IMPROVEMENTS-PLUMWOOD ST. 85 PAVING IMPROVEMENTS- PLUMWOOD ST. DRIVEWAY PROFILES 86-88 PAVING IMPROVEMENTS -DELL ST. 89-91 PAVING IMPROVEMENTS - DELL ST. CROSS SECTIONS & DRIVEWAY PROFILES 92-94 PAVING IMPROVEMENTS - BLANDIN ST. 95-97 PAVING IMPROVEMENTS - BLANDIN ST. CROSS SECTIONS & DRIVEWAY PROFILES 98 EROSION CONTROL PLAN 99 TRAFFIC CONTROL PLAN 100-107 WATER DETAILS 108-110 SANITARY SEWER DETAILS 111 STORM DRAIN DETAILS PAVING DETAILS TRENCH BACKFILL DETAILS �121-122A 1 CONCRETE CURB AND CURB GUTTER DETAILS 124 CONCRETE DRIVEWAY DETAILS 125 CONCRETE SIDEWALK DETAILS 126 CONCRETE PAVING DETAILS JOINT SEALS 127-130 PEDESTRIAN FACILITIES CURB RAMPS 131-142 BARRICADE AND CONSTRUCTION GENERAL NOTES AND REQUIREMENTS 143 TRAFFIC CONTROL PLAN 144-146 TRAFFIC CONTROL DETAILS 147 EROSION CONTROL DETAILS 148 TREE PROTECTION & PLANTING DETAILS 149 TREE TRUNK PROTECTION DETAILS 0 MOOF�ERT UTILITY POLE ' STREET LIGHT WATER METER WATER VALVE Qw WATER MANHOLE STORM BRAN MANHOLE SPRINKLER VALVE O TELEPHONE RISER GAS O METER GAS RISER GAS TEST STATION © GAS VALVE GAS MANHOLE EI IRRIGATION BOX LEGEND FIGRo FALROX SIGN TRII - = EXISTING CULVERT 17 FIRE HYERXNT CS MANHOLE ® OR 00 5S CLEANOUT GUY WIRE TREES L WROUGHT IRON OR WOOD FENCE X BARBED WIRE FENCE HOG WIRE FENCE EDGE ASPHALT PAVEMENT EDGE/GRAVEL DIRT ABBREVIATION LIST WE = WATER LINE SS = SANITARY SEWER COFW = CITY OF FORT WORTH DIRECT = DEED RECORDS, TARRANT COUNTY, TEXAS ROW = RIGHT OF WAY OF - - - _ VVEELEEAD UTILITY T _ _ _ _ iiSvlioro�E.. - - - FO - - - - UNDERGROUND FIBER OPTIC CABLE - - NG - - - - GAS LINE ---W---- WATER LINE x S.U.E. LEGEND LEGEND OF UTILITY TYPES OMMUNICATIONS m sTlFaou 1e,cT, -- --- sTITE I lcAalr- voiuMPanucn — ---- WHFOO NET IF --- ---- wMe:uTFa000TI -- --- M CATE NET"Pon IR"I")I x - —�---- E u 1 ElPomucn -—®----- LEGTa1e I Rowaa a .C.. ETROLEUM AT.. AN'IISEWER DITYOFFORTWORTH WORTH OTASLE wATEa C TYOFFOHTWORTH GL'O MIEFFFG SIGH L8 — — — I "CON LEGEND OF UTILITY SYMBOLS nL, , ®© T,L ONE aE,NADLT, ® o °TINaDX, BIN n POLE seal ° LIGHT ROLE V.N. POLE p, POLE 0 TPE—FIGERI STORM 0 UT ®^ NHG WATER"OUT " o REVISIONS Ixo. pDATE 1 p ADDED I SHEET 05/0en025 I= p 13 p o.... e..................K 9 BRENi E. SHIIMNE $Q�q.,.f.......13114 7 ........... `pg s/t9/zozs CONSTRUCTION NOTES THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST 4B HOURS PRIOR TO EATCAVATING AT EACH LOCATION 1_800-8]8-8]11 FORT WORTH WATER oRrFORT WGUENN FOR s DEPr-HELD oPERAnorvs ei]3"Al)))) isz sire 0 COR CAS WF EIECTRiC�MELANIE MICLRA) 1et]JEll 215-6210 ( 3-21" �'%7tlZfl - LL OTHER PARKS & COMMUNITY SERVICES DEPT ;81ga031 LHER FALTMBES Ic-Ti s A(e11) .,..._.,....._ . _. -...., .- ..,,......,- to I- I Cltt PROJECT f10431] K-327I 1-2]923 AIAPSCO NO 630, 63R, 0 64P U FOR- _ TWORTH. CITY OF FORT WORTH, TEXAS Q WATER DEPARTMENT LU 2022 BOND YEAR 3 - CONTRACT 16 0 m N INDEX OF SHEETS o N TRANSYSTEMS TFK FORT WORT rE ASE76of 16171 339-895D 7O DESIGNED R S I SCALE: I DATE I SHEET LL DRAWN DES 11-=300' 1 5/19/2025 1 2 0 DIVISION 32 - EXTERIOR IMPROVEMENTS Vi, SEVERE DAMAGE OR REMOVAL OF TREES IS SUBJECT TO PENALTY OF 3200 PER DIAMETER INCH OF TREES REMOVED OR DAMAGED FOR TREES LESS THAN 30-INCH DBH OR E400 PER DIAMETER INCH FOR TREES 30-INCH DBH OR GREATER SEVERE DAMAGE OR REMOVAL SHALL INCLUDE. BUT IS NOT LIMITED TO�SCARRING OF ME TRUNK TO�MEB AMBIAO LATER GREEASOL ATEERR THAN 1i3 THE TRUNK CIRTRIII DUMFERRNCE. UPROOTING OR CAUSING A TREE To DEAN. OR IUMR 'IS ROD IN I TIMES THE 1H1T�N.1R1,%1AM1,.E1 OF THE TRUNK, OR CUTNNG 4 ROOTS 4-INGH OR GREATER IN DIAMETER WIo.THIN N-FEET OF ix. MEASURED AT11POI THE BA ECALIPER SH D ACCORDING To ACGMTEORIN IN CALIPER ACCORD. L BETO MEASUREDUSING S NGE DIAMETER AT BREASTEHEIGHT fDBH). TREES THAT MUST BE REMOVED DUE TO DAMACEE CAUSED BV THE CONTRACTOR SHALL BE REMOVED BY THE FORESTRY SECTION'S TREE REMOVAL CONTACTOR AT ME CONTRACTOR'S EXPENSE x AME ll DAMAGES SHALL BE BE DADTO ME YY ASSESSEDDDANDLESE TO REPLACE AS DESCRIBED H DRMNGED T�REBE UE UCERESULT FROMI PAYMENTTSC OTHERWISE DUE TTHE CONTRAOTOR LANDSCAPING AND TET DN (CoPLANNER - - 479). tt MATERIAL SHALLBE WARRANTIEDFOR A PERIOD OF TWO YEARS A MAINTENANCE BOND SHALL BE POSTED FOR AL LANDSCAPING MATERIALS (HARDSCAPBE. IRRIGATION, PLANTINGS). 1 a PLAT IPBMINCSON TAGS MUST REMAIN ON PLANTMAERIALs FOR PARE INSPECTION CONTACT PARE 72-HOURS IN ADVANCE FOR INSPECTION OF TREE AND 1FORHANDSOM, CITYFORT WORTH TEXAS RDMANCE .M.,( ) u QURum (TCEo�oo9TEXAS lo", DE ONutc 11 OR NEON ATTIIONABLEREG RSDINNGWATERRERMITTMO,RCSUPPLY MOSTCOONTACT DOSE OPMENT SERVTt PATCUSHO IS SE ISSTEES 81W A ME 2 CITY OCONNECTED THROUGH AN APPROVED AACNFHMX PREOVEMPON FFORTWORTH AMID MUSTWATER DEPARTMENT TED UPON INSTALLATION, FOR ADDLTIOAL 0 ONCE IRRIGATION LINES HAVE BEEN INSPECTED, APPROVED AND 'GREEN TAG' HAS BEEN SUPPLIED, TREES AND PUNTING MATERIALS CAN BE INSTALLED, B IF EKFIWVING MGONHAJT CONNACT PARD 72 HOURS IN ADVANCE FOR INSPECTION OF ALL IRRIGATION LINES. DEPTH. AND PRESSURE PRIOR TO H - - UKASCUPS, IS Nr RD (COPLANNER 95 - - 479) 4 SOD SHALL BE REPLACEDINALL AREAS DISTURBED BY CONSTRUCTION. SOD SAHALL MATCH EXISTINGGRASSES, PERSECTION 329213. 15. SOILSS1BE NRDE 32F920 6S)TRUCNON DEBRIS AND ROCKS GREATER THAN I -INCH, BACKFILL WITH CLEAN SOIL PRIOR TO SEEDING OR SODDING. (REFER TO 32 91 19 .6 TURF IN MUST COMPLY WITH CFIV STANDARD CONSTRUCTION SP ICAHON DOCUMENTS 32 - AND/OR - - SEEDING. 1 REQUEST, MTCKET E ME CONTRACTOR OF CERTIFICATIONS ON SOIL, SOD, SEEDING, AND HYDROMULCHING PRIOR TO INSTALLATION, ALONG WIT18 ALL"DISTUR&WCE TO EXISTING SOIL, FER TVEGETATIONO 32 92 3 OR AND IRRIGATION MUST BE REPAIRED OR REPLACED TO EXISTING PRE -CONSTRUCTION CONDITIONS OR BETTER AT NO ADDITIONAL COST TO PARD 19. CCONS PRIORWCTIIRRMEN EQUIPMENTAPPROVAL FAHNDRORRSTTAGING. MATERIALS STORAGE. AND MATERIALS TESTING MAY NOT OCCUR ON EXISTING R G MEDIANS MAINTAINED BY PAS WITHOUT PD UT 21 ME-EXISTING /� MANS/Oq HALL BE MAINTAINED BY CONTRACTOR FOR HIGH GRA55 AND WEE. EVERT 14 DAYS UNTIL CONSTRUCTION LUNAL 21 NEW MERTRRN ACCEPTANCE S SHALL BE WATERED, MOWED,ACCEPTANCE.FTER AND MAINTAINED BY CONTACTOR UNTIL GRASS COVERAGE Is ESTABLISHED PER GFW SEED/SOD SPECIFICATIONS PRIODIVISION 33 - UTILITIES GFNF1. WHEN IT IS REQUIRED THAT A COITRIGION NTRACTOR WORK ON PRIVATE PROPERTY WIMIN E ENTS, THE CONTRACTOR SHALL CONTACT THE PROPERTY OWNER 48 'HIRE PRIOR TOE - BEEN IN -ALL RENA.UTILITY F//AS COMMENCE SURFACE ION RESTORAETIONCAS NOTED ABOME CAGY REESSUL EN EDEFE MENTROFSFURTHEROPIPE NSLPllATIDN)ACWLONTIES CDAYS. FAILUREKTOIMAIMAIN ANO/OR COMPLETE SITE RA 2. EXISTING VERPCALWDEFLEACNOSO AND PIPE SLOPES SHOWN ON TIE PLAINS WERE LINCE R OBTAINED I FROM RECORD DRANINGNBAND HAVE NOT BBEEN FIELD VERIFIED. SOME MANHOLES WERE EIERMINED N2 RICTS W P1IMDRI_ H SEWER. DAINAGEO HEADWALLS, LOCATED AND ALL DOMOLE DATAAND OTH RSIDOC ( RE WINGS RSIU AU ETCH ET ME MAIN SPECTOR. WATER ENGINIDENTIFIED, THE "LTE' IN CONFLICTIRRING, AAER UM EXCAVATOR ETH. FIELD D aR N NE CITY IN VOIa A° NOT 3, MAINTAIN ALL TIEXISTINC WATER AND SEWER CONNECTIONSTOCUSTOMERS INEWORKING ORDER AT ALL TIMES. EXCEPTFORBRIEF INTERRUPTIONS IN SERVICE FOR WATER AND SEWER SERVICES TO BE REINSTATED. IN NO CASE SHALL SERVICES BE ALLOWED TO REMAIN OUT OF SERVICE OVERNIGHT 4, FOLLOW APIN ACCORUANCE PURMTIREA"ORI RO R IDIREMENTS CONFINED SPACES SHALL INCLUDE MANHOLES AND OTHER CON. N 1. ACES 5. PREQUALIHEDSPACES CONTRACTORS, BY APPROPRIATE WATER DEPARTMENT WORK CATEGORY, SHALL BE ALLOWED i0 ADJUST VALVE BOXES, MANHOLES, RING & COVERS 6. CONTRACTOR IS RESPONSIBLE FOR ALL TRENCH SAFETY THE CONTRACTOR SHALL CONSTRUCT THE PROPOSED WORK UTILIZING A TRENCH SAFETY PUN PREPARED BY LENSED PROFESSIONAL ENGINEER IN THE STATE OF TEXAS, FOR THIS PROJECT, IN ACCORDANCE WITH OSHA EXCAVATION SAFETY STANDARDS, FEDERAL AND STATE WATTERR COWREOLPPLAIN NFTCGNETRONS MEERNC ECRITERIA OUTLINED SHALL SECTTIION SUBMITTEDATEXIST 1PRE-CONSTRUCTION MEETING IS WOULD ALSO INCLUDE A GROUND 7IKF DEN IINMENT ANALLILL 'I TEST FREQUENOTE TESTING LA ON ETCHAC NOTIFY THE GUY INSPECTOR IN WR"' To OBTAIN -PLE' AND PERFORM I ANDARE RE CTOR TIT IN RE To OBTAIN THEACCORDANCEL RENOoc HALL NOT'ITDIS OF NEHMGEOATE 21E FOR AND UTILITY MARKER ""ENCIN1 OF UTAPE IN ACCORDANCE"WRAITH SEC TON 33 D05 26. aPAVEMENT REPAIR SHALLOBEN PER SEGTIONSN 32 OtiION 32N 01EE18.EAND 32 Ot 29 qLL RIC NON -CONFORMING WORK SHALL BE REMOVED AND REPLACED. e. THATTHEI CITY AINFORMATION ID THE ENGINEER NEITHER ASSUMES NOR IMPLIES AANTL RESPONSIBILITYTFOR THE ACCURAC�TC OF THE DATA BSSIBLE, THE CONTACTOR IS CAITNONEO I EIIIINI RO`SINK` SHOWN IN TH E PROFILE ARE FRO" REFERENCE PLANS, AND FROM INFORMATION ETANED FROM ME UHMI COMANNIES IT SHALL BE WATER 1. OXIDE THRUST RESTRAINT BY AND CONCRETE BLOCKING W SPECIFICALLY INDICATED GN THRUST RESTRANT AT DESIGNATEDEJOINTS BEYOND TIRE FJ1RTNG EACH I METHOD SHALL BE CAPABLE OF THRUST RESTRAINT INDEPENDENT OF ME OTHER SYSTEM PROVIDE CONTRACTOR SHALL REFER TO CIW STANDARD DETAILS FOR AREA REQUIRED TO INSTALL CONCRETE BLOCKING 2, ALL DUCTILE IRON MECHANICAL JOINT FITINGS SHALL BE RESTRAINED TO PIPE USING RETAINER GLANDS 3, PROPOSED WATER M SHALL HAVE A MINIMUM COVER OF 48-INCHES COVER ABOVE THE TOP OF PIPE, UNLESS SHOWN OTHERWISE ON ME DRAWINGS OR DETAILS 4, � WATER SERVICES SHALL BE INSTALLED ABOVE STORM CEPT RE ME GRANINGS 5, OF M4NU ACMU ENRECAT OMMENDATONS HAY BE MADE WITHBENDS,OFFEETSE OR JOINT N DETFDECTIONS IN JOINT BEDECTIDNS SHALL NOT EXCEED FUTY PERCENT (50%) 6.INCLUDED H ME PFICE SBIUENCINNO OF PON54RPCRON ANDS TESTING OF ROPOSED WATER LINES SHALL BE CONSIDERED SUSSIDIPNY To THE AND EH_MS ] '2 INCH-DAN AMID SMALLER A -BE INSTALLED ' LEI (E%I R IF SFO) !LAND 8. VALVES SHALL IBE INSTALLED WHERE DESIGNATED ONRTHESE PLAINS IN ACCORDANCE ANDNSHOP DRAWINGS PROVIDED TO ME CITY INSPECTORI FORNREVEW PER SECTION 33 1 L SHALL INSTALLED ON ALL MANS 16-INCH DIAMETER AN LARGER PER SECTIONS 33 tDo 9. DRHE HYDRANTS EFIN RESELL BE INIMUI OF 3 FT. BEHIND ME SAKSUBMITURB TO TT Fi'S ANO IN LIE WITH TIE 3PROPEER /LOT UNEE EXCEPT WHERE SHOWN PER SECTION 12 CONTRACTOR "LL PROVIDE A I KING PLAN 1M3 NNY CM AP AEN GRA ALL START SDN0 E CONSTRUCT ONANCtt INSPECT RU ITY PROJECT MANAGER, WATER FlELD OPERATIONS AND WATER ENGINEERING FODBR RENEW AT LEAST 1 WEEK PRIOR TO AND UNG AT TED ON 33 04 40 12 INSTALL TON SLOPENGH BE PESSTED FOR FUEL FLOWHAWHENL LEGATIONS EM RISSPREISSURE TESTED CONSTRUCTION AND SHOP BRAWING SUBMITTALS PER sECI10N 33 13 � WATER MAPS CROSSING BELOW STORM SEWER LINES SHAUT BE DUCTILE HODIN PIPE PER RECTION 33 11 10 AND BACHKIFILLED WITH GLEN PER SECTION 03 34 13, UNLESS NOTED OME_SE DIVISION 33 - UTILITIES 19 CONTRACTOR sH vI" PIPE SHOP DAWINGE IN ACCORDANCE WITH THE SPECIHCATIONE DETALED PIPE SHOP DAWINGs/UY SCHEDULE WATER MANS i6-INCH DIAMETER AND LARGER.OSIGNED AND SEALED BY A LICENSED PROFESSIONAL ENGINEER IN TEXAS FOR DUCTILE IRON PIPE. CONCRETE. AND STEEL PIPE ARE REQUIRED C STRUCTION E JUSiMENT AT CONNEIONS WITH BE FLBN OHS F R E% TO EXCEED 11 OF FACTURREIR1 RECOMMENDATIONST BE 1ECIONI 3 )) DUCTILE IR ON A. A STEEL PIPE PER SECTIONS 33 11jo,UMFUEGNIREOUIRSHALL PROVIDE KEPT NES' CUT SHE—, FUNT APPICIM PIPE SHOP DRANINGS, ETC . PIP EEMEHTSREPOR.AMID TEOLUN ENAL, THE cONTRACT.R 15. ALL NON'33 01 31 TO THE CTY FOR REVIEW, RFINAL ACCEPTANCE STANDARDBEN. WALL BE MADE BY USINGTHE CLOSEETSTANDARD NJ MTNNGS Cl FlTNI AIM THE REQUIRED JOINT DEFLECTIONS JOINT DEFLECTIONS AND ASSOCIATED SHOP DRAWIND SUBMITTALS. SHALL BE IN ACCORDANCE WITH SECTIONS 33 11 1O, 33 11 11, 33 11 11, AND 33 11 t 16. ALL EXISTING ?-INCH WATER. SERVICE LINES SHALL BE REPLACED AM 1-INCH TYPE K COPPER SERVICE LINES (PER AST. E.D. WIN 1-INC1H RORPORAGISN STOPS DILATER FEA CIRED OPIP To NO WRHDDTHE AND IN NIT ON 33 12 10 17 EXISTING RS SHALL .1 RE.—ED 3 1 BEHIND THE CURB OR AS DIRECTED BY THE ER (SECT R 0))ECi 18 THE CONFRACTORT SHALER L INSTALL 30 LARGE DOMESTIC SERVICES (3-INCH AND LARGER) AND FIRE LINES SHALL REQUIRE A URGER MAIN IFOR TEMPORARY WATER SERVICE DORIN. PER 04 19. SECTION 33111 M40IN33 t11 11. CATHODIC All SMALLER IS BE ONRALL PIPES OTHER ITHPN�PJC.CIN ACCCRDMHCE WNHNRIE RECOMMENDATIONS FRQMPTHE 'INS SHI MINIMUM HORIZONTAL SEPMARON FROM OUTER WALL OF MAN TO OLPER WALL OF INILET SHALL BE 5 FEET MINIMUM HORIZONTAL TIWE10 � 21. UNLESSOTHERWISE NOTEDPO ON THE PLANS, ME GATE VALVES SHALL BE INSTALLED TO LINE UP WITH ME PPEFFY/ROWLINE. 22. DCCUME TO THEE CIttiNSPECTORHFOR CALLLTITEMS WATER RED) AND ESAALRVOACEDPTo WATER FIELD OPEBREATTIIONSE WAREHOUSE CONTACCT WAREHOUSE SUPERVISOR AND TANITE MUT ALL CONNECTIONS TO ME SAINHANY R S—EM ARE FOR ARY SEVER NATTIFY CITY OF ANY DISCOVERED LUGHT CTIONS 2, THE CONTRACTOR AMAGESDIEUVER ALL GA_VAGED MATERIALS TO THE WAREHOUSE UDCATED AT 1 SUB 1 1TH � FORT WORTH TX 75102 E TO R OMES,ITAND RASEMENTSYFU RINGATHE EINS'TALLATION OF NESPONS BDEDFOOR ABA EANENR OF —TINGNPIPE. ME CONTRRAING ACTORRUTWILL BE ALLOWED TO OPEN CLEANCONTS WHERE AVAIIABLEETTHE CONTACTOR WILL BE R ALL SANRART SEWER SERVICE CONNECTIONS AT MANHOLES, PROVIDE A HYDRAULIC SLIDE IN ACCORDANCE WITH ME DETAILS I ME PROPOSED SANNARY "IR " NI AT 'M` W LL BE I D CL.. To OTHER EXI` "' 'T LIFE ANN ITRICTIR" BOTH 'E NO BELOW GROUP C THE CONTRACTOR I,_ NE CABLES GE PIPES, UTILITY ES VE All SELOW GROUND DURING EC ( SHALL HALAMIT SHOP RYAT THE PMAINSC. 5� TFLOMEN ELMGER)PAIR EFO EWOBY C}ITlR NSffCTORP F RRENEINERRINFF. ANU WAiM-FRLW TER RBATIONSRI PR ORR GONSTkuCi ON IN AREAS IN AdDITIOHE M CONTRACTOR SHALL SUBMIT A CONTINGENCY PLAN AND EMEUENCY PLAN TO THE SAME PERSONNEL WHICH INCLUDES ACCEPTABLE PIPE MATERIALS ON -SITE FOR REPAIRS. THE CONTACTOR IS LIABLE FOR ALL DAMAGES TO EASING WATER AND SANITARY SEWER MAINS AS A RESULT OF THE CONTRACTOR OPERATIONS 5 CONTRACTOR SHE CONDUCTS AHPRE-CBOSN oRUCH" TELEVISION INSPEEPOANNCCTV AIT EXISTING NETT TOYS EWER LINES. OLLWHICH AREENTITO BE ABANDONEG ED AOOLNUR (1xo INCLE SE,, IAOAC 5 SN6W1 CITY INSPECTOR, CITY PROJECT MANAGER, WATER OENGINEERINGE ANDttWATER FIELD OPERATIONS, ASMTHE SCHEDULE ESHNL ALLOWRFORRA REVIEW BTIMEROF 2 WEEKSIE COCA 6. CONTRACTOR SHALL ENSURE THAT ALL ACTIVE SERVICES CAN BE RECONNECTED AND/OR REROUTED TO THE NEW SANITARY SEWER MAIN PAL PER SECTION 33 31 50 RONTACTOR SHPLL NOTIFY THE Cltt INSPECTOR. Cv PROJECT MANAGER. WATER ENGINEERING. ANDATER FIELD OPPEERATIIONS OF IS WORK �POTE IAL CONFLICTS 7 ME PRIOR RE CONSTRUCTIONCTELEVISIGN OIN SULCATIONS TO AHRARENSEWER LINES F NECESSARY SEPARATE PAY M IOR TO BEING REPLACED OR REMBILITATED R SECTION 33 03 10 NOT A SEPARATE AT TE. FOR LINES I-IASPUMP HALL BEPE PIN 8 NEW MANHOLES SHALL BE CONSTRUCTED SUCH THAT THE NMANHOLE COVER IMANHOLES IS AT FINISHED SURFACE HT. To ME MGRADE, OR AS NOTED ON THE PUNS. CONCRETE COLLARS PER CIFIATION }} 05 t} A S M LE (NCwDING MANHOLES OUi510E OF PAVEMENT AND/OR ON FASEMEHis AS REOVIRED FOR THI5 PROJECT. DETAIL CODIARS IDENTIEED IN THE DEL) THAT ARE NOT IN COMPLIANCE WITH THE SPECIFICATIONS AND DETAILS R C RRECT CODLAR THICKNESS. NO STEEL REINFORCEMENT) SHALL BE REMOVED AND REPLACED AT THE CONTRACTOR'S EXPENSE. 9 SANTARY SE - R SERVICE CONNECTIONS AT THE MANHOLE. CONACTOR SHAL_ PROVIDE A UC SUCE IN MlGORUANCE WITH SECTION 33 39 20 AND STANDARD CETAL 10 PARY SEWER MANHOLES CALLED OUT FOR INTERIOR GER—ON TECTION L CONFORM SECTION LNER SYSTEM FOR SEWER �NS ES EUICN DIAMETER NNDUUWOER LE O N MNNS WILES}WHERE ATUFBULENCE E, ALL DROPISSUE. MANHOLES, SIPHONS, JUNCTION STRUCTURES ON URGE COLLECTOR it. ODOR ITY A GOMROLIIS REQUIRED FOR ALL EANITARYR SEWER MANHOLES IN CITY PARK AREAS, PUBLIC SPACES, NEAR RESIDENCES, OR OTHER AREAS AS DETERMINED BY E CON S 5-INCH DIAMETER AMID LARGER, DER. E IN NO CASE SHOULD THE CONTRACTOR LEAVE THE EXISTING STORM 1 MANTAN THE EXISTING STORM DRAINAGE GYSTGM UNUL THE PROPOSED S—EM IS IN UFAIN OUT OF SERVICE WHEIREEP RUNOFF WOULD CAUSE DAMAGE TO A ENT PROPERTY 2 RVOIF IF THE CONTRACTOR CONSTRUCT TO CONSTRUCT IMPROVEMENTS SYSTEM OTHERWISE THE CONTRACTOR SHALL SUBMIT A SEQUENCING PUN TO THE FORMAPPROX. DIVISION 34 - TRANSPORTATION TRAFFICALLSTGRAEFIC AMID IGNSEANDT OUNFNGR HARDWARE SHOWN ON ME PLAN WILL BE FURNISHED AND INSTALLED BTE CONTRACTOR INCLUDING THE METRSTREET NAME SIGNS. THE CONTACTOR SHALL PROVIDE A DOTAL SHEET FOR THE METRO STREET E SIGNS WITH BLOCK NUMBERS TO THE RY FOR APPROVAL PRIOR TO FABRICATION AND INSTALLATION SIGNS AND POSTS WILL BE REMOVED BY THE CONTRACTOR UPON, OR BEFORE, THE SIGNAL TURN -ON TRAF1. MECCO TA WORK LE SUBMIT SCHEDU, TRAFFIC CONTROL PLAN, ST AN, AND ACQUIRE A STREET -USE PERMIT FROM TRW DEPARTMENT, AT 200 TEXAS STREET CONTACT CHARLESSRRG SON (81ORS.R ]- -7752) BY EMAIL AT CHARLEOBERSON6MAIWORTMEXASCAV 2. ME CONTACTOR SHALLRBE RESPONSIBLE FOR THE SAFETY OF PEDESTRIANS AND MOTORISTS IN THE AREA OF ME TRAFFIC SIGAL CONSTRUCTION SITE 3. ROADS AND STREETS SHALL BE KEPT OPEN TO TRAFFIC AT ALL TIMES. CONTRACTOR SHALL ARRANGE CONSTRUCTION SO AS TO CLOSE ONLY ONE LANE OF A ROADWAY 4TIME TRAFFIC IN ALL OR E_.NG TFAFFIC TIMES ALL TRAFFIC SIGAL EOUIPMENT INSTA .NS SHALL BE AFRAN5 CONTRAED CTOR SHE EFNECESSARY DU CTIONL 6. UNLEESSTY I 0 HERWIISN WORK E NOTED,ONE ATLMS THEE CONTRACTOR7SARESPONSIBILItt TO ENSURETHATSIGNAL INDICATIONS AND TIMING ARE ADJUSTED AND MAINTAINED TO ENSURE ES LAN (GP) PAT ITEM B IN COMPLIANCE WIH ME LAEST VERSION OF THE E%AS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES UMUTCE) 9, ME CO LL SUBMISANY PROPOSED TRAFFIC SIGNMODIFICATIONS TO THE TRAFFIC SIGNENGINEERING SECTION FOR THEIR APPROVAL TEN (10) DAYS PRIOR TO A CHANGES. 10. BEOACCE TRAFFIC ONNMNi OREEMEEtSNBNLTU UNLESS OTHERWISE LANE BY THEOENGINEERSTRUCTION OPERATIONS IN PROGRESS WITH ADEQUATE SAFEGUARDS WILL ------ - --- - -- ------------------------- WORKWITHIN TXDOT ROW L CONTRACTOR SHPLL CALL AND NOTIFY THE TXOOT INSPECTOR NOTED ON THE APPROVED PERMIT 98-HOURS PRIOR TO THE START OF CONSTRUCTION. A REVISIONS I 1 Q ADDED NOTE FOR WORKING "I" "DOT ROW os/ofi/2ozs 13 Q OFAp e e.• t. a �.BRENL E. SHIIMNEK e o..t......... .............................e Sao\<131147 Vag Qq,(`JCENSER � n�'�Pooyp/ONAI Ee� ,O 5/19/2025 CONSTRUCTIO NI NOTES OWING AT LEASTME CONTRACTOR SHALL CONTACT THE ae HOURS PRIOR TO ATCiVATING AT EACH LOCATION 1-1800398z8-8711 FOR WORTH WATER FORT WORTH FORESTRY ORTES KEPT -HELD OPERATIONS ((((et]3)))) 392 5709 0 COFORT R GASIh ELECTRiC�MELANIE MIC4IRA) (St]J 215-6210 A.GG ENERGY( 3-11633 818a5- - 8101 F. HER 1_800ORi WORTH PARKS & COMMUNITY SERVICES DEPi ALL 0TBR ACILMEs i818a0-oIG-TFLs (81U HORIZONTAL & VERTICAL CONTROL to U I GIIY PROJECT Av104317 K-3277 X-27923 ..APSCO NO 630, 63R, 0 64P U DO FORTWORTH. CITY OF FORT WORTH, TEXAS Q WATER DEPARTMENT } 0 2022 BOND YEAR 3 - CONTRACT 16 0 0 N GENERAL NOTES No N TRANSYSTEMS .E BORT WORT rE ASE76102 7 1817E 339-895D 7O DESIGNED B S I SCALE' I DATE I SHEET LL DRAWN DES 1 1 5/19/2025 1 4 0 NUMBER O 'OFFSET DESCRIPTION REMOVE+a4 o IN._1' WATER 19.86'6(J3 IICEENMETER O 3+3403 REMOVE: EX, III" WM INSTALL (1) 1' WATER B�1 SIRV WATER METER 0 CT 3+7327 REMOVE E% 3' 4" WE w R ass' suLL (1 WATER ERVICE RI (1) WATER METER _ O SRV3RECONNECT 4+58 39 RE E; 4" AWMM 8 27' NSTALL SE. CEW T Ri 51RV O RECOWATERNNECTETE 26 EMOVE EX 3' 4- TE IN_(1) 10Ew R 9RT S1RV O RETCO NEETER /4" WM CT 38 7 NSTALL ESEq 1" WATER 2 Lr3 Sk/ RETER METER O 5+90 09 REMOVE '4CONEECT NSTALL ESE WA R 8Fi SERVICE T (1J,WIMER..NIPER STATION / MBE DESCRIPTION WM 0 S2601 NSTALL SERVIICEWAIER )WATER METER LT SRV RECONNECL 3/4" WM 5+97.7 NSTALL O 6 0t' SE�IICEWATER LT SIB RECONNECTR 6+e6 3 REMOVE EX, 3/4' WM STALL. (1) 1' WATER O WCE LT SRv RETEorvN[— 6+9242 REMOVE EX 3/4" WM O STALL (1) 1" WATER SERVICE)A RT EER ME ER SFS/ RECONNECT 7+15 74 REMOVE EX 3/4" WM O INSTALL1" (1) WATER RVCE 10B77 (1)SEWATER METER RVECi 7+51 EX3/4" WM INSTALL ATE 13 SRVIWATER ECE LT (1) WATER M[CTR SRV B+3377 REMOVE E%. 314" WM OSTALL SR�tCEWAIER RT SRv RETEOcnT" 7+99.70 REMOVE 3/4" WMTE INSTALL (1) 1" WAR O 27 30 SERVICE LT (1) WATER METER CONNECT z+39 7 O REMOVE XRV3RE/4" WM O NSTALL (1) 1" WATER SERVICE 9 03' AL SIRV RECONNECTR ,I. I O\ \ EX. 118410" WL \ 4CI X- ,\ ss YR-1964 i00 ��Cy; S XA EX. 8" PVC SS X-20001 YR-2010 W 41 L —CORN \ Y TO E .. 7A• -N. 6f 1+00 T o STA 1+36.97 WE W-9 INSTALL: 1 - 8"X81 TEE 1 - 22 50' BEND INSERT POLLY PIG\ N. 6968546.7 5, El 23421\ % { NLOT PROPOSED 8" ALVARADO.IMELINDA .NGO CONSTRUCTION INC LOT 9-A PROPOSED 8" SS L-3416 SEE 4213 FOX DR 1405 WEILER BLVD CISNEROS, FOX RD EST WL ET 1 SEE a) W SHEET 26 FORT WORTH, TX ]6117 FORT WORTH, TX 76112 15 I 4212 FOX DR SHEET 12 la a FORT WORTH, TX 76117 u C.C.F No. U218193423 C C.F N. D222203644 I ALLEY I OVERHEAD Xr OP R.TCT OPR.TCT I ELECTRIC CC No. 0216086083 I OJ N I - 0 P.R.T.0 T F [y 2 _ _ 4213 FOX DR 1' IT 4221 FAIN ST 4212 FOX DR M—N' 360 LF B" WL TO BE C IONI ¢ REMOVED. PAYMENT JT SEAT GATE VALVE I I 25" PECAN NAGASAD INSTALLARY TO SS ER 12' CEDAR I I - I I 8" ELM PIPE SSOL-30442SED 8SEE CP /J79 - it" ELM SHEET27 - EXIST _ROW 2342152.19- - - LVAGE E .. E + >F9( JBIFH&VJ(-%%-XiE X-X!%-X IEX-XX-X-%W3EX-X XXiE K-M4H(XXiEXi�'-zi(:e XXi(%-XiE 3e1! -ass' W s9 ,ss ss — � ss ss ss ss "`�"`�`* ss 'a' ss --�-+�--�- -SHADOW � Q 2+00� (ASPHALT PAVEMENT) 3+00 �4+00 w N o +00 x w. LLJ - _- -- - __ -- -- OE-7L= T02 --- 0.. _ _ K 1Y STA1 14 00 EXIST ROWINSTALL' 18"5 RESILIENT SEATGV. STA54 WI W-2 N: 6968559.59, E 234218455 STA 8+14.76 WL W-1— '�'02 STA 3+63.00 Q PROPOSED 8" PVC INsrALL' STALL Y PROPOSED B" SS 1 -8"X8" TEE 1 - 8" MJ RESILIENT SEAT G.V. �+ L-3563 SEE SHEET 32 WATER LINE W-2 REMOVE POLLY PIG N: 6968808.58, E- 234218,356 NAEMAMIN r0 o! SHM INC (350 LF BY OPEN CUT) N. 6968775+13, E: 2342183.70 05 90 1000 SHADOW LN FORT WORTH, JAY T TX 76117 �9lLYYF Y\CC.F. No D2221 JJ750I x I I X O.PRTCT Y2Y LOT G LOT D W LOT B T 0 %1000 SHADOW LN OO MART NEZ. OMAR IU ION. BELMAN, PEDRO ROSAS, JACOSO YLLOL, KEITH IBER 1\` 1006 SHADOW LN 1010 SHADOW LN P BOX 4491 1208 SHADOW LN THDUGT <^ FORT WORTH, TX 76117 FORT WORTH, TX J6117 FO WORTH, TX 76164 kDRT WORTH, R 76117 OVERHEAD I ELECTRIC VOLUME 15133, PAGE 26 VOLUME 16295. PAGE 32 CCF No D214217116 y.C.F. NO D219187275 PROPOSED 8" ,y. Y D.RTCT D.RTCT OP R.T.0 T. OPRTCT WL W-9 SEE T YR SHEETI7 �� 1006 SHADOW LN 1010 SHADOW LN 1100 SHADOW LN 1208 SHADOW LN GREEN, JANICE LOT 1 I I 1213 SHADOW LN L&C LANE PROPERTIES LLC FORT WORTH, TX 7611] 2549 CASTLE CIR, FORT WORTH, TX J6108 15' C.CF No D220222063 ALLEY 0 P.R.T.C.T C.0 F. D223113:36 I I 1213 SHADOW LN 0 P.R.T C T I 1217 SHADOW LN -0 400 LF 8" WL TO BE CAUTION I I ELECTR� REMOVED. PAYMENT NATURAi I SUBSIDIARY TO SS GAS II INSTALL�� — _ � XXvx-x X-x 5's 5555ADOW LN. 5+00SSJ PAVEMENT) 00 PROPOSED 8" PVC WATER LINE W-2 (400 LF BY OPEN CUT) I LOT C-1 MARTINEZ, OMAR 1208 SHADOW W� FORT WORTH, ALVAREZ, RAUL R TX 76117 1212 SHADOW LN HALTOM CITY. TX 76117 C C F Al D219187275 VOLUME 15532, PAGE 86 0 P.R.T.C.T. D.R T C T 120E SHADOW LN 1212 SHADOW LN OF OVERHEAD ELECTRIC WOOD, MARY A EST 3119 MARIGOLD AVE FORT WORTH, TX 76111 VOLUME 3900, PAGE 639 DRTC.T 1216 SHADOW LN LOT B LOT A BRANTON, CAROLYN M GOINS. DAVID CARL YOAKUM, BOBBY C EST 1221 SHADOW LN 1215 SHADOW LN 1219 SHADOW LN FORT WORM, TX 76117 FORT WORTH, TX 76117 FORT WORM, TX 76117 VOLUME 12519, PAGE 1835 VOLUME 0000, PAGE 000 VOLUME 8J90, PAGE 536 DRTCT D.R T.0 T. D R T C.T. 1215 SHADOW LN 1219 SHADOW LN ^, 1221 SHPDOW LN j EX. 18" RCP S 2218 2 5" MU,LBERRY YR 1954 PROPOSED 8' SS L-3042 SEE JI LI SHEET 28 I I , EXIST ROW G,L - - - O ` J IS - - IS - o JI7T` -.._ 2EX+fW3EXX X-i-XDHC+EX3f3ER'XiCXX�( y XXXA, ?T5 X,'!Ci(X- 19 MI en Do '� � — - O Q > cn 7+00 = ^i � 8 0 f x_ U7 O` OF - - OE EXIST ROW CP #80 C W = STA 6+50.22 WL W-2 U PROP TOP OF ROAD: 551 20 OVERHEAD 1 Q EXISTING 18" SD IN 548.04t ELECTRIC WATER LINE LOO FL. I N. 6969097.14, E: 23421'12.42 / STA 6+34.35 WL W-2 INSTALL' 1 -8"X6" ANCHOR TEE ti „2 1 - 6' MJ GATE VALVE y 10 LF OF 6" WATER LINE 1 - STD FIRE HYDRANT j N. 6969083.63, E. 2342185.4B MORENO, SALVADOR SMITH, MICHAEL 1218 LOT K LIST SER SHADOW 6 1220 SHADOW LN HALTOM BHA TX LN 17 HALTOM CITY, TX 76117 1222 SHAG LN FORT WO TX 76117 CCF D219158893NOZ C C.F. A 3N CC F N1. ONOP 0N. .P R T C T021599 RD21 T176330 O,P ---1 218 SHADOW LN 'I� 1220 SHADOW 1222 SHADOW LN REVISIONS I I REMSED CAU-0— TO INCWDE PAYMENT NOTE O6/o8/2121 I3 4 N X 0 20 40 6O SCALE FEET 1 - 20 LEGEND PROPOSED WATER LINE PROPOSED WATER VALVE PROPOSED FIRE HYDRANT PROPOSED AIR RELEASE VALVE O WATER SERVICE NUMBER X X X X WATER LINE TO BE REMOVED ® CONCRETE PAVEMENT REPAIR ROW LINE ----- PROPERTY LINE ------- EASEMENT LINE TEMPORARY ASPHALT PVMT REPAIR PERMANENT ASPHALT FVMT REPAIR NOTES 1 ALL CLEANING AFTER TIE TO BWATER � REMOVED INGTESTING WATER VALVES e 2. SEE SHEET 105 �. RENT E. SHIMANEK e OR WATER LINE LOWERING INFORMATION '�\ 131147 ENSf��A ^ 'TSM10uu fd 5/19/2025 CONSTRUCTION NOTES THE A CONTRACTOR EAC H C CONTACT THE FOLLOWING AT LEA HOURS PRIOR TO EXCAVATINFORTON AT&WORTH WATER -180039261296t FORT WORTH FIRE.. Oq s oEP((T -HELD OPERAnoNs 217 3B2 2l.0 FORT WORM FORESTRv (MELACA 'NIE -RA) 817 }92-5739 ONCOR CAS & ELECTRIC Bt7 21y-62t4 XU NERGY 3-2133 SPECTREN UNRGY (%78 10 10527t7Z ALL OFORT THER FACILITIES PARKS & COMMUNITY SERVICES DEPT FACILITIESIc-TE s (s11) HORIZONTAL & VERTICAL CONTROL to CONTROL POINT #79 CONTROL POINT 00 CP-5/"8 CIRS CP-5/'8 CBS N 6968810.894 N: 6969122 074 (� E' 2342156 616 E 2342193 947 ELEV: 552 E. ELEV 552.59C CITY PROJECT �104317 K-3271 X-2-S3 .VAPSCO N0. 630, 63R, 0 64P E.) M FORTWOUR. CITY OF FORT WORTH, TEXAS Q —1— WATER DEPARTMENT } 2022 BOND YEAR 3 - CONTRACT 16 ZO GO PROPOSED 8" WATER LINE W-2 N N BEGIN TO STA 8+50 N TRANSYSTEMS TLX FORT WORT{ TE A'SEJfi02a„7 16171 339-895D 7O DESIGNED e S I SCALE: I DATE I SHEEP LL DRAWN DES 11"=20' I 5/19/2025 I 13 U i I I f LOT 12 AYFERNANDO 1 855 N CHANDLER DR FORT WORTH, TX 76111 CC. F. No. D209245812 O.P R rC.T. I I 855 N CHANDLER OR F / / I F -- Ss--�-� ELERME I I - � -�- - - - � -----_-' ELECTI 3 j I REMOVEn &' - , REPLACE 20 BE 30 OF SIDEWALK - - N: T 6�9LL j17982.17. E. 233C3464.29 IIVS1 ,I( 1 90' BEND Lo C ION1 I N 696�9f NATLRAL REMOVE & REPLACE INSTALL. Y� A GAS 20 SF OF ;IDEWALK 1 - 4" T\ V. rn / L'IW 1 AW I �a N 696800932 F2126dR<nF/ QJ INSIALL. z 1 - 45' BEND da x�I REMDF E & REPLACE 10 LF CONCRETE WALL EX. 16" SS M �M-127" X-16772 1 vV (SqTA 0}6O 28. 31 /t T L-XXX ALL 4' TWO-WAY CLEANOT96808116,EEE23'IS458 44 x M-- TA n+6 7R -XXX ,CDNNEc" SERVICE ; - - _ FL: 556.78' N 696811219, E: 233645817 00+6 N Z m�� I a % � Ne EX. 6" SS L-1827 X-01827 / __————— %— _____________ 17 F' 13364121E LOT 1D VALLUES, DOSE C S25 N CHANDLER OR FORT WORTH. T% 76111 VOLUME 7971, PAGE 1714 DRT.CT 2915 MURPHY ST E7 TWO-WAY CLEANOUT TO EX. PRIVATE SRVC / LOT 3 CERDA, EDAN 2912 DELL ST FORT WORTH, T% 76111 CCF No. D207170121 OPRTCT / 2912 DELL ST r p NATURAL - INSTALL / • • / GAS 039. 3 F 233ai5i 55 1 �' 1 - PROPOSED 154" �4 I CLEANOUT S 4' TWO-WAY PVC PRIVATE SS SRVC PROPOSED 111 LF 4" l PVC PRIVATE SS SRVC / STA 1+85.59 3157' IT I X l REMOVE & REPLACE 7 INSTALL �- `LF OF IRON FENCE �y1 - 4" TWO-WAY CLEANOUT 1 / y N / 69I �8079.72, E 2336353 20 1 EXIST ROW OVERHEAD / - -� -- --- ELECTRIC p I M - srA 1+fis sz zxx - CONNECT 4 SERVICE' -- - T____-T--FL'. 55720- DELL ST. N: 6968018.25, E: 2333 3211.28 (ASPHALT PAVEMENT) 00+2 B. g834 F- �1161F'to • - - 117 R' 2336464.5 Q INSTALL' 1 - 90' BEND O -WAY CLEACLEA—INO y LOT 2 �' J " LOPEZ, ABEL J 911 N CHANDLER DR rN 5�19 5014.28. E 131-11 nt 1 - 45' BEND FORT WORTH, T% 76111 CCF N. D2122651912 LOT 1 D.PR T.C.T. LOPEZ, ABEL CHA 911 N NDLER DR 911 N CHANDLER DR FORT WORTH, TX 761II ' CCF No D212255192 j ' OPR.TCT /� �/i REMOVE / ' 911 N CHANDLER DR & REPLACE 5 LF I OF WOOD FENCE C ION1 REVISIONS IN� DATE 1`y DI ADDED TREE RROTEOnON NOTE/ AOD GO LOOATOu / 9G4LE OS/06/2025 13 41 I M Y N QN t X 0 0 20 3 SCALE FEET LEGEND PROP SANTARY------- COWER LINE —T EASEMENT LINE ------- PROP MANHOLE PROP EASEMENT LINE - - — ROW LINE TEMP ASPHALT REPAIR ----- PROPER LINE PERM ASPHALT REPAIR NOTES.. . . . . . . . ^-. ..... 1 DESIGN AND CONSTRUCTION OF > ALL PRNATELY OWNED TREES SERVICES SHALL FOLLOW IPC 2021 MANUAL. SHALL BE PROTECTED, UNLESS OTHERWISE NOTED 2 SERVICE TO MAINTAIN A MINIMUM _ _'_'_ / _ _ ___ v SLOPE OF k" PER FOOT ' Q 3 ALL BENDS TO BE LONG SWEEP , 4 CONTRACTOR SHALL LOCATE PRNAT, CONNECRON LOCARON PRIOR TO ' CONSTRUCTION,9g''A„_" r 5 H9 CARPORTS REQUIRED TO BE~'i REMOVED FOR CONSTRUCTION ^•- t� SHALL BE REPLACED WITH CARPORT' 8""gEME.siwViEK H OF SIMILAR SIZE, MATERIAL AND LOOK CONTRACTOR OCO WNERSHALL INATE WRH PROPERTY .':^�!CENSF•O�F ....1....._....._._._.......-.«-.e $1 I}114) �e e 6 CONTRACTOR IS REQUIRED TO OBTAIN RIGHT -OF -ENTRY TO CONSTRUCT SANITARY SEWER _SERVICE J 5/19/202S CONSTRUCTION NOTES E%CAVAIING ITOR SHALL CCNOTACT THE FOLLOWING AT LEAST 40 HOURS PRIOR TO AT EACH LOCAII FORT GELD OPERATORS1800 FORT WORTH FOES (( FOX) FORT WORTH EORESTRY (MELAME MICLRA) 928-B]11 e J 3 829E et] 392 57�9 Bi> 392 5739 oXIIC.E AS h ELECTR G 8172t5 6 Zi 3 AMOS ENERGY (88) -2 193E z3 5) FAOLRi WORTH q ARKS k COMMUNITY SERVCES DEPT (i- - 21-81018 STEM 0 CIMRES 181860-TRIG HORIZONTAL & VERTICAL CONTROL ,D CONTROL POINT p53 CONTROL POINT p54 CONTROL POINT p58 CP-5/"8 CIRS CP-5/"8 CIRS CP-5/8 CIRS N: 696812D 840 N 6968523 336 N 6968115 353 (, R 23357D2 307 E 23357C3153 E' 233604011, Q ELEV. 567.820 ELEV 568 360 ELEV, 564 760 CITY PROJECT /10431. K-3271 X-27923 ."CC NO 63Q, 63R, Z 64P 0 M FORT WORTH. CITY OF FORT WORTH, TEXAS < WATER DEPARTMENT } 0 2022 BOND YEAR 3 - CONTRACT 16 p co PROPOSED SS SERVICE RELOCATION N DELL STREET N TRGTNSYSTEMS TFX FCPT WORTH TC ASE)11D08as] (817) 339-895D p Z DESIGNED BES SCPI£: DATE SHEEP d DRAWN PER 11"=10' I 5/19/2025 I 43 U REVISIONS Dre/2025 ~ 'u1 DI ADDED niEE va01E0n0u u01E/ AOD CO L.ATOu/ S— OS/06A LOT 9-R LOT 8 LOT tl I SOT 6 2 291 IIA, ANGELICA LOPEZ, JESUS OCHOA LOPEZ. MARTIN T 0, ALFREDO 13 D 2911 MURPHY ST 2907 MURPHY ST 29p5 MURPHY ST FART WORTH, X 76111 FOR WORN, TN 76111 I FORT WORTH4'1( 76111 FO 0 RTHR THY ST - `- C C F No D219013741 VOLUME 14864, PAGE 262 C.C.F. No. Dp05292502 M O P R.T C T D R.T C T - o D206297461 ,yII .PRTC.T I Y 2911 MURPHY ST 2907 MURPHY ST I 290 MU)ipMY ST 2901 MURPHY ST i / 1N3W3AV N d 31321CNOC / 1N3W3AVd I Qj X 313a CHOJ EX. 6" SS 0 10 " 20 31 ___________________ _ L-1827 X-01827 S({ -— - YR-1927 I SCALE FEET LEGEND - ss _' --- -__-- - ---_-- - //// _ PROP 6ANRARY _______ EXST EASEMENT LINE N 6967983. 56 F' 733612 53 SEWER LINE REMOVE' PROP MANHOLE PROP EASEMENT LINE I�� 696]998.76 F 2,3.36.3n494 3�yJ 3967993.79 F 233625485 EX. CLEANOUT Ix I TALL N _ ILL X - ROW LINE ----- 16MP ASPHALT REPAIR r � � 1 - o. BEND INSTALL: 1 - 90' BEND N 699CC117983..5fi E. 233615553 1 - 4" TWO WAY CLEANOUT �` PROPERTY LINE PERM ASPHALT REPAIR N 6967998.76 E: 2336284.92 j INSTALL j� CONNEC7 TO EX PRIVATE SRVCT ' E CLE' I/ I N 6967993 79. E 2336250 64 I 1 - 90' BEND EX. CLEANOUT INSTALL: I' INSTALL- I I 1 - 4' TWO-WAY CLEANOUT . 00T. . . . . . MM(YY)) 7 - 4" TWO-WAY CLEANOUT E CONNECT TO EX. PRIVATE SRVC CONNECT TO EX PRIVATE SRVC DESIGN AND CONSTRUCTION OF > ALL PRNATELY OWNED TREES ASJ ❑ X N. 6968nn1 76 F Z33fi1fit An SERVICES SHALL FOLLOW IPC 2021 SHALL BE PROTECTED, ,'�1AS IIOSTALI 1 II MANUAL. UNLESS OTHERWISE NO REMOVE & REPLAC`E'w 1 - 90, BEND 2 SERVICE TO MAINTAIN A MINIMUM - - - _ _ _ ___.. 7 4 5 LF OF 4' CHAIN N 69fiS001 7fi1 E1 2336171 59 If SLOPE OF X" PER FOOT Q Y X • LINK FENCE HS INSTALL' —�- - LOT 7 3 ALL BENDS TO BE LONG SWEEP 1 Y s 1 - 4" TWO-WAY CLEANOUT SUAREZ, JESUS CONTRACTOR SHALL LOCATE PRNAT� CONNECT TO EX PRIVATE SRVC 2WO DELL ST 4 FORT WORTH, TX 76111 CONNECnON LOCAnON PRIOR TO _ ° I CONSTRUCTION. lt;_" CC C F No D207078545 y° + t9 REMOVE & REPLACE I I= / OP RT.CT 5 CARPORTS REQUIRED TO BE e REMOVED FOR CONSTRUCTION ^•_ 1 10 LF OF 4' CHAIN - / SHALL BE REPLACED WITH CARPORT' 8 "eRENT E. SHiwViEK LINK FENCE LOT 4 LOT 5 ": l 2832 DELL ST of SIMILAR SIZE, MATERIAL AND LIOLOOK CONTRACTOR SHALL 1}114) "BOA, MARTIN . CERDA, MARTIN REMOVE & REPLACE �l 2904 DELL ST 2904 DELL ST _ I 125 SF OF CONCRETE / OWNER INATE WRY PROPERTY OMEHSF•O/�^ W F R WORTH. IN 78111 k FORT WORTH, TX 76111 S G SIDEWALK o /ONAL E� j w 6 CONTRACTOR IS REQUIRED TO /]�(�fv° = C F No D206137606 / VOLUME 13351, PAGE 327 LOT 6 OBTAIN RIGHT- "WIRE TO (n OP.RTCT. D.R.T.CT SUAREZ, FELIPE REMOVE & REPLACE W CONSTRUCT SANITARY SEWER 2900 DELL ST 5 LF OF WOOD = _SERVICI 5/19/202S W ( _ _ L ST 2904 DELL ST FORT WORN, / FENCE (n CONSTRUCTION NOTES // N. Fgj��Jg��jj8033.66. E. 231Aln4 fi4 TX 76111 _ l INDIICCoj. /3 �/ �' VOLUME 11246, LLJ THEACONEXC TOR SHALL CONOTACT THE FOLLOWNG AT LEAST 40 HOURS PRIOR TO - 4" PNO-WAY CLEANOUT _____ _ _____ _ _ _ _ _ PAGE 2071 Z FORT LOcnn t-18�-926_ N: 69 8038.98. E 2336254 26 D R T C T. ezesl 1 J WORM WATER OEPT-HELD OPERAnON6 ) = C 10 INSTALL / � 0j PROPOSED 132 LF 4" FORT WORTH FORESTRY ) / I'i• (' / a PVC PRIVATE SS SRVC TRY (cRAIG Fox) ) eti) a9R-6izs U NAGUASRaL Ir i - 4= TWO-WAY CLEANOUT 2900 DELL ST = FORT WORM FORESTRY (MELAME .X).R, Bi>))))) 392-5739 H N' 69E\E044 56. F 2116155 53 :.i �Xu. AE N ELECTRIC 817 215-621 3 Q PROPOSED 95 LF 4" PVC6 PROPOSED 91 LF 4" PVC INSTALL F- PRIVATE SS SRVC Q SpMEEspRGY -) 2153g2a / I �� PRIVATE SS SRVC / < iate55-707 0 FAOLRT wpRMgpRKS k COMMUNITY SERVICES DEPT 1 6DD-921 81018 N' 69 8046A4. E' 2336153 t6/ o aNEs lil REMOVE & REPLACE ' ' �81e�o�oic-'�Tc°s / IN (s11) 8 LF OF WOOD 1 - 4" TWO-WAY CLEANOUT FENCE PROPOSED 106 LF 4- 1 r PVC PRIVATE SS SRVC 1 o HORIZONTAL & VERTICAL CONTROL 11 \ N 6968p51 Al E' ?336148 46 D _. CONTROL POINT p53 CONTROL POINT p54 CONTROL POINT p50 STA 2+64 81 26 27' 1 T I -xXX 1 1 INSTALL BEND I CPS/'e CIRB CP.-5/"8 CIRS CP-5/`B CIRS F INSTALL ' N. 6968120840 NA 6968523336 N 6968115353 U E 2335702307 E 2335703153 E' 233fiO4C 145 Q (�L 1 - 4" TWO-WAY CLEANOUT _ ELEV. 567.820 ELEV 568360 ELEV 564760 N. 6968084.17, E: 2336253 87 l 101 STA 2114,49 26-71' LT L-XXX 4" BORE SEWER SERVICE j i i i aiY PROJECT /109317 K-327I F INSTALLS 1 L I �r I X-27923 MAGSCO NO 630, 63R, Z 1 - 4' TWO-WAY CLEANOUT 4 BORE SEWER SERVICE 4" BORE SEWER SERVICE 64P 0 / N. 6968084. 16, E: 2336304.20 - N EXIST ROW o o ," ,) — - 11--- — -. - -- - 9 "TA +57.79. 2T00 L L XXX I�N STAL 1 STA AL 70 50, g)7 02' LT L-XXX o & OVERHEAD - -- 1 - 4" nNo-WAY' CLEANOUT ' 1: 4L TWO-WAY CLEANOUIIT FORT WORTH. CITY OF FORT WORTH, TEXAS o LAECJ ELEc7Rlc i. e969osz,5s, E_ z33Bi6oe1 �� n,1 N: 6968082.52 E 233614e o— WATER DEPARTMENT } - - ---._ _ - � l:� r IN a Jai m7— STAr r r v IL 557 40' s8. eRvlcE. r r - ELECTRIC m I 2022 BOND YEAR 3 - CONTRACT 16 _N: 6968110.87, E. 2336303.98--M- M- -A�--- Tj -- - y M -- _- -- M--- -M- \ 1 MO _-M----_ry,---_-M- m STA 2+Ba 61. -xxx sTA 3+s7 79 -xxx _ 1 ,� STA 3+70 sn L-xxx I PROPOSED S$ SERVICE RELOCATION N CONNECT 4" SERVICE' CONNECT 4" SERVICE 1 CONNECT 4" SERVICE. N _FL. 96B11' _ _ _ _ _ _ _ _ FL' 557.97'_ _ _ m3 -FL' S58.02'— - — - DELL STREET CD N: 69fi8110.43, E' 2336253.65 DELL ST. N. 6968109+65, E. 2336160.68 N. 6968109.54, E. 2336147.96 CD 00+� 00+g L.1 (ASPHALT PAVEMENT) II �a= MTe o . Sw„ AE)ss2;R,EIaTRGNSYSTEFo,S502 16171 339-8950 p Z DESIGNED BES SCPLE: E SHEEP d DRAWN RES 11"=10' I DAT5/19/2025 I 44 U OT 5 LOPEZ, JORGE 1503 AMH ARUNGTON, TX TX 7601014 C.C.F. No. D222077318 OPRTCT 2827 MURPHY ST N P REM, EX. INST, 1 - CONI LL {fl�'-rSJ TI n REMOVE & REPLACE 280� W SF ASHPALT DRIVEWAY Z J / LOT 8 VAZOVEZ-MUNOZ, DOSE = 2828 DELL ST U FORT WORTH, TX 76111 H C C.F. No D217.0,549 Q OP RTC.T. 2828 DELL ST REMOVE & REPLACE o CARPORT N 69RA063 7A F 2336083 41 INSTALL I 1 1 - 45' BEND PROPOSED 91 LF 4" PVC PRIVATE IS SRVC I I N 696An73 fig F 2336D]3 33 INSTALL' T %i� - 45 BEND lL rE STATALL 4+45 44. 26 66' LT L-XXX NIS 1 - 4" TWO-WAY CLEANOUT N' 6968082.24, E' 2336073.26 II II -M-_ - STA ,CONNECT ' R XXX > CONNECT 4'' SERVICE. ' FL 558 35' �N: 6968108.90,— - ,E 233607303 00+ MURPHY ST RT WORTH, TX 75111 1ME 14364. PAGE 103 D RTCT. 2825 MURPHY ST N 696301606 F 2338n6382 INSTALL: 1 90' BEND N. 69R-D2.31 F _91 INSTALL' 1 - 90' BEND 696 OO2. ,NI - 4` TWO CONNECT TO /1 ST ROW 1 OF / LOT 9 / REYNA, AZUCENA / 2E4 DELL ST FORT WORTH, TX 76111 C C.F No D218175745 O.P.R.T.C.T. 2824 DELL ST REMOVE & REPLACE V_5 LF OF WOOD I III`" L In LOT 3 LOPEZ. JESIISRA 4521 DEE LN HALTOM CITY, TX 76117 C C.F No 0218'67 6 O. B218 // 28/7 R 'Si 6" SS • 327 X-01827 1927 Lzzz/ I LOT 2 SMITH, LOT MURPHY SICA / i 2815 WORTH, TX ST FORT WORTH, TX 76111 VOLUME 8239, PAGE 1169 f 8 T.C.T. ' 2815 MURPHY ST N3021V.9\ N 6968009 19_ INSTALL `-"--`g 1 - 90' BEND N 696Ann3 4A F INSTALL. 35959.66 1 - 90' BEND 69.6j3003.48. E: 233597486 M V CLEANOUT ALL. - 4" TWO-WAY CLEANOUT NNECT TO EX. PRIVATE SRVC REMOVE & REPLACE 200 IF ASHPALT DRIVEWAY LOT 10 SMITH, JOHN 2820 DELL ST / FORT WORTH, TX 'El 11 C.C.F. No. D214277981 / O.P.R.T C.T. 2820 DELL ST PROPOSED 99 LI PRIVATE SS IRV(( 88 LF 4" PVC SRVC N: 6968061.41 E 23 1 1 J INSTALL: - 45' gEF REPLACE 10 N: 696RnfiR A4 J FENCEI I INSTALL. 1 - 4" TWO-WAY CLE�ANOUT I N 69 ra80]6 28 F 2335974 NSTA 41 �4 \j 7 ' BEND �I ,+44..5 2690' LT L-XXX INSTALL ^ ^ 1 - 4" TWO-WAY CLEANOUT p ❑M N. 6968081 15, E: 2331974.26 '�TTA 4i69 6T 2R Oft 1 T I -�'XX- INSTALL' r---- - 1 - 4` TWO-WAY CLEANOUT N: 6968082.23, E 2336049 07 STA 5+44 50 I -XXX _M-2 -M_ FL'N55CT_4" SERVICE. _ - TA 4+6 -XXX N. 6968108.05, E. 2335973.97 IfCONNECT 4 SERVICE. FL 558.85'-----F----_ '^ N 6968108,69, E: 2336048,85 DELL ST. 00+ y i (ASPHALT PAVEMENT) TWO-WAY CLEANOUT TO EX. PRIVATE SRVC Q0 , W W Il LOT 11 RUIZ, IMELDA 2816 DELL ST FORT WORTH. TX 76111 / W z C C.F No D211299647 J .ERIC" 2816 DELL ST U Q PROPOSED 91 LF 4" PVC❑ " PVC \ i O // rH,vHlt JJ JRV(r-� ° I N 6968.57.4 5 E 2335941 83 NSTALL. - 45' BE IN 6968062 47 `o E. 2335936.79, INSTALL A 1 - 45' BEND � EMI aINSTALL1- 4" PNO-WAY CLEANN6968080.59, 163'�\ E 2335STA 5+8207_ L-X,,XXXCONNECT 4'" SERVICE:FL. 559,03'-N: 696810773,—E. 2335936.40a I N1 REVISIONS lu� DATf 1`y 3 DI ADDED 1REE RR0BO. uOTc/ AOD Q CO LOCAT / 6G4LE OS/OB/2035 13 41 I N Cl Y N ..10._N QN 1 >C 0 SCALE FEET "-0 ____3 LEGEND PROP SANTARY---____ SEWER LINE EXST EASEMENT LINE PROP MANHOLE ------- PROP EASEMENT LINE - - — ROW LINE TEMP ASPHALT REPAIR ----- PROPERTY LINE PERM ASPHALT REPAIR .NOTES . . . . . . . . . . . . . . . ... . ........ 1 DESIGN AND CONSTRUCTION OF 7 ALL PRNATELY OWNED TREES SERVICES SHALL FOLLOW IPC 2021 MANUAL. SHALL BE PROTECTED, UNLESS OTHERWISE NOTED. 2 SERVICE TO MAER INTAIN A MINIMUM ] SLOPE OF , PFOOT l) _ _ _ _ _ _ ___ v DS 3 ALL BENDS BE LONG SWEEP 1� 4 CONTRACTOR SHALL LOCATE PRNAT, CONNECTION LOCATION PRIOR TO CONSTRUCTION.9g''A„_" r 5 H9 CARPORTS REQUIRED TO BE~'i REMOVED FOR CONSTRUCTION ^•- t� SHALL BE REPLACED WITH CARPORT'S 8""gEME.siwV1EK H OF SIMILAR SIZE, MATERIAL AND LOOK CONTRACTOR SHALL CO. OWNERINATE WRH PROPERTY ....1....._....._._._.......-.«-.e 1 $1 I}II4) e :^�!CENSEO�F e 6 CONTRACTOR IS REQUIRED TO OBTAIN RIGHT -OF -ENTRY TO J CONSTRUCT SANITARY SEWER SER IC �'TY 5/19/2025 CONSTRUCTION NOTES E%CAVAiINGC"AlTOR SHALL CONTACT THE FOLLOWING AT LEAST 40 HOURS PRIOR TO AT EACH FORT LOCAn FORT WORTH FOES OEPT -HELD OPERATIONS (( FOX) FORT WORTH FORESTRY (MELANIE MICLRA) -16�3928-B711 (e J) -8296 e1> 392.57°9 Bi> 392-5739 ONCO AE . ELECTRIC TAJ 617215-6214 MOS ENERGY .. TRD 0215393663 ;81e�s-7 FAOLRT WORTH q ARKS k COMMUNITY SERVCES DEPT 18160C39921-8101 G aunEs ;-a'do-DlG�re° 811) HORIZONTAL & VERTICAL CONTROL ,D CONTROL POINT p53 CONTROL POINT p54 CONTROL POINT p58 CP-5/"8 CIRS CP-5/"8 CIRS CD -5/`8 CIRS N: 6968120 840 N 6968523 336 N 6968115 353 (, E: 2335702 307 E 2335703153 E' LE2336040145 Q ELEV. 56TS20 EV 568 360 ELEV 564 760 < CITY PROJECT /104317 K-3271 X-27923 ."CD NO 630, SUR, Z 64P 0 M FORT WORTH. CITY OF FORT WORTH, TEXAS WATER DEPARTMENT } 0 2022 BOND YEAR 3 - CONTRACT 16 ZO m PROPOSED SS SERVICE RELOCATION N DELL STREET N TRANSYSTEMS TE. FCRT WORT„ TE A1SE 75 2ss12 18171 339-895D p Z DESIGNED BES SCPLE: DATE SHEET d DRAWN PER I 1"=10' I 5/19/2025 I 45 () I LOT 1 LOT 17 OCT 16 OJED0. GUADALURE LICFA-SANCHEZ, LU13 MADRIG41-HERNANDEZ, EMIL10 x A. MURPHY 8T 2805 MURPHY ST 2801 MURPHY ST FORT WORTH, TX 76111 FORT WORTH, T% 76111 FORT WORTH, TX 76111 / o D214144796 I C C F No D220335454 CR F. No. D214093651 P R T C T O.P FT C1 i O.P. R.T. C.T. 2 MURPHY ST 2805 MURPHY ST 2801 MURPHY ST x i EX 6" S$ / L-1827 X-01827 YR-1927l - - - - - - - - - - - - - - 9 - - - - - - - - - - - - - - - 35 — — — �_------------- — --=-4 __— — _ __ -- — --_— — __—--------- — — — — — — — — — — — — — — N T(r986 10 E. 2335797 bq/ INS ll9� / / x • 1 - 90' BEND �� I I 0 I N 6967986 10 F 7;;67 --•-1 CONNECT WO -WAY PCLE SRVC KEMOVE' - R / INS CLEANOU/F / INSTALL' t_ 1 - 4" PNO-WAY CLEANOUT REMOVE & REPLACE 25 f I C SF ASFHALT DRIVEWAY N EALV004 5B F >;;589� I �' INSTALL N 6g6800468 F_ 233577299 r 1 - 90' BEND INSTALL:. N: 6918 D4.56 I 1 - 90' BEND OV EX CL I N: 6968004.68 F 233.5736 qq IN CLEANOUT REMOVE: II INSTALL. EX CLEANOUT 1 - 4" TWO-WAY' CLEANOUT � -- r CONNECT TO EX. PRIVATE SRVC INSTALL.9G9022 49 F 2;.3586fi 42 INSTALL 'd 1 - SO' BEND 1 - 4" TWO-WAY CLEANOUT CONNECT ITO EX. PRIVATE SRVC N: 6g68022 dq F 2315849 DO REMOVE: I I EX CLEANO,UT Ell F- 1 s REMOVE & REPLACE INSTALL. , , , , , W CARPORT 1 - 4" TWO-WAY CLEANOUT REMOVE & REPLACE W CONNECT TO EX. PRIVATE SRVC REMOVE ONE REMOVE & REPLACE m 700 SF CONCRETE / I DRIVEWAY 1 LOT 13 w / LOT 15 W YANEZ, JUAN YANEZ, JUAN G O IF RAMOS, MIGUEL / Z I 2812 DELL ST 2812 DELL ST 2500 DELL ST E FORT WORTH, TX 76111 FORT WORTH, TX 76111 LOT 14 FORT WORTH, TX 76111 = I VOLUME 14504, PAGE 53 INIGUEE MARTIN D.R.T.C.T. 1 C.C.F. No D216227560 FORT DELL S]6111 VOLUME 11955, 2812 DELL ST OR R.T.G.T. PAGE 2338 0 2808 DELL ST G.C.F. No. 0204162320 i w D R T C T Q PROPOSED 90 LF 4" PVC 0PRTCT jI 28DO DELL ST / r PRIVATE SS SRVC REMOVE & REPLACE 2804 DELL ST / 600 SF CONCRETE 6968n62 1 DRIVEWAY REMOVE & REPLACE 8RI SF CONCRETE PROPOSED 101 LF 4" 773 2335894. 5✓� PROPOSED 64 LF 4" PVC DRIVEWAY PVC PRIVATE SS SRVC INSTALL ' PRIVATE SS SRVC w / 1 - 45' BEND r PROPOSED 109 LF 4 o N' 6 6 I N. 6968058.78 PVC PRIVATE SS SRVC I / E 233571 6 E 233584611 I/ / INSTALLS// m IN11�NSTggAgq446,55'g''L17BEND -�-��� 9 �p I _ _ I / 1 - 45' BEND N 6335886 88 1 E` 155�l118 36 o INSTALL. 45' BEND pp RriFk i� ; iq- 2335869 89 10 NSTALL L 5 INSTALL. 1 - 4" TWO-WAY CLEANOUT 1- 4S BEND 1- 45' BEND 1 I 0 4 II �v NN 696��33pp63.92. 357 3 REMOVE & REPLACE 15 ON 233577085mI I I I LF OF IRON FENCE & I REMOVE & REPLACE 10 INSTALL' r INSTALL I)' \ 'L I EX ST ROW CONCRETE CURB— 1�1_ LF OF IRON FENCE /t o r T - 45 BEND �J / ` 1 - 45' BEN 1 6+7978 2709' IT III =VX l I � o NSTALL REMOVE &REPLACE 10 / 2 1 4' TWO-WAY CLEANOUT LF OF CHAIN LINK FENCE O IN. 69L8079.80, E 2335838 93 �- STA 8+02.3& 26,42' LIT -xxX '{A +32.01 28.71' LT -XXn Trv�.�-o-v-3 , P 71 INSTALL o % r INSTALL 69Eg066.08. F 23;5791,2 STA 7+3� f11. 2fi 40' T " I - 4 1W0-WAY CLEANOUT TWO-WAY CLEANOUT, / / INSTALL INSTALL N 6968079.43, E 233NOU 35 I-y N. 6968080 59, E 2335886.669 1 1 1 - 4" TWO-WAY CLEANOUTg 1 _ q•' TWO-WAY CLEANOUT' r _STA 8+02 36_ -XXX v -y -.yM- M---- STA B+;2 01. I -XXX - - - - - -M- M CONNECT 4- SERVICE: v t o O I N. 6968080.04, E. 23357.51J FL 560.14' CONNECT 4" SERVICE: STA 6+79.78 I -XXX a I r w r x FL' 559 28' 1 1 CONNECT 4' SERVICE: -$TA 7432 01 mL-XXX N: 6968105.85, E 2335716A 2 N_6968107_30 E: 2335886w461 NNECT 4' SERVICE'— _ _ _ — _ T- _ -� _ _ FL. 559 52', _ _ _ N: 6968106.89, E: 2335838.70 FL: 559 78' L' �^ +� DELL ST. w1 N. 6968106.891 E. �2335838.70 ASPHALT PAVEMENT 1 I �IanU31J -- -f-30 REVISIONS IIIT �u1 QI ADDED niEE va01ECn0u u01E/ AOD CO LODATOu XV2 / SC4LE OS/OB/2035 Ix �I 1 3 41 I .- N 1 M I Y N 1 Q N 1 K T SCALE FEET — LEGEND / PROP SANTARY------- E%IST EASEMENT LINE SERVER LINE PROP MANHOLE PROP EASEMENT LINE ROW LINE TEMP ASPHALT REPAIR 1 ----- PROPERTY LINE PERM ASPHALT REPAIR .NOTES.. .-. ..... � 1 DESIGN AND CONSTRUCTION OF > ALL PRIVATELY OWNED TREES SERVICES SHALL FOLLOW IPC 2021 SHALL BE ELY oWTEo, MANUAL. UNLESS OTHERWISE NOTED. t 2 SERVICE TO MAINTAIN A MINIMUM _ _ _ _ _--- 1 SLOPE OF X" PER FOOT ' Q 11 3 ALL BENDS TO BE LONG SWEEP , 4 CONTRACTOR SHALL LOCATE PRNAT, CONNECTION LOCATION PRIOR To ' CONSTRUCTION,9g''A„_" �9 r 5 CARPORTS REQUIRED TO BE REMOV EO FOR CONSS RUCTION ^•- t• SHALL BE REPLACED WITH CARPORT' 8 ""BENT E. —IOF SIMILAR SIZE, AT AND LOOK CONTRACTOR SHALL $1 1}1147 OWNERINATE WRH PROPERTY y1CON��^ SS \ 6 CONTRACTOR IS REQUIRED TO OBTAIN RIGHT -OF -ENTRY TO CONSTRUCT SANITARY SEWER SERVICE J 5/19/2025 CONSTRUCTION NOTES ^^ THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST IHOURS PRIOR TO S ' 1 EXCAVATING AT EACH LOCATION FORT WORTH WATER18�392 a-6]fl FFo,TORT IYWB_ FORESTRYOEPT -HELD OPERATIONS (e J) -8296 (( FOX) ei> DIP FORTFORT WORTH FOR-1 (MELANIE MIDDRA) Bi> 393-5739 T" NEROYM ELECTRIC ((6t>)) 215362133 ^^ AAN_, 1a855�15G 9362 8 lr-vL"" ALLL THERFAKS k COMMUNITY SERVCES DEPi . G AR aunEs ;81aaD3o3-51Tc°s tau) DO za I Ca HORIZONTAL & VERTICAL CONTROL ,D i CONTROL POINT p63 CONTROL POINT p54 CONTROL POINT p50 CP-5/'8 CIRS CP-5/"8 CIRS CP-5/`8 CIRS Qa G I N: 6968120 840 N 6968523 336 N 6968115 353 U E 2335702 307 E; 23357C3153 E 233fi040145 Q ELEV. 567.820 ELEV 568 360 ELEV 564 760 � CITY PROJECT /10431. K-3271 / I X-27923 MAPSCO NO 63Q, i",, Z 64P 0 •� i M F�'O"�RT WORT'�H. CITY OF FORT WORTH, TEXAS < REPLACEREMOVE &10 LE ■ WATER DEPARTMENT W OF 4' CHAIN } LINK FENCE 0 �— 2022 BOND YEAR 3 - CONTRACT 16 p CO PROPOSED SS SERVICE RELOCATION N DELL STREET _ N r TRGNSYSTEMS 5001$wa.6` ST SUITE 1100 FORT WORTH, TEXAS 76 2 ,T 16171 339-895D p DESIGNED BES SCPLE: DATE SHEET d DRAWN BES 11"=10' I 5/19/2025 I 46 U _ I REVISIONS 1. ISTA fi+54 T II ,,yyCE V sTq 1,+z 0_i „Y;( f CONNECT �ERVICE CONNECT 4" SVRVIC'E 1 - - — n FL: 55676 _ _ _ _ _ / _ _ _ FL 557 05'— _ _ _ _ _ _ ° _� / IIIT�Aj p aoceT TREE va _T. ` uoTc/ noo co Lacanou N. 6968111.62, E 2336391.42 / S—/oe/20z6 N 6968112 24,E'2336463rr82 nDLi,LI..S,T,—,-Tr-�T—O�+V��ASPHALT PAVEMENT) o 3 DI 3 I 'TA 0+jq 6311 13 56' RT NSTALLU 11 - 4' TWO-WAY CLEANOUT I N. 6968125.80, E. 2336463.71 I 1 1 S PROPOSED 125 LF 4" I PVC PRIVATE SS SRVC I 16" SS 127* X-16772 Pl—.-.-------_I_ IN 69�j8197 65. E: 2336463.09 INSTALL. � - 4" TWO-WAY CLEr OUT \ -REMOVE & REPLACE 300 \ SF CONCRETE} DRIVEWAY N. 69)'j82019.�5. E R33646299 \—i - Y0 o�rvM i 1 REMOVE & REPLAI CONCRETE \ SF OF CONCRETE SIDEWALK '. SIDEWALK EXPLORATORY EXCAVATION (INKNOWN UTILITY VAULT 30-- I N 6968222 67 1: 2336469 1 - 45' BEND INSTALL: OVERHEAD ELECTRIC 1 I mD__________________ ;7j 03 d37A' RT I,,XXX _ /I I1051dL1CNECT 4" S1=RVICE- 57.31' C T 1 - 4" TWO-WAY CLEANOUT-L 30 - 3 - 30 - - - - -N' 6916 1u06. E 2336326.51 - - - -N 6g6812533. E2336391 30 � � - FL. ON5I ,L EXCS-F RUW IN 696L. 67 E 231644; INSTALL. ;� O VERHEAD 1 - 45' BENDT STA 1+9195 1424' RT-XXK I 11 ' 11NS7C4 TWO-WAY CLEANOUT wo 1 N. 6968125.30, E. 2336326.39 F: 2.336403.12 -- - - - - - REMOVE & REPLACE 10 SF OF CONCRETE \ 1 - 4" TWO-WAY CLEANOUT SIDEWALK' / / CHRISTWN51 0 PROPOSED 96 lF 4'I PVC LOT 2 9721 MERIBEE DR MCGUFFIN, ERIC FORT WORTH, TX n' PRIVATE SS SRVC 6512 ASH CT 76244 WATAUGA, TX 76146 / C.C.F. N., C C F No. D212207191 D212255100 / O.P.R.T.C.T. / O P.R T C T. 2917 DELL ST I 2913 DELL ST PROPOSED 6S LF 4" PVC O 11 LOT 1 PRIVATE SS CESSIBLE RESIDENCES INC 800 5 JENNINGS VV�� FORT WORTH, TX 76104 I V / N 6968180 99 F 233632A 89, REMOVE:♦, DLUME 12494, PAGE 386 V�/ )EX. CLFANOUTI/. i D.R.T.CT INSTAL/,N IIIV��� 9t3 N CHANDLER DR 1 - 4" TWO-WAY CLEANOUT //CONNECT TO EX. PRIVATE SRVC j " I// / N 6968191_19 F 1336177 7d REMOVE & EMDVE. j/ O REPLACE iLI LF EX CLEANOUT —Ij�/ OF CHAIN LINK INSTALL III ❑ FENCE' 1 - 4" TWO-WAY CLEANOUT /) ONNECT TO EX. PRIVATE SRVC N 696A201 td F 2116387 11 �REMOVE & REPLACE, 15 SF OF INSTALL / 7 1 - 90' BEND '"'.v. —v.H...a v. S`SHH Ham...... q6 - v.-v.v.--�ay.�SS v^ H v. Ili � CUT & PLUG PROPOSED 69 LF 4" PVC EX. 6" V C. SS I I PRIVATE SS SRVC L-2461 X-02461 YR-1937 TO BE ABANDONED AND N / _ fi9fiR257 59 F 2336465 d1 GROUT FILLED NSTALL 1 - 45' BEND lfibtfi 75 696R257.97 F _2l MOVE w EX. CLEANOLL INSTALL w N 6969 68 12_ F 73.3647R I I 1 - 4" TWO-WAY CLEANOUT CONNECT TO EX PRIVATE SRVC INSTALL: - STA 0+00 Do. 155' RT I -XXX= 1 - 45' BEND ETA 17+02.43, M-127" I STA 0+32 41 15,962' RT I-XXX- CONNECT 2 SERVICE �^ STA 17+02.43, 35.86' RT M-127+ FL. 556.96' I INSTALL i0 1 N a N' 6968267.73, E 2336520 57 1 1 - 4" TWO-WAY CLEANOUT 0 � I I N 6968268.05, E 2336484 71 META, LOLA 21 GO BLANDIN ST FORT WORTH, TX 76111 C.0 F No .19C18S 12 OPRTCT 921 N CHANDLER DR M Y i om,' A. N N FEET OVERHEAD LEGEND ELECTRIC PROP EANTARY------- EXIST EASEMENT LINE SEWER LINE PROP MANHOLE PROP EASEMENT LINE - - - ROW LINE TEMP ASPHALT REPAIR ----- PROPER- LINE PERM ASPHALT REPAIR .NOTES .. . . . . . . . . . . . . . . ........11 1 DESIGN AND CONSTRUCTION OF 7 ALL PRIVATELY OWNED TREES SERVICES SHALL FOLLOW IPC 2021 SHALL BE PROTECTED, iMANUAL. UNLESS OTHERWISE NOTED. 2 SERVICE TO MAINTAIN A MINIMUM _ _ _ _ _ _ ___ 7 v SLOPE OF X" PER FOOT ' Q 3 ALL BENDS TO BE LONG SWEEP , 4 CONTRACTOR SHALL LOCATE PRVATI IONNECTON LOCATION PRIOR TO ' ---- ONSTRUCTION.9g''X„_" H9 r 5 CARPORTS REQUIRED TO BE REMOVE- FOR CONSTRUCTION ^•% t� SHALL BE REPLACED WITH CARPORT' 8""gEME.5Hii4HEK OF SIMILAR SIZE, MATERIAL AND LOOK CONTRACTOR SHALL $1 I}II4) ....1...._....._._........-.«_e Do e OWNERINATE WRH PROPERTY:^�!CENSF•O�F e 1 SSo�N'E� E: 2336325.91 6 CONTRACTOR IS REQUIRED TO V'1N ALL: W OBTAIN RIGHT -OF -ENTRY TO 90' BEND LLlCONSTRUCT SANITARY SEWER EERJIDE_ J 5/19/202S - CONSTRUCTION NOTES flCN z THE CNTP CATOR SHALL CONTACT THE FOLLOWING AT LEAST 40 HOURS PRIOR TO EXC AT&TER OEPT -HELD OPERATIONS 16�392-12111 J o'T WoaTTMi1 ro s se 7)0 -e29s (( Fox) ei>{j isz-si°s°s = FORT WORTH FORESTRY (MELANIE MICLRA) 81> 392-5739 -NCO NERS . ELECTRIC 817 215-621 3 QAMOS�ENURGY (eg )0-21-2111 FAOLRT BTH 'ARKS k COMMUNITY SERVCEE DEPT i- 5 -�] .1.8 THEIR FACILITIES Sa' d0392-57C0ss 16,n HORIZONTAL & VERTICAL CONTROL ,D CONTROL POINT #53 CONTROL POINT #54 CONTROL POINT III CP-5/"8 CIRS CP-5/"8 ONE CP-5/8 CIRS N: 696812D 840 N 6968523 336 N 6968115 353 (, E: 23357C23E7 E 2335703153 E' 233604011, Q ELEV. 56T120 ELES 568 360 ELEV 564 760 � CITY PROJECT /10431. 1-3271 X-27923 ."GO NO 630, 63R, Z 64P 0 M FORT WORTH. CITY OF FORT WORTH, TEXAS of WATER DEPARTMENT } 0 2022 BOND YEAR 3 - CONTRACT 16 ZO m PROPOSED SS SERVICE RELOCATION N DELL STREET N TRGTNSYSTEMS TE. F-TT W7th STE glsE sroi " 18171 339-8950 p Z DESIGNED BES SCPLE: DATE SHEEP d DRAWN FEE 11"=10' I 5/19/2025 I 47 U REVISIONS STA 2+24.98. L-XXX _ _ _ STA 3+24.04. L-XXX _ _ _I�Og _STA 3+85. 69. L-XX% PnDATE— CONNECT 4" SERVICE: - - —CONNECT 4" SERVICE: TCONNECT 4" SERVICE_uFL: 557 44', FL: 557 84' 1 1 1 FL 558.08'2DELL ST. . N: 6968109_41,N: 696811078, E: 2336293.48 ASPHALT PAVEMENT nN: 696811044, QQ+ E'2336132.77( ) E 2336193.891�STA314 01 PIT L-XXX M STA 217690. L-XXX _x -- ®_� IN STA4" TWO-WAY ICLEANOUT 2 -- ,i / CONNECT 4'" SERVICE ,e _ _ 6968123 4 E. 65, FL 557.66 io , --30 - "-30-- M N. 6968110 34, E 2336241 56- 3O _ _ _ _ _ 3p _ _ - _ _ _ _ _ _ _ BO _ _ _ - - _ -...- Bp M_ - - 3p - _ _ 3 - - _ _ 30 _ - _ _ —� - 30 N E�rST R(.W r Iw OVERHEAD - V` n - o to " zo 30 C T\ Ir �3p ELECTRIC `� \ SCALE FEET I \ N RQfiR127 fiQ 1" = 10' STA 2+76.90. 14.45' RT L-XXX 11 i'4' E 233613261 """""""'" STA 2+24,98 14,49RT L-XXX INSTALL STA 3+24.04, 1459' RT L-XXX INSTALL. LEGEND INSTALL: T 1 - 4" TWO-WAY 23362 1. INSTALL _` \ 1 - 5' END 1 SIN" TWO-WAY CLEANOUT N: 696812479, E: 2336241.43 I 1 - 4" PNO-WAY CLEANOUT N� 69fi81 i4. . N 6968125 27, E: 2336293 35 1 N: 6968124.52, E. 23361994.29 E 2336138 " SEWER SANITARY ------- EXIST EASEMENT LINE 3 REMOVE & REPLACE PROPOSED t16 LF 4 N fi9a61 iJ no F 2iifi1Q411A 11NSTAILL 4" -WAY ------- PROP EASEMENT LINE O 10 SF OF CONCRETE PVC PRIVATE SS SRVC' PROP MANHOLE - SIDEWALK f {� a INSTALL: CLEANOUT =_ _= ROW LINE TEMP ASPHALT REPAIR 1 - 45' BEND PROPERTY LINE PERM ASPHALT REPAIR O PROTECT STATUE INSTALL: 4'" TWO CLEANOUT 1 - 45 BEND REMOVE &REPLACE PROPOSED 78 L6 d"VG PROPOSED 100 LF 4" NOTES: PROPOSED 65 LF 4" PVC 40 LF OF 6' SHEET PRIVATE SS SRVC////0 1 O PVC PRIVATE SS SRVC 1 DESIGN AND CONSTRUCTION OF J ALL PRNATELY OWNED TREES PRIVATE SS SRVC/ METAL FENCE m 1 SERVICES SHALL FOLLOW IPC 2021 SHALL BE PROTECTED, N. 696815230. E: 2336204.79 MANUAL. UNLESS OTHERWISE NOTED. __.. INSTALL. 1 - 45' BEND NATURAL 2 SERVICE TO MAINTAIN A MINIMUM 1 GA$ SLOPE OF %" PER FOOT REMOVE & REPLACE x REMOVE &REPLACE m 3 ALL BENDS To BE LONG SWEEP CONTRACTOR EX-CLEANOUT III / 4 CONS RUCs ONCo NECTION OC SHALL LOCATE PRNAIt REMOVE' / PATIO &PATIO COQ ERa SF CONCRETE DRIVEWAY 5 CARPORTS REQU AnoN PRIOR To $fig p 0p� + W 6968181.32. E. 2336284.88 A/C UNIT 320 SF OF CONCRETE REMOVE &REPLACE 800 INSTALL' N 694„81TWOS WAV CLEANOUT 02 FORT WORTH. T% 761 m BARRON, JESUS OF SIMILAR SIZE �BKl S 'RED TO BE " 1 4" TWO-WAY CLEANOUT - BARRON, JESUS REMOVED FOR CONSTRUCTION ^" INSTALL: LOT J SHALL BE REPLACED WITH CARPORT'. %eREME. sxiwwE e CONNECT TO EX PRIVATE SRVC 2901 DELL MATERIAL AND /u 2833 DELL ST LOOK. CONTRACTOR SHALL 131147 ....T .. .__._._._._.._ q_.oe C.0 F No D2180276 FORT WORTH, TX J6111 COORDINATE WBH PROPERtt MENSf�%� E: 2336 92.88 LOT 4 OP.RTCT C.CF No D213305509 OWNER. WINSTALL: BORRA, MEUGEA 2901 DELL ST 2833 DELLTST W 6 OBTAICONTN RIGHTCTOR ' OF REQUIRED TO W 1 - 90' BEND 9J21 MERIBEE DR CONSTRUCT SANITARY SEWER = FORT WORTH, TX _ , - "SERVICE J 5/19/2025 76244 P f/) CONSTRUCTION NOTES (n LOT 5 HERNANDEZ, I6TH STA C N 6968180.84 E 2336185.77 w THE CONTACTOR SHALL CarviACT THE FOLLOtnNc AT LAST se HOURS PRIOR TO W C C F No T RT , TX 6 REMOVE:, CA NG AT EACH LOCATION Z DO P3R.T1C T2 FORT WORTH. T% J6164 E% VAII EX CLEANOUT Z FOR -l7 3012 e-291t J VOLUME 15931, PAGE 21 INSTALL' ix J FO WOR1H WATER OEPT-HELD OPERAlIONa -e 6 2909 DELL ST D.RTCT 1 - 4" TWO-WAY CLEAIJOUT� FOR tvoRTTiI roREs (( Ic Fox) ei� asz-sirs = CONNECT TO EX. PRIVATE SRVC = FORT wORiH FOREsmr (nCiE�ArvIE MIGIRA) 917 392-5739 2905 DELL ST ONC NER S & ELECTRIC 7 2t y-62t4 N 6968180 84, E: 2336204 26 AMC,ER11 (( a 321133 Q INSTALL Q AMC, UM 181a�s�i - i� 1 - 90' BEND / (`'�_ � F o"ITH PARKS & COMMUNITY SERVICES DEPr _ \ / T OTHER FACILITIES ;81aao3o N 696819533. E: 233614404 �'lj INSTALLS/// I 1 - 90' BEND .N: 6968195.33. E. 2336120.55 N 696822222.E )2338240 80 �� / 3 INSTALL INSTALL N. 6968222.22. E 2336222.61) 1 - 4" TWO-WAY CLEANOUT 1 - 90' BEND 'REMOVE 'I Y/ CONNECt TO EX. PRIVATE SRVC HORIZONTAL & VERTICAL CONTROL O T YY/ ___ INSTALL. / CONTROL POINT /53 CONTROL POINT p54 CONTROL POINT H58 - - - -WAY CLEANOUT i * I CP--o CIRS CP-5/"8 CIRS CP-5/'8 CIRS 0 -- -- --- - EX CECT TO EX. PRIVATE SRVC N: 6968120840 N 6968523336 N 6968115353 96`v.v.v.v. v. SK `"`.Hay.v.v. `------------ -----/ CONNECT TO ----_---------------- _t_ _-E---AS ELEV3356J820J ELEV335683603 ELEV, 5647605 v.v.v. v.v.�v.v. 96 w 3S v. v. v.v. v.�v.�ay. v. v."DSv. v.v.tiH titiH �.`BS �+.•.v.xav, gSv.v.�ay.v.GSv.v.ta Val F- � _-r--_--- _ K --- - I CITY PROJECT �10431J K-32]I XY __—____ —_ X-2]923 MAPSCO NO 630, 63R, Z II� Ex 6" V.0 sS U x L-2461 X-02461 M YR-1937 To BE ABANDONED AND I FORT WORTH. CITY DF FORT WORTH, TEXAS GROUT FILLED Q WATER DEPARTMENT } S� o 2022 BOND YEAR 3 - CONTRACT 16 Z O URIOSTIGUE, ENRIQUE I m 290o BIRD ST BA AI, savlNo I PROPOSED $$ SERVICE RELOCATION w Z ME A, LOLA 3627 NOBLE AVE N FORT WORTH, TX J6111 2100 BLANDIN Sr I FORT WORTH, TX 76111 DELL STREET N FORT WORTH, TX 76111 C C.F. No. D222140940 O.P.R.T.C.T. VOLUME 15080. PAGE 186 T C.0 F No D219238912 I D.R T C.T. 0 P RTC T 2900 BIRD ET icxu aEOlsTcreco ExMxccaxc FRM F-sss� 921 N CHANDLER DR �I 2822 BIRD ET TRANSYSTEMS FORT WORTH, TE AISEJ6102 V IBI7I 339-895D 7O m I' DESIGNED BEE SCALE: DATE SHEET LL 7 a% I (DRAWN BEE 11"=10' I 5/19/2025 I 48 U STA 4+20.76 L-XXX CONNECT 4 SERVICE: FL'. 558 23, N: 6968709.11, E 2336097. 70 no—'E AL . 14 17' RT -Yxx r L- CP INST.- - - T - 4"LTWO-WAY CLEANOUT -N: 696 1 348,E 2336097,58� 30 - Y EXIST I;OW N69681J7 48 E 2336097,55 INSTALL' I OVERHEAD 1 - 45' BEND ELECTRIC < CONTRACTOR TO PROTECT 3" CEDAR 6968112 44 E: 2336102.50 INSTAL >C A 1 - 45' BEND Ix ^° PROPOSED 67 LF 4" PVC / PRIVATE SS SRVC ❑ LOT 8 >< SUAREZ. ELDEL ST FORT2WOWH, TX]61 VOLUME 15118, PAGE 377 D R.T C T, 2829 DELL ST CO ly 05 F 11 MO E .V-1174 LLJ EX. CLEANOUT�` NSTALL: LL) = I - 4" TWO-WAY OLD !n CONNECT TO EX. PRIVA LLI REMOVE & REPLACE Z 200 SF OF CONCRETE J ` PATIO & PATIO COVER _E N AAFU] AC 1 2336101.13 JUSTAALL U 1 - 90' BEND _ _ISTA 4+82 93 L-XXX CONNECT 4" SERVICES T- ` / FL 558.48' DELL ST. y 2 F' 6968108.'58,_ -- (ASPHALT PAVEMENTI oo+ IWU-WqY CLEANOUT CTp SaSd ]D x�y N: 6968122.89, E 2336035.41 CONNECT 4" SERVICE:3 _-__3 FL:5 F4 N. 6 6812 ,64 N: 6968107,96, E 2 3603 75 �� E 2335963.77 INSTALLLIE�STAL - - —r BEND _gTq 5+94. 70 1439' RTINSTALL1T 4' TWOCLEANOUTI N. 6968112 35E'. 23359636CONTRACTOR TO PROTECT FAUCET ,vPn LOT 9 LOPEZ, LOIA IIIIIL—JIIIII 2100 BfANDIN ST FORT WORTH, TX 76111 U C C F. No. D217067496 LOT / TIRK, O.P.RTC.T, 2825 DELL ST OFT WDRTI , iCCF 69RR179 9.5 F 2 ICONNECT TO EX. F IN fi96R193 37 F 7 INSTALL 1 - 90, BEND ---- ---------------------- --- ------------------- 9Stay.v�v^v..@S `.+, %~ X EX. 6" V.C. SS 1- 2"' X-02461 YR-1937 TO BE ABANDONED AND GROUT FILLED BARAJAS, SILVINo 3627 NOBLE AVE FORT WORTH, TX 76111 VOLUME 15023, PAGE 131 iDA T.C,T, 2818 BIRD ST l i - 4'' TWO-WAY CLEANOUT NNECT TO EX. PRIVATE SRVC LI818078. E 23359611 �1 - 90' BEND, REMOVE & REPLACE 10 LF 4' CHAIN LINK FENCE `/ ---T----,— ,�-�- DELL �oST. (ASPHALT PAVEMENT); CONNECT 4" SERVICE FENCF .i, �/ �I� FL'.- 0-----N 696810772�-'-- 0-- - 0---- _E. __STA 5*6282 94(1 RT _ v _�' LL N - 4" X/ 1 E 4" TWO-WAY OVERHEAD I N: 6968117.12 96 1 ELECTRIC 4 I N: 33593 57 I E 21335935 57 PROPOSED 62 LF ° 4' PVC PRIVATE SS SRVC I noncrn '^ r REMOVE & REPLACE 700 SF CONCRETE DRNEWAY / N' 69AAI7R 77 REMOVE' � EX. CLEANOUT INSTALL I 1 - 4" TWO-- CONNECT,TO EX LOT 11 SALAS, MARIA 2817 DELL ST FORT WORTH, TX 76111 CCF No, D219037549 O. P,R.T.CT. LOT 2 RAMNtEZ, I of 1 RAMIREZ, JOSE A 2814 BIRD DOSE A 2B 14 BIRD ST ST FORT WORTH, TX 76111 FORT WORTH, TX 76111 VOLUME 0PACE 000 VOLUME 0000, PAGE 000 � D.R.T.C.T. DET. . R.i.Ci 2816 BIRD ST 2e14 BIRD ST REVISIONS lu� DI ADDED niEE va0TE0n0u uOTE/ AOD GO LOOATOu DATE 1`y 2 In,/ s— os/08/2025 13 41 I YI M U Y N Q X 0 10 20 3� SCALE = 1 o' FEET _-__ LEGEND PROP SANTARY SLl^IER LINE EXIST EASEMENT LINE PROP MANHOLE PROP EASEMENT LINE - - — ROW LINE TEMP ASPHALT REPAIR ----- PROPERTY LINE PERM ASPHALT REPAIR .NOTES.. ^-. ..... 1 DESIGN AND CONSTRUCTION OF > ALL PRIVATELY OWNED TREES SERVICES SHALL FOLLOW PC 2021 MANUAL. SHALL ED, BE PROTECT. UNLESS OTHERWISE NOTED 2 SERVICE TO MAINTAIN A MINIMUM SLOPE OF X" PER FOOT l) _ _ _ ___ v 3 ALL BENDS TO BE LONG SWEEP 1� 4 CONTRACTOR SHALL LOCATE PRNAD, CONNECTION LODANON PRIOR TO CONSTRUCTION.9g''X„_" r 5 +9 CARPORTS REQUIRED TO BE REMOVED FOR CONSTRUCTION ^•- t� SHALL BE REPLACED WITH GARPORT'I 8""gEME.sii4HEK H OF SIMILAR SIZE, MATERIAL AND CD LOOK CONTRACTOR SHALL INATE WRH PROPERTY Lc) OWNER, 1 $i< I}II4) e :^�!CENSF•O�F e CONTRACTOR IS REQUIRED TO S.......... LLj OBTAIN RIGHT -OF -ENTRY TO IJ3 CONSTRUCT SANITARY SEWER frE �'LY SERVIC 5/19/2025 CONSTRUCTION NOTES THELL EXCACONDR TOR SHALL CON "CT THE F0110WNG LOCAn AT LEAST 48 HOURS PRIOR TO Z ATR&T _'6p039gz a-8711 J FFORT ORT WORTH FORESTRYT WOR�l WATER OEPT -HELD OPERATORS (( Fox) Ll FORT WORTH FORESTRY (MELAM, MICLRA) (e J) -8296 ei> isz-sirs 81> 392-5739 ONCE GAS . ELECTRIC Bt> 2t5-621 3 QAMOS ENERGY (Bg1�15�93663 55)) FFORROPECT wpR1H q pRKS k COMMUNITY SERVICES DEPi ((ii- - 921-8101 ALL O CILHIES 18180oioic5T Ss (811) HORIZONTAL & VERTICAL CONTROL ,D CONTROL POINT p53 CONTROL POINT p54 CONTROL POINT III CP-5/"8 CIRS CP-5/"8 CIRS CP-5/8 CIRS N: 696812D 840 N 6968523 336 N 6968115 353 (, E 2335702307 E 2335703153 E 233604011, Q ELEV. 567.820 ELEV 568 350 ELEV, 564 760 CITY PROJECT /1043T7 K-3271 X-27923 MAPSCo NO 630, 63R, Z 64P 0 M FORT WORTH. CITY OF FORT WORTH, TEXAS < WATER DEPARTMENT } 0 2022 BOND YEAR 3 - CONTRACT 16 ZO EO PROPOSED SS SERVICE RELOCATION N DELL STREET ED N TRGTNSYSTEMS TEX FCATgWORTST TC AISE 76K2�5' 18171 339-895D p Z DESIGNED BES SCALE: DATE SHEEP d DRAWN BES 11"=10' I 5/19/2025 I 49 U - —S�TA jj11 jj1 44 I-XXX-_3 CUNINECI 4 SERVICE. 1 Q+ FL559.28' N. 6968107.31, E: 2335887 03 3 I / I 'O T 30 1 UP At31 44 9.04' R -XXX asia 1 - 4" TWO-WAY N: 696811134, E: REMOVE & BE ' ) 10 LF OF IRE FENCE N: 6968134 72 E: 2335886.80 NSTALL: �4Q5' fBEN D} NSIALLB�/7777 3` - 4" TWO. WAY _CLEAT /N. 696E14 07 INSTALL 1 - 45' BEND LOT 12 BARAIAS, EDGOR 2813 DELL ST FORT WORTH, TX 76111 C C. F. No. D220236394 O PRT CT / C , F2813 DELL ST )2 LF 4" SS SRVC LJ V N. 6968211 17, E 23.35890.0 REMOVE' EX. CLEANOUT INSTALL' 1 - 4" TWO-WAY CLEANOUT CONNECT TO EX PRIVATE SRV N 6968211 17 E 2335898 15 INSTALL'- /1 - 90' BEND 6+81 29 L-XXX -STA 7+30.47. VECT 4 SERVICE: CONNECT 4 SERVICE+ +�ET 59 53' FL 559.78' - III I / 966106 88 Lm N: 6968106 46, 335839.55 E. 2335788.00 LSTA 6+81 29 8.91' RT -XXX ' INSTALL - ,/ ei - 4' TWO-WAY CLEANEST r LC -N: 6968115 79, E: 2335837.1 ��L���- I I 30 _ _ _ STA 7+30.47. 8.74' IT L-XXX OVERHEAD J INSTALL: .� i ELECTRIC — 1 - 4" TWO-WAY CLEANOUT - - — ' - — - - - - - — - N- 6968115 20, E: 2335787.93 REMOVE & REPLACE �x iF ' n II 12 LF OF CHAIN REMOVE & REPLACE LINK FENCE 3 10 FENCLF E OF IRON -� al E' 2335827 33 INSTALL."/ / / / 1 - 45' BEND REMOVE & REPLACE CARPORT PROPOSED 93 LF 4" PVC PRIVATE SS SRVC LOT GE13 BARAJAS. RARDO I 2809 DTX ELL ST FORT WORTH, 76111 C C F No D214037842 OPRT IT 2809 DELL ST N: 6968193.73. E. 232 INSTALL' 1 - 90' BEND (HITd3C S £) 10011 ONIW WIMS 031VOIdVT10 INSTALL - 45' BEND - I} N 6968144 12 III - E 233579968 LOT 15 INST1 ALL /45' BEN D SMITH, ALBERT - 11 2801 DELL ST FORT WORTH. Ix TX 71111 REMOVE & REPLACE C C.F. N,. 1 500 SF ASPHALT D218185353 1 DRIVEWAY 0 P.R.T.0 T. PROPOSED 94 LF 4" 2801 DELL ST Ix PVC PRIVATE SS SRVC LOT 14 1� X KIDWILA KEITH 7I� A O BOX 4491 FORT WORTH, / TX 761 P64 / C C F No STA 913057L-XXX X D213156358 CONNECT 4 SERVICE' C.P R.TC.T. FL. 560.79' 2Bo5 DE sr N 6968207 65. // //I/L�(J// � E. 23356�9�AI10.84 I �� x STA_ 913057, 8 92' RI )75 NJIALL N: 696R194.73. E 1335789.21 1 - 4" TWO-WAY CLEAN RENII N 6968207.49, E 2335 EX CLEANour INSTALL. 1 - 4" TWO-WAY CLEANEST I� CONNECT TO EX. PRIVATE SRVC ix N 6968192 91 E: 2335799 25 INSTALL: /,I 1 - 90' BEND M N: 6968207 21 IE 2335740.43 1 � REMOVE' I EX CLEANOUT INSTALL. / 1 - 4" TWO-WAY CLEANOUT IEX. 6' V C. SS CONNECT TO EX. PRIVATE SRVC ,L-2461 X-02461 PROPOSED 41 LF 4" _ -PVO PRIVATE 55 BRVCTO BE ABANDONED AND GROUTFILLED ) REMOVE & REPLACE __ ______. RE LF OF WOOD__ �-..,... .p ---- FEN' 1 MATCH LINE SHEET 51 REVISIONS No. p I p ADDED TREE PRo,ECION NOTE/ AOD co —A„oN/ SCALE os/oanazs z p 3 p N � n Y ()j SO N Q X 30 0 10 20 FEET I SSS LEGEND 'CP # PROP SANITARY ------- EXIST EASEMENT LINE SEWER LINE ------- PROP EASEMENT LINE PROP MANHOLE TEMP ASPHALT REPAIR 33 ROW LINE PERM ASPHALT REPAIR I6 ----- PROPERTY LINE 51, .......... .......... .......... � NOTES: X 1 DESIGN AND CONSTRUCTION OF 7 ALL PRIVATELY OWNED TREES SERVICES SHALL FOLLOW IPC 2021 MANUAL. SHALL BE PROTECTED, UNLESS OTHERWISE NOTED ~ 2 SERVICE TO MAINTAIN A MINIMUM ' . . ' ' . . ' ' " SLOPE OF lfi" PER FOOT Q y 3 ALL BENDS TO BE LONG SWEEP a 4 CONTRACTOR SHALL LOCATE PRIVATE CAnON PRIOR TO pf90p�➢ 2 CONSTRUCTON C 5 CARPORTS REQUIRED TO BE �'pO 9 S ' REMOVED FOR CONSTRUCTION SHALL BE REPLACED WITH CARPORT a' ....:.............. RENT E. sH1MAN" e OF SIMILAR SIZE, MATERIAL AND LOOK. CONTRACTOR SHALL .�l 131147 ' ' ' OWNERINATE WITH PROPERTY 6 CONTRACTOR IS REQUIRED TO OBTAIN RIGHT -OF -ENTRY TO CONSTRUCT SANITARY SEWER SERVICE SERJICE 5/19/2025 � CONSTRUCTI& NOTES ETHETHE FOLLOWING AT LEAST 48 HOURS PRIOR TO XCAVATING AT EACH HALL CONTACT FORAT&TWIRTH WATER -18003928-8711 82161 FORTWDRTH FOR s oEP((r -HELD oPERanorvs ei7 isz si°s°s \ FORT WORTH FORESTRY (MELANIE MIOLRA) .NC NLRAS W ELECTRIC AMC, ENERGY ALL ,WORM PARKS k COMMUNITY SERVCES DEPi THEIR FACILITIES 817 392-5739 8tg 211-021a ( 3-2133 1(816�)029274FACHIER 7101 81ga03 SIG-TE 0 5 (811) HORIZONTAL & VERTICAL CONTROL to CONTROL POINT #53 CONTROL POINT #54 CONTROL POINT H58 CP-5/"8 CIRS CP-5/"8 CIRS CP-5/"8 CIRS N: 6968120840 N 6968523336 N. 0.-15353 (� E: 2335702 307 E 2335703,153 E 2336040145 ELEV. 567.820 ELEV 568 360 ELEV 564 760 CITY K-3277 PROJECT �10431] X-27923 .-0 NO 630, 63R, O 64P U FOR_ _ TWORTH. CITY OF FORT WORTH, TEXAS Q �� Of WATER DEPARTMENT W 0 2022 BOND YEAR 3 - CONTRACT 16 ZO m PROPOSED SS SERVICE RELOCATION N DELL STREET N r TRG,NSYSTEMS .r. FOR, woRr rE ASE )602�5' 1617I 339-895D O Z DESIGNED RES I SCPLE: I DATE I SHEET U DRAWN DES 1"=10' 5/19/2025 50 a1 +R1 43-XXx-•- tro" E CT4SERVICE'- -,it103'- _ _ _6825851,= - 5691.29 M iJ -$TA 9+91 41 9 111' FIT STALL:? -L- j 1 - 4" PNO-WAY CLEANOUT N: 6968258.43, E 2335700.40 A INSTALL: LoT I ODD CARL 1 - 45' BEND 912 DIANIUN ST FORT WORTH, TX 761 No. LI52662 i OP RT.CT ❑x 912 ELANDIV ST REMOVE & REPLACE CARPORT REMOVE & REPLACE 8 LF WOOD FENCE PROPOSED 94 LF\4 PVC PRIVATE 55 JSRV C� IVC / REMOVE 12.87. E: R ?33' REMOVE O CLEANOUT IN Ln INSTALL: 1 - 4" CLEAN W CONNECT TWO-WAY TO EX PRIVATE LL1 (n 69G9247 87 F: 233576i 47 STALL: Ed 1- 90' BEND z N. 6PN830., Dq� F- 111, J INSTALL: I = 1 - 90' BEND II{I`I H Q REMOVE & PAV� NE �- N: 69VIA 00 REMOVE. II EX CLEANOUT INSTALL # 1 - 4- TWn-we• n - \ CONNECT 64"Fi SE V . -6r-RL. 561N. k 696111311 E 1 17 STA 10. 10+3fi 61 fit q 15' RT -xxx INSTALL'. -_I 1 - 4" T40-WAY CLEANOUT N. 6968313.60, E 2335700 92 1 �, N' 2335705/4 E' 2335705 14 INSTALL., 1 - 45' BEND I t \ N' 6g68301 dA L E 2335715 OS ON STALL' � i? 45' BEND PROPOSED 74 LF 4 PVC PRIVATE SS SRVC; REMOVE &REPLACE L SF ASPHALT DRIVEWAY LOT 5 ARRIAW, JOSE 806B SUMMER SUN DR FORT WORTH, TX 76137 C C F No. C216233508 O. P.RTC.T. 916 BUNDIN Sr i 47 JC • ACE 1T5759 04 -ANOUT ATE SRVC EX 6" SS L-2818 X-02818 YR-1946 TO BE ABANDONED GROUT FILLED (("" ----------- T------------- LOT 1 RAMIREZ, JOSS A 2814 BIRD ST FORT WORTH, TX 76111 VOLUME 0000, PAGE 000 DIRECT 2814 BIRD ST BLANDIN ST. (ASPHALT PAVEMENT) STA 10+75 00 L-XXX- CONNED T 4" SERVIC FL 561.49--p1--,17 E-----0E N6968352 07, 1- E: 2335692.11 X 10+76 44 8 42 RT -XXX TAUL Twn-wnv ri r..i�i� N: 6968353 35 E: 335710.28 INSTALL I 1 - 45- BEND 69 349.R2 F" ?;.;5]iT 75 l I STALL. - 4" TWO-WAY CLEANOUT - 45' BEND I �Y` ✓E & REPLACE 325 III ;PHALT DRIVEWAY )RIVATE SS LERVC ^V ! ! LOT 4 LOPE' JESUSITA 2CI H ILTOM �X76117 C.CF. NO. D205128914 I I xi O PR.T.CT 920 BLANDIN ST 1 •I 1 F 2 35�R9 79 N 6968367 65REMOVE x EI-bNOUT II IEX 1 - 4" TWO-WAY CLEANOUT CONNECT TO EX. PRIVATE I SRVC------- , N: 6968345 65 E 2335789.7q INSTALL: I 1 - 90' REND I xl x I I I I I I I I I I I I I I I I I I I I ' I I I I I I i S�hvX __________J I I I I I I I I I I I I I I X REVISIONS lu� DATf 1`y z DI ADDED niEE va01EDn0u u01E/ AOD 4 DO LOGATOu / sv4E - os/oe/zozs 13 41 I z� M Y N ... ..10 1 x � N 0 3� SCALE FEET __ _Zo ____ LEGEND PROP SANTARY---____ SEWER LINE EXIST EASEMENT LINE ------- PROP MANHOLE PROP EASEMENT LINE — - - — ROW LINE TEMP ASPHALT REPAIR ----- RE PE— LINE PERM ASPHALT REPAIR .NOTES.. ... ................... 1 DESIGN AND CONSTRUCTION OF > ALL PRIVATELY OWNED TREES SERVICES SHALL FOLLOW EC2021 MANUAL. SHALL BE PROTECTED, UNLESS OTHERWISE NOTED. 2 SERVICE TO MAINTAIN A MINIMUM SLOPE OF , PER FOOT l) _ _ _ _ _ _ ___ v 3 ALL BENDS TO BE LONG SWEEP 1� 4 CONTRACTOR SHALL LOCATE E— CONNECTON OLD ALON PRIOR TO CONSTRUCTION.9g''X„_" r 5 H9 CARPORTS REQUIRED TO BE~'i REMOVED FOR CONSTRUCTION ^•- t� SHALL BE REPLACED WITH CARPORT'I 8"""gEME."siwV1EK H OF SIMILAR SIZE, MATERIAL AND LOOK CONTRACTOR SHALL OWNERCO RDINATE WRH PROPERTY 1 $1 I}II4) 4e e 6 CONTRACTOR IS REQUIRED TO OBTAIN RIGHT -OF -ENTRY TO frE:^�!CENSEO�F CONSTRUCT SANITARY SEWER , _SERVIC �'TY 5/19/202S CONSTRUCTION NOTES THE HCAVAIINGI"TOR SHALL CONTACT THE FOLLOWING AT LEAST 40 HOURS PRIOR TO FORT LOcnn FFORT ORT IYWo_ FOES OEPT-HELD OPERAnONs (( Fox) FORT WORTH FORESTRY (MELANIE MOURA) tg�3ez a-a711 (9 J)O -8296 ei> 3sz_5,°9 81> 392-5729 ONCE TKH ENERGY ELECTRIC 6t> 215-621 3 FMOS ENERGY RE TRU 22-2163 FAOLRT wpRT1q ARKS k COMMUNITY SERVICES 1_800-7 DEPT (1(818'))o 9921-8101 -TES O ClunEs i-a0o-0lc s11) HORIZONTAL & VERTICAL CONTROL ,D CONTROL POINT p53 CONTROL POINT p54 CONTROL POINT III CP-5/'8 CIRS CP-5/"8 CIRS CP-5/`8 CIRS N: 696812D 840 N 6968523 336 N' 6968115 353 (, E: 2335702 3C7 E 2335703153 E' 2336040145 Q ELEV. 56T820 ELEV 568 360 ELEV 564 760 � CITY PROJECT /1043T7 1-3211 X-27923 ."Co NO 630, SUR, Z 64P 0 M FQR�T, WORT—H. CITY OF FORT WORTH, TEXAS i WATER DEPARTMENT } 0 2022 BOND YEAR 3 - CONTRACT 16 ZO DO PROPOSED SS SERVICE RELOCATION N BLANDIN STREET N TRANSYSTEMS TE. -T WORT„ TE AISE 76OCS 12 16171 339-8950 p Z DESIGNED BES SCPLE: DATE SHEET d DRAWN DES 11"=10' I 5/19/2025 I 51 U S TYPE P-1 MODIFIED CURB RAMP 5 Sl NOT TO SCALE 3 A 15" MIN EX. LEAD WALK 1/2" EXPANSION JOINT TOP VIEW REVISIONS N3IAI oEraa RExovEo -Nor ARPucae�E I o5nanozs N NOTES. 2 1. LIMITS OF PAYMENT FOR RAMP INCLUDES THE 16 CONCRETE GUTTER WIDTH ALONG THE RAMP OPENING FIR, 2. WHEN ADJACENT TO CONCRETE PAVEMENT, THE RAMP X SIDEWALK WIDTH, CURB TRANSITION, AND LANDING LIMITS SHOULD BE DOWELED INTO THE CURB AND PAVEMENT WITH #3 BARS (12" LONG ON 18' CENTERTHE COST OF DOWEL BARS IS INCIDENTAL TO THS)E COST OF THE CURB RAMP. 3. IF THE DISTANCE FROM THE END OF THE RAMP TO THE BACK OF CURB IS GREATER THAN 5 FEET, 1/2" DOWELED EXPANSION JOINT DETECTABLE WARNING SURFACE SHALL BE PLACED ON FORED GROOVE ROUNDED TO 1 4M" RADIUS WITH SILICONE JOINT THE LOWER LANDING AT THE BACK OF CURB AND RUN THE ENTIRE LENGTH OF THE OPENING . SEALER AND REDWOOD EXPJOINT FILLER PER 32 13 13-D517 4_ SLOPE TO BE 2% MAX IN ALL DIRECTIONS. 15" MIN T 1 5% MAX I EX. LEAD WALK _ I MAX� xl r 2% MAX 1/2" EXPANSION JOINT +II `I #4 BARS �l # #4 BARS ® 18" OTC 54 X 18" X MONTH`9?." ROUND BAR , O.C. PR SIDEWALK°pI° 7/2' DOWELED EXPANSION JOINT ~ a l ® 18" FORMED GROOVE ROUNDED TO - 1 4" RADIUS WITH SILICONE JOINT VARIES SEALER AND REDWOOD EXP. JOINT 1 FILLER PER 32 13 13-D517 -A- o SRREM E. swwWEK $y` o �l 131147 try ' q,.�ENS,���� SS`bypa�lAL ie� SECTION VIEW 5�,9/2026 CONSTRUCTION NOTES CONCRETE STEPS ENE cO EXCAVANNG GTOR SHA L CONACT THE IOU—NG AT —1 as HouRs PxOR To AT EACH LOCATION FORNOT TO SCALE —T r woRTH _1g00-926-2911 WATER PERT -HELD oRERAnorvs - 6 FORT WORTH r woRTH FORT WORTH T&Pw _ roREsmr ((c Ic Fox) ei7 isz sirs FORESTRY (NELANIE MIGURA) 617 392-5739 6t7 215-6214 ONOOR GAS CONCRETE STEPS NOTES'TXU ENERGY((-a) & ELECTRIC -233-2133 TREAD ((T)) 11" MIN, 15" MAX sv GCTRuu,RCT RISER (R): 4" MIN, 7" MAX -ER FORRTwORTH iat8 7- 17-isz8 -6003e2l-6iol & CGxxDNHT SERWCES DEPT (( -5700 HEIGHT (H). 12" OR LESS WIDTH ( ) 36, MIN OR MATCH EX., WHICHEVER IS GREATER AL OTHER FACILITIES PARKS i818�0-oiG-TEss (8II) STAIR TREADS AND RISERS SHALL BE OF EQUAL SIZE AND SHAPE. STEPS SHALL BE A NON -SLIP HORIZONTAL BROOM FINISH. HORIZONTAL & VERTICAL CONTROL ID CONTRACTOR SHALL SUBMIT SHOP DRAWING SUBMITTAL OF F- REQUIRED STEPS IN CONTRACT FOR REVIEW AND APPROVAL PRIOR TO CONSTRUCTION. U PROJECT 1110431] ,xgPSCO N0. 63631, O X-2 X-2]923 64. U m K FORT WORTH. CITY OF FORT WORTH, TEXAS Q ,�. WATER DEPARTMENT Y 2022 BOND YEAR 3 - CONTRACT 16 Z O Eo N PAVING DETAILS N TRANSYSTEMS FoR ,w0RTH rE a'SE,s o 355 _ 1817I 339-895D DDRAWN ESIGNED' BES DES NI SCPIETS ' I DATE' I SHEEP L U 5/19/2025 1t8 SAWCUT (TYP)-\TRENCH REPAIR UNITS EXISTING HMAC PAVEMENT -- - - - - -- i 1E5 . E(FTIANIG J-! • • )BASE PROVIDE DENSITY AND THICKNESS TESTING PER •. INFLEXIBLE BASE MATERIAL FOR TRENCH REPAIR PER SECTION 32 11 23 SECTION 32 12 16 PART 3 6 UNDISTURBED SUBGRADE III 959. COMPACTION• • - -2% TO +5% OF OPTIMUM `.♦,II� MOISTURE CONTENT • - ACCEPTABLE- BACKFlLL MATERIAL IN ACCORDANCE WITH SECTION 33 05 10 ILL �•••.•••••+•• - FlN<15'UNDER _' •♦,III -- ALLDEPTHS FOR�MENT _- III NON -PAVED AREAS III 1" MIN III. II ,III • � _ - . - I UTILITY SAND PER 33 05 10 ,•. ApeP .'SECTION 1" MIN j ' �I I II Ill i III I11II II I I I TEMPORARY ASPHALT PAVEMENT REPAIR FOR WATER SERVICES 32 01 18. TEMPORARY ASPHALT PAVEMENT REPAIR 33 05 10 - D001' ACCEPTABLE BACKFlLL 33 05 10 - D104 EMBEDMENT FOR WATER SERVICES SAWCU` (T1P)--\ TRENCH REPAIR UNITS -EXISTNG HMAC PAVEMENT ..CUT LIP) I TRENCH REPAIR LIMITS EXISTING HMAC PAVEMENT EXISTING BASE J F ANY) PROVIDE DENSITY AND THICKNESS TESTING PER SECTION 32 12 16 PART 3.6 6" MIN AND 12" MAX INITIAL BACKFlLL UTILITY SAND PER - SECTION 33 ITS 10 - FLEXIBLE BASE MATERIAL FOR �••'•'r'•'• TRENCH REPAIR PER SECTION 32 11 23 .:♦: ♦:.:.:♦ - UNDISTURBED SUBGRADE • 957 COMPACTION III ♦ TO +5%M ♦ ` OPTIMU . . MOISTURE CONTENT �•• FINAL BACKFlLL 15 UNDER _ ALL DEPTHS / NON -PAVED 3�0 �pv • _ TRENCH GEOTEXTLE P O FABRIC c2ANp = CRUSHED ROCK PE bbb SECTION 33 05 10 6" MIN AND 12" MAX BEDDING =III III=III NO GROUND GROUND 6" MIN TRENCH WATER PRESENT WATER WALL CLEARANCE PRESENT (TYPO TEMPORARY ASPHALT PAVEMENT REPAIR FOR WATER LINE IMPROVEMENTS 32 01 18: TEMPORARY ASPHALT PAVEMENT REPAIR 33 05 10 - D001ACCEPTABLE BACKFlLL 33 05 10 - D101. EMBEDMENT FOR WATER LINES 12-INCH AND SMALLER SAWCUT (TVP)-\ . TRENCH REPAIR LIMITS -EXISTING HMAC PAVEMENT TRN11EsIIEs Bn,tiacX6���Rlcs, EXISTING BASE mEXISTINANGY) BASE • ' ' - (IF ANY) _ ♦♦ FLEXIBLE BASE MATERIAL FOR (IF _ `y `♦ `♦ `♦ `y' ♦ `♦ ♦ FLEXIBLE BASE MATERIAL FOR PROVIDE DENSITY AND TRENCH REPAIR PER SECTION PROVIDE DENSITY AND TRENCH REPAIR PER SECTION THICKNESS TESTING PER - - 32 11 23 THICKNESS TESTING PER _ - 32 11 23 SECTION 32 12 16 PART 3 6 - - SECTION 32 12 16 PART 36 - UNDISTURBED SUBGRADE - UNDISTURBED SUBGRADE 1= ♦ 95% COMPACTION♦• - 95% COMPACTION♦• - -2% TO +5%• • • - -2% TO +57♦' ♦'- �.OF OPTIMUM I _ •.OF OPTIMUM - • •MOISTURE CONTENT • . MOISTURE CONTENT FlN<L15'AUrvDER CKFILL PAVEMENT ♦', FM<L 5'AUNDER PAVEMENT ACCEPTABLE III • III �- ALL DEPTHS FOR ACCEPTABLE III �±�:• III �- ALL DEPTHS FOR BACKFlLL MATERIAL �•`�`�`• NON -PAYED AREAS BACKFlLL MATERIAL / NON -PAVED AREAS IN ACCORDANCE WITH - IN ACCORDANCE WITH - SECTOR 33 05 10 III SECTOR 33 05 10 III • 6' MIN. AND ` 2° MIN. f II IX 12" MAX I INITIAL BACNFILL -I TRENCH GEOTEXTILE TRENCH GEOTEXHLE FABRICED FABRIC P pro" CRUSHED ROCK PER CRUSHED ROCK PER SECTION 33 06 10 = SECTION 33 D5 10 p & 6" MIN AND Y MIN 12" MAX �I11—III—III-11 - BEDDING illl=IIIIII=III 111- IIIIII—III— 12" MIN TRENCH IIIIII—III— - 12" MIN TRENCH WALL CLEARANCE WALL CLEARANCE (TYP) (TYP ) TEMPORARY ASPHALT PAVEMENT REPAIR TEMPORARY ASPHALT PAVEMENT REPAIR u FOR SANITARY SEWER SERVICES FOR SANITARY SEWER IMPROVEMENTS m N 32 01 18. TEMPORARY ASPHALT PAVEMENT REPAIR 32 01 18, TEMPORARY ASPHALT PAVEMENT REPAIR 33 OS 10 - D001 ACCEPTABLE BACKFlLL 33 05 10 - D001 ACCEPTABLE BACKFlLL 33 05 10 - D202 EMBEDMENT FOR SANITARY SEWER SERVICES 33 05 10 - D201A EMBEDMENT FOR SANITARY SEWER UP TO 15-INCH DIAMETER IT SURFACE REPAIR / �I.pOpO pO pO pO O I.00OOOOOOOOOOOOOc IFINAL II- BACRIESKFlLL CSS BACKFlLL IN III o0p00 ACCORDANCE - oo - SECTION 33 OS, 1C 10 :000 0 0 0 0 0 oa i OOOOOOOOOOOOOOOO 0 0 0 0 0 °OIII EMBEDMENT CEMENT STQRII I7v4 SAND (CSS) BACKFlLL 33 05 10 - D003: CEMENT STABILIZED SAND (CSS) BACKFlLL SURFACE REPAIR III FINAL BACKFlLL 15' UNDER PAVEMENT SELECT BACKFlLL 95% COMPACTION -_ MATERIAL IN �'-_29 TO +5% OF OPTIMUM - ACCORDANCE WITH MOISTURE CONTENT III SECTION 33 OS 10 = }' - -- III EMBEDMENT SELECT BACKFlLL 33 05 10 - D002' SELECT BACKFlLL CLSM IN ACCORDANCE W11H SECTION 34 13, SAC KFlLL IN ACCORDANCE W1Ti SECTION 33 OS 10 SURFACE REPAIR OC� o° C IRA FINALFlES` � VA o° II cI c n n OO? EMBEDMENT - CONTROLLED LOW STRENGTH MATERIAL (CLSM) BACKFlLL 33 05 10 - D004 CONTROLLED LOW STRENGTH MATERIAL (CLSM) BACKFlLL REVISIONS ,NO. o DATE o DDED NOTES OS/0S/2026 13 � CONCRETE REPAIR NOTES: 1. FLOWABLE FILL15 REQUIRED iN BA ALL SPECIFIC, AND IOD33 IORA05 L N ER AREAS, BAC N M TRENCHES IN DOWNTOWN L MEET STANDARD 01 2. FOR ML SIDENTSTREET USE Y4 BARSAT 18OCEW AND 12" O.CEW FOR ARTERIALS AND INDUSTRIAL STREECE X 3. 9TCED CRONCCRETE PAVEMENT SHALLI BE REPLACED TO A MINIMUMINDUSTRIAL 4FOR DEPTH PREFORMED BARS, DOWL AND FOR RESIDENTIAL ST STREETS USE EXISTING HMACOC FOR AFTER NOTES AL AND INDUSTRIAL STREETS to OD (1YP), AND 12 AIR 5. MATCH EXISTING HMAC PAVEMENT R. PLACE 8" OF 2:27 CONCRETE AS SHOWN. ] RESURFAL NG6A5 FEET 12' RIOR TO MOWN DRESURFALE WiH AID AT THE "I IF TMNM MHE E2 TO TYPE )DPHMAL 8. IF THE GD BASE S CONCRETE USE REINFORCED CONCRETE AND PROPERLY TIE 9 REQUIRED—IFE FILL IS TO BACKIFILL ALL TREET,AND 3FT06Dt ONOTHER AREAS BACKFCN LLSHALLMEET 5GMIMRD SPECIFICATION 1 NISUDNGDARD APPLIES TO ALL ROADS WTHN PUBLIC -- OF WAY TYPE b' HMAC LATER S REOU RED FOR PERMANENT ASPH T PAVEMENT REPAIR ON RESDEN & STREETS. • LAYERS OF L T IS REOURED FORPERMANENNTASSPRATPAMBIMENT REPAI ON ARTS) INDUSTRIAL STREETS E 3 n" JJSS ICGY:ILY 9 8 BRENT E SHIMANER e �0 "�F�EDSEO�A� ^ 'TSPo10uu fd 5/19/2o25 CONTRACTORES THE nr EACH LL CONTACT THE CONSTRUCTION NOT LEAST 48 HOURS PRIOR TO EXCA ATR&iVAT 1800 928 2961 FORT KOR 5 1IRTH WATER oEP((r GELD oPERAnorvs (((ei]3) 392 si00s vWOroFN FORT WORTH FORESTRY (MELARA 'N E M)DURA) END GAS & ELECTRIC TIN 1— SPELIPUNRGY PARKS & COMMUNITY SERVICES DEPT ALL OTHER FACILITIES (81]3 392 5]39 Bt] 21 J 6214 -218J3 (8181021952]43601 81g55a03� IG-iE 5 (b1l) HORIZONTAL & VERTICAL CONTROL to U Cltt PROJECT �10431] K-3271 F- X-2]923 MAPSCO NO 630, 63R, O 64P U FOR_ .. CITY OF FORT WORTH, TEXAS Q WATER DEPARTMENT } 0 2022 BOND YEAR 3 - CONTRACT 16 ZO m N TRENCH REPAIR DETAILS N N TRANSYSTEMS rF. sOR�_WORT . sAS 76RIN0_u,] I617I 339-895D 7O DESIGNED' B S I SCALE: I DATE' I SHEET LL DRAWN RES I NTS I 5/19/2025 I 121 U —CUT (ttP) TRENCH REPPR LIMITS E%ISTNG HMAC PAVEMENT TIES . EX ISTING BASEjll� ((IFANYFLEXIBLE BASE MATERIAL FOR PROVIDE DENSItt AND- TRENCHEPPRPERSECTION THICKNESS TESTING PER 321123SECTION 32 12 16 PART— ,- _ + UNDISTURBED SUBGRADE • 95% COMPACTON•• -2% TO +57 ++OF OPTMUM +� I .+MOISTURE CONTENT+ = I = • • • • • • • . FINAL BACKFlLL • • ALLSDEPTHS FORUNDER �MENT ACCEPTABLE NON -PAVED AREAS BACKFlLL MATERIAL - — IN ACCORDANCE WITH I + SECTION 33 05 10 -- - •.III IIIII • • III FIR H GEOTEXTILE FABRIC PRO USE ABOVE PIPELL — RPRINPIPE SPRING -LINE 6" MIN AND t6E SECTION 33 05 10 MAX CRUSHED ROCK PER BEDDING _ — _ — IIIIIIIIII—III— '1'2•• MIN TRENCH WALL CLEARANCE (TYR.) TEMPORARY ASPHALT PAVEMENT REPAIR FOR STORM DRAIN IMPROVEMENTS 32 01 18. TEMPORARY ASPHALT PAVEMENT REPAIR 33 05 10 - DO ACCEPTABLE BACKFlLL 33 05 10 - D402 EMBEDMENT FOR RCP STORM SEWER ALL SIZES FULL PANEL REPAIR LIMIT CONSTRUCTION JOINT WITH CLASS "IT" REINFORCED CONCRETE SILICONE JOINT SEALANT PER PAVEMENT REPLACEMENT TO THE NEAREST JOINT OR CURB PER SPECIFICATION 32 13 13-D51B I SPECIFICATION 32 13 13 DOWEL SEE NOTE #4 (ttP) EXISTING DOWEL SF#2 CONCRETE EE PAVEMENT < EXISTING EXISTING BASE - - - CONCRETE JOINT (IF ANY) SEE NOTE #3 - - " } �]jy' •+ +y{•• ` UNDISTURBED SUBGRADE +.IIIFIN<L BACKFlLL ++- 15' UNDER PAVEMENT /-ALL DEPTHS FOR ♦ 959. COMPACTION -'—I — NON -PAVED AREAS ACCEPTABLE — -2% TO +5R++a BACKFlLL MATERIAL — OF OPTIMUM — T- IN ACCORDANCE WITH . + MOISTURE CONTENT+� SECTION 33 IS 10 - 6" MIN. AND + 12" MAX INITAL BACKFlLL UTILITY SAND PER PF`JTRENCH GEOTEXTILE o SECTION 33 OS 10� " ,y GP FABRIC \ yP CRUSHED ROCK PER SECTION 33 05 10 ED 6" IN AND 1MAX BE BEODIN, No GROUND GROUND 6" MIN. TRENCH WATER PRESENT WATER — WALL CLEARANCE PRESENT (T ) PERMANENT CONCRETE PAVEMENT REPAIR u FOR WATERLINE IMPROVEMENTS m N 32 01 29 - D521. TRENCH REPAIR REINFORCED CONCRETE PAVEMENT 33 05 10 - D001 ACCEPTABLE BACKFlLL 33 05 10 - D101 EMBEDMENT FOR WATER LINES 12-INCH AND SMALLER �u DE',—T D --ME (i A-,) TRENCH REPAIR LIMITS - Iv.; T 8' 9 r'CONCRETE BASE MATERIAL FOR TRENCH REPAIR PER SECTION �Fcn aulT Se 12^- -1z• 033416 UNDISTURBED SUBGRADE • 957 COMPACTION• -2% TO +5%+• - +.OF OPTIMUM + ++MOISTVRE CONTENT+ +++•.•r+*••r•r /`FINIHUL <L5'AUNDER PAVEMENT ACCEPTABLE / ALL DEPTHS FOR BACKFlLL MATERIAL I + /// NON -PAVED AREAS IN ACCORDANCE WITH - SECTION 33 05 H) - 6" MIN AND 12" MAX INITIAL BACKFlLL UTILITY SAND PER III ?C, TRENCH GEOTEXTLE SECTION 33 0510 tip FABRIC CRUSHED ROCK PER SECTION 33 05 10 6" MIN AND _ — 12" BEDDING 1—III—III--IIIII NO GROUND GROUND ,— 6" IN TRENCH WATER PRESENT PRESENT � ALL)CLEARANCE P PERMANENT ASPHALT PAVEMENT REPAIR FOR WATER LINE IMPROVEMENTS 32 01 17 - D520. TYPICAL SECTION TRENCH REPAIR HMAC PAVEMENT 33 05 10 - DO ACCEPTABLE BACKFlLL 33 05 10 - D101 EMBEDMENT FOR WATER LINES 12-INCH AND SMALLER rVu nPTB jjBE �TWOuin nxc wecrenoE (IFSnrvY) TRENCH REPAIR LIMITS r c / cK /1 - _ - CONCRETE BASE MATERIAL FOR PER s[cn -I ZA a.++•r.•.a+•.•+_ICI"1 J- 03E 3CH 6EP1I1 PER SECTION vaBT 3e \ — UNDISTURBED SUBGRADE • + 95%2% TO +5% N. •' .OF OPTIMUM •. •. II +JAC1STURE CONTENT :. .•. •. •.•.•.•.__ FIN AL S'AUNDER PAVEMENT ACCEPTABLE - �- ALL DEPTHS FOR BACKFlLL MATERIAL -+a+++ +++ +a:• NON -PAVED AREAS IN ACCORDANCE WITH - • SECTION 33 IS 10 — -Fr •a•••••••a•••.•. I II 6" MIN AND + III 12" MAX INITIAL BACKFlLL ". TR NCH GEOTEXTILE FABRIC III `SECTOND 33 os 10R 6" MIN AND 12" MAX,— BEDDIN� _III—IIIIII—III III - SURFACE REPAIR �.0000000000000000 FINAL III BACKFlLL _= VARIES CSS BACKFlLL IN- ACCORDANCEIII o0p0° O WITHo- SECTION 33 OS 10 :000 0 0 0 0 0 oa °o°o°o ° OO EMBEDMENT O CEMENT STQRII I71P4 SAND (CSS) BACKFlLL 33 05 10 - D003: CEMENT STABILIZED SAND (CSS) BACKFlLL SELECT BACKFlLL 33 05 10 - D002 SELECT BACKFlLL REVISIONS ,x0. o o CHANCED NO-11nGN LaNGUa�E & ADDED NO.S D57�; a26 13 4 CONCRETE REPAIR NOTES. 1. FUO 0CE FILL 15 REQUIRED TO BACKFLL ALL TRLLCSIEOS N OWNS �N SPECIFICATION AND 33 IO 10IN OTHER AREAS, BAC IN MEET CARD 2. FOR RESIDENTIAL STREET USE #4 PASS AT 18 AND 12 OCEW A O.CEW FOR ARTERIALS AND INDUSTRIAL STREETS X. 9TCED CONCDRETE PAVEMENT SMALL I BE REPAIRED TO A MINIMUMDEPTH 4DEPTH FPFOY RFOR RESIDENTAL STREETS. USE G4%18" PREFORMED BARS, DOWL AND PA" NT AT HMACDO 'OR ARTERIAL NOTES AND INDUSTRIPL STREETS 18 O.0 (1YP), AND 12 AIR 5. MATCH EXISTING HMAC PAVEMENT A. PLACE 8" OF 2:27 CONCRETE AS SHOWN. 7 WEDGE MIUL 5 FEET (2' DIP AT THE UP IF THE G— RE UREADING 8 PROTHEPERLEXISTY iEAIN HEWS CONCRETE• USEHREINFORCED CONCRETE. ADD 9 FLOWANSITE FILL IS R TO CEIFISCAAND 3305� ONDOTHERAREAS BACKRCN LLSHALLMEET STANDARD DOWNTOWN SPE 1 _ I_GTREN ISUSANDARDE APPLIES TO ALL ROADS WITHIN PUBLIC RIGHTS OF WAY TYPE b' HMAC LAYER IS REQUIRED FOR PERMANENT P ALIT PAVEMENT REPAIR ON RESIDENTIAL STREETS. S OF REOURED FORPER. ENT L ASSPPH& T S) PAVSMENT REPAIR ON ARL INDUSTRIAL STREETS E JJJSSS ICC�GY�YJ`Y 9 S BRENT E.SHi EK e �o "��EDSfO�A� ^ 'TSPo10uu fd CONSTRUCTION NOTES THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST 48 HOURS PRIOR TO EXCAVATING AT EACH LOCATION -800-8 8-8711 FORFORT vWOroRN KOR 5 1IRTH WATER DEP((r -HELD OPERATORS (((ei]3) 392 si00s FORT WORTH FORESTRY (MELANIE MFIXIGURA) (81]3 392-5,IS ENDDR GAS & ELECTRIC Bt] 21 J 8214 TXU ENERGY SPECTRUM ( 21333 AMOS ENERGY818�521 LL 1 ALL PARKS & COMMUNITY SERVICES DEPT 81b003 OTHER FACILITIES IG-lE0 5 (811) HORIZONTAL & VERTICAL CONTROL to SURFACE REPAIR U Cltt PROJECT �10431] K-3211 C - X-2]923 MAPSCO NO 630, —,, O _O.O.O.O.O.O_°°III 64P U D oG I-1 I M FORTWORTH. CITY OF FORT WORTH, TEXAS Q � °o I IAC Fi L WATER DEPARTMENT W CLSM IN ACCORDANCE VARIES wC' SECTION 03 34 13 II BACKFlLL IN ACCORDANCE — °O ICI W1TH secnoN 33 os 10 III o 2022 BOND YEAR 3 - CONTRACT 16 0 - TRENCH REPAIR DETAILS N O N EMBEDMENT TF.as530' W Jl6 5T SUITE TOO 51 M PERMANENT ASPHALT PAVEMENT REPAIR A FORT WORTH, TEXAS 76102 TRG NSYSTEMS CONTROLLED LOW STRENGTH MATERIAL 1817I 339-895D 0 IMPROVEMENTS FOR SANITARY SEWESECTION (CLSM)BACKFILL TRENCH 32 01 17 - D001 TYPICAL SECTION TRENCH REPAIR HMAC PAVEMENT H 33 05 10 - D401 ACCEPTABLE BACKFlLL 33 OS 10 - D004 CONTROLLED LOW STRENGTH MATERIAL 7 DESICNEo- BEs scALE: DATE sHEEr S U I I I 33 05 10 - D402. EMBEDMENT FOR SANITARY SEWER UP TO 15-INCH DIAMETER (CLSM) BACKFlLL DRAWN BEs NTS 5/19/2025 122 TRENCH REPAIR LIMITS S00 IN ACCORDANCE WRIT SECTION 32 92 13 TOPSOIL IN ACCORDANCE WRIT SECTION 32 91 19 2" LI-2" UNDISTURBED SUBGRADE • 95% COMPACTION - - gOPTMUM MOISTURE CONIEN T+ - FIN<L BACKFlLL 15' UNDER PAVEMENT ACCEPTABLE - - _ - ALL DEPTHS FOR BACKFlLL MATERIAL - _ - - NON -PAVED AREAS IN ACCORDANCE WITH + SECTION 33 OS 10 6" MIN AND12' MAX - INITIAL BACKFlLL II •. UTILITY SAND PER ?� P�TRENCH GEOIEXTLE SECTION 33 OS 10���II FABRIC �P „11 CRUSHED ROCK PER S GTION 33 OS 10 B., MIN ANDy.... BEDDING _ 11 1111 1 11I-FIT I - NO GROUND GROUNDI 6' IN, TRENCH WATER PRESENT WATER - WALL CLEARANCE PRESENT (TYR UNIMPROVED SURFACE REPAIR FOR WATERLINE IMPROVEMENTS 33 05 10 - D001 ACCEPTABLE BACKFlLL 33 OS 10 - D701 EMBEDMENT FOR WATER LINES 12-INCH AND SMALLER \1 TRENCH REPAIR LIMITS SOD IN ACCORDANCE \ WRIT SECTION D 92 TOPSOIL IACCORDANCE \ WRIT SECTION 32 91 19 1IF =11=1I + 12" • 12" UNDISTURBED SUBGRADE -1 +'+'+ .'+'+ + II= a+952%TO+C5%'N+' a - .+.OF OPTIMUM • MOISTURE CONTENT• -_ '-III FINAL BACKFlLL .' III 15' UNDER PAVEMENT ACCEPTABLE ALL DEPTHS FOR BACKFlLL MATERIAL PAVEMENT.. - NON -PAVED AREAS IN ACCORDANCE WITH - +- SECTION 33 05 10 a - 6" MIN AND III' - 12" MAX. ,r TI " • (- INITIAL BACKFlLL II TRENCH GEOTEXTLE E - FABRIC -II P I- O CRUSHED ROCK PER II SECTION 33 05 10 GO 6' MIN AND t� 12" MAX BEDDING _I-1—I-1 1 F III III III III 12" MIN. TRENCH WALL CLEARANCE (TYP ) UNIMPROVED SURFACE REPAIR a F FOR SANITARY SEWER IMPROVEMENTS 33 05 10 - D001: ACCEPTABLE BACKFlLL 33 05 10 - D201A. EMBEDMENT FOR SANITARY SEWER UP TO 15-INCH DIAMETER ne/ SURFACE REPAIR ��� �I. 0Op0 o1. 0 oO o0 O Oo0o0o0000000000 FINAL BACKFlLL o - VARIES CSS BACKFlLL IN Io0 p00 ACCORDANCE WITH - o - SECTION 33 IS 10 :000 0 C 0 0 0 oa li ooOOOOOo0o0o0o0o 0 0 0 0 0 °OIII EMBEDMENT CEMENT STABILIZED SAND (CSS) BACKFlLL 33 05 10 - D003: CEMENT STABILIZED SAND (CSS) BACKFlLL SELECTBACKFlLL 33 05 10 - D002 SELECT BACKFlLL CLSM IN ACCORDANCE W11H SECTION 03 34 13, BAD KFlLL IN ACCORDANCE WTTi SECTION 33 05 10 BIG ER T O° I I- OC C FINAL °C VA IIBACRIESL c � o� III MHO"M <6- EMBEDMENT CONTROLLED LOW STRENGTH MATERIAL (CLSM) BACKFlLL 33 05 10 - D004 CONTROLLED LOW STRENGTH MATERIAL (CLSM) BACKFlLL REVISIONS p NEW SHEET 1111/2026 13 4 CONCRETE REPAIR NOTES: 1. FLOWABLE HILL15 REQUIRED ALL TRLLCTIESS IN DOW 5 CNN STREETS, AND 33 ORT_ AREAS. BAC L MEET RD 2. FOR AT SIDENNA STREET USE Y4 PASS 18 0 C E W AND 12" O.CEW FOR ARTERIALS AND NDUSTRUL STREETS 3. f" F CONCDRETE P STREETS OR II FOR ARTE D TO A MINIMUM STREETS TM AND RIPLP 4 OR RES DENTN USE G4X1B' PREFORMED BARS, DOWL AND ASTERIAL HMACGO FOR NOTES AND INDUS". STREETS 16 IC (TOP), AND 12 5. MATCH EXISTING HMAC PAVEMENT 6. PLACE 8- OF 2:27 CONCRETE AS SHOWN. 12' 111 IT FIE UP 11 ] RESURFACING AS MOWN RESURFACE WITH ATM NIM MHE E2' TYPE )DPHMAC 8IF THE EXISTING BASE IS CONCRETE. USE REINFORCED GONGRETE. AND PROPERTY TIE IN 9 FLOWASUE FILL IS REQUIDOWNTOWN STREETS AND OPFIG 10 10AREAS SACKFLLTO —FILL ALLCHES SHALLNMEET 51ANDARD S I HIUS STANDARD TS APPLES TO ALL ROADS WITHIN PUBLIC RGHOF WAY NCLNG11 ONLY ONE 3 TYPE b' HMAC LAYER IS REQUIRED FOR PERMANENT ASPHALT PAVEMENT REPAR ON RESIDENTIAL STREETS, 11 TWO 3' S OF T IS REOU RED FORPERMANENT AS1 T PAVEOFnog° Po0 MENT REPAIRON E INDUSTRIAL STREETS a eBRENi E. SHIIMNEK e 'Po pp/ONAI Ea �o n o ��j s/t5/zozs CONSTRUCTION NOTES THE CONTRACTOR SHALL CONTACT 11E FOL— AT LEAST 48 HOURS PRIOR TO AT&T AT EACH LOCATION _t800398z8-8711 FORFOR 1111 WORTH FORESTRY WORTH WATER DEBT -HELD OPERATIONS et]3)) 392 5]O9 FORT UK— R WORTH NF ELECTtiC�MELANIE MIGURA)8t]J 2t5-621s TXU EN3-2163 AMOS ENERGY818�5z1 PRONIER ALL.WORTH PARKS k COMMUNITY SERMCES DEPT 181b00�� TITER FACILITIES IG-1 0 5 (811) .....�.......- ....�......, .- ...........- to U X-2 PROJECT �10431] K-3211 Z X-2]923 MAPSCO NO 630, 63R, O 64P U GO FOR_% .. CITY OF FORT WORTH, TEXAS Q WATER DEPARTMENT } 2022 BOND YEAR 3 - CONTRACT 16 ZO m N TRENCH REPAIR DETAILS N N TRANSYSTEMS TE =FORT WORT„ TE ASE76102 ] I617I 339-895D /,\ O Z DESIGNED BES I SCALE: I DATE C122�A U DRAWN BES NITS 5/19/2025 00 11 13 INVITATION TO BIDDERS Page 1 of 3 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of CPN—104317 2022 Bond Year 3 — Contract 16 ("Project") will be received by the City of Fort Worth via the Procurement Portal htti)s:Hfortworthtexas.bonfirehub.com/portal/?tab=oi)en0pportunities, under the respective Project until 2:00 P.M. CST, Thursday, May 29, 2025. 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/l)ortal/?tab=onenOvnortunities 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 CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised February 8, 2024 00 11 13 INVITATION TO BIDDERS Page 2 of 3 Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Unit 1: Water Improvements 6,735 LF — 8" PVC Water Pipe 22 EA — Connection to Existing 4"-12" Water Main 108 EA — 1" Water Service, Meter Reconnection 115 EA — 1" Water Service 9,850 LF - Temporary Asphalt Paving Repair (2" HMAC on 6" Flexbase) Unit 1: Paving Paid Under Unit 1 8,491 SY - Pavement Pulverization (11") 2,000 LF — 6" Conc Curb & Gutter 8,491 SY — 3" Asphalt Pvmt Type D Unit 2: Sanitary Sewer Improvements 4,815 LF — 8" Sewer Pipe (PVC) 431 LF — 8" Sewer Pipe (PVC Pressure Class) 3,068 LF — 4" Private Sewer Service (Relocation) 5,970 LF - Temporary Asphalt Paving Repair (2" HMAC on 6" Flexbase) Unit 3: Paving Improvements 9,237 SY - Remove Asphalt Pvmt 10,018 SY - 6" Conc Pvmt 10,651 SY - 8" Lime Treatment 13,943 SF - 4" Conc Sidewalk 11,650 SF - 6" Concrete Driveway Unit 3: Alternate A (POL) 9,237 SY - Pavement Pulverization (11") 9,237 SY - 3" Asphalt Pvmt Type D 6,830 LF - 6" Conc Curb and Gutter Unit 4: Stormwater Improvements 1 LS - Storm Drain Point Repair 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 CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised February 8, 2024 00 11 13 INVITATION TO BIDDERS Page 3 of 3 The Bidding and Contract Documents may be examined or obtained via the Procurement Portal httr)s://fortworthtexas.bonfirehub.com/Dortal/?tab=ODenODDortunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes" under the Intent to Bid section. All Addenda will be posted in the Procurement Portal https:Hfortworthtexas.bonfirehub.com/_portal/?tab=oi3en0pportunities, 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: May 12, 2025 TIME: 11:00 AM 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. ADVERTISEMENT DATES April 30, 2025 May 7, 2025 END OF SECTION CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised February 8, 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: httDs :Hanes. fortworthtexas. 2ov/Proi ectResource s/ CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised January 17, 2024 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 3.1.1. Paving — Requirements document located at: httl)s:Happs.fortworthtexas.2ov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPreaualification/TPW%2OPavin2 %20Contractor%20Preaualification%2OPro2ram/PREQUALIFICATION%20REO UIREMENTS%20FOR%20PAVING%2000NTRACTORS.bdf 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: httns : Harms. fortworthtexas. 2ov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPreaualification/TPW%2ORoadwa v%20and%2OPedestrian%2OLi2htin2%2OPrequalification%2OPro2ram/STREET% 20LIGHT%20PREOUAL%20REOMNTS.pdf 3.1.3. Water and Sanitary Sewer — Requirements document located at: htt)s:Happs.fortworthtexas.2ov/ProiectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrecivalification/Water%2Oand%2 O Sanitarv%20 Sewer%2OContractor%2OPreaualification%2OPro cram/W S S %2ODre aual%20reauirements.Ddf 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2. 1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be 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 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised January 17, 2024 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 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised January 17, 2024 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 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised January 17, 2024 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 httDs:Hfortworthtexas.bonfirehub. com/nortal/?tab=oDenOvnortunities 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. CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised January 17, 2024 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 7. Bid Security 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non -responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: httDs:Hcodelibrarv.amle2al.com/codes/ftworth/latest/ftworth tx/0-0-0-22593 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised January 17, 2024 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. 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. CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised January 17, 2024 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal httDs:Hfortworthtexas.bonfirehub. com/Dortal/?tab=oDenOvnortunities. 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. CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised January 17, 2024 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at httos://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 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 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised January 17, 2024 00 35 13 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. Form CIQ (Conflict of Interest Questionnaire) (state.tx.us) httr)s://www.ethics.state.tx.us/data/forms/conflict/CIS.r)df ❑ CIQ Form does not apply ❑ CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary ❑ CIS Form does not apply ❑ CIS Form is on File with City Secretary C CIS Form is being provided to the City Secretary BIDDER: McClendon Construction Company Inc PO Box 999 Burleson, TX 76097 END OF SECTION Dan McClendon By - Signature: Si nature: Title: President CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 2022 Bond Year 3 — Contract 16 City Project No. 104317 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager clo: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: 2022 Bond Year 3 - Contract 16 City Project No.: 104317 Units/Sections: Unit 1 - Water Improvements Unit 2 - Sanitary Sewer improvements Unit 3 - Paving Improvements Unit 4 - Stormwater 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 CONSTRUCTEON SPECIFICATION DOCUMENTS 2022 BOND YEAR 3 CONTRACT 16 Revised 9/3012021 CITY PROJ ECT NO. 104317 -Bid Proposal Workbook -Addendum 1 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. Sewer Collection System, Urban/Renewal, 8-inches and smaller c. Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) d. Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) e. CCTV, 12-inches and smaller f. - h. - 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 480 Cal. 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, CIO 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 3 CONTRACT 16 Revised 9/30/2021 CITY PROJECT NO. 104317 -Bid Proposal Workbook -Addendum 1 0041 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items Total 1(Total Bid Units 1, 2, 3, & Unit 3: Base Bid (Com Total 2 (Total Bid Units 1, 2, 3, & Unit 3: Alternate A Total Bid 7. Bid Submittal This Bid is submitted on 05/29/2025 Respectful su mitted, By: (Signature) r Dar) 4C (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 $9,213,609.50 $9,448,716.50 #REF! by the entity named below. IReceipt is acknowledged of the following Addenda: /Addendum No. 1: JAddendum No. 2: [Addendum No. 3: Addendum No. 4: 1 Corporate Seal: Initial CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 3 CONTRACT 16 Revised 9/30/2021 CITY PROJECT NO. 104317 - Bid Proposal Workbook - Addendum 1 UNIT PRICE BID SECTION 00 42 43 PROPOSALFORM Project Item Information Bidlist Item Description Unit 1 - Water Improvements 1 3311.0451 12" DIP Water 2 3311.0261 8" PVC Water Pipe 3 3311.0161 6" PVC Water Pipe 4 3312.0117 Connection to Existing 4%12" Water Main 5 3312.2004 1" Private Water Service 6 3312.2001 1" Water Service, Meter Reconnection 7 3312.2003 1 " Water Service 8 3312.3003 8" Gate Valve 9 3312.3002 6" Gate Valve 10 3305.0111 Valve Box Adjustment w/Conc collar 11 3312.0001 Fire Hydrant 12 3311.0001 Ductile Iron Water Fittings w/ Restraint 13 0241.1510 Salvage Fire Hydrant 14 0241.1511 Salvage 3/4" Water Meter 15 0241.1512 Salvage 1 " Water Meter 16 0241.1302 Remove & Salvage 6" Water Valve 17 0241.1303 Remove & Salvage 8" Water Valve 18 0241.1304 Remove & Salvage 10" Water Valve 19 3201.0111 4' Wide Asphalt Pvmt Repair, Residential 20 3201.0121 4' Wide Asphalt Pvmt Repair, Arterial 21 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 22 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 23 3201.0400 Temporary Asphalt Paving Repair (2" HMAC on 6" Flexbase) 24 3201.0614 Colic Pvmt Repair, Residential 25 3305.0109 Trench Safety 26 0241.1012 Remove 6" Water Line 27 0241.1013 Remove 8" Water Line 28 0241.1001 Water Line Grouting 29 0241.1218 4"-12" Water Abandonment Plug 00 42 43 BID PROPOSAL Page 1 of 10 Bidder's Application Bidder's Proposal Specification Section No. Unit of I Bid I Unit Price I Bid Value Measure Quantity 33 11 10 LF 183 $202.00 $36,966.00 33 11 12 LF 6,735 $99.00 $666,765.00 341112 LF 109 $99.00 $10,791.00 33 1225 EA 22 $3,500.00 $77,000.00 331210 LF 575 $26.00 $14,950.00 331210 EA 108 $475.00 $51,300.00 331210 EA 115 $2,500.00 $287,500.00 33 1220 EA 27 $3,250.00 $87,750.00 33 1220 EA 7 $2,450.00 $17,150.00 33 05 14 EA 12 $500.00 $6,000.00 33 1240 EA 7 $6,350.00 $44,450.00 33 11 11 TON 10 $11,000.00 $110,000.001 0241 14 EA 7 $800.00 $5,600.001 0241 14 EA 106 $110.00 $11.660.00 0241 14 EA 5 $110.00 $550.00 0241 14 EA 16 $160.00 $2,560,00 0241 14 EA 5 $160.00 $800.00 0241 14 EA 1 $160.00 $160.00 3201 17 LF 115 $160.00 $18,400.00 3201 17 LF 50 $175.00 $8,750.00 3201 17 SY 500 $80.00 $40,000.00 3201 17 SY 500 $80.00 $40,000.001 3201 18 LF 9,850 $27.00 $265,950.001 3201 29 SY 500 $121.00 $60,500.001 3305 10 LF 6,918 $1.00 $6,918.001 024114 LF 1,503 $15.00 $22,545.001 0241 14 LF 1,014 $15.00 $15,210.00 0241 14 CY 15 $650.00 $9,750.00 0241 14 EA 5 $550.00 $2,750-00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/3012021 2022 BOND YEAR 3 CONTRACT 16 CITY PROJECT NO. 104317 - Bid Proposal Workbook - Addendum 1 00 42 43 BID PROPOSAL Pale 2 of 10 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Section No. Unit of Bid Unit Price Bid Value Item Measure Quantity 30 0241.1118 4"-12" Pressure Plug 0241 14 EA 2 $550.00 $1,100.00 31 3305.0003 8" Waterline Lowering 3305 12 EA 8 $10,500.00 $84,000.00 32 3110,0104 18"-24" Tree Removal 31 1.000 EA 1 $2,000.00 $2,000.00 33 3305.0202 Imported Embedment/Backfill, CSS 3305 10 CY 100 $90.00 $9,000.00 34 3305.0203 Imported Embedment/Backfill, CLSM 33 05 10 CY 100 $195.00 $19,500.00 35 3305,0207 Imported Embedment/Backfill, Select Fill 33 05 10 CY 500 $70.00 $35,000.00 36 3305.0207 Imported Embedment/Backiill, Crushed Rock. 33 05 10 CY 100 $70.00 $7,000.00 37 3304.0101 Temporary Water Services 33 04 30 LS 1 $288,000.00 $288,000.00 38 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 5 $1,500.00 $7,500.00 39 3110.0111 Site Clearing 31 1000 SY 500 $10.00 $5,000.001 40 0241.0401 Remove Concrete Drive 0241 13 SF 2,475 $2.00 $4,950.00 41 0241.0402 Remove Asphalt Drive 0241 13 SF 180 $2.50 $450.00 42 0241.1000 Remove Cone Pvmt 0241 15 SY 500 $11.00 $5,500.00 43 0241,1300 Remove Cone Curb & Gutter 0241 15 LF 575 $5.50 _$_3_,162.50 44 0241.0300 Remove ADA Ramp 0241 13 EA 1 $350.00 $350.00 45 0241.0100 Remove Sidewalk 0241 13 SF 1,894 $2.00 $3,788.00 46 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 708 $115.00 $81,420.00 47 3291.0100 Topsoil 3291 19 CY 142 $30.00 $4,260.00 48 3292.0100 Block Sod Placement 3292 13 SY 624 $7.00 $4,368.00 49 0241.1700 Pavement Pulverization (11 ") 0241 15 SY 8,491 $12,00 $101,892.00 50 3216.0101 6" Cone Curb and Gutter 32 16 13 LF 2,000 $80.00 $160,000.001 51 3213,0401 6" Concrete Driveway 32 1320 SF 5,107 $15-00 $76,605.001 52 3213.0301 4" Cone Sidewalk 32 1320 SF 1,900 $17.00 $32,300.001 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 3 CONTRACT ]G Revised 9/30/2021 CrrY PROJECT NO. 104117 - Bid Proposal Workbook - Addendum 1 00 42 43 BID PROPOSAL Page 3 of 10 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Section No. Unit of Bid Unit Price Bid Value Item Measure Quantity 53 3213.0501 Barrier Free Ramp, Type R-1 32 1320 EA 2 $3,800.00 $7,600.00 54 3212.0302 3" Asphalt Pvmt Type D (DG-D) 32 12 16 SY 8,491 $30.50 $258,975.50 55 3217,5001 Curb Address Painting 32 1725 EA 17 $95.00 $1,615,00 56 3349.5005 Remove and Replace Inlet Top, 5' 33 49 20 EA 4 $9,000.00 $36,000.00 57 3349.5006 Remove and Replace Inlet Top, 10' 33 49 20 EA 2 $10,000.00 $20,000.00 58 3471,0001 Traffic Control 3471 13 MO 6 $30,500.00 $183,000.00 59 3211.0601 CEMLIMETM (8" at 401b/SY) 32 1133 TON 175 $500.00 $87,500.00 60 3125.0101 SWPPP > 1 acre 31 25 00 LS 1 $11,950.00 $11,950.00 61 3441.4110 Remove and Reinstall Sign Panel and Post 34 41 30 EA 1 $700.00 $700.00 62 0171.0101 Construction Staking 01 7123 LS 1 $30,000.00 $30,000.00 63 0171.0102 As -Built Survey (Redline Survey) 01 71 23 LS 1 $12,500.00 $12,500.00 64 3305.0110 Utility Markers 33 05 26 LS 1 $2,500.00 $2,500.00 65 9999.0001 TXDOT Curb Ramps (TY 7) TXDOT Spec No. 531 EA 1 $3,900.00 $3,900.00 66 9999.0002 TXDOT Cone Sidewalks (5") TXDOT Spec No. 531 SY 190 $99.00 $18,810.00 67 9999.0003 TXDOT Driveways (6" CONC) TXDOT Spec No. 530 SY 50 $132.00 $6,600,00 68 9999.0005 TXDOT Cone Curb & Gutter (TY 11) TXDOT Spec No. 529 LF 100 $79.00 $7,900.00 69 9999.0006 Miscellaneous Utility Adjustment (Irrigation) 99 99 99 LS 1 $15,000.00 $15,000.00 70 9999.0007 Construction Allowance (Water) 01 7123 LS 1 $150,000.00 $150,000.00 Total - Unit i : Water Improvements $3,714,421.00 Unit 2 - Sanitary Sewer Improvements 1 3331.4115 8" Sewer Pipe (PVC) 33 11 10, 33 31 12,333120 LF 4815 $127.00 $611,505.00 2 3331.4115 8" Sewer Pipe (PVC Pressure Class) 33 11 10, 33 31 12,3331 20 LF 431 $132.00 $56,892.00 3 3331.3101 4" Sewer Service 33 31 50 EA 133 $2,500.00 $332,500.00 4 3331.3105 4" Private Sewer Service 33 31 50 LF 3038 $140.00 $425,320.00 5 3331.3102 4" 2-Way Cleanout (Private Side) 33 31 50 EA 49 $450.00 $22,050.00 6 3331.3103 4" Bored Sewer Service 33 31 50 EA 3 $8,500.00 $25,500.00 7 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 24 $9,750.00 $234,000.00 8 3339.1003 4' Extra Depth Manhole 33 39 10, 33 39 20 VF 13 $350.00 $4,550.00 CITY OF FORT WORTH STANDARD CONSTRUC"PION SPECIFICATION DOCUMENTS 2022 BOND YEAR 3 CONTRACT 16 Revised 9/30/2021 CITY PROJECT NO. 104317 - Bid Proposal Workbook - Addendwn 1 00 42 43 BID PROPOSAL Page 4 of 10 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Section No. Unit of Bid Unit Price Bid Value Item Measure Quantity 9 3312.2003 1" Water Service (Dell St) 33 12 10 EA 15 $2,600.00 $39,000.00 10 3201.0111 4' Wide Asphalt Pvmt Repair, Residential 3201 I7 LF 50 $165.00 $8,250.00 11 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 3201 17 SY 500 $80.00 $40,000.00 12 3201.0400 Temporary Asphalt Paving Repair (2" HMAC on 6" Flexbase) 3201 18 LF 5970 $35.00 $208,950.00 13 3291.0100 Topsoil 3291 19 CY 221 $30.00 $6,630.00 14 3292.0100 Block Sod Placement 32 92 13 SY 1982 $7.00 $13,874.00 I5 3301,0001 Pre -CCTV Inspection 33 01 31 LF 2000 $7.00 $14,000.00 16 3301.0002 Post -CCTV Inspection 3301 31 LF 5246 $7.00 $36,722.00 17 3301.0002 Final -CCTV Inspection 33 01 31 LF 5246 $7.00 $36,722.00 18 3301.0004 Final MH-CCTV Inspection 33 0131 EA 24 $350.00 $8,400.00 19 3301.0101 Manhole Vacuum Testing 3301 30 EA 24 $350.00 $8,400.00 20 3305.0109 Trench Safety 3305 10 LF 6770 $1.00 $6,770.00 21 3305.0112 Concrete Collar 3305 17 EA 16 $500.00 $8,000.00 22 3305.0114 Manhole Adiustment, Maior w/ Cover 3305 14 EA 2 $5,750.00 $11,500.00 23 3305.0107 Manhole Adiustment, Minor w/ Conc Collar 3305 14 EA 8 500.00 $4,000.00 24 3339.0003 Liner - 4' Sewer MH (Chesterton or Warren Coating) 33 39 60 VF 27 650.00 $17,550.00 25 3305.0202 Imported Embedment/Backfill, CSS 3305 10 CY 100 90.00 $9,000.00 26 3305,0203 Imported Embedment/Backfill, CLSM 33 05 10 CY 100 195.00 $19,500.00 27 3305.0207 Imported Embedment/Backfill, Select Fill 3305 10 CY 500 70.00 $35,000.00 28 0241.2201 Remove 4' Sewer Manhole 0241 14 EA 24 75.00 $1,800.00 29 0241.2101 4" Sewer Abandonment Plug 0241 14 EA 18 525.00 $9,450.00 30 0241.2102 6" Sewer Abandonment Plug 0241 14 EA 1 525.00 $525.00 31 0241.2001 Sanitary Line Grouting 0241 14 CY 9 600.00 S5,400.00 32 0241.1300 Remove Conc Curb&Gutter 0241 15 LF 44 8.50 $374.00 33 0241.0100 Remove Sidewalk (Private) 0241 13 SF 220 5.00 $1,100.00 34 0241.0500 Remove Fence (Private) 0241 13 LF 231 50.00 $11,550.00 35 0241.0401 Remove Concrete Drive (Private) 0241 13 SF 4755 8.00 $38,040.00 36 0241.0600 Remove Wall <4' (Private) 0241 13 LF 25 25.00 $625,00 37 3231.0131 4' Wrought Iron Fence (Private) 3231 13 LF 75 100.00 $7,500.00 38 3231.0111 4' Chain Link, Steel (Private) 3231 13 LF 88 85.00 $7,480.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 3 CONTRACT 16 Revised 9/30/2021 CITY PROJECT NO. 104317 - Bid Proposal Workbook - Addendum I 00 42 43 BID PROPOSAL Page 5 of 10 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Section No. Unit of Bid Unit Price Bid Value Item Measure Quantity 39 3231,0412 6' Fences, Wood (Private) 32 31 29 LF 37 100.00 $3,700.00 40 3293.0103 Plant 3" Tree (Private) 32 93 43 EA 1 1,600.00 $1,600.00 41 3293.0105 Plant 5" Tree (Private) 32 93 43 EA 2 2,800.00 $5,600.00 42 3305.0103 Exploratory Excavation of Existing Utilities 33 0530 EA 21 1,500.00 $31,500.00 43 3213.0301 4" Cone Sidewalk (Private) 32 1320 SF 220 45.00 $9,900.00 44 3213.0321 Cone Sidewalk, Adjacent to Ret Wall (Private) 32 1320 SF 500 $15.00 $7,500.00 45 3213.0401 6" Concrete Driveway (Private) 32 1320 SF 4755 25.00 $118,875.00 46 3201.0150 Asphalt Pvmt Repair, Sewer Service (Private) 3201 17 LF 422 150.00 $63,300.00 47 3232.0100 Cone Ret Wall Adjacent to Sidewalk (Private) 3232 13 SF 250 $50.00 $12,500.00 1 48 9999.0008 Sheet Metal Fence (Private) 99 99 99 LF 40 125.00 $5,000.00 1 49 9999.0009 Remove & Replace Carport/Patio Cover (Private) 99 99 99 EA 7 5,000.00 $35,000.00 50 9999.0010 Remove & Replace Brick Pavers (Private) 99 99 99 SF 450 25.00 $11,250.00 51 3471.0001 Traffic Control 3471 13 MO 5 30,500.00 $152,500.00 52 3125.0101 SWPPP > 1 acre 31 25 00 LS 1 11,950.00 $11,950.00 53 3305.0110 Utility Markers 33 05 26 LS 1 2,500.00 $2,500.00 54 0171.0101 Construction Staking 01 71 23 LS 1 30,000.00 $30,000.00 55 0171.0102 As -Built Survey (Redline Survey) 01 71 23 LS 1 12,500.00 $12,500.00 56 9999.00011 Remove & Replace Flag Pole 99 99 99 EA 1 1,500.00 $1,500.00 57 9999.00012 Construction Allowance (Sewer) 01 71 23 LS 1 175,000.00 $175,000.00 Total - Unit 2 : Sanitary Sewer Improvements f � $3,020,104.00 Unit 3 - Paving Improvements 1B 0241.1100 Remove Asphalt Pvmt 0241 15 SY 9237 $16.00 $147,792.00 2B 3123.0101 Unclassified Excavation by Plan 3123 16 CY 1067 $115.00 $122,705.001 3B 3213.0101 6" Cone Pvmt 32 13 13 SY 10018 $69.50 $696,251.001 4B 3211.0502 8" Lime Treatment 32 1129 SY 10651 $7.50 $79,882,501 5B 3211.0400 Hydrated Lime (8" at 40lb/SY) 32 11 29 TON 216 $350.00 $75,600.001 6B 3305.0107 Manhole Adjustment, Minor 3305 14 EA 7 $350.00 $2,450.001 7B 3305.0111 Valve Box Adjustment 3305 14 EA 14 $300.00 $4,200.001 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 3 CONTRACT 16 Revised 9/3DI2021 CITY PRO.IECT NO. 104317 -Bid Proposal Workbook- Addend= 1 00 42 43 BCD PROPOSAL Page 6 of 10 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Section No. Unit of Bid Unit Price Bid Value Item Measure Quantity 8 0241.1100 Remove Asphalt Pvmt (Grapewood) 0241 15 SY 1260 $14.00 $16,800.00 9 3123,0101 Unclassified Excavation by Plan (Grapewood) 3123 16 CY 50 $200.00 $10,000.00 10 3213.0101 6" Cone Pvmt (Grapewood) 32 I3 13 SY 1275 $70.00 $89,250.00 11 3211.0502 8" Lime Treatment (Grapewood) 32 11 29 SY 1357 $9.00 $12,213.00 12 3211.0400 Hydrated Lime (8" at 40lb/SY) (Grapewood) 32 1129 TON 28 $400.00 $11,200.001 13 3305.0107 Manhole Adjustment, Minor (Grapewood) 3305 14 EA 1 $400.00 $400.001 14 3305.0111 Valve Box Adjustment (Grapewood) 3305 14 EA 2 $350.00 $700.001 15 0171.0101 Construction Staking 0171 23 LS 1 $40,000.00 $40,000.001 16 0241,0100 Remove Sidewalk 0241 13 SF 1300 $2.00 $2,600.001 17 0241.0200 Remove Step 0241 13 SF 25 $16.00 $400.00 18 0241.0300 Remove ADA Ramp 0241 13 EA 3 $250.00 $750.00 19 0241.0401 Remove Concrete Drive 0241 13 SF 6307 $2.50 $15,767.50 20 0241.0402 Remove Asphalt Drive 0241 13 SF 805 $2.50 $2,012.50 21 0241.0600 Remove Wall <4' 0241 I 3 LF 100 50.00 $5,000.00 22 0241.0702 Relocate Mailbox - Traditional 0241 13 EA 1 $300.00 $300.00 23 0241.0705 Remove and Replace Mailbox -Brick 0241 13 EA 2 $3,000.00 $6,000.00 24 0241,1.000 Remove Cone Pvmt 0241 15 SY 1200 $9.00 $10,800.00 25 0241.1300 Remove Cone Curb&Gutter 0241 15 LF 3670 $6.00 $22,020.00 26 0241.1400 Remove Cone Valley Gutter 0241 15 SY 120 $12.00 $1,440.00 27 3110.0101 Site Clearing 31 1000 SY 500 $6.50 $3,250.00 28 3110.0102 6"-12" Tree Removal 31 1000 EA 6 $425.00 $2,550.00 29 3110.0103 12"-18" Tree Removal 31 1000 EA 1 $950A0 $950.001 30 3110.0104 18"-24" Tree Removal 31 1000 EA l $1,550.00 $1,550.001 31 3110.0105 24" and Larger Tree Removal 31 1000 EA 2 $1,550.00 $3,100.001 32 3124.0101 Embankment by Plan 31 24 00 CY 325 $20.00 $6,500.001 33 3125.0101 SWPPP � 1 acre 31 2500 LS 1 $11,950.00 $11,950.001 34 3211.0112 6" Flexible Base, Type A, GR-1 32 1123 SY 385 $15.00 $5,775.00 35 3212.0401 HMAC Transition 32 12 16 TN 100 $300.00 $30,000.00 36 3213.0301 4" Cone Sidewalk 32 1320 SF 13943 $11.00 $153,373.00 37 3213.0311 4" Conc Sidewalk, Adjacent to Curb 32 1320 SF 5210 $16.00 $83,360.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 3 CONTRACT 16 Revised 9/30/2021 CITY PROJECT i IO. 104317 - Bid Proposal Workbook - Addendum 1 00 42 43 BID PROPOSAL Page 7 of I0 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal BdIist Description Specification Section No. Unit of Bid Unit Price Bid Value Item Measure Quantity 38 3213.0321 Cone Sidewalk, Adjacent to Ret Wall 32 13 20 SF 1000 $16.00 $16,000.00 39 3213.0322 Conc Curb at Back of Sidewalk 32 1320 LF 1000 $17.00 $17,000.00 40 3213.0401 6" Concrete Driveway 32 1320 SF 11.650 $16.00 $186,400.00 41 3213.0504 Barrier Free Ramp, Type M-2 32 1320 EA 1 $3,300,00 $3,300.00 42 3213.0506 Barrier Free Ramp, Type P-1 32 1320 EA 5 $2,900.00 $14,500.00 43 3216.0101 6" Cone Curb and Gutter 32 16 13 LF 200 47.00 $9,400.00 44 3216.0103 Conc Laydown Curb 32 16 13 LF 130 46,00 $5,980.00 45 3217.0101 6" SLD Pvmt Marking HAS (W) 32 1723 LF 67 $3.00 $201.00 46 3217.0102 6" SLD Pvmt Marking HAS (Y) 32 1723 LF 50 $3.00 $150.00 47 3217.0502 Preformed Thermoplastic Contrast Markings - 24" Crosswalk 32 1723 LF 50 $63.00 $3,150.00 48 3217,0504 Preformed Thermoplastic Contrast Marking - 24" Stop Bars 32 1723 LF 13 $63.00 $819.00 49 3217.5001 Curb Address Painting 32 1725 EA 83 $100.00 $8,300.00 50 3232.0100 Cone Ret Wall Adjacent to Sidewalk 3232 13 SF 500 $49.00 $24,500.00 51 3291.0100 Topsoil 3291 19 CY 192 $30.00 $5,760.00 52 3292.0100 Block Sod Placement 3292 13 SY 1724 $7.00 $12,068.00 53 3305.0108 Miscellaneous Structure Adjustment (Water Meters) (>6") 3305 14 EA 20 250.00 $5,000.00 54 3346.0008 4" Pipe Underdrain, Type 8 33 46 00 LF 250 45.00 $11,250.00 55 3349.5005 Remove and Replace Inlet Top, 5' 33 49 20 EA 10 9,000.00 $90,000.00 56 3441.4003 1~urnish/Instali Alum Sign Ground Mount City Std. 34 41 30 EA 1 700.00 $700.00 57 3441,4004 Furnish/Install Alum Sign Ex. Pole Mount 3441 30 EA 1 175.00 $175.00 58 3441.4006 Install Alum Sign Ground Mount 3441 30 EA 1 700.00 $700.00 59 3441.4110 Remove and Reinstall Sign Panel and Post 3441 30 EA 5 700.00 $3,500.00 60 3471.0001 Traffic Control 3471 13 MO 5 30,500.00 $152,500.00 61 9999.0014 Barrier Free Ramp, Modified Type P-1 32 1320 EA 7 3,750.00 $26,250.00 62 9999.0015 Barrier Free Ramp, Modified Type R-1 32 1320 EA 3 3,950.00 $11,850.00 63 9999.0016 Concrete Steps 32 1330 SF 25 48.00 $1,200.00 64 9999.0017 Miscellaneous Utility Adjustment (Irrigation) 99 99 99 LS 1 50,000.00 $50,000.00 65 9999.0018 Construction Allowance (Paving) 01 7123 LS 1 100,000.00 $100,000.00 Total - Unit 3 Base Bid (Concrete) $2,439,544.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 3 CONTRACT 16 Revised 9/30/2021 CITY PROJECT NO. 104317 - Bid Proposal Wcrkbook - Addendum 1 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Project Item Information Bidlist Description Item Unit 3 Alternate A (POL) la 3123.0101 Unclassified Excavation by Plan 2a 0241,1700 Pavement Pulverization (I V) 3a 3216.0101 6" Cone Curb and Gutter 4a 3212.0303 3" Asphalt Pvmt Type D 5a 3216.0301 7" Cone Valley Gutter, Residential 6a 3305.0111 Valve Box Adjustment w/ Concrete Collar 7a 3305.0112 Manhole Adjustment w/Concrete Collar 8a 3211.0601 CEMLIMETM (8" at 40lb/SY) 9a Deduct Items 1B-7B 00 42 43 BID PROPOSAL Page 8 of I0 Bidder's Application Bidder's Proposal Specification Section No. unit of Bid Unit Price Bid Value Measure Quantity 3123 16 CY 119 0241 15 SY 9237 321613 LF 6830 32 12 16 SY 9237 32 16 13 SY 200 3305 14 EA 14 3305 17 EA 8 32 11 33 TON 216 199.50 $23,740.50 17.00 $157,029.00 102.00 $696,660.00 34.00 $314,058.00 184.00 $36,800,001 750.00 $10,500.001 800.00 $6,400.00 1 550.00 $118,800.00 (1,128,880.50) 41,128,880.501 Cri-Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 913012021 2022 BOND YEAR 3 CONTRACT lG CITY PROJECT NO. 104317 - Bid Proposal Workbook - Addendum I SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Project Item Information Bidlist Description Item Unit 4 - Stormwater Improvements 1 3201.0400 Temporary Asphalt Paving Repair (2" IIMAC on 6" Flexbase) 2 3301.0012 Post -CCTV Inspection of Storm Drain 3 3305,0109 Trench Safety 4 3305.0103 Exploratory Excavation of Existing Utilities 5 3341.0302 30" RCP, Class III 6 9999,0019 Storm Drain Point Repair 7 9999.0020 Construction Allowance (Stormwater) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 00 42 43 BID PROPOSAL Page 9 of 10 Bidder's Application Bidder's Proposal Specification Section No. Unit of I Bid Unit Price Bid Value Measure Quantity Total - Unit 3 Alternate A (POL) $235,107.00 3201 18 LF 20 $50.00 $1,000.00 33 01 31 LF 300 $15.00 $4,500.00 33 05 10 LF 20 $2.00 $40.00 33 05 30 EA 1 $2,000.00 $2,000.00 3341 10 LF 20 $300.00 $6,000.00 99 99 99 EA 1 $16,000.00 $16,000.00 017123 LS 1 $10,000.00 $10,000.00 Total Unit 4 Stormwater Improvements $39,540.00 did Summary Unit 1: Water Improvements $3,714,421.00 Unit 2: Sanitary Sewer Improvements $3,020,104,001 Unit 3: Paving Improvements Base Bid (Concrete) $2,439,544.501 Unit 3: Paving Improvements Alternate A Bid (POL) $235,107.001 Unit 4: Stormwater Improvements $39,540.001 Total 1 (Total Bid Units 1, 2, 3, & Unit 3: Base Bid (Concrete) $9,213,609.501 Total 2 (Total Bid Units 1, 2, 3, & Unit 3: Alternate A Bid (POL) $9,448,716.501 2022 BOND YEAR 3 CONTRACT 16 CITY PROJECT NO. 104317 - Bid Proposal Workbook - Addendum I UNIT PRICE BID Bidlist Item Description 00 42 43 BID PROPOSAL Page 10of10 SECTION 00 42 43 PROPOSAL FORM Bidder's Application Project Item Information Bidder's Proposal I Specification Section No. Unit of 1 Bad Unit Price Bid Value Measure I Quantity END OF SECTION The City reserves the right to select the responsible low bidder of either Total 1 or Total 2 CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCU\-JENTS Revised 9/30/2021 2022 BOND YEAR 3 CONTRACT 16 CITY PROJECT NO. 104317 - Bid Proposal Workbook - Addendum I MERCHANT BONDING COMPANY.,, MERCHANTS BONDING COMPANY (MUTUAL) P.O. Box 14498, DES MOINES, IOWA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 BID BOND PUBLIC WORK KNOW ALL PERSONS BY THESE PRESENTS: That McClendon Construction Company, Inc. Bond NO. NIA (hereinafter called the Principal) as Principal, and the Merchants Bonding Company (Mutual) (hereinafter called Surety), as Surety, are held and firmly bound to City of Fort Worth (hereinafter called the Obligee) in the full and just sure of ( 5% GABP Five Percent of the Greatest Amount Bid by Principal Dollars good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed and dated this 29th day of May 2025 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for CPN 104317 - 2022 Bond Year 3 Contract 16 according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the Merchants Bonding Company (Mutual) , as Surety; or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. Witnes 'V1 Attest: Vlend n Construction Company, Inc. nci By:�—%� - Merchants Bo Company (Mutual) r-"-Zki By E �san Mikska Attorney -in -Fact CON 0333 (2115) -q" 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, Allyson W Dean; Arta Owens; Andrea Rose Crawford; Andrew Gareth Addison; Bryan Kelly Moore; Colin E Conly; Cory Kiper; Debra Lee Moon; Elizabeth Ortiz; Emily Aifison 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)-in-Fact, to sign its name as surety(res) 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 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 cf 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 `..... • . • • . MERCHANTS BONDING COMPANY (MUTUAL) .�p[�P 0 A` •' ••Q��,�ERCHANTS NATIONAL BON, INC. P �a'° • Mdlbla MERCHANTS NATIONADL INGINDEMNITY COMPANY Og.y', v'. 2003 ' t� = "� 1933 c: Byd. ;J�� •........: ���,� ••���...... • `�a•• President STATE OF IOWA •. i7 .•' •. COUNTY OF DALLAS ss. ••,""""y • •• 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. _�_'_---- �Ta'a� s� Penni Miller Commission Number 787952 — --�, 060 My Commission Expires !OWD, January 20, 2027 Notary 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 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 ofthe Companies on this 29th day of May , 2025 . 4 Rq'�o '• • ��©1� 0 q 9y'. P 9 co 2003 - ;_ 1933 " c; Secretary POA 0018 (6124) ' 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 Nations 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. NBC 0105 (7107) From: Nikki Anstine_ To: Rios, Leonel Cc: Fields. Nicholas S Subject: RE: Bond#101343900 Verification - McClendon Construction Company Date: Friday, August 8, 2025 8:22:03 AM This email is from an unknown sender This is the first time you are receiving an email from this sender. Report Suspicious This is a valid bond, thanks! From: Rios, Leonel <Leonel. Rios @fortworthtexas.gov> Sent: Thursday, August 7, 2025 2:31 PM To: Lisa Lawson <Ilawson@merchantsbonding.com> Cc: Fields, Nicholas S <Nicholas.Fields@fortworthtexas.gov> Subject: Bond#101343900 Verification - McClendon Construction Company 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: Bond #101343900, in the amount of $9,213,609.50, issued by Merchants Bonding Company Mutual for City Project #104317, 2022 Bond Year 3 — Contract 16. Please confirm that the bonds and corresponding amounts are valid so we can proceed with awarding the contract to McClendon Construction Company. Thankyou, Leone( J. Rios Contract Compliance Specialist Transportation Public Works 817-392-7233 (office) 100 Fort Worth Trail, Fort Worth, Texas 76102 ]cone l.riosV.FortWorthTexas.gay FORTWORTH. Working together to build a strong community 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. x❑ BIDDER: McClendon Const Co Inc PO Box 999 Burleson, TX 76097 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 By: Dan McClendon (Signature) Title: President Date: 05/29/2025 2022 Bond Year 3 — Contract 16 City Project No. 104317 0045 11 -1 BIDDERS PREQUALIFICATIONS Pagel of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 5 have applied for prequalification by the City for the work types requiring prequalification 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven (7) days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 16 The prequalification process will establish a bid limit based on a technical evaluation and 17 financial analysis of the contractor. For example, a contractor wishing to submit bids on 18 projects to be opened on the 7th of April must file the information by the 31st day of March 19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's 20 Prequalification Application, the following must accompany the submission. 21 a. A complete set of audited or reviewed financial statements. 22 (1) Classified Balance Sheet 23 (2) Income Statement 24 (3) Statement of Cash Flows 25 (4) Statement of Retained Earnings 26 (5) Notes to the Financial Statements, if any 27 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 28 of Incorporation, Articles of Organization, Certificate of Formation, LLC 29 Regulations, and Certificate of Limited Partnership Agreement). 30 c. A completed Bidder Prequalification Application. 31 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 32 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 33 number visit the Texas Comptroller of Public Accounts online at the 34 following web address www.window.state.tx.us/taxiDertnit/ 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 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised August 13, 2021 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility for Award of Contract 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised August 13, 2021 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to 2 perform the prequalified work types until the expiration date stated in the letter. 3 8 END OF SECTION CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised August 13, 2021 00 45 12 PREQUALIFICATION STATEMENT 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 Sewer Collection System, Urban/Renewal, 8-inches and smaller Aspliali Paviiiy Construction/Reconstruction (LESS THAN 15,000 square uoncff'(Maving Construction/Reconstruction (LESS THAN 15,000 square lin rrl c, CCTV, 12-inches and smaller Contractor/Subcontractor Company Name Prequalification Expiration Date R & D Burns Brothers Inc 04/30/2026 R & D Burns Brothers Inc 04/30/2026 Texas Materials Inc McClendon Construction Co Inc 07/01/2025 American Rehab and Inspections 1/31/2026 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: McClendon Construction Co Inc PO Box 999 Burleson, TX 76097 By: Dan McClendon (Signature) Title: President Date: 05/29/2025 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 09/30/2021 2022 BOND YEAR 3 CONTRACT 16 CITY PROJECT NO. 104317 - Bid Proposal Workbook - Addendum 1.xlsx 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page IofI 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 104317 Contractor further certifies that, pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance 7 with worker's compensation coverage. 0 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 0 CONTRACTOR: McClendon Construction Co Inc By: Dan McClendon (Please Print) Company PO Box 999 Signature. Address Burleson, TX 76097 Title: President City/State/Zip (Please Print) THE STATE OF TEXAS § COUNTY OF TARRANT § 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 Construction Co Inc for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 29th day of May , 2p25. MISTY WEBB Wandforth�eStateof Notary Public, State of Texas Comm. Expires 01-09-2026 NoryPu Texas Notary ID 126838467 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 7, 2024 2022 Bond Year 3 - Contract 1.6 City Project No. 104317 004540-1 Business Equity Goal Page 1 of 2 1 SECTION 00 45 40 2 Business Equity Goal 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. 5 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 6 (M/WBEs). 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 10 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 11 stated in the City's Business Equity Ordinance #25165-10-2021, (codified in Chapter 20, Article X of 12 the City's Code of Ordinances, as amended) and found online at: 13 htt_)s:Hcodelibrarv.amleRal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593) apply to this bid. 14 15 BUSINESS EOUITY PROJECT GOAL 16 The City's Business Equity goal on this project is 13.45% of the total bid value of the contract (Base bid 17 applies to Park& Recreation Department). 18 19 METHODS TO COMPLY WITH THE GOAL 20 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 21 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 22 ordinance through one of the following methods: 1. Commercially useful services performed by a 23 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination 24 of Business Equity prime services and Business Equity subcontracting participation, 4. Business 25 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. 26 Prime contractor Waiver documentation. 27 28 SUBMITTAL OF REOUIRED DOCUMENTATION as 29 Required Business Equity documents, detailed below, must be submitted no later than 2:00 PM on the 3rd 30 business day after the bid Close Date and Time. The apparent low bidder will receive a message following the 31 Close Date at Messages > Vendor Discussions in the Bonfire Portal that will restate these deadlines and direct the 32 bidder to submit the required NMBE documents. The notified bidder must submit the required documents as an 33 attachment to the message and send it through the Bonfire Portal by the deadline. 34 35 The Offeror must submit one or more of the following documents: 36 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 37 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if 38 participation is less than stated goal, or no Business Equity participation is accomplished; 39 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform 40 all subcontracting/supplier opportunities; or 41 4. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor- 42 Protege participation. 43 44 These forms are available in the Appendix: 45 • Business Equity Utilization Form and Letter of Intent 46 • Letter of Intent 47 48 • Business Equity Good Faith Effort Form CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised 03/07/2025 5 6 7 8 9 10 11 12 13 14 15 16 004540-2 Business Equity Goal Page 2 of 2 Business Equity Prime Contractor Waiver Form Business Equity Joint Venture Form FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE REOUIREMENTS OF THIS SECTION MAY RESULT IN THE BIDDER BEING DECLARED NON -RESPONSIVE AND THE BID REJECTED. FAILURE TO SUBMIT THE REOUIRED BUSINESS EOUITY DOCUMENTATION WILL RESULT IN THE BIDDER BEING DECLARED NON -RESPONSIVE. THE BID REJECTED AND MAY SUBJECT THE BIDDER TO SANCTIONS AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. For Questions, Please Contact the Business Equity Division of the Department of Diversity and Inclusion at (817) 392-2674. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 03/07/2025 2022 Bond Year 3 — Contract 16 City Project No. 104317 00 52 43 - 1 Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on August 12, 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 3 — Contract 16 Citv Project No. 104317 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 Nine Million, Two Hundred Thirteen Thousand, Six Hundred Nine and 501100 Dollars ($9,213,609.50). 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 425 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 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised March 3, 2024 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 operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused. in whole or in part. by anv act, omission or negligence of the citv. 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. CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised March 3, 2024 00 52 43 - 3 Agreement Page 3 of 6 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by 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 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised March 3, 2024 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. CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised March 3, 2024 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 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as 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 -parry 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. CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised March 3, 2024 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: McClendon Construction Compnay, Inc. By: Signature Dan McClendon (Printed Name) President Title PO Box 999 Address Burleson. Texas 76097 City/State/Zip 08/07/2025 Date CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 3, 2024 City of Fort Worth By: 6p�� Jessica McEachern Assistant City Manager 08/18/2025 Date 4F oRr yaa d Attest: o so=? oa°nn�xaa5a Jannette Goodall, City Secretary (Seal) M&C: 25-0680 Date: 8/12/202� Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Justi na Samaan (Aug 7, 2025 08:03:32 CDT) Justina Samaan Professional Engineer Approve Form and Legality: Douglas Black (Aug 14, 202517:23:40 CDT) DouLdaS W. Black Sr. Assistant Citv Attornev APPROVAL RECOMMENDED: Lauren Prieur, Director, Transportation & Public Works OFFICIAL RECORD CITY SECRETARY 2022 Bond Year 3 — Contract 16 FT. WORTH, TX City Project No. 104317 00 61 13- 1 PERFORMANCE BOND Page 1 of 1 SECTION 00 61 13 Bond #101343900 2 PERFORMANCE BOND 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 "Principal" herein and 9 Merchants Bonding Company Mutual , a corporate surety(sureties, if more than 10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 11 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of Texas, known as "City" herein, in the penal sum of, Nine Million, Two 13 Hundred Thirteen Thousand, Six Hundred Nine and 50/100 Dollars ($9,213,609.50), lawful money 14 of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum 15 well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and 16 assigns, jointly and severally, firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City awarded 18 the 12th day of August, 2025, which Contract is hereby referred to and made a part hereof for all 19 purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories 20 defined by law, in the prosecution of the Work, including any Change Orders, as provided for in 21 said Contract designated as 2022 Bond Year 3 — Contract 16, Project No. 104317. 22 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 23 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 24 perform the Work, including Change Orders, under the Contract, according to the plans, 25 specifications, and contract documents therein referred to, and as well during any period of 26 extension of the Contract that may be granted on the part of the City, then this obligation shall be 27 and become null and void, otherwise to remain in full force and effect. 28 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 29 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 30 Worth Division. CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised December 8, 2023 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 34 31 32 33 34 35 36 37 38 39 40 41 42 43 44 006I 13-2 PERFORMANCE BOND Page 2 of 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 12th day of Auo st , 2425. PRINCIPAL: MCCle on onstruction Company, Inc. /` C Dan McClendon, President Name and Title Address: 548 Memorial Plaza Burleson, TX 76024 SURETY: Merchants Bonding Company Mutual BY: /at - Signature L Emily Allison Mikeska, Attorney -In -Fact Name and Title Address: P. O_ BOX 14498 - 4 , Des Moines, IA 50306 Witness as to Surety Connie Williamson Telephone Number: 1-515-243-8171 Email Address: em ikeska((✓acrl5u re. com *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. if Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8.2023 2022 Bond Ycar 3 —Contract 16 City Project No 104317 M E RC HANTS"%�, 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, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Allyson 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)-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 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 andlor its assignee, shall not relieve this surety company of any of its obligations under its frond. 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 mod'fication or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 13th day of January 2025 - . •"'• • • "... N MERCHANTS BONDING COMPANY (MUTUAL) •• LIO ...... MERCHANTS NATIONAL BONING, INC. Rpop"..�� : ••�O?0�41P0A9'0gy.• dlbla MERCHANTS NATIONAL INDEMNITY COMPANY -o-• Dim :s":2 -o- x 2003 • 1933 �: By + � � . ���;• •,Q4j�........,,\.a•. �,� ........• s. STATE OF IOWA •. �.f' +•`• � • . President COUNTY OF DALLAS ss. ....... ` 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. 1 �P90A4 Penni Miller Commission Number 787952 --` My Commission Expires iOWA January 20, 2027 Notary 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 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 12th day of August , 2025 . ••'�ION4 .* EKG"Cp �?�� 20Q3 • d 1933 v c; Secretary :s;. ;t�'•. ate:• '•�•••••,••••• • • . •, • • •' POA0018 (6124) 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 Nations 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@td1.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. NBC 0105 (7107) 0061 14 - 1 PAYMENTBOND Page I oft Bored #101343900 I SECTION 00 6114 2 PAYMENT BOND 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 "Principal" herein, and 9 Merchants Bonding Company Mutual , a corporate surety 10 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether 11 one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation 12 created pursuant to the laws of the State of Texas, known as "City' herein, in the penal sum of Nine 13 Million, Two Hundred Thirteen Thousand, Six Hundred Nine and 501100 Dollars ($9,213,609.50), 14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment 15 of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, 16 successors and assigns, jointly and severally, firmly by these presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 12" day of August, 2025, which Contract is hereby referred to and made a part hereof for all 19 purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories 20 as defined by law, in the prosecution of the Work as provided for in said Contract and designated 21 as 2022 Bond Year 3 — Contract 16, Project No. 104317. 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pr4ject No. 104317 Revised Deceinber S. 2023 0061 1d-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 12th day of 3 August , 20 25 M A TTGCT• ATTEST: '.,� �,A- (Surety) Secretary PRINCIPAL: McClen Construction Company, Inc. BY: Signature Dan McClendon, President Name and Title Address: 548 Memorial Plaza Burleson, TX 76024 SURETY: Merchants Bonding Company Mutual i� BY: GAY Si4nare Emily Mikeska, Attorney -In -Fact Name and Title 1 Address: P.O. 11498 ; �a Gd- !1,P,ei,,— , Des Moines, IA 50306 Witness as to SuretyCOnnle Williamson Telephone Number: 1-515-243-8171 Email Address: ymSi"Sure.com 5 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 to 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 2022 Band Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised December 8, 2023 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, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Allyson 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 hilly; 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 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 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 ob€igations 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 '"""'''• . •' . MERCHANTS BONDING COMPANY (MUTUAL) .•••P��bNq('••. '•O\Jli Ca4j*•• MERCHANTS NATIONAL BONDING, INC. .-'VLPi 0. �•�O?DjkPDA�'�gy.� dlblaMERCHANTS NATIONAL INDEMNITY COMPANY .x' 2003 By ;y0 % :. cy N ' Jl '• !1 : •.d'J>' -...... • President STATE OF IOWA �•'.�7 yQ•'• �' h, • •'• • • .' COUNTY OF DALLAS ss. '� 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. hP90A4 s Per i Miller o P Commission Number 787952 • • My Commission Expires avvA January 20, 2027 Notary 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 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 12th day of August , 2025 ..••........ • • � - • • .'.`'�°aQO�q�' 2: : mo�o�PORq�gy�. til v''. 2003 y'. 1933 y ; Secretary POA 0018 (6/24) """"•' 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 Nations 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. NBC 0105 (7107) 006119-1 MAINTENANCE BOND Bond#101343900 Page 1 of 1 SECTION 00 61 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we McClendon Construction Company, Inc., known as "Principal" herein and 9 Merchants Bonding Company Mutual , a corporate surety (sureties, if more than 10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 1 I or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of the State of Texas, known as "City" herein, in the sum of Nine Million, Two 13 Hundred Thirteen Thousand, Six Hundred Nine and 501100 Dollars ($9,213,609.50), lawful money 14 of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum t5 well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, 16 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 12th day of August, 2025, which Contract is hereby referred to and a made part hereof for all 20 purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories 21 as defined by law, in the prosecution of the Work, including any Work resulting from a duly 22 authorized Change Order (collectively herein, the "Work") as provided for in said contract and 23 designated as 2022 Bond Year 3 — Contract 16, Project No. 104317; 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 2O22 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 104317 Revised December 8, 2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 IS 19 006119-2 MAINTENANCE BOND Page 2 of 3 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH 2O22 Boni Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 104317 Revised December 9, 2023 0061 I9 - 3 MAINTENANCE BOND Page 3 of 3 1 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 12th day of August 3 20 25 . 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 AT S Priricipa } Secrtary" 7 ATTEST: PRINCIPAL: McCleqdQn Construction Company, Inc. BY: _ Signature Dan McClendon, President Name and Title Address: 548 Memorial Plaza Burleson, TX 76024 SURETY: Merchants Bondinq Companv Mutual BY:� gnatur ` Emily Allison Mikeska, Attorney -In -Fact Name and Title N/A Address: P. O. 11498 (Surety) Se retary ' A 0 ! Des Moines, IA 50306 Witness as to Surety Connie Williamson Telephone Number: 1-515-243-8171 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 by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior- to the date the Contract is awarded. CITY OF FORT WORTH 2022 Bond Year 3 — Contract 16 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104317 Revised December 8. 2023 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, Allyson 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)-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 bylaw. 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 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 andlor 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 - ... "'• ••""" MERCHANTS BONDING COMPANY (MUTUAL) •'(1UiV,q(••` •' p��r'.CD1jt •. MERCHANTS NATIONAL BONDING, INC. •-RP0R9-p �•�04Pt7g9'°92.• dlbla MERCHANTS NATIONAL INDEMNITY COMPANY c+ J'• 2003� 1933 �.c: By :0 S. •'�'d d • `� j�<y' 11 •• President STATE OF IOWA I�'•� ��C �,.•`��- ' COUNTY OF DALLAS ss. 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.: Penrti Miller o r Commission Number 787952 y • • iVly Commission Expires �GWA. January 20, 2027 r Notary 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 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 12th day of August , 2025 . xii Co x 2003 y 1933 e ' Secretary POA 0018 (6124) �'............ 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 Nations 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. NBC 0105 (7107) 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 contract or 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 1 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 20 10 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. 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: "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: 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 1. Additional Definitions 9 2. Aggregate Limits Per Location 7 3. Aggregate Limits Per Project 6 4. Blanket Contractual Liability — Railroads 3 I 5. Broadened Bodily Injury Coverage 10 6. Broadened Knowledge Of Occurrence 8 7. Broadened Legal Liability Coverage For Landlord's Business Personal Property 7 I 8. Broadened Liability Coverage For Damage To Your Product And Your Work 10 9. 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)] 11, Contractual Liability — Personal And Advertising Injury 3 12. Damage To Premises Rented To You — Specific Perils and Increased Limit 7 j 13. Designated Com leted Projects — Amended Limits of Insurance 11 j 14. Extended Notice Of Cancellation And Nonrenewal 8 15. Incidental Malpractice Li ability( 6 16. Increased Medical Payments Limit 7 17. 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 23. Reasonable Force — Bodily Injury or Property Damage 10 24. Supplementary Payments 3 J 25. Transfer Of Rights (Blanket Waiver Of Subroqation) 8 I 26. Unintentional Failure To Disclose Hazards 8 Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 0417 Page 1 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 0417 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 an 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 I. 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 owned 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: I. 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 Bail; 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 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 nonrenewal. 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 feast 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 f. (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. 1. 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 7165 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 identifies 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: Co igned 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 It — 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 il. 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 11 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 READ ITCAREFULLY. This endorsement modifies Insurance provided under the BUSINESSAUTO COVERAGE FORM With respect to coverage provided bythis andorsement, the provisions of the Coverage Form apply unless modified by the endorsement. The premium farthis endorsement is $ t250.00 d. Any organization you newly acquire or form, other than a partnership, joint venk" or limited liability company, and ever which you maintain ownership ora majority interest, will qualify as a Named Insured. However, (1) Coverage under this provision is afforded only until time 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" underany other policy or would bean 'Insured" but for Its termination or the exhausting of its limlt of insurance. e. Any®employee"of yours uslrig; (1I) A covered 'auto you do not own, hire or Morrow, or a covered "auto" not owned by the "employee" 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 c6nilract 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" household. f. Your members, if you are a Urnited liabllltycompany, while using a covered "auto" you do not own, hire or borrowand while performing duties related to the conduct of your business or your personal aff+alrs. 40 This provision does not apply: (1) Unless the written contractor agreement Is executed or the permit Is issued prior to the "bodily injury" or "property damage"; (2) To any person ororganization includod as an Insured by an endorsement or in the Dedarations; or (3) To any lessor of "autos" unless, (a) The lease agreement requires you to provide direct primary insurance far the lessor; (b) The "auto" Is teased without a driver, and Includes copyrighted material of Insurance Services Office, Inc. CA 71181109 Page 1 of 5 (c) The lease had not expired, Leased "aulos" 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°Ib of the voting skx* on the effective date of this endorsement. This provision does not apply to "bodily Injury" or "properly damage" for which an "Insured" is also an Insured under any other autornobite policy or would be an Insured under such a policy, but for Its termination or the exhaustion of its limits of Insurance, unless such policy was written to apply specifically In excess of this policy. 2. COVERAGE EXTENSIONS -SUPPLEMENTARY PAYMENTS Under Section If - LIABILITY COVERAGE, A2.a. Supplementary Payments, paragraphs (2) and (4) are deleted and replaced as follows; (2) up to $2,540 for the cast of ball bonds (including bonds for related trafflc law violations) required because of an "accidents we cover. We do not have to Furnish these bonds. (4) All reasonable expenses Incurred by the "Insured" at our request, Including actual loss of eamirW up to $500 a day because of I me off from work. 3. AMENDED FELLOW EMPLOYEE EXCLUSION Under SECTION Ill - LIABILITY COVERAGE, B. EXCLUSIONS, paragraph v. Fellow Employee Is deleted and replaced by1he Following; 5. Fellow Employee "Bodily Injury" to: a. Any fellow "amplayee° of the'tnsuree arising out of and In the course of the fellow "ernployeWe employment or while performing duties relatedlo the conduct of your business. However, this exclusion does not appiyto your °employees" that are officers, managers, supervisors orabove. Coverage Is excess over any other collectible Insurance. b. The spouse, child, parent, brotheror sister of that fellow "empioyee" as a consequence of paragraph a. above. 4. HIDED AUTO PHYSICAL DAMAGE COVERAGE AND LOSS OF USE EXPENSE A. Under SECTION III - PHYSICAL DAMAGE COVERAGE, A. COVERAGE, the following Is added: If anyof your owned covered "autos" are covered for Physical Damage, we will provide Physical Damage coverage to °autos` that you or your "employese hire or borrow, under your name or the "employee`s" name, for 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 Declarations, Item Three, Schedule of Covered Autos You Own, or on any endorsements amending this schedule. S. under SECTION ill -PHYSICAL DAMAGE COVERAGE, AA. Coverage Extensions. paragraph b. Loss Of Use Expenses Is deleted and replaced with the folloWng: b. Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses forwhich an "Insured" becomes legally responsible to payfor loss of use of a vehicle rented or hired without a driver, under awrHten rental contract or agreament. We will pay for loss of use expenses if caused by: (1) Other than collision, only Ifthe Declarations indicate that Comprehensive Coverage Is provided for any covered "auto"; Includes copyrighted material of Insurance Services Olfloe, Inc. Page 2 of 5 CA 71151109 (2) Specified Causes of Loss, only If the Declarations indicate that Specified Causes Of Loss Coverage Is provided %rang covered "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, 000. C. Under SECTION IV —BUSINESS AUTO CONDITIONS, 8. General Conditions, S.Other insurance, paragraph b. Is replaced by the followlV, b. For Hired Auto Physical Damage, the following are deemed to he covered'autoe you own- 1. Any covered "auto" you lease, hire, rent or barrow; and 2. Any covered "auto" hired or rented by your "employeee under a contract in that Individual "employee's" name, with your permission, white performtng duties related to the conduct of your business. However, any "aulo" chat Is leased, hired, rented or borrowed with a driver Is not a covered "autow. 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 Ili — PHYSICAL DAMAGE COVERAGE A. COVERAGEr the following is added: If covered "auto' is owned or leased and If we provide Physical Damage Coverage on it, we will pay, In the event of a covered total "loss", any unpaid amount due on the lease Dr loan for a covered "auto", less: (a) The amount paid under the Physical carnage Section ofthe policy, and: (b) Any; (1) Overdue lease or loan payments Including penalties, Interest or olher charges resul(IN from overdue payments at the time of the "lose; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage, (3) Costs for extended warranties, Credit Life Insurance, Health, Acoldent or Disability insurance purchased with the loan or lease; (4) Security deposits not refunded by a lessor, and (5) Carry -aver balances from previous loans or leases, 6. RENTAL REIMBURSEMENT Under SECTION III -PHYSICAL DAMAGE COVERAGE, AA. Coverage Extensions, paragraph a.. Transportation Expanses Is deleted and replaced by the following: a. Transportation Expenses (1) We will pay up to $75 per day to a maximurn of $2,000 for transportation expense Incurred by you because of covered "lose". We will pay only farthose covered °autos" for which you carry Collision Coverage or eitlor 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 1a 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'IS 1109 Page 3 of 5 (2) This coverage does not apply while there Is a spare or reserve "auto" avallable to you for your operation. T. AIRBAGCOVERAGE Under SECTION III - PHYSICAL DAMAGE, S. EXCLUSIONS, paragraph 3. Is deleted and replaced by the following., 3. We will not pay for"loss" caused byor resulting from any of the following unless causedbyother"loss° that is covered bythls Insurance: (1) Wear and tear, freezing, mechanical or electrical breakdown, However, this exclusion does not Include the discharge of an alrbag. (2) Blowouts, punctures or other road damage to tires. 8. GLASS REPAIR--WAIVEROF DEDUCTIBLE Section III — PHYSICAL DAMAGE COVERAGE, D. Deductible is amended to add the foilowing: No deductible appilesta glass damage If the glass Is repaired rather than replaced. 9. COLLISION COVERAGE —WAIVER OFDEDUCYIBLE Under Section III - PHYSICAL DAMAGE COVERAGE, D. Deductible Is amended to add the folloWng: When there Is a loss to your covered "auto" Insured for Collision Coverage, no deductible will apply if the foss was caused by a collision with another "auto" Insured by us. 10. KNOWLEDGE OF ACCIDENT Under SECTION IV - BUSINESS AUTO CONDITIONS, A. Loss Conditions, 2. Duties In The Event Of Accident, Claim, Suit Or Lose, paragraph a. is deleted and replaced by the fnlloaring: a. You must see to K#wtwe are notllled as soon as practicable of an "accident', claim, "sult" or loss". Knowledge of an "accident", ciaim, "sult"or °loss° byyour"employees" shall not, In itself, constitute knowledge to you unless one of your partners, executiveofNcers, directors, managers, or members (If you are a limited ilabllitycompany) has knowledge of the "accident", claim, "suit"or'loss , notice shouid include. (1) How, when and where the accldenr or "loss" occurred; (2) The "Insured's" name and address; and (3) To the extent possible, the names and addresses of any Injured persons and witnesses. Under SECTION IV - BUSINESS AUTO CONDITIONS, A. Loss Conditions paragraph S. Transfer Of Rights Of Recovery Against Others To Us Is deleted and replaced by the failoWng: 5 Transfer Of Rights Of Recovery Against Others To Us ffany person or organization to orfor whom we make payment underthls 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 alter "acddenf' or "Ions" to Impair them, However, If the "insured" has waived rights to reamer through a written contract, or If your work was commenced under a letter of Intent or work order, subject to a subsequent reduction in writing with customers whose customary contracts require a waiver, we waive any right of recovery we may have underthis Coverage Form, Includes copyrighted material of Insurance Services Office, Inc. Page 4 of 5 CA 71181109 12. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Under SECTION IV - BUSINESS AUTO CONDITIONS, B. General Condmons , paragraph 2. Concealment, Misrepresentation Or Fraud Is amended by the additian of the following. We will not deny coverage under this Coverage Form if you unli}terstlonally 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 amisslon In your representations as soon as practicable after Its discovery. This provision does not affect our right to collect additional prom]um or exercise our right of cancellation or non -renewal. When required by written contract or wrilien agreement, the definition of Insured contract" Is amended as follows: The exception contained in paragraph H.3. relating to constructfon or demolition operations on or within 50 feet of a railroad; and — Paragraph H.a. are deleted with respect to tyre use of a covered "auto" in operations for, or effecting, a rallmed. Includes copyrighted material of Insurance Servlces Office, Inc. GA 71 IS 1109 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 not operate directly or indirectly to benefit anyone not named in the Schedule. 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 21 ggp 1 Endorsement No. WC 04 B Named Insured:' McClendon Construction Company, Inc. Pren m Insurance Company Countersigned by _ -Amerisure Insurance Company WC420304B (Ed. 06-14) Copyright 2014 National Council on Compensation Insurance, Inc. All Flights Reserved. NAMED INSURED: McClendon Construction Company, Inc. POLICY NUMBER: WC 21198880301 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ 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 Marne of Person or Organization The Name of Person or Organlzatlon Is any person or organization holding a certificate 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 lime 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 BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM COMMERCIAL GENERAL LIABILITY COVERAGE FORM COMMERCIAL UMBRELLA LIABILITY COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM PRODUCTSICOMPLETED 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 IL70660714 FORT WORTH. ir000� Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: 2022 Bond Year 3 - Contract 16 M&C: 25-0680 Date: 08/13/25 To: Name 1. Donnette Murphy 2. Patricia Wadsack 3. Lauren Prior 4. Lorita Lyles 5. Doug Black 6. Jesica McEachern 7 Katherine Cenicola 8 Jannette Goodall g Allison Tidwell 10. TPW Contracts CPN: 104317 CSO: Department Initials Risk -Approver aM TPW Approver PLW TPW-signer �O4� Legal -Approver LL Legal -Signer oo�- ACM -Signer CSCO-Approver Kc CSCO-Signer CSCO-Form Filler ,JT-L TPW DOCM Date Out 08/13/25 08/13/25 08/13/25 08/14/25 08/14/25 08/18/25 08/18/25 08/18/25 Aug 18, 2025 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 ❑ 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!