Loading...
HomeMy WebLinkAbout064615 - Construction-Related - Contract - McClendon Construction Company, Inc.CSC No. 64615 ���������� CONTRACT FOR THE CONSTRUCTION OF 2022 Bond Year 3— Contract 19 City Project No. 104325 Mattie Parker Jesus "Jay" Chapa Mayor City Manager Chris Harder Director, Water Department Lauren Prieur Director, Transportation and Public Works Department Prepared for The City of Fort Worth Water Department Transportation and Public Works Department May 2025 Freese and Nichols, Inc. � �.����� �"�� �F.rF��l =��oF ���1� � �P'.•,,. .. � � , ��� •T� � 5 , �. •.'�s l� � 5�P'��•• �'�95�1 �+;' �'•,+I � * . . * � � * ,� • • • • '•, ,r �I . � ..:........ .....:... � � * . . * / / AMANDA N. JOHNSON i i••�••••••••••••••••••••�•• j �•••••••••••••••••••••••• i / SIDNEY T. GREEN JR. / ���-p :, 131706 ,:�i � � ::..................:: �: � 137592 � /,ol�;; ��NAS �NG\��'I /� ��,;SS.CENSE�G � ��\ �� 1�;�\���� � . osl zs �REESE 5/12/2025 ''� :;NI'�CHOLS Freese and Nichols, Inc. 801 Cherry Street, Suite 2800 Fort Worth, Texas 76102 pFFICIAL RECORD 817-735-7300 Texas Registered Engineering Firm F-2144 �ITY SECRETARY FNI Project No. FT123440 FT. WORTH, TX ��� ����� Cit of FortWorth Y 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 00 OS 10 Mayor and Council Communication 00 OS 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest Statement 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications 00 45 12 nn� 00 45 26 AA-4�-4A 00 52 43 00 61 13 00 61 14 00 61 19 00 61 25 00 72 00 00 73 00 Prequalification Statement A.-o�„�1;�..�+;.,,, e,,,,l;..�r;.,,, Contractor Compliance with Workers' Compensation Law �z„�;..o�.� �,,,,;.., �,,,,� Agreement Performance Bond Payment Bond Maintenance Bond Certificate of Insurance General Conditions Supplementary Conditions Division Ol - General Requirements O1 11 00 Summary of Wark O1 25 00 Substitution Procedures O1 31 19 Preconstruction Meeting 01 31 20 Project Meetings O1 32 16 Construction Schedule O1 32 33 Preconstruction Video O1 33 00 Submittals O1 35 13 Special Project Procedures O1 45 23 Testing and Inspection Services O1 50 00 Temporary Facilities and Controls O1 55 26 Street Use Permit and Modifications to Traffic Control O1 57 13 Storm Water Pollution Prevention Plan O1 58 13 Temporary Project Signage O1 60 00 Product Requirements O1 66 00 Product Storage and Handling Requirements O1 70 00 Mobilization and Remobilization O1 71 23 Construction Staking and Survey O1 74 23 Cleaning O1 77 19 Closeout Requirements O1 78 23 Operation and Maintenance Data O1 78 39 Project Record Documents CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 Last Revised 07/O 1/2011 07/O 1/2011 02/08/2024 06/13/2025 02/24/2020 09/30/2021 09/30/2021 09/30/2021 09/30/2021 08/13/2021 09/30/2021 !1�/1�� 07/O 1/2011 03/07/2025 06/13/2025 12/08/2023 12/08/2023 12/08/2023 07/O 1/2011 03/08/2024 03/08/2024 Last Revised 12/20/2012 07/O 1/2011 08/17/2012 07/O 1/2011 10/06/2023 07/O 1/2011 12/20/2012 03/11/2022 03/09/2020 07/O 1/2011 03/22/2021 07/O 1/2011 07/O 1/2011 03/09/2020 07/O 1/2011 11/22/2016 02/14/2018 07/O 1/2011 03/22/2021 12/20/2012 07/O 1/2011 2022 Bond Vear 3— Coniract 19 City Project No. 104325 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 Technical Speci�cations which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 31- Earthwork � 31 10 00 � Site Clearing Division 34 - Transportation 34 71 13 � Traffic Control Additional Specifications 99 99 00 Additional Speci�cations TxDOT 361 Full-Depth Repair of Concrete Pavement TxDOT 531 Sidewalks TxDOT 666 Retroflectorized Pavement Markings Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: http://fortworthtexas.gov/tpw/contractors/ or https://apps.fortworthtexas.gov/Proi ectResources/ Division 02 - Existing Conditions � 02 41 13 Selective Site Demolition � 02 41 14 Utility Removal/Abandonment � 02 41 15 Paving Removal Division 03 - Concrete � 03 30 00 Cast-In-Place Concrete � 03 34 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modi�cations to Existing Concrete Structures Division 26 - Electrical I7��0 �`,.,�.,�.,..�. �]CT,..-1� Do�„1�� F,- L'lo,.�.-:,..,1 � '��o �e�r€cr ������? E;,�� I�ti�� n.,,.o....,..� .,�a u,,..o� �.. ��a�ti��a� fi,.�� I7ti�� rT,.,lo..,.,.,,,,.„a rl,,,.r� ,,.,1 n.,,.o,.,,..,� �,. �1o0t1'10�� �l�'�� I��z-v-v�-�v EC/i�Y�l�,•"+:,••"' T�„1r: Tl,,,.a l�,,.�a,,;r Division 31 - Earthwork � 31 00 00 Site Clearing � 31 23 16 Unclassified Excavation � 31 23 23 Borrow � 31 24 00 Embankments � 31 25 00 Erosion and Sediment Control � 31 36 00 Gabions � �'�� � CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 Last Revised 03/ll /2022 12/20/2012 02/02/2016 06/13/2025 03/07/2025 12/20/2012 12/20/2012 03/11/2022 12/20/2012 12/20/2012 �%��1�2�11 �2�26�2� I 6 03/22/2021 O1/28/2013 O 1 /28/2013 O1/28/2013 04/29/2021 12/20/2012 12/20/2012 2022 Bond Vear 3- Contract 19 City Project No. 104325 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 Division 32 - Exterior Improvements � 32 O 1 17 Permanent Asphalt Paving Repair � 32 O1 18 Temporary Asphalt Paving Repair � 32 O1 29 Concrete Paving Repair � 32 11 23 Flexible Base Courses � 32 11 29 Lime Treated Base Courses � 32 11 33 Cement Treated Base Courses � 32 11 37 Liquid Treated Soil Stabilizer � 32 12 16 Asphalt Paving ����� n ���,,,,� n.,..:r,. r��'aJr E�altar�t� � 32 13 13 Concrete Paving � 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps � 32 13 73 Concrete Paving Joint Sealants � ��o r � �� d� ��i � � 32 16 13 Concrete Curb and Gutters and Va11ey Gutters � 32 17 23 Pavement Markings � 32 17 25 Curb Address Painting I �"'�� `�'..h�. i� r���� ^� � ���o �xn,.e ror,.o� .,�a r.,�o� � 32 31 29 Wood Fences and Gates � 32 32 13 Cast-in-Place Concrete Retaining Walls � 32 91 19 Topsoil Placement and Finishing of Roadway Right-of-ways � 32 92 13 Sodding � �`'�� ��� 1`�tl'�� � ���� ��Jll1�`J �na �x�;laf'I,,,.,o.- cooa;r,. � 3'? 93 13 �d °lz��a Division 33 - Utilities � 33 O1 30 Sewer and Manhole Testing � 33 Ol 31 Closed Circuit Television (CCTV) Inspection — Sanitary Sewer � 33 Ol 32 Closed Circuit Television (CCTV) Inspection — Starm Drain � 33 03 10 Bypass Pumping of Existing Sewer Systems � ���o .d �1��+,.;,.,,, T�,,,.,�;,,r I���T i'� ..........:..r ('�„Hf,.,,� -ro�f C.,,.;,,H� I���z ra.,,.,,a�;,,.�, nr�ao r..��,,.a;,. n,-„�o,,.;,,,, c.,��o... � 33 04 30 Temporary Water Services � 33 04 40 Cleaning and Acceptance Testing of Water Mains � 33 04 50 Cleaning of Pipes � 33 OS 10 Utility Trench Excavation, Embedment, and Backf'ill � 33 OS 12 Water Line Lowering � 33 OS 13 Frame, Cover and Grade Rings 33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade I���o �,.�,..-o.o�xT„�o,-��.,,,t�� � 33 OS 17 Concrete Collars � 33 OS 20 Auger Boring ����T Tun� 1� i n�� � 33 OS 22 Steel Casing Pipe � �� �� Tu�~�lisg � 33 OS 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 12/20/2012 12/20/2012 06/13/2025 12/20/2012 12/20/2012 06/10/2022 08/21/2015 6/07/2024 12/20/2012 06/13/2025 12/09/2022 12/20/2012 12/20/2012 12/09/2022 06/10/2022 11 /04/2013 12/20/2012 12/20/2012 12/20/2012 06/OS/2018 03/11/2022 OS/13/2021 OS/13/2021 10/06/2023 12/20/2012 09/07/2018 03/11/2022 12/08/2023 12/20/2012 12/20/2012 12/20/2012 12/20/2012 07/O1 /20ll 02/06/2013 03/11/2022 06/13/2025 12/20/2012 09/09/2022 03/ll /2022 12/20/2012 03/11/2022 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/09/2022 2022 Bond Vear 3— Contract 19 City Project No. 104325 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 � 33 OS 26 � 33 OS 30 � 33 11 OS � 33 11 10 � 33 11 11 � 33 11 12 � ✓� 11 1� � 33 11 14 � 33 12 10 I�,�„ � 33 12 20 � � ��-'�_ � 33 12 25 � � ��-'�o � 33 12 40 � 33 12 50 I � 2�0 I� � , , � � �� � � ?i� 31 1` � 33 31 20 ✓� � � 33 31 22 33 31 23 33 31 50 � ��o � ��no 33 39 20 33 39 30 � ��no 33 39 60 33 41 10 � ��T � ��i �? 1'. l� 33 46 00 334601 33 46 02 � ��-^�o 33 49 20 � ��-^�o Utility Markers/Locators Location of Existing Utilities Bolts, Nuts, and Gaskets Ductile Iron Pipe Ductile Iron Fittings Polyvinyl Chloride (PVC) Pressure Pipe ��1,1tYo Pi��, n„r �x�Y..,.�,.a c.,.,,i r.,i;�a,.r -r.,,.,. Buried Steel Pipe and Fittings Water Services 1-inch to 2-inch r ., o �x�.,�o,- rRo�o,-� Resilient Seated Gate Valve n�xnx�n n„�-.t.o,. co,,.oa u„��o,.��,��.,i. o� r=�vaci—acu ccccaacccnry--P-ccro�so Connection to Existing Water Mains EOY.RL'�'Y.ltiB"ir�iii v�cc�r`v`czrs;r,,,••l-•�z�vc£r�'o-�r"c � v�-cr�ci�y�ccirrs Fire Hydrants Water Sample Stations C�.,,,,7,,,-,] R1,,... „4'F�7„1. o A��o,,.l.l.. C�€d is D�z��� €'�i��r��cz �,�in� ,-,.oa n;�o � .- r�,-,,. ;.., c.,r;.,,..., co..,a,-� u:,.,� r.o.,�;k, D,.,.,o.,�.,,o�o (��P�) P�� €a Ez°�itar,�e� Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe n„i.,..;�.,i r�.i,,..;ao rn� r� ri,.�oa n..,,f;io r_,..,.,:��, ��r1�`��€�€� � Sanitary Sewer Slip Lining Sanitary Sewer Pipe Enlargement Sanitary Sewer Service Connections and Service Line E��v:nati„� n;,. ��.,�.,o �.. �.,�:�.,..., co..,o,. �,,..,.o r,r,,:�� C—&�1t PY. ��1 � �„�,..-o�o r �r.,,�l�,.l o� Precast Concrete Manholes Fiberglass Manholes �x�..�.,....,,.,,.. n,.,.,,�� r i�'"���r ��� Liners for Sanitary Sewer Structures Reinforced Concrete Storm Sewer Pipe/Culverts u:,.i, r.e��;k, D,.,�,o.i,�,ie�o (ii'�P�) Pt����n ���� Do:..F .-,.e,] D,.l�.0�1.�.le.,o /C�DDL'l D:,.o n„i.,�,-„�..ioro n;�o � ,- c.OY�iS �Y�.� Subdrainage Slotted Storm Drains Trench Drains `�'a� iri Pl�,,o r,r.,��.,.io� .,�a T„�,.�:,,� n,...o� Curb and Drop Inlets ��•^�'t1 ���..o uo„a.:,.,ii� .,�,� �zr.�,...,,,ii� 12/20/2012 12/20/2012 12/20/2012 12/09/2022 09/20/2017 09/09/2022 03/07/2025 12/20/2012 02/14/2017 12/20/2012 OS/06/2015 04/23/2019 02/06/2013 I 2�2��2�12 O1/03/2014 12/20/2012 06/19/2013 12/20/2012 12/20/2012 04/23/2019 09/09/2022 12/20/2012 Division 34 - Transportation 34 41 10 Traffic Signals 34 41 10.01 Attachment A— Controller Cabinet 34 41 10.02 Attachment B— Controller Specification 34 41 10.03 Attachment C— Software Specification '2 n � 1 1 1 To,�.,,-..,.-.,,-.. T,-., 4'4; ., C' :..., .,1 � �� 34 41 13 Removing Traffic Signals CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 12/20/2012 12/20/2012 04/26/2013 12/20/2012 12/13/2024 12/13/2024 12/13/2024 12/20/2012 04/29/2021 07/O 1 /2011 1 L/GO/GO1 G 11/13/2015 06/10/2022 12/20/2012 07/O1/2011 07/O1/2011 12/13/2024 03/11/2022 07/O1/2011 03/11/2022 12/ 18/2015 02/2012 O1/2012 11 /22/2013 03/11 /2022 2022 Bond Vear 3— Contract 19 City Project No. 104325 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 � ���v ��' I11Ui19%1��.,� n ��o.�.l-.t:o., � 9i 2 il ���r T D 7 �orial �T'� � �.� �a��~�i.r� I�n n�� �.-oo......, r �r� n,,.,a..,,,., �aisii�� � I �n n�v.�s �%li1 �� ��}' �a�SS.:�»� � 34 41 30 Aluminum Signs I�n�o c;�,.t„ na�a„ �;t.,,,- n,.�;,. r„t.i„ � 34 71 13 Traffic Control Appendix F�-4�-EL n.,,,;i„i.:i;... „�r „ra� GC-4.02 Subsurface and Physical Conditions F�-4�-A�1 T L�ao,.,.,.,,,,ra �,,,,:�:.;o� � FE-4.�� I-��ar.i,,,,��onm.zi�? r,,.,a:.;,,r ,,. c:.e �C.� � � GC-6.07 Wage Rates GC-6.09 Permits and Utilitics F�-�.�1 TT,.�a;.,,.,.:ri.;�,,.;,.r GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 12/20/2012 06/15/2015 06/15/2015 06/15/2015 11/12/2013 02/26/2016 03/22/2021 2022 Bond Vear 3— Contract 19 City Project No. 104325 12/11/25, 4:22 PM CITY COUNCIL AGENDA Create New From This M&C DATE: 12/9/2025 REFERENCE NO.. CODE: C TYPE: **M&C 25- 1098 CONSENT M&C Review LOG NAME: PUBLIC HEARING: 202022 BOND YEAR 3 CONTRACT 19 - MCCLENDON NO �� RT �r�4'U RT I I -�Y- SUBJECT: (CD 9) Authorize Execution of a Contract with McClendon Construction Company, Inc., in the Amount of $13,991,869.25, for Combined Street Paving Improvements, Stormwater Improvements, and Water and Sanitary Sewer Main Replacements for the 2022 Bond Year 3- Contract 19 Project, AdoptAppropriation Ordinances to Effect a Portion of Water Department's Contribution to the Fiscal Years 2026-2030 Capital Improvements Program and for Transportation Public Works' Street Repair Funding, and Amend the Fiscal Years 2026-2030 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 $13,991,869.25 for combined street paving improvements, stormwater improvements, and water and sanitary sewer main replacements for the 2022 Bond Year 3- Contract 19 project (City Project No. 104325); 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund, in the amount of $8,475,319.00, from available PayGo residuals in the Water and Sewer Capital Projects Fund, for the purpose of funding the 2022 Bond Year 3- Contract 19 project (City Project No. 104325) to affect a portion of Water's Contribution to the Fiscal Years 2026-2030 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 19 project (City Project No. 104325) in the amount of $7,306,200.00, 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 19 project (City Project No. 104325) in the amount of $160,000.00, and decreasing estimated receipts and appropriations in the Drainage Improvements programable project (City Project No. P00043) by the same amount; and 5. Amend the Transportation & Public Works Contribution to the Fiscal Years 2026-2030 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 19 project, includes water, sanitary sewer, stormwater, and street paving improvements on approximately 4.67 lane miles, on the following streets: Street Evans Avenue East Beddell Street* From East Felix Street 200 feet East of Evans Avenue To Scope East Seminary Drive Paving I-35 West Frontage Water/Sewer Road apps. cfwnet.org/cou ncil_packet/mc_review.asp?I D=33960&counci Idate=12/9/2025 1/4 12/11/25, 4:22 PM East Gambrell Street* Cole Street East Hammond Street* Cole Street East Spurgeon Street* East Felix Street* I-35 West Frontage Road* Benbrook Boulevard Park Ridge Boulevard Evans Avenue 100 feet East of Evans Avenue East Felix Street Rogers Avenue Bluebonnet Circle M&C Review I-35 West Frontage Road I-35 West Frontage Road I-35 West Frontage Road Water/Sewer Water/Sewer Water I-35 West Frontage Water/Sewer Road East Beddell Street Water Granbury Road Benbrook Boulevard Water/Paving Water/Storm/Paving Cockrell Avenue* Park Ridge Boulevard Benbrook Boulevard Water *Due to the close proximity to the 2022 Bond Year 3 Contract 19 project streets above, the Water Department requested that water main extensions on these streets be included with this project in order to loop the water system and provide increased efficiency. Asphalt paving rehabilitation will be conducted on the indicated streets subsequent to the water main installation. Additionally, deteriorated sanitary sewer mains will be replaced in the indicated streets. The Stormwater Division has identified the need to rehabilitate or replace deteriorated sections of the existing storm drain pipe on Park Ridge Boulevard as part of this project. The project was advertised for bid on August 20 and August 27, 2025, in the Fort Worth Star- Telegram. On September 25, 2025, the following bids were received: Bidder McClendon Construction Company, Inc. Jackson Construction, Ltd. Stabile & Winn, Inc. Amount Base Bid** (Concrete Alternate A(Asphalt Time of Paving) Paving) Completion $13,991,869.25 $14,346,870.25 Da s alendar Y $14,493,034.00 $14,568,418.65 $14,320,010.00 $14,643,878.65 **In an attempt to secure alternate bids, staff advertised the project with concrete as the base bid to reconstruct existing streets included in the bond with concrete travel lanes. Alternative A was bid as a rehabilitation of existing roadway with new asphalt and replacement of damaged curb and gutter. Staff recommends award of the contract for the base bid (Concrete Option). Concrete paving typically has a twenty-year life span, while asphalt paving has a ten-year life span. In addition, the maintenance cost of concrete pavement is typically less than asphalt pavement. The Transportation & Public Works Department's (TPW) share of this contract is $6,471,060.00 (Paving: $6,370,266.00; Stormwater: $100,794.00). The paving funds for this project are included in the 2022 Bond Program. The Water Department's share of this contract is $7,520,809.25 and will be available in the Water & Sewer Capital Projects Fund for the project (City Project No. 104325). In addition to the contract amount, $1,225,075.00 (Water: $423,362.00, Sewer: $155,107.00, Stormwater: $29,206.00 and Paving: $617,400.00) is required for project management, material testing, and inspection and $724,574.00 (Water: $274,861.00, Sewer: $101,179.00, Stormwater $30,000.00 and Paving: $318,534.00) is provided for project contingencies. This project will have no impact on the Transportation & Public Works' or on 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 4,230 linear feet of cast iron water pipe and 9,580 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 apps.cfwnet.org/council_packet/mc_review.asp?ID=33960&councildate=12/9/2025 2/4 12/11/25, 4:22 PM M&C Review existing storm drain system, which is in need of rehabilitation to ensure continued drainage system performance and improve future maintenance of the system. This project is included in the 2022 Bond Program. The City's Extendable Commercial Paper (ECP) (M&C 22-0607; Ordinance 25765-08-2022) provided liquidity to support the appropriation. Available resources will be used to actually make any interim progress payments until debt is issued. Once debt associated with a project is sold, debt proceeds will reimburse the interim financing source in accordance with the statement expressing official Intent to Reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance 25515-05-2022). The Stormwater Capital funding was included in the FY2026-2030 Capital Improvement Program for project P00043. In order to administratively track the spending of all funding sources in one project, appropriation ordinance is needed to move appropriations from the programmable project to the jointly funded static project. The action in this M&C will amend the TPW's FY2026-2030 Capital Improvement Program as approved in connection with Ordinance 27979-09-2025. It is the practice of the Water Department to appropriate its Capital Improvement Program plan throughout the Fiscal Year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. The actions in the M&C will appropriate funds in support of the Water DepartmenYs portion of the City of Fort Worth's Fiscal Years 2026-2030 Capital Improvement Program. Funding is currently available in the Unspecified All-Funds project within the Water & Sewer Capital Projects Fund, in the Drainage Improvements Projects programmable project within the Stormwater Capital Projects Fund and budgeted in Street Improvement-Deteriorating Streets programmable project within the 2022 Bond Program Fund for the purpose of funding the 2022 Bond Year 3- Contract 19 project. Appropriations for the water, sanitary sewer, stormwater and paving improvements for 2022 Bond Year 3- Contract 19 project (City Project No. 104325) by Fund will consist of the following: Fund 2022 Bond Program - Fund 34027 W&S Capital Projects - Fund 56002 Stormwater Capital Projects - Fund 52002 $549,650.00 $644,475.00 $20,000.00 Project Total $1,214,125.00 *Numbers rounded for presentation purposes. This project is located in COUNCIL DISTRICT 9. FISCAL INFORMATION/CERTIFICATION: Additional project Total* Appropriations $7,306,200.00 $7,855,850.00 $8,475,319.00 $9,119,794.00 $160,000.00 $180,000.00 $15,941,519.00 $17,155,644.00 The Director of Finance certifies that funds are currently available in the Street Imprv- DeterioratingSts 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 Projects Fund and upon the approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the W&S Capital Projects Fund, 2022 Bond Program Fund, and Stormwater Capital Projects Fund for the 2022 Bond Yr 3- Contract 19 project to support the execution of the construction contract. Prior to any expenditure being incurred, the Transportation & Public Works and Water Departments have the responsibility of verifying the availability of funds. TO Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) Existing Appropriations apps.cfwnet.org/council_packet/mc_review.asp?ID=33960&councildate=12/9/2025 3/4 12/11/25, 4:22 PM M&C Review FROM Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) Submitted for Citv Manaaer's Office by: Originating Department Head: Additional Information Contact: Jesica McEachern (5804) Lauren Prieur (6035) Monty Hall (8662) ATTACHMENTS 104325-SAM Search.ndf (CFW Internal) 202022 BOND YEAR 3 CONTRACT 19 — MCCLENDON funds availabilitv.pdf (CFW Internal) 2022 Bond Program- Prposition Report.pdf (CFW Internal) 2022 BOND YEAR 3 CONTRACT 19-MCCLENDON FID Table.xlsx (CFW Internal) Form 1295 Certificate 101439634 CPN104325 Contract 19.pdf (CFW Internal) M&C Map CPN104325 2022Bond Year3 Co19.pdf (Public) ORD.APP 202022 BOND YEAR 3 CONTRACT 19 — MCCLENDON 34027 A026(R3).docx (Public) ORD.APP 202022 BOND YEAR 3 CONTRACT 19 — MCCLENDON 52002 A026(R4).docx (Public) ORD.APP 202022 BOND YEAR 3 CONTRACT 19 — MCCLENDON 56002 A026(R2).docx (Public) PBS CPN 104325.pdf (CFW Internal) apps.cfwnet.org/council_packet/mc_review.asp?ID=33960&councildate=12/9/2025 4/4 CITY OF FORT WORTH Transportation and Public Works Department 2022 Bond Year 3— Contract 19 City Project No.104325 ADDENDUM NO.1 Addendum No. l: Issued Thursday, August 28th, 2025 Original Bid Date: Thutsday, September 11 �', 2025 Revised Bid Open Date: Thursday, September 18t", 2025 This Addendum forms part of the Contract Documents and Specifications for the above- referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, and in the proposal (SECTION 00 41 00). Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specification documents for 2022 Bond Year 3— Contract 19, City Project No. 104325, are hereby revised by Addendum No. 1 as follows: L SPECIFICATIONS & CONTRACT DOCUMENTS: a. SECTION 00 11 13 — Replace the INVITATION TO BIDDERS in its entirety with the attached revised INVITATION TO BIDDERS, revising the Bid Opening Date to 2:00 P.M. CST, Thursday, September 18t'', 2025. This Addendum No. 1 forms part of the Specifications and Contract Documents for the above- referenced project and modifies the original Project Manual and Contract Documents of the same. Acknowledge your receipt of Addendum No. 1 by completing the requested information in the space provided in Section 00 41 00, Bid Form, Page 3 of 3 A signed copy of Addendum No. 1 should be included in the submitted sealed bid at the time of bid submittal. Failure to acknowledge the receipt of Addendum No. 1 could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. Page 1 of 2 CITY OF FORT WORTH 2O22 Bond Year 3— Contract 19 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104325 Revised September 14, 2022 Addendum 1 Addendum No. 1 RECEIPT ACKNOWLEDGEMENT: By: Company: McClendon Const Co Inc Address: PO Box 999 City: Burleson State: Texas Lauren Prieur, P.E. Director, Trans ortation and Public Works By: � Greg�R/�ns, P.E. Engineering Manager, TPW Page 2 of 2 CITY OF FORT WORTH 2O22 Bond Year 3— Contract 19 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104325 Revised September 14, 2022 Addendum 1 00 I 1 13 INVITATION TO BIDDERS SECTION 00 11 13 1NVITATION TO BIDDERS RECEIPT OF BIDS Page I of 3 Electronic bids for the construction of 2022 Bond Year 3 Contract 19, CPN 104325 ("Project") will be received by the City of Fort Worth via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project unti12:00 P.M. CST, Thursday, September 18, 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, City Council Chamber. Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities 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 ar 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 Vear 3— Contract 19 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104325 Revised 2/08/24 Addendum #1 00 I 1 13 INVITATION TO BIDDERS Page 2 of 3 Contact the Bonfire support team at Support@GoBonfirc.com or by calling 1-800-354-8010. To get started with Bonfire, watch this five-minute training video: Vcndor Rcgistration and Submission [VIDEO] — Bonfirc Vcndor Support (gobon�rc.com) GENERAL DESCRIPTION OF WORK The major work wi11 consist of the (approximate) following: Unit I: 8,680 LF 8" PVC Water Pipe 180 LF 8" DIP Water Pipe 180 LF 20" Casing by other than open cut 780 LF 12" PVC Water Pipe 11,040 SY 11" Pulverization 11,040 SY 3" Asphalt Pavement Type D 2425 SY 11" TxDOT Full — Depth Repair CRCP (11") Unit II: 3,210 LF 8" PVC Sewer Pipe 150 LF 8" by Pipe Enlargement 29 EA 4' Manhole Unit III: 124 LF 21" RCP, Class III Unit IV: 17,560 SY 6" Concrete Pavement 13,150 SY 7" Concrete Pavement 50,760 SF 4" Concrete Sidewalk 27,000 SF 6" Concrete Sidewalk 13,800 SY ]" Asphalt Pavement Type D Unit IVA (Alternative): 16,794 SY Pavement Pulverization 16,794 SY 3" Asphalt Pavement Type D 8,300 LF 6" Curb & Gutter PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre-qualified by the City at the time of bid opening. The procedures for qualification and pre-qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST CITY OF FORT WORTH 2O22 Bond Year 3— Contract 19 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104325 Revised 2/08/24 Addendum #1 00 11 13 INVITATION TO BIDDERS Page 3 of 3 To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes" under the Intent to Bid section. All Addenda will be posted in the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, 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: September 2"d 2025 TIME: 2: 00 P.M. Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Proj ect 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. I:�.% : 1 City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. ADVERTISEMENT DATES First Advertisement: August 20, 2025 Second Advertisement: August 27, 2025 END OF SECTION CITY OF FORT WORTH 2O22 Bond Year 3— Contract 19 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104325 Revised 2/08/24 Addendum #1 CITY OF FORT WORTH Transportation and Public Works Department 2022 Bond Year 3— Contract 19 City Project No.104325 ADDENDUM NO. 2 Addendum No. 2: Issued Friday, September 12th, 2025 Bid Date: Thuisday, S�tember 18�', 2025 This Addendum forms part of the Contract Documents and Specifications for the above- referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, and in the proposal (SECTION 00 41 00). Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specification documents for 2022 Bond Year 3— Contract 19, City Project No. 104325, are hereby revised by Addendum No. 2 as follows: I. SPECIFICATIONS & CONTRACT DOCUMENTS: a. SECTION 00 11 13 — Replace the TABLE OF CONTENTS in its entirety with the attached revised TABLE OF CONTENTS b. SECTION 00 41 00 — Replace the BID FORM in its cntircty with the attached revised BID FORM c. SECTION 00 42 43 — Replace the PROPOSAL FORM in its entirety with the attached revised PROPOSAL FORM d. SECTION 00 45 12 — Replace the PREQUALIFICATION STATEMENT in its entirety with the PREQUALIFICATION FORM e. TXDOT SECTION 132 — Add TXDOT SECTION 132 to the project specifications £ TXDOT SECTION 247 — Add TXDOT SECTION 247 to the project specifications g. TXDOT SECTION 360 — Add TXDOT SECTION 247 to the project specifications h. BID TABLE (BT-47RZ) - The bid table has been revised in Bonfire to reflect the i. changes made to the proposal form. j. BID TABLE (BT-79KZ) - The bid table has also been revised to include the changes k. made to the proposal. 1. SUBMISSION INSTRUCTIONS — 25-0236 — The submission instructions have been updated to include Addendum No.2 under the Requested Information Section. Page 1 of 5 CITY OF FORT WORTH 2O22 Bond Year 3— Contract 19 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104325 Revised September 14, 2022 Addendum 2 IL CONSTRUCTION PLANS a. SHEET 19 — WATER LINE WL-C STA 1+00 TO STA 4+00. Removal of asphalt installation along I-35W Frontage Road. Proposed paving improvements along I-35W Frontage Road revised to TxDOT 11" CRCP over 6" Flexible base. b. SHEET 20 — WATER LINE WL-C STA 4+00 TO STA 8+00. Removal of asphalt installation along I-35W Frontage Road. Proposed paving improvements along I-35W Frontage Road revised to TxDOT 11" CRCP over 6" Flexible base. c. SHEET 21 — WATER LINE WL-C STA 8+00 TO STA 16+00. Removal of asphalt installation along I-35W Frontage Road. Proposed paving improvements along I-35W Frontage Road revised to TxDOT ll" CRCP over 6" Flexible base. d. SHEET 22 — WATER LINE WL-C STA 16+00 TO STA 20+00. Removal of asphalt installation along I-35W Frontage Road. Proposed paving improvements along I-35W Frontage Road revised to TxDOT 11" CRCP over 6" Flexible base. e. SHEET 23 — WATER LINE WL-C STA 20+00 TO END. Removal of asphalt installation along I-35W Frontage Road. Proposed paving improvements along I-35W Frontage Road revised to TxDOT 11" CRCP over 6" Flexible base. £ SHEET 24 — WATER LINE WL-CA STA 1+00 TO END. Removal of asphalt installation along I-35W Frontage Road. Proposed paving improvements along I-35W Frontage Road revised to TxDOT 11" CRCP over 6" Flexible base. g. SHEET 45 — SANITARY SEWER SS-G STA. 0+00 TO 2+36. SANITARY SEWER SS-H STA 0+00 TO 2+28. Proposed temporary trench repair revised to permanent trench repair. h. SHEET 50 — BENBROOK BLVD PROPOSED TYPICAL SECTIONS. Proposed 8" CEMLIME revised to 8" Lime Treated Subgrade for the entirety of Benbrook Boulevard. i. SHEET 52 — EVANS AVENUE PROPOSED TYPICAL SECTIONS. Proposed 32' BOC — BOC street width for Evans revised to 31' BOC — BOC. j. SHEET 79 — PAVING PLAN AND PROFILE EVANS AVENUE BEGIN TO STA 104+50. Proposed 32' BOC — BOC street width for Evans revised to 31' BOC — BOC. k. SHEET 80 — PAVING PLAN AND PROFILE EVANS AVENUE STA 104+50 TO STA 109+00. Proposed 32' BOC — BOC street width for Evans revised to 31' BOC — BOC. 1. SHEET 81 — PAVING PLAN AND PROFILE EVANS AVENUE STA l 13+50 TO STA 118+00. Proposed 32' BOC — BOC street width for Evans revised to 31' BOC — BOC. m. SHEET 82 — PAVING PLAN AND PROFILE EVANS AVENUE STA 118+00 TO STA 122+50. Proposed 32' BOC — BOC street width for Evans revised to 31' BOC — BOC. n. SHEET 83 — PAVING PLAN AND PROFILE EVANS AVENUE STA 122+50 TO STA 127+00. Proposed 32' BOC — BOC street width for Evans revised to 31' BOC — BOC. o. SHEET 132 — PAVING DETAILS. Information added for dowel bar spacing on city detail D515. Page 2 of 5 CITY OF FORT WORTH 2O22 Bond Year 3— Contract 19 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104325 Revised September 14, 2022 Addendum 2 a) The following questions have been asked. The City of Fort Worth's responses are below. a) On Evans, the typical section calls for 31' B-B, the P&P sheet says 32' B-B. Which one is correct? A: Sheets 79-83 have been revised to show 31' B-B to match the existing width of Evans Avenue. b) Do you have the TxDOT perinit yet? A: The City is in the process of acquiring the TxDOT permit. c) Are there any suggestions on phasing or timing of construction with this project being so close to TCU? A: The City does not have any suggestions on phasing or timing of construction. The contractor shall be proactive to ensure they are aware of any major events for TCU. d) Q: Item 71 of Unit 4 calls for a 1" Ty B overlay. Is this supposed to be DG-Ty D? Ty B is not suitable for a 1" paving depth A: Asphalt pavement type has been revised to Type D(DG-D) in Unit 4, bid item 71. e) Q: The question deadline is before the pre-bid date. It needs to be extended to Sept. 8th. A: The bid opening date has been revised to September 18, 2025, and the deadline for questions has been extended to September 10, 2025. f� Q: Can we get a Rem & Rep Storm Drain item? Item 40 shows 500 LF of 4' wide asphalt pvmt repair Res. I only found 125 LF of 4' wide asphalt pvmt repair. Item 42 should be 25 Sy of asphalt beyond width. Item 41 6" flex base has 2425 SY. Where is that? A: Removal and Replacement storm drain items have been added to Unit 1 items 14- 17 and items 78-81.The additional quantity in Unit 1 for 4' wide asphalt pavement repair are in place for contingency. The additional quantity in Unit 1 for asphalt pavement repair beyond defined width is in place for contingency. g) Q: How will the HMAC overlay and the flex base under Unit I for the service road be paid? The item is for full depth replacement of the 11" CRCP only. A: HMAC overlay has been removed from the pavement improvements for I35W Frontage Road. Unit 1 item 90 6" Flexible Base and item 91 CRCP will cover the pavement replacement on I35W Frontage Road. h) Q: This item Unit 4 is included in the base bid but is only shown in reference to the typical sections for the concrete pavement alternative. Should this item be a part of the alternative items for the concrete pavement option only? A: There is no alternative to concrete pavement for Benbrook Boulevard. Asphalt Paving Alternative is for Parkridge Boulevard and Evans Avenue. Page 3 of 5 CITY OF FORT WORTH 2O22 Bond Year 3— Contract 19 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104325 Revised September 14, 2022 Addendum 2 i) Q: The plans call for temporary trench repair in Felix Street for water and sewer lines. Then the entire roadway is to be milled 2" and overlaid. The milling will remove the 2" HMAC of the temporary trench repair and leave the temporary flexible base which is installed without density testing. This will leave the trenches less able to support the final2" overlay than the surrounding HMAC pavement. Should the trench repair in Felix Street be a permanent repair? A: Trench repair on Felix Street has been revised to Permanent Pavement Repair (Arterial). Item is shown in Unit 1, item 45 and Unit 2, item 34. j) Q: Which bid items are intended to cover the replacement of concrete pavement on Felix Street at I35W? Part of this is in Felix St and part is the main lanes of the NB service road. Is this CRCP paving, or are there other TxDOT details that need to be applied? A: Unit 1, bid item 90 6" Flexible Base and item 91 11" CRCP will cover the replacement on Felix Street at I35W Frontage Road and the main lanes along I35W Frontage Road. k) Q: The plans refer to 6" and 8" driveways on the I35W service road to be removed and replaced. TxDOT has different standards for driveways than the City. Will these apply on these driveways? Will you provide separate unit bid items for TxDOT driveways? A: City standards will be used for concrete driveways along I-35 Frontage Road. 1) Q: The plans call for replacing "Valley Gutters" at Spurgeon, Boyce, Gambrell and Bedell. These are not drawn as valley gutters on the plans but as intersection pavement. These will all be in the TxDOT ROW and will probably have to be built as TxDOT pavement. Can you provide details and pay items for these pavement areas? A: Extent of valley gutters have been revised in the plans. Valley gutters will adhere to City's standards. m) Q: The bid item 1-41 calls for Type A flexible base, but the detail of the TxDOT pavement repair on the plans calls for Type D. Which is correct? A: Unit 1, item 90 6" Flexible base has been changed from Type A to Type D to reflect what is shown on the plans. n) Q: What is the required spacing for the contraction dowels on detai132 13 13 D515 on sheet 132 of the plans? A: Contraction dowel spacing shall be at 18" O.C. o) Q: The typical sections for Benbrook Blvd, sheet 50, calls for the subgrade stabilization to be Cem-Lime but the bid item in the proposal states Page 4 of 5 CITY OF FORT WORTH 2O22 Bond Year 3— Contract 19 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104325 Revised September 14, 2022 Addendum 2 stabilization to be Cem-Lime but the bid item in the proposal states Lime. There is a significant cost difference in these 2 materials and the process/manipulation is different between the two so one of these locations needs to be corrected. Unit 4 Bid Items #4 and #5. A: Typical section has been revised to reflect the subgrade shall be lime treated for Benbrook Boulevard. This Addendum No. 2 forms part of the Specifications and Contract Documents for the above- referenced project and modifies the original Project Manual and Contract Documents of the same. Acknowledge your receipt of Addendum No. 2 by completing the requested information in the space provided in Section 00 41 00, Bid Form, Page 3 of 3 A signed copy of Addendum No. 2 should be included in the submitted sealed bid at the time of bid submittal. Failure to acknowledge the receipt of Addendum No. 2 could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. Addendum No. 2 RECEIPT ACKNOWLEDGEMENT: G��� � By: Com an McClendon Const Co Inc P Y� Address: PO Box 999 City: Burleson State: TX Lauren Prieur, P.E. Director, Tra ortation and Public Works By: � Gr�g/ k�bins, P.E. Engineering Manager, TPW Page 5 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 14, 2022 2022 Bond Year 3— Contract 19 City Project No. 104325 Addendum 2 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page I of 6 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 00 OS 10 Mayor and Council Communication 00 OS 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest Statement 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications 00 45 12 00 45 13 00 45 26 99-4 5-49 00 52 43 00 61 13 00 61 14 00 61 19 00 61 25 00 72 00 00 73 00 Prequalification Statement Prequalification Application Contractor Compliance with Workers' Compensation Law �„�;�o.,., �,,,,;.., r_�.,i Agreement Performance Bond Payment Bond Maintenance Bond Certificate of Insurance General Conditions Supplementary Conditions Division O1- General Requirements Ol 11 00 Summary of Work O1 25 00 Substitution Procedures O1 31 19 Preconstruction Meeting O1 31 20 Project Meetings O1 32 16 Construction Schedule O1 32 33 Preconstruction Video O1 33 00 Submittals O1 35 13 Special Project Procedures O1 45 23 Testing and Inspection Services O1 50 00 Temporary Facilities and Controls O1 55 26 Street Use Permit and Modifications to Traffic Control O1 57 13 Storm Water Pollution Prevention Plan O1 58 13 Temporary Project Signage O1 60 00 Product Requirements O1 66 00 Product Storage and Handling Requirements O1 70 00 Mobilization and Remobilization O1 71 23 Construction Staking and Survey O1 74 23 Cleaning O1 77 19 Closeout Requirements O1 78 23 Operation and Maintenance Data O1 78 39 Project Record Documents CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 Last Revised 07/Ol /2011 07/O 1 /2011 02/08/2024 06/13/2025 02/24/2020 09/30/2021 09/30/2021 09/30/2021 09/30/2021 08/13/2021 09/30/2021 06/13/2025 07/O 1/2011 03/07/2025 06/13/2025 12/08/2023 12/08/2023 12/08/2023 07/O 1 /2011 03/08/2024 03/08/2024 Last Revised 12/20/2012 07/Ol /2011 08/17/2012 07/O 1 /2011 10/06/2023 07/O 1 /2011 12/20/2012 03/11/2022 03/09/2020 07/O 1 /2011 03/22/2021 07/O 1 /2011 07/O 1 /2011 03/09/2020 07/O 1/2011 ll /22/2016 02/14/2018 07/O 1 /2011 03/22/2021 12/20/2012 07/O 1/2011 2022 Bond Year 3— Conh-act 19 City Project No. 104325- Addendum #2 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 Technical Speci�cations which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 31- Earthwork � 31 10 00 � Site Clearing Division 34 - Transportation 34 71 13 � Traffic Control Additional Specifications 99 99 00 Additional Speci�cations TxDOT 132 Embankment TxDOT 247 Fle�ble Base TxDOT 360 Concrete Pavement TxDOT 361 Full-Depth Repair of Concrete Pavement TxDOT 531 Sidewalks TxDOT 666 Retroflectorized Pavemcnt Markings Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: http://fortworthtexas.gov/tpw/contractors/ or https://apps.fortworthtexas.�ov/Proi ectResources/ Division 02 - Existing Conditions � 02 41 13 Selective Site Demolition � 02 41 14 Utility Removal/Abandonment � 02 41 15 Paving Removal Division 03 - Concrete � 03 30 00 Cast-In-Place Concrete � 03 34 13 Controlled Low Strength Material (CLSM) � 03 34 16 Concrete Base Material far Trench Repair � 03 80 00 Modifications to Existing Concrete Structures Division 26 - Electrical I� r,,..,..,,,� �xT,.,.ir vo�„i+� � ,. �io„�,.;,,,,i I�ti�o r,o.�,,,�;.:,.r � ,- �10„�,.:,..,� c..��o,�,� I7��� D.,,.o....,..� .,..,] R,,.�o� 4;..- Rlv,.�.-;,,,,1 C..��o„.� I'���� TT,-..ao,-..,-.,,,,�,.] ll,,.,�� .,,,.a D.,,.o....,.,� 4:,,- Rlo,.+,-;...,1 C'.,�+o,�,� I��z-v-v�-��--�v ELY�YY1LtY1�Qi1,•,"' Ta„1�; r�,,,.� n,.,.,],,:� Division 31 - Earthwork � 31 00 00 Site Clearing � 31 23 16 Unclassified Excavation � 31 23 23 Borrow � 31 24 00 Embankments � 31 25 00 Erosion and Sediment Control CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 Last Revised 03/11/2022 12/20/2012 02/02/2016 06/13/2025 03/07/2025 12/20/2012 12/20/2012 03/11/2022 12/20/2012 I2�2��2�12 �%�01 �2 � 1 1 �2�26�2�16 03/22/2021 O1 /28/2013 O 1 /28/2013 O1/28/2013 04/29/2021 2022 Bond Year 3— Conh-act 19 City Project No. 104325- Addendum #2 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 31 36 00 Gabions �'� � Division 32 - Exterior Improvements � 32 O1 17 Permanent Asphalt Paving Repair � 32 Ol 18 Temporary Asphalt Paving Repair � 32 O1 29 Concrete Paving Repair � 32 11 23 Flexible Base Courses � 32 11 29 Lime Treated Base Courses � 32 11 33 Cement Treated Base Courses � 32 11 37 Liquid Treated Soil Stabilizer � 32 12 16 Asphalt Paving I���� n �,.t�.,,� n„� ;,� �.-.,,.v co„i„r�� � 32 13 13 Concrete Paving � 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps � 32 13 73 Concrete Paving Joint Sealants � �"'�o �r�,�lT,�t�g � 32 16 13 Concrete Curb and Gutters and Valley Gutters � 32 17 23 Pavement Markings � 32 17 25 Curb Address Painting � �7 �, , � n r a r_�.,.o� �'l.5 \.1'l;�rv-cccca I�'��-�i ztiv �x7:«o �o,�,.o� .,,�.�1 ('_.,�o� � 32 31 29 Wood Fences and Gates � 32 32 13 Cast-in-Place Concrete Retaining Walls � 32 91 19 Topsoil Placement and Finishing of Roadway Right-of-ways � 32 92 13 Sodding � �''�� 1`t,i1 1`.L��;� o�� � ���� r�, „ a �x�'ia�,..., �8-�/.'�i,�1 ,r:ia�irctxxv-vr1 C7O"�;�b � �''�� �ees--�r�d E'.��'�o Division 33 - Utilities 33 O1 30 Sewer and Manhole Testing 33 O1 31 Closed Circuit Television (CCTV) Inspection — Sanitary Sewer � 33 O1 32 Closed Circuit Television (CCTV) Inspection — Storm Drain � 33 03 10 Bypass Pumping of Existing Sewer Systems I���vrrnv T.,;,,.r R.,,-.a;,�,.. .,,-..�1 Rlo„r,-;,,.,1 T�.,1.,�;.,,, I2 2�Ti !''„«,-„�;,,,� !'',.,.�«„1 To�r Cr„r;,,,,� I22Tsv�t TR.,,.,�.,.�;,,.�. A,�.,�,1,. (`.,�L.,�,l;,. D,-,.+,,,.+;,..�. C.,�+,,,�. � 33 04 30 Temporary Water Services � 33 04 40 Cleaning and Acceptance Testing of Water Mains � 33 04 50 Cleaning of Pipes � 33 OS 10 Utility Trench Excavation, Embedment, and Backfill � 33 OS 12 Water Line Lowering � 33 OS 13 Frame, Cover and Grade Rings 33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade I���o r„�,.,.e.e �x�„�o.. ��.,,,i�� � 33 OS 17 Concrete Collars � 33 OS 20 Auger Boring I � ��T 'T'u�"�.� T i � �@ CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 12/20/2012 12/20/2012 12/20/2012 12/20/2012 06/13/2025 12/20/2012 12/20/2012 06/10/2022 08/21/2015 6/07/2024 12/20/2012 06/13/2025 12/09/2022 12/20/2012 12/20/2012 12/09/2022 06/10/2022 11 /04/2013 I 2�20�2 � I Z I 2�20�2 � 12 12/20/2012 06/OS/2018 03/11/2022 OS/13/2021 OS/13/2021 10/06/2023 12/20/2012 09/07/2018 03/11/2022 12/08/2023 12/20/2012 I2�2��2�12 I2�20�2�12 I 2�2��2� I Z 07/O1/2011 02/06/2013 03/11 /2022 06/13/2025 12/20/2012 09/09/2022 03/11/2022 12/20/2012 03/11/2022 12/20/2012 12/20/2012 2022 Bond Year 3— Conh-act 19 City Project No. 104325- Addendum #2 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 33 OS 22 �� 33OS24 33OS26 33 OS 30 33 11 05 33 11 10 33 11 11 33 11 12 22 11 12 33 11 14 33 12 10 � �TJ-'�T 33 12 20 �� i� � 33 12 25 � ��o 33 12 40 33 12 50 2 2�nv �?J,� �� ?, , � �� �i � 33 31 20 ���i�� � 333122 � 33 31 23 � 33 31 50 I 2 2�0 I � ��o � 33 39 20 � 33 39 30 � � ��o � 33 39 60 � 33 41 10 � � ��_ I � �i i� � � ��-^�� 33 46 00 334601 � 33 46 02 � � ��-^�o � 33 49 20 I� ��-^mo Steel Casing Pipe Installation of Carrier Pipe in Casing ar Tunnel Liner Plate Utility Markers/Locators Location of Existing Utilities Bolts, Nuts, and Gaskets Ductile Iron Pipe Ductile Iron Fittings Polyvinyl Chloride (PVC) Pressure Pipe !-'..,�.,.,-o+a D,-o��,,,-„ Dlj7�� �1a1' `1`Y-cc�s�ccrv�@@fZ,r--`p'iiiic€��j�c Buried Steel Pipe and Fittings Water Services 1-inch to 2-inch T .. o tx7..4o.- A/Tv4o.-�, Resilient Seated Gate Valve n�ar�x�n n„��o.. co.,.oa �,,..o..�., ��.,i, o� Connection to Existing Water Mains Ea':i�,�l�r✓.,,� n;,- ��„i, o n ��o.,.�,i;o� �,- n„�.,i.io �x�„+o.- c.,�.o.,,� Fire Hydrants Water Sample Stations Cr.,,,a�,-,] R1,,... „4'F�I.,I..o A ��0.,.1.1., C�a: it2 ?ll.�� n:�o �rrnn� ����z ��€cr�od Di�� � ���� �a�t�..t�,�� u;,.t, r�o ;., v,.i� o.t,�,io o(�'�D�) Dip� �� �� :i�1;�€� Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe �„i.,.,;�..� rt,i,»-;ao �nvr� ri„�oa n,-„�;ie r,-.,.,;�.. S.�'1ri'i^7��d6�€� � Sanitary Sewer Slip Lining Sanitary Sewer Pipe Enlargement Sanitary Sewer Service Connections and Service Line Eo�,'��ti�r�ir �,�l�r�� �z�t�.,.r;, co..,o.. �,...,.o r�r.,;�� �''..�� :.�. Dl.,,.,. �'',�,-.,.,-��� T�f.,.�.l.,,l„� Precast Concrete Manholes Fiberglass Manholes �xr.,�.o..,,,�o,. n,.,,o�� �t�.,.�.t,o,. «x�n�� Liners for Sanitary Sewer Structures Reinforced Concrete Storm Sewer Pipe/Culverts u;,.�, r�o��;.., v,.i�,o.t,.,ia�o (�'�D�) Dip���'��i:� Do;,,F ,-,.o.] D„l..o�l.�.lo„o /C`i�D�l Dip� �� �L�i�� ?l���ci�: ��ii�� Subdrainage Slotted Storm Drains Trench Drains !-'.,�� ;,, Dl.,..o TR.,..L...lo� .,...a T,,....�:.,,, R...,o� Curb and Drop Inlets ����2 ��t2,,,.,, u,,,,a..,,,ii� „�a �xr,�,... „ii� 12/20/2012 12/20/2012 12/09/2022 12/20/2012 12/20/2012 12/20/2012 12/09/2022 09/20/2017 09/09/2022 03/07/2025 12/20/2012 02/14/2017 1 2�20�2� 1 2 OS/06/2015 04/23/2019 02/06/2013 12/20/2012 O1 /03/2014 12/20/2012 06/19/2013 12/20/2012 12/20/2012 04/23/2019 09/09/2022 12/20/2012 Division 34 - Transportation � 34 41 10 Traffic Signals � 34 41 10.01 Attachment A— Controller Cabinet � 34 41 10.02 Attachment B— Controller Specification CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 12/20/2012 12/20/2012 04/26/2013 12/20/2012 12/13/2024 12/13/2024 12/13/2024 12/20/2012 04/29/2021 07/O1 /2011 12/20/2012 ll/13/2015 06/10/2022 12/20/2012 07/O1 /20ll 07/O1 /2011 12/13/2024 03/11/2022 07/O1/20ll 03/11/2022 12/18/2015 02/2012 2022 Bond Year 3— Conh-act 19 City Project No. 104325- Addendum #2 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 � 34 41 10.03 I � ^�� � 34 41 13 � � ^�� I� � n�.,�no.,r I� n n�� I� n n�� � 34 41 30 � � ^�-^�o � 34 71 13 Attachment C — Software Specification -ro..,r,,,-.,,-., rr,-.,��;,. c;,.,,.,i� Removing Traffic Signals �. Tlkt�il�t.i.3�r^�� ��,'�i � �tQ�l �� P.��- �a�����c L' ............. T L'Tl D,..,,7....,�, ;�.�2iYT1nY�S D„�;,7,..�.�;.,1 T L'Tl D,..,,7.. ., , ,T..%;c�iY"1.'�"l�.,l1L� Aluminum Signs c:�,.io ra„ao �;i.o,. n..+:,. �.,i-.io Traffic Control O1/2012 11 /22/2013 03/11 /2022 12/20/2012 06/15/2015 06/15/2015 �6�15�2�1 S 11/12/2013 02/26/2016 03/22/2021 Appendix 6�-4J 1 GG4.02 a�T('il f�-49� ��.� GC-6.07 GG6.09 �1 GR-01 60 00 ���:1��✓lit;, ��� Subsurface and Physical Conditions TJi. L�ear��z �r•�ir„�,.,or...i r,».a;.;,,r ,,. c:.e A � o�^t-�Jrn°�a Wage Rates Permits and Utilities ?`T Product Requirements END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 Bond Year 3— Contract 19 Revised June 13, 2025 City Project No. 104325- Addendum #2 00 42 33 BID PROPOSAL Pngc 1 01'6 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Projecl Ilem Information Bidlist Item No. Description Unit 1 - ater Improvements 1 3311.0161 6" PVC Water Pipe 2 3311.0261 8" PVC Water Pipe 3 3311.0461 12" PVC Water Pipe 4 3305.2005 8" Water Carrier Pipe 5 3305.1002 20" Casing By Open Cut 6 3305.1102 20" Casing by Other Than Open Cut 7 3312.3003 6" Gate Valve 8 3312.3003 8" Gate Valve 9 3312.3005 12" Gate Valve 10 0241.1302 Remove & Salva9e 6" Water Valve 11 0241.1303 Remove & Salvage 8" Water Valve 12 0241.1305 Remove & Salvage 12" Water Valve 13 0241.1118 4"-12" Pressure Plug 14 0241.3013 Remove 18" Storm Line 15 0241.3014 Remove 21" Storm Line 16 0241.3015 Remove 24" Storm Line 17 0241.3017 Remove 30" Storm Line 18 3304.0101 TemporaryWaterServices 19 3305.0103 Exploratory Excavation of Existing Utilities 20 3311.0001 Ductile Iron Water Fittings w/ Restraint 21 3305.0003 8" Waterline Lowering 22 3312.0117 Connection to Existing 4"-12" Water Main 23 3312.2001 1" Water Service, Meter Reconnection 24 3312.2003 1"WaterService 25 33122004 1" Private Water Service, Relocation 26 3312.2201 2" Water Service, Meter Reconnection 27 331222032"WaterService 28 0241.1511 Salvage 3/4" Water Meter 29 3312.0001 Fire Hydrant 30 0241.1510 Salvage Fire Hydrant 31 0241.1001 Water Line Grouting 32 0241.1218 4"-12"WaterAbandonmentPlug 33 3305.0202 Imported Embedment/Backfill, CSS 34 3305.0203 Imported EmbedmenUBackfill, CLSM 35 3305.0207 Imported EmbedmenUBackfill, Select Fill 36 37 38 39 40 41 42 43 44 Bidder's Proposal Specificalion I Unit of I gid Quantity Unit Price I 8id Value Section No. Measure 33 11 12 33 11 12 33 11 12 33 05 22 33 05 22 33 05 22 33 12 20 33 12 20 33 12 20 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 33 04 30 33 05 30 33 12 25 33 05 12 33 12 25 33 12 10 33 12 10 33 12 10 33 12 10 33 12 10 02 41 14 33 12 40 02 41 14 02 41 14 02 41 14 33 05 10 33 OS 10 33 05 10 3305.0204 Imported EmbedmenUBackfill, Crushed Rock 33 05 10 3305.0111 Valve Box Adjustment 33 05 14 3305.0117 Concrete Collar for Valve 33 OS 17 0241.1400 Remove Conc Valley Gutter 02 41 15 3216.0301 7" Conc Valley Gutter, Residential 32 16 13 0241.0300 Remove ADA Ramp 02 41 13 3213.0507 Barrier Free Ramp, Type P-2 32 13 20 3201.0400 Temporary Asphalt Paving Repair (2" HMAC 32 01 18 over 6" Flexbase) 3201.0111 4' W ide Asphalt Pvmt Repair, Residential 32 01 17 LF LF LF LF LF LF EA EA EA EA EA EA EA LF LF LF LF LS EA TON EA EA EA EA LF EA EA EA EA EA CY EA CY CY CY CY EA EA SY SY EA EA LF Bidder's Application 120 8680 780 200 20 180 7 36 5 10 12 3 3 20 20 20 20 1 7 8 20 24 165 165 260 1 1 165 7 4 50 13 100 100 500 100 5 16 360 360 5 4 9900 LF 500 45 3201.0121 4' Wide Asphalt Pvmt Repair, Arterial 32 01 17 LF 340 46 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, 32 01 17 Residential 4� 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, 32 01 17 Arterial 48 0241.1700 Pavement Pulverization (11 ") 02 41 15 49 3211.0601 8" CEMLIMET"" (32 LBS./SY) 32 11 29 50 3212.0305 3" Asphalt Pvmt Superpave SP-D 32 12 16 51 0241.1506 2" Surface Milling 02 41 15 52 3212.0304 2" Asphalt Pvmt Superpave SP-D 02 41 15 a'n� or r�oirr woa-n i 5'rnnoaao co�s�raccnoN svraricano� uoccMrry rs Rav�sed 9/302021 SY 100 SY 100 SY 11040 TN 180 SY 11040 SY 1010 SY 1010 2022 BOND YEAR 3 CONTRACT 19 CITY PROJECT NO. 104325 - Bid Proposal Work Book Addendum 2 00 42 33 BID PROPOSAL Pngc 2 01'6 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Projecl Ilem Information Bidder's Proposal Bidlist Description Specificalion Unit of gid Quantity Unit Price 8id Value Item No. Section No. Measure 53 0241.0100 Remove Sidewalk 02 41 13 SF 820 54 0241.0401 Remove Concrete Drive 02 41 13 SF 2200 55 3213.0301 4" Concrete Sidewalk 32 13 20 SF 820 56 3213.0401 6" Concrete Driveway 32 13 20 SF 1240 57 3213.0403 8" Concrete Driveway 32 13 20 SF 960 58 0241.1000 Remove Conc Pvmt 02 41 15 SY 500 59 3201.0616 Conc Pvmt Repair, Arterial/Industrial 32 01 17 SY 500 60 0241.1300 Remove Conc Curb&Gutter 32 16 13 LF 1040 61 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 1040 62 3217.5001 CurbAddressPainting 321725 EA 6 63 3217.0502 Preformed Thermoplastic Contrast Markings - LF 50 24" Stop Bars 32 17 23 64 3217.0502 Preformed Thermoplastic Contrast Markings - 32 17 23 LF 140 24" Crosswalk 65 32172001 Raised Marker TY W 32 17 23 EA 56 66 3217.2002 Raised Marker TY Y 32 17 23 EA 28 67 3217.0101 6" SLD Pvmt Marking HAS (W ) 32 17 23 LF 150 68 3217.0201 8" SLD Pvmt Marking HAS (W) 32 17 23 LF 125 69 3217. 6" SLD Pvmt Marking HAS (Y) 32 17 23 LF 1060 70 3217.0402 1S" SLD Pvmt Marking HAE (Y) 32 92 13 LF 50 71 3217.1004 Lane Legend Only 32 91 19 EA 1 72 3217.1002 Lane Legend Arrow 33 05 10 EA 1 73 32172103 REFL Raised Marker TY II-A-A 32 17 23 EA 50 74 32172104 REFL Raised Marker TY II-C-R 32 17 23 EA 10 75 3292.0100 Block Sod Placement 32 92 13 SY 590 76 3291.0100 Topsoil 32 91 19 CY 60 77 3305.0109 Trench Safety 33 05 10 LF 9260 74 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 550 75 3110.0102 6"-12" Tree Removal 31 10 00 EA 2 76 3110.0105 24" and Larger Tree Removal 31 10 00 EA 2 77 3305.0110 Utility Markers 33 05 26 LS 1 78 3341.0103 18" RCP, Class III 33 41 10 LF 20 79 3341.0201 21" RCP, Class III 33 41 10 LF 20 80 3341.0205 24" RCP, Class III 33 41 10 LF 20 81 3341.0302 30" RCP, Class III 33 41 10 LF 20 82 0171.0101 Construction Staking (Water) 01 71 23 LS 1 83 0171.0102 Construction Survey (GPS Redline Survey) 01 71 23 LS 1 84 3125.0101 SWPPP >_ 1 acre 31 2500 LS 1 85 3471.0001 Traffic Control (Water) 34 71 13 MO 5 86 9999.0001 Miscellaneous Utility Adjustment (Irrigation) 99 99 01 LS 1 $10,000.00 $10,000.00 87 9999.0002 Water Construction Allowance 99 99 02 LS 1 $100,000.00 $100,000.00 88 9999.0003 TxDOT Type 1 Ramp (TXDOT 531 7015) TXDOT 531 EA 1 7015 89 9999.0004 TxDOT Embank (FNL)(OC)(TY C)(TxDOT TXDOT 132 CY 120 132-7006) 7006 90 9999.0005 6" Flexible Base Type D Grade 1-2 (TxDOT TXDOT 247 SY 3092 Bid Item 247 7056) 91 9999.0006 Full - Depth Repair CRCP (11 ")(TXDOT 361) TXDOT 361 SY 3092 9999.0007 All-WTHER PM TY I(W)4"(SLD)(100MIL) TXDOT 666 92 (TxDOT Bid Item 666 7306) 7306 LF 890 9999.0008 All-WTHER PM TY I(W)4"(BRK)(100MIL) TXDOT 666 93 (TxDOT Bid Item 666 7307) 7307 LF 650 9999.0009 All-WTHER PM TY I(Y)4"(SLD)(100MIL) TXDOT 666 94 (TxDOT Bid Item 666 7312) 7312 LF 730 S�ub-Total Jnit 1 - Water�mprovements $11Q000.00 Unit 2- Sanitary Sewer Improvements 1 3331.4115 8" PVC Sewer Pipe 2 3331.4115 8" DI Sewer Pipe 3 3331.1102 8" Pipe Enlargement 4 3331.3101 4" Sewer Service crn� or r�oirr woa-n i 5'rnnoaao co�s�raccnoN svraricano� uoccMrry rs Rav�sed 9/302021 33 11 10 33 31 12 LF 3760 33 31 20 331110 LF 320 33 05 22 LF 150 33 31 50 EA 102 2022 BOND YEAR 3 CONTRACT 19 CITY PROJECT NO. 104325 - Bid Proposal Work Book Addendum 2 00 42 33 BID PROPOSAL Pngc 3 01'6 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Projecl Ilem Information Bidder's Application Bidder's Proposal Bidlist Description Specificalion Unit of gid Quantity Unit Price 8id Value Item No. Section No. Measure 5 3305.1002 20" Casing By Open Cut 33 05 22 LF 10 6 3303.0001 Bypass Pumping 33 03 10 LS 1 7 3339.1001 4' Manhole 33 39 10 EA 34 33 39 20 8 3339.1002 4' Drop Manhole 33 39 10 EA 1 33 39 20 9 3339.1003 4' Extra Depth Drop Manhole 33 39 10 VF 21 33 39 20 10 3339.0003 Liner - 4' Sewer MH (Chesterton or Warren 33 39 60 VF 30 Coating) 11 3305.0107 Manhole Adjustment, Minor 33 05 17 EA 35 � 2 3305.0106 3305.0114 Manhole Adjustment, Major 33 05 14 EA 10 w/Cover 13 3305.0112 Concrete Collar for Manhole 33 05 17 EA 39 14 3301.0101 Manhole Vacuum Testing 33 01 30 EA 39 15 3301.0004 Final MH-CCN Inspection 33 01 31 EA 39 16 3301.0001 Pre-CCN Inspection 33 01 31 LF 509 17 3301.0002 Post-CCN Inspection 33 01 31 LF 4270 18 3301.0003 Final-CCN Inspection 33 01 31 LF 4270 19 3292.0100 Block Sod Placement 32 92 13 SY 350 20 3291.0100 Topsoil 32 91 19 CY 38 21 3305.0109 Trench Safety 33 05 10 LF 3890 22 3305.0202 Imported EmbedmenUBackfill, CSS 33 05 10 CY 100 23 3305.0203 Imported EmbedmenUBackfill, CLSM 33 05 10 CY 100 24 3305.0207 Imported EmbedmenUBackfill, Select Fill 33 05 10 CY 500 25 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 3 26 02412201 Remove 4' Sewer Manhole 02 41 14 EA 18 27 0241.1400 Remove Conc Valley Gutter 02 41 15 SY 30 28 02412001 Sanitary Line Grouting 02 41 14 CY 3 29 0241.2102 6" Sewer Abandonment Plug 02 41 14 EA 8 30 02412103 8" Sewer Abandonment Plug 02 41 14 EA 2 31 3216.0301 7" Conc Valle� Gutter, Residential 32 16 13 SY 30 32 3201.04 Temporary Asphalt Paving Repair (2" HMAC 32 01 18 LF 5300 over 6" Flexbase) 33 3201.0111 4' W ide Asphalt Pvmt Repair, Residential 32 01 17 LF 200 34 3201.0121 4' W ide Asphalt Pvmt Repair, Arterial 32 01 17 LF 120 35 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, 32 01 17 SY 50 Residential 36 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, 32 01 17 SY 50 Arterial 37 0241.1506 2" Surface Milling 02 41 15 SY 905 38 3212.0304 2" Asphalt Pvmt Superpave SP-D 02 41 15 SY 905 39 0241.0100 Remove Sidewalk 32 13 20 SF 230 40 3213.0301 4" Concrete Sidewalk 32 13 20 SF 230 41 0241.0401 Remove Concrete Drive 32 13 20 SF 600 42 3213.0403 8" Concrete Driveway 32 13 20 SF 600 43 3217.5001 Curb Address Paintinq 32 17 25 EA 3 44 0241.1300 Remove Conc Curb&Gutter 02 41 14 LF 40 45 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 40 46 3110.0102 6"-12" Tree Removal 31 10 00 EA 1 47 3110.0104 18"-24" Tree Removal 31 10 00 EA 1 48 3305.0110 Utility Markers 33 05 26 LS 1 49 0171.0101 Construction Staking (Sanitary Sewer) 01 71 23 LS 1 50 0171.0102 Construction Survey (GPS Redline Survey) 01 71 23 LS 1 51 3125.0101 SWPPP >_ 1 acre 31 25 00 LS 1 52 3471.0001 Traffic Control (Sanitary Sewer) 34 71 13 MO 3 53 9999.0001 Miscellaneous Utility Adjustment (Irrigation) 99 99 01 LS 1$5,000.00 $5,000.00 54 9999.0002 Sewer Construction Allowance 99 99 02 LS 1$50,000.00 $50,000.00 55 9999.00010 Brace Power Pole 99 99 10 EA 2 56 9999.00011 Remove and Replace Curb Wall 99 99 11 LF 10 �ub-Total Jnit 2- Sanitary Sewer �mprovements $55,000.00 Unit 3 - Stormwater Improvements crn� or r�oirr woa-n i 5'rnnoaao co�s�raccnoN svraricano� uoccMrry rs Rav�sed 9/302021 2022 BOND YEAR 3 CONTRACT 19 CITY PROJECT NO. 104325 - Bid Proposal Work Book Addendum 2 00 42 33 BID PROPOSAL Pngc 4 01'6 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Projecl Ilem Information Bidlist Item No. 1 2 3 4 5 6 7 8 9 Description Bidder's Application Bidder's Proposal Specificalion Unit of gid Quantity Unit Price 8id Value Section No. Measure 0241.3014 Remove 21" Storm Line 02 41 14 LF 124 3201.0400 Temporary Asphalt Paving Repair (2" HMAC � 32 01 18 LF 124 3301.0012 Post-CCN Inspection of Storm Drain 33 01 32 LF 124 3305.0109 Trench Safety 33 05 10 LF 124 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 1 3341.0201 21" RCP, Class III 33 41 10 LF 124 0171.0101 Construction Staking (Stormwater) 01 71 23 LS 1 3125.0101 SWPPP >_ 1 acre 31 25 00 LS 1 9999.0002 Stormwater Construction Allowance 99 99 02 LS 1$20,000.00 $20,000.00 Sub-Tocal Unit � - Stormwater lmprovements $20,000.00 Unit 4 - Paving Improvements 1 B 0241.1100 Remove Asphalt Pvmt 2B 3123.0101 Unclassified Excavation by Plan 3B 3211.0502 8" Lime Treatment (32 LBS./SY) 4B 3211.0400 Hydrated Lime 5B 3213.0101 6" Conc Pvmt 6B 3305.0111VaIveBoxAdjustment 7B 3305.0107 Minor Manhole Adjustment, Minor � 0241.1000 Remove Gonc Pvmt (Benbrook Blvd) 2 0241.1100 Remove Asphalt Pvmt (Benbrook Blvd) 3 3123.0101 Unclassified Excavation by Plan (Benbrook Blvd) 4 3211.0400 Hydrated Lime (Benbrook Blvd) 5 3211.0502 8" Lime Treatment (32 LBS./SY) (Benbrook Blvd) 6 3213.0102 7" Conc Pvmt (Benbrook Blvd) 7 3305.0111 Valve Box Adjustment (Benbrook Blvd) $ 3305.0107 Minor Manhole Adjustment, Minor (Benbrook Blvd) 9 3124.0101 Embankment by Plan 10 0241.0100 Remove Sidewalk 11 �241.1400 R0mOv2 GOnC Valley GUtt2� 12 0241.0200 Remove Step 13 0241.0300 Remove ADA Ramp 14 0241.0500 Remove Fence 15 0241.0401 Remove Concrete Drive 16 0241.1300 Remove Conc Curb&Gutter 17 0241.0600 Remove Wall <4' 18 0241.0705 Remove and Replace Mailbox - Brick 19 0241.1800 Remove Speed Cushion 20 3110.0111 Site Clearing 21 3110.0102 6"-12" Tree Removal 22 3110.0103 12"-18" Tree Removal 23 3110.0104 18"-24" Tree Removal 24 3110.0105 24" and Larger Tree Removal 25 3212.0401 HMAC Transition 26 3213.0301 4" Conc Sidewalk 27 3213.0311 4" Conc Sidewalk, Adjacent to Curb 28 3213.0322 Conc Curb at Back of Sidewalk 29 3213.0321 Conc Sidewalk, Adjacent to Ret Wall 30 3232.0100 Conc Ret Wall Adjacent to Sidewalk 31 3213.0401 6" Concrete Driveway 32 3213.0506 Barrier Free Ramp, Type P-1 33 3213.0507 Barrier Free Ramp, Type P-2 34 3213.0501 Barrier Free Ramp, Type R-1 35 3213.0504 Barrier Free Ramp, Type M-2 36 3213.0509 Barrier Free Ramp, Type C-2 37 3217.0101 6" SLD Pvmt Marking HAS (W) 38 3217.0103 6" SLD Pvmt Marking HAS (Y) 39 3217.0201 8" SLD Pvmt Marking HAS (W) 40 3217.0401 18" SLD Pvmt Marking HAE (W) 41 3217.0501 24" SLD Pvmt Marking HAE (W) crn� or r�oirr woiz-n i 5'rnnoaao co�s�raccnoN svraricano� uoccMrry rs Rav�sed 9/302021 02 41 15 31 23 16 32 11 29 32 11 29 32 12 16 33 OS 14 33 05 14 02 41 15 02 41 15 31 23 16 32 11 29 32 11 29 32 12 16 33 05 14 33 OS 14 31 24 00 02 41 13 02 41 15 02 41 13 02 41 13 02 41 13 02 41 15 02 41 15 02 41 13 02 41 13 02 41 15 31 10 00 31 10 00 31 10 00 31 10 00 31 10 00 32 12 16 32 13 20 32 13 20 32 13 20 32 13 20 32 32 13 32 13 20 32 13 20 32 13 20 32 13 20 32 13 20 32 13 20 32 17 23 32 17 23 32 17 23 32 17 23 32 17 23 SY CY SY TN SY EA EA SY SY CY TN SY SY EA EA CY SF SY SF EA LF SF LF LF EA EA SY EA EA EA EA TN SF SF LF SF SF SF EA EA EA EA EA LF LF LF LF LF 18280 1110 18450 300 17560 18 10 13850 13360 450 230 14375 13150 9 250 20006 145 50 21 35 25000 11790 20 1 4 500 5 2 5 2 70 49130 1580 1000 100 100 27000 29 2 20 8 1 6030 6440 200 60 810 2022 BOND YEAR 3 CONTRACT 19 CITY PROJECT NO. 104325 - Bid Proposal Work Book Addendum 2 00 42 33 BID PROPOSAL Pngc 5 01'6 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Projecl Ilem Information Bidlist Description Specificalion Unitof Item No. Section No. Measure 42 3217.1002 Lane Legend Arrow 32 17 23 EA 43 3217.1004 Lane Legend Only 32 17 23 EA 3217.1016 Preformed Thermoplastic Contrast Markings 32 17 23 EA 44 - Leqend Yield Symbol 45 3217.2103 REFL Raised Marker TY II-A-A 32 17 23 EA 46 3217.2104 REFL Raised Marker TY II-C-R 32 17 23 EA 47 3217.5001 Curb Address Painting 32 17 25 EA 48 3292.0100 Block Sod Placement 32 92 13 SY 49 3291.0100 Topsoil 32 91 19 CY 50 3231.0412 6' Fences, Wood 32 31 29 LF 51 3346.0008 4" Pipe Underdrain, Type 8 33 46 00 LF 52 3349.5005 Remove and Replace Inlet Top, 5' 33 49 20 EA 3441.1031 Furnish/Install Audible Pedestrian Pushbutton 34 41 10 EA 53 Station 54 3441.1033 Remove Pedestrian Pushbutton Station 34 41 10 EA 55 2605.3015 2" CONDT PVC SCH 80 (T) 34 41 10 LF 56 3441.1311 5/C 14 AWG Multi-Conductor Cable 34 41 10 LF 57 3441.1322 3/C 14 AWG Multi-Conductor Cable 34 41 10 LF 58 3441.1414 NO 8 Bare Elec Condr 34 41 10 LF 59 60 61 62 63 64 65 66 67 68 69 70 71 72 3441.1503 Furnish/Install Ground Box Type D, w/Apron 34 41 10 EA 3441.1507 Remove Ground Box 34 41 10 EA 3441.4003 Furnish/Install Alum Sign Ground Mount City 34 41 30 EA Std. 3441.4004 Furnish/Install Alum Sign Ex. Pole Mount 34 41 30 EA 0171.0101 Construction Staking (Paving) 01 71 23 LS 3125.0101 SWPPP >_ 1 acre 31 25 00 LS 3471.0001 Traffic Control (Paving) 34 71 13 MO 9999.0001 Miscellaneous Utility Adjustment (Irrigation) 99 99 01 LS 9999.0002 Paving Construction Allowance 99 99 02 LS 9999.0012 Modified Barrier Free Ramp, Type M-2 99 99 12 EA 9999.0013 6" Raised Concrete Median 99 99 13 SY 9999.0014 Speed Hump-TL Standard 99 99 14 EA 9999.0015 1" Asphalt Pvmt Type D(DG-D) 99 99 15 SY 9999.0016 Remove and Salvage Brick & Stone Sidewalk 99 99 16 SF Bidder's Application Bidder's Proposal Bid Quantity Unit Price 8id Value 4 4 11 86 10 100 20900 3540 35 100 6 1 1 40 40 40 40 2 2 35 30 1 1 7 1 $50,000.00 $50,000.00 1 $150,000.00 $150,000.00 1 40 12 13800 300 73 9999.0017 Remove and Salvage Brick & Stone Driveway 99 99 17 SF 50 74 9999.0018 Concrete Steps 99 99 18 SF 30 Sub-Total Unit 4- Paving Improvements Base �id (Concrete) $200,000.00 Unit 4A- Paving Improvements Alternative A(POL)� 1A 0241.1700 11-inch Pavement Pulverization 02 41 15 2A 3211.0601 CEMLIMET"" 321b/SY 3211 33 3A 3216.0101 6" Conc Curb and Gutter 32 16 13 4A 3212.0305 3" Asphalt Pvmt Superpave SP-D 32 12 16 5A 3305.0111 Valve Box Adjustment w/ Concrete Collar 33 05 17 6A 3305.0112 Manhole Adjustment w/ Concrete Collar 33 OS 17 7A 3216.0301 7" Conc Valley Gutter, Residential 32 16 13 SA 3123.0101 Unclassified Excavation by Plan 31 23 16 Deduct Items 1 B thru 7B SY 16794 TN 290 LF 8300 SY 16794 EA 18 EA 10 SY 300 CY 2500 Sub-Total Unit 4A - Pav ng Improvements Alternative A(POL) Bid Summary Unit 1: Water Improvements Unit 2: Sanitary Sewer Improvements Unit 3: Stormwater Improvements Unit 4: Paving Improvements Base Bid (Concrete) Unit 4A: Paving Improvements Alternate A(POL) crn� or r�oirr woa-n i 5'rnnoaao co�s�raccnoN svraricano� uoccMrry rs Rav�sed 9/302021 $110,000.00 $55,000.00 $2Q000.00 $20Q000.00 2022 BOND YEAR 3 CONTRACT 19 CITY PROJECT NO. 104325 - Bid Proposal Work Book Addendum 2 00 42 33 BID PROPOSAL Pngc 6 01'6 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Projecl Ilem Information Bidder's Proposal Bidlist Description I Specificalion � Unit of � gid Quantity Unit Price 8id Value Item No. Section No. Measure Tota 1 Base Bid Concrete Units 1,2,3 & 4 $385,000.00 Total with alternate A(POL) Units 1,2,3, 4& 4A $385,000.00 `Note: The City Reserves the right to select either Total 1 or Total 2. crn� or r�oirr woa-n i 5'rnnoaao co�s�raccnoN svraricano� uoccMrry rs Rav�sed 9/302021 2022 BOND YEAR 3 CONTRACT 19 CITY PROJECT NO. 104325 - Bid Proposal Work Book Addendum 2 99 99 00 ADDITIONAL SPECIFICATIONS Page 1 of 3 SECTION 99 99 00 ADDITIONAL SPECIFICATIONS 9999.0001 Miscellaneous Structure 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 ar 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. 2. 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, etch, as required of the Contractor for managing Subcontractors. 9999.0002 Construction Allowance 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 bepaid 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. 4. Measurement and Payment a. Measurement for additional work covered by the respective Water 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 wark 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, etch, as required of the Contractor for managing CITY OF FORT WORTH 2022 Bond Year 3— Conh-act 19 City Project No. 104325- Addendum #2 99 99 00 ADDITIONAL SPECIFICATIONS Page 2 of 3 Subcontractors. 9999.0010 Brace Power Pole 1. Summary The work covered by this item is located as directed on the plans and shall include all work required to Brace Power Pole as needed to install water and sewer lines. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth and electric company current requirements and specifications. 2. Measurement and Payment a. Measurement for this Item shall be each of Brace Power Pole installed and completed. b. Payment for the work performed and materials furnished in accordance with this Item and measured as provided under "MeasuremenY' will be paid for at the unit price bid per each of Brace Power installed. Payment shall include all necessary materials, labor, equipment, fees, taxes, overhead and proiit, disposal, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective. 9999.0011 Remove and Replace Curb Wall 1. Summary The work covered by this item is located as directed on the plans and shall include all work required to return the curb wall to existing or better conditions. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth current requirements and specifications. 2. Measurement and Payment a. Measurement for this Item shall be by linear foot of Remove and Replace Curb Wall installed complete and in place. b. Payment for the work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of Remove and Replace Curb Wall installed. Payment shall include all necessary materials, labor, equipment, fees, taxes, overhead and profit, disposal, clean-up and restaration of disturbed areas, and all other related costs to accomplish the wark item's objective. 9999.00012 Modi�ed Barrier Free Ramp, Type M-2 Summary The work covered by this item shall be located as directed on the plans and installed as directed by the City. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth current requirements, specifications, and construction details whether included in the plans or not. Measurement and Payment a. Measurement for this Item sha11 be by each for Modified Barrier Free Ramp, Type M-2 installed. b. Payment for the work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each for Modi�ed Barrier Free Ramp, Type M-2. 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. CITY OF FORT WORTH 2022 Bond Year 3— Conh-act 19 City Project No. 104325- Addendum #2 99 99 00 ADDITIONAL SPECIFICATIONS Page 3 of 3 9999.0013 6" Raised Concrete Median 1. Summary The work covered by this item shall be located as directed on the plans (intersection at Park Ridge Ave and Cockrell Ave.) and installed as directed by the City. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth current requirements, specifications, and construction details whether included in the plans or not. 6" Raised Concrete Median shall adhere to the requirements of City concrete standards. 2. Measurement and Payment a. Measurement for this Item shall be by the square foot of 6" Raised Concrete Median on roadway as specified in the Drawings. Measurement shall include all provisions required to comply with the City of Fort Worth standards. b. Payment for the wark performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per the square foot of 6" Raised Concrete Median on roadway. Payment shall include all necessary materials, labor, testing, equipment, taxes, overhead and profit, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective. 9999.0014 Speed Hump — TL Standard 1. Summary The work covered by this item shall be located as directed on the plans (Park Ridge, approx.. Sta. 206+20 and Evans Ave, approx.. Sta. 103+10, Sta. 109+20, and Sta. ll 8+05) and installed as directed by the City. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth current requirements of TL Standard (see manufacturer reference in plans) or approved equal. Installation shall be in accordance with the manufacturer's recommendations and shall not create ponding or restriction of surface water. 2. Measurement and Payment a. Measurement for this Item shall be by each assembly for Speed Hump — TL Standaxd installed. Assembly for this installation shall be a minimum of 7'Lx6'Wx3"H on roadway as specified in the Drawings. Measurement shall include all provisions required to comply with the City of Fort Worth standards. b. Payment for the work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each of 6" Raised Concrete Median on roadway. Payment shall include all necessary materials, labor, testing, equipment, taxes, overhead and profit, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective. 9999.00151" Asphalt Pavement Type D(DG-D) 1. Summary The work covered by this item shall be located as directed on the plans (Benbrook Blvd) and installed as directed by the City. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth current requirements, specifications, and construction details whether included in the plans or not. 1" Asphalt Pavement Type D shall adhere to the requirements of City standards. 2. Measurement and Payment a. Measurement for this item shall be by square yard of completed and accepted asphalt pavement in its final position for the speciiied thickness and type. b. Payment for the work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per the following: CITY OF FORT WORTH 2022 Bond Year 3— Conh-act 19 City Project No. 104325- Addendum #2 99 99 00 ADDITIONAL SPECIFICATIONS Page 4 of 3 i. Shaping and fine-grading the placement area ii. Furnishing, loading, unloading, storing, hauling, and handling all materials included freight and royalty iii. Traffic control for all testing during construction activities iv. Asphalt, aggregate, and additive, v. Materials and work needed for corrective action vi. Trial batches vii. Tack coat viii. Removal and/or sweeping excess material 9999.0016 Remove and Salvage Brick & Stone Sidewalk 1. Summary The work covered by this item shall be located as directed on the plans (Park Ridge Blvd — North — Sta. 201+00 — Sta. 202+50). Prior to removal, Contractor shall provide digital video of location clearly depicting dimensions, existing conditions, lay patterns, joint details, mortar bed, edge treatments, etc. as required to fu11y capture the existing conditions and be able to reproduce in-kind. Prior to removal, Contractor and City staff shall meet with property owner to coordinate the intended plan to remove, salvage, and reinstall the stone walk. All materials, procedures, and warkmanship shall be in accordance with City of Fort Worth current requirements, speciiications and construction details. Warkmanship shall be of the highest quality as detertnined by the Engineer. Remove and salvage materials and protect for installation. Damaged materials to be replaced by Contractor in-kind at no separate pay. 2. Measurement and Payment a. Measurement for this Item sha11 be by the square foot of Remove, Salvage, and Reinstall Brick & Stone Walk installed in horizontal dimensions. b. Payment for the work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square foot of Remove, Salvage, and Reinstall Brick & Stone Walk installed. Payment shall include all necessary materials, labor, equipment, fees, taxes, overhead and profit, compacted decomposed granite to stabilize setting of stones, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective. 9999.0017 Remove and Salvage Brick & Stone Drive 1. Summary The work covered by this item shall be located as directed on the plans (Park Ridge Blvd — Sta. 201+00 — Sta. 202+50). Prior to removal, Contractor shall provide digital video of location clearly depicting dimensions, existing conditions, lay patterns, joint details, mortar bed, edge treatments, etc. as required to fully capture the existing conditions. Prior to removal, Contractor and City staff shall meet with property owner to coordinate the intended plan to remove and salvage to property owner. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth current requirements, specifications and construction details. Workmanship shall be of the highest quality as determined by the Engineer. Damaged materials to be replaced by Contractor in-kind at no separate pay. 2. Measurement and Payment a. Measurement for this Item shall be by the square foot of Remove and Salvage Brick & Stone Drive in horizontal dimensions. b. Payment for the wark performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square foot of CITY OF FORT WORTH 2022 Bond Year 3— Conh-act 19 City Project No. 104325- Addendum #2 99 99 00 ADDITIONAL SPECIFICATIONS Page 5 of 3 Remove and Salvage Brick & Stone Drive removed. Payment sha11 include all necessary materials, labor, equipment, fees, taxes, overhead and profit, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective. 9999.0018 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 the existing concrete steps. Contractor shall coordinate with property owner. Any removal of existing concrete steps shall be to the nearest existing dummy joint, expansion joint 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. b. Payment for the construction 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 the work. END OF SECTION CITY OF FORT WORTH 2022 Bond Year 3— Conh-act 19 City Project No. 104325- Addendum #2 2024 Specifications 132 Item 132 ��� Texas E m ba n km e nt ,Department of Transportation 1. DESCRIPTION Furnish, place, and compact materials for construction of roadways, embankments, levees, dikes, or any designated section of the roadway where additional material is required. 2. MATERIALS Furnish approved material capable of forming a stable embankment from required excavation in the areas shown on the plans or from sources outside the right of way. Provide one or more of the following types as shown on the plans. ■ Type A. Granular material that is free of vegetation or other objectionable material and meets the requirements shown in Table 1. Table 1 Testing Requirements � Property Test Method � Liquid limit Tex-104-E � Plasticity index (PI) Tex-106-E � Bar linear shrinkage Tex-107-E Perform the linear shrinkage test only as indicated in Tex-104-E. Specification Limit <_45 <_15 >2 ■ Type B. Materials such as rock, loam, clay, or other approved materials. ■ Type C. Material meeting the specification requirements shown on the plans. Type C may be further designated as Type C1, C2, etc. ■ Type D. Material from required excavation areas shown on the plans. Meet the requirements of the pertinent retaining wall Items for retaining wall backfill material. 3. CONSTRUCTION Meet the requirements of Item 7, "Legal Relations and Responsibilities," when off right of way sources are used. Notify the Engineer before opening a material source to allow for required testing. Complete preparation of the right of way in accordance with Item 100, "Preparing Right of Way," for areas to receive embankment. Backfill tree-stump holes or other minor excavations with approved material and tamp. Restore the ground surface, including any material disked loose or washed out, to its original slope. Compact the ground surface by sprinkling in accordance with Item 204, "Sprinkling," and by rolling using equipment complying with Item 210, "Rolling," when directed. Scarify and loosen the unpaved surface areas, except rock, to a depth of at least 6 in. unless otherwise shown on the plans. Bench slopes before placing material. Begin placement of material at the toe of slopes. Do not place trees, stumps, roots, vegetation, or other objectionable material in the embankment. Simultaneously recompact scarified material with the placed embankment material. Do not exceed the layer depth specified in Section 132.3.4., "Compaction Methods." 2024 Specifications 132 Construct embankments to the grade and sections shown on the plans. Construct the embankment in layers approximately parallel to the finished grade for the full width of the individual roadway cross-sections unless otherwise shown on the plans, Ensure that each section of the embankment conforms to the detailed sections or slopes. Maintain the finished section, density, and grade until the project is accepted. 3.1. Earth Embankments. Earth embankment is mainly composed of material other than rock. Construct embankments in successive layers, evenly distributing materials in lengths suited for sprinkling and rolling. Obtain approval to incorporate rock and broken concrete produced by the construction project in the lower layers of the embankment. Place the rock and concrete outside the limits of the completed roadbetl when the size of approved rock or broken concrete exceeds the layer thickness requirements in Section 132.3.4., "Compaction Methods." Cut and remove all exposed reinforcing steel from the broken concrete. Move the material dumped in piles or windrows by blading or by similar methods and incorporate it into uniform layers. Featheredge or blend abutting layers of dissimilar material for at least 100 ft. to ensure there are no abrupt changes in the material. Break tlown clods or lumps of material. Apply water free of industrial wastes and other objectionable matter to achieve the uniform moisture content specified for compaction. Roll and sprinkle each embankment layer in accordance with Section 132.3.4.1., "Ordinary Compaction," when ordinary compaction is specified. Compact the layer to the required density in accordance with Section 132.3.4.2., "Density antl Moisture Control," when density control is specified. 3.2. Rock Embankments. Rock embankment is mainly composed of rock. Construct rock embankments in successive layers for the full width of the roadway cross-section with a depth of 18 in. or less. Increase the layer depth for large rock sizes as approved. Do not exceed a depth of 2-112 ft. in any case. Fill voids created by the large stone matrix with smaller stones during the placement and filling operations. Ensure the depth of the embankment layer is greater than the maximum dimension of any rock. Do not place rock greater than 2 ft. in its maximum dimension, unless otherwise approved. Construct the final layer with graded material so that the density and uniformity are in accordance with Section 132.3.4., "Compaction Methods." Break up exposed oversized material as approved. Roll and sprinkle each embankment layer in accordance with Section 132.3.4.1., "Ordinary Compaction," when ordinary compaction is specified. Compact each layer to the required density in accordance with Section 132.3.4.2., "Density and Moisture Control," when density control is specified. Proof-roll each rock layer as directed, where density testing is not possible, in accordance with Item 216, "Proof Rolling," to ensure proper compaction. 3.3. Embankments Adjacent to Culverts and Bridges. Compact embankments adjacent to culverts and bridges in accordance with Item 400, "Excavation and Backfill for Structures." 3.4. Compaction Methods. Begin rolling longitudinally at the sides and proceed toward the center, overlapping on successive trips by at least 112 the width of the roller. Begin rolling at the lower side and progress toward the high side on superelevated curves. Alternate roller trips to attain slightly different lengths. Compact embankments in accordance with Section 132.3.4.1., "Ordinary Compaction," or Section 132.3.4.2., "Density and Moisture Control," as shown on the plans. 3.4.1. Ordinary Compaction. Use approved rolling equipment complying with Item 210, "Rolling," to compact each layer. Use specific equipment when required by the Engineer or as shown on the plans. Do not allow the loose depth of any layer to exceed 8 in., unless otheruvise approved. Bring each layer to the moisture content directed before and during rolling operations. Compact each layer until there is no evidence of further consolidation. Maintain a level layer to ensure uniform compaction. Recompact and refinish the subgrade at no additional expense to the Department if the required stability or finish is lost for any reason. 2024 Specifications 132 3.4.2. Density and Moisture Control. Compact each layer to the required density using equipment complying with Item 210. Determine the maximum lift thickness based on the ability of the compacting operation and equipment to meet the required density, Do not exceed layer thickness of 16 in. loose or 12 in, compacted material unless otherwise approved. Maintain a level layer to ensure uniform compaction. The Engineer will use Tex-114-E to determine the maximum dry tlensity (Da) and optimum moisture content (Wopt). Meet the requirements for field density and moisture content shown in Table 2 unless otherwise shown on the plans. Table 2 Field Density Control Requirements Description Density � Moisture Content Tex-115-E PI 515 >_98% Da — 15 <PI <_35 >_98% Da antl <_102% Da >_Wopt. PI> 35 >_ 95%Da antl <_100% Da >_Wopt. Each layer is subject to testing by the Engineer for density and moisture content. Each layer must be brought to the moisture content necessary to obtain the required density and placed in a manner to ensure uniform compaction over the entire layer. The density and moisture contents for the descriptions shown in Table 2 are illustrated in the Moisture-Density Curve of Tex-114-E. Provide the Engineer with the beginning and ending station numbers of the area completed for testing. The Engineer will tletermine roadway density and moisture content of completed sections in accordance with Tex-115-E, Part I. The Engineer will determine random locations for testing in accordance with Tex-115-E, Part IV. When the density is less than the required density shown in Table 2, the Engineer may perform additional testing to determine the extent of the area to correct. Remove small areas of the layer to allow for density tests as required. Replace the removed material and recompact at no additional expense to the Department. Proof-roll in accordance with Item 216, when shown on the plans or as directed. Correct soft spots as directed. 3.5. Maintenance of Moisture and Reworking. Maintain the density and moisture content once all requirements shown in Table 2 are met. Maintain the moisture content no lower than 4°/a below optimum for soils with a PI greater than 15. Rework the material to obtain the specified compaction when the material loses the required stability, density, moisture, or finish. Alter the compaction methods and procedures on subsequent work to obtain specified density as directed. 3.6. Acceptance Criteria. 3.6.1. Grade Tolerances. 3.6.1.1. Staged Construction. Grade to within 1.25 in. in the cross-section and 1.25 in. in 16 ft. measured longitudinally. 3.6.1.2. Turnkey Construction. Grade to within 0.5 in. in the cross-section and 0.5 in. in 16 ft. measured longitudinally. 3.6.2. Gradation Tolerances. Ensure no more than one of the five most recent gradation tests is outside the specified limits on any individual sieve by more than 5% when gradation requirements are shown on the plans. 3.6.3. Density Tolerances. Ensure no more than one of the five most recent density tests for compaction work is outside the specified density limits and no test is outside the limits by more than 3 pcf. 2024 Specifications 132 3.6.4. Plasticity Tolerances. Ensure no more than one of the five most recent PI tests for material is outside the specified limit by more than 2 points. 4. MEASUREMENT Shrinkage or swell factors are the Contractor's responsibility. When shown on the plans, factors are for informational purposes only. Measurement of retaining wall backfill in embankment areas will be paid for as embankment unless otherwise shown on the plans. Limits of ineasurement for embankment in retaining wall areas are shown on the plans. Embankment will be measured by the cubic yard. Measurement will be further defined for payment as follows. 4.1. Final. The cubic yard will be measured in its final position using the average end area method or as shown on the plans. The volume is computed between the original ground surface or the surface upon which the embankment is to be constructed and the lines, grades, and slopes of the embankment. In areas of salvaged topsoil, payment for embankment will be made in accordance with Item 160, "Topsoil." Shrinkage or swell factors will not be considered in determining the calculated quantities. When measured by the cubic yard in its final position, this is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be matle if adjustments of quantities are required. 4.2. Original. The cubic yard will be measured in its original and natural position using the average end area method or as shown on the plans. 4.3. Vehicle. The cubic yard will be measured in vehicles at the point of delivery. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "MeasuremenY' will be paid for at the unit price bid for "Embankment (Final)," "Embankment (Original)," or "Embankment (Vehicle)" of the compaction method and type specified. This price is full compensation for furnishing embankment; hauling; placing, compacting, finishing, and reworking; disposal of waste material; and equipment, labor, tools, and incidentals. When proof rolling is directed, it will be paid for in accordance with Item 216. All sprinkling and rolling, except proof rolling, will not be paid for directly, but will be subsidiary to this Item, unless otherwise shown on the plans. In fill sections, excavation and replacement of unsuitable material below existing elevations will be performed and paid for in conformance with the applicable bid items. However, if Item 110, "Excavation," is not included in the Contract, payment for replacement of unsuitable material will be paid for in accordance with Article 9.7., "Payment for Extra Work and Force Account Method." Where subgrade is constructed under this Contract, correction of soft spots in the subgrade will be at the Contractor's expense. Where subgrade is not constructed under this Contract, correction of soft spots in the subgrade will be paid for in accordance with Article 9.7., "Payment for Extra Work and Force Account Method." 2024 Specifications 132 When rework, removal, or scarification is required for existing pavement structure that will remain, it will be measured and paid for as shown on the plans for the appropriate type. 2024 Specifications Item 247 Flexible Base 1. 2. DESCRIPTION Construct a foundation course composetl of flexible base. MATERIALS 247 �� Texas Department of Trensportation Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of the proposed material sources and of changes to material sources. The Engineer may sample and test project materials at any time before compaction throughout the duration of the project to assure specification compliance. 2.1. Aggregate. Furnish aggregate of the type and gratle shown on the plans and meeting the requirements shown in Table 1. Each source must meet Table 1 requirements for liquitl limit, plasticity index, and wet ball mill for the grade specified. Do not use additives, such as but not limited to lime, cement, or fly ash to modify aggregates to meet the requirements of Table 1, unless shown on the plans. Unless otherwise shown on the plans, the unconfined compressive strength is waived when the flexible base material meets the #200 sieve requirement. When the #200 sieve requirement does not meet the specification in Table 1, the unconfined compressive strength is required. Table 1 Material Requirements Test Method Grade 1-23 Grade 3 Grade 4 Property Master gradation sieve size (cumulative % retained) 2-1 /2" 1-3/4" 7/8„ 3l8" #4 #40 #200� z Lipuid limit, % Max Plasticity index, Max Plasticity index, Min � Tex-110-E I � � � � Tex-104-E Tex-106-E 0 0 � 0-10 0-10 � 10-35 — � 30-65 — � 45-75 45-75 � 65-90 50-85 � 85-95 — � 40 40 � As shown on 10 12 � the plans As shown on As shown on the plans the plans Grade 5 0 0-5 10-35 35-65 45-75 70-90 35 10 As shown on the plans Wet ball mill, % Max � � 40 — � � 40 Wet ball mill, % Max increase Tex-116-E 20 20 passing the #40 sieve Min compressive strengthz, psi � � lateral pressure 0 psi � Tex-117-E I 35 — I � — lateral pressure 3 psi � � — — � � 90 lateral pressure 15 psi � � 175 — � � 175 1. The #200 sieve test is only required to meet the waiver of the unconfined compressive strength requirement. The #200 sieve test requirement is only applicable to stockpile samples from Section 247.2.4. 2. Compressive strength and #200 sieve test requirements are waived when the flexible base is mixed with or without existing material and treated with cement, emulsion, foamed asphalt, or lime, unless othenvise shown on the plans. 3. Grade 3 may be substituted for Grade 1-2 or Grade 5 when the flexible base is mixed with or without existing material and treated with cement, emulsion, foamed asphalt, or lime, as approved. The Grade 3 flexible base must meet the wet ball mill requirements of Grade 1-2 or Grade 5 as applicable. 2024 Specifications 247 2.1.1. Material Tolerances. The Engineer may accept material if no more than one of the five most recent gradation tests has an individual sieve outside the specified limits of the gradation. This allowance does not apply to the #200 sieve requirement. The Engineer may accept material if no more than one of the five most recent liquid limit or plasticity index tests is outside the specified limit. No single failing liquid limit or plasticity index test may exceed the allowable limit by more than 2 percentage points. 2.1.2. Material Types. Do not use fillers or binders unless approved. Furnish the type shown on the plans in accordance with the following. 2.1.2.1. Type A. Crushed stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. Do not use gravel or multiple sources. 2.1.2.2. Type B. Crushed or uncrushed gravel. Blending of two or more sources is allowed. 2.1.2.3. Type C. Crushed gravel with a minimum of 60% of the particles retained on a No. 4 sieve with two or more crushed faces as determined in accordance with Tex-460-A, Part I. Blending of two or more sources is allowed. 2.1.2.4. Type D. Type A material or crushed concrete. Crushed concrete containing gravel will be considered Type D material. Crushed concrete must meet the requirements of Section 247.2.1.2.6., "Recycled Material," and be managed in a way to provide for uniform quality. The Engineer may require separate dedicated stockpiles to verify compliance. 2.1.2.5. Type E. Caliche, iron ore, or as otherwise shown on the plans. 2.1.2.6. Recycled Material. Reclaimed asphalt pavement (RAP) and other recycled materials may be used when shown on the plans. Request approval to blend two or more sources of recycled materials. When RAP is allowed, do not exceed 20% RAP by weight, unless otherwise shown on the plans. The percentage limitations for other recycled materials will be as shown on the plans. Provide recycled materials, other than RAP, that have a maximum sulfate content of 3,000 ppm when tested in accordance with Tex-145-E. Certify compliance with DMS-11000, "Evaluating and Using Nonhazardous Recyclable Materials Guidelines." In addition, recycled materials must be free of reinforcing steel and other objectionable material and have at most 1.5% deleterious material when tested in accordance with Tex-413-A. The liquid limit, plasticity index, wet ball mill, and compressive strength for all recycled materials are waived. When using RAP, crush RAP so that 100% passes the 2-in. sieve and does not exceed a maximum percent loss from decantation of 5.0% when tested in accordance with Tex-406-A. Test RAP without removing the asphalt. The final product must meet the requirements shown in Table 1 for the grade specified except when the Department requires a specific amount of Department-furnishetl RAP be added to the blend, unless otherwise shown on the plans. The Contractor is responsible for uniformly blending the recycled material with the flexible base material to build a stockpile to meet the percentages required. Any Contractor-furnished surplus of recycled materials will remain the property of the Contractor. Remove Contractor-owned recycled materials from the project and dispose of them in accordance with federal, state, and local regulations before project acceptance. 2.2. Water. Furnish water free of industrial wastes and other objectionable matter. 2.3. Material Sources. Expose the vertical faces of all strata of material proposed for use when non-commercial sources are used. Secure and process the material by successive vertical cuts extending through all exposed strata, when directed. 2.4. Stockpile Approval. Stockpile is approved when the Engineer's test results meet the material requirements shown in Table 1. 2024 Specifications 247 2.4.1. Sampling. The Contractor and the Engineer will sample flexible base from completed stockpiles in accordance with Tex-100-E. Personnel conducting sampling must be certified by the Department-approved soils and base certification program. Sampling stockpiles may be located at the production site or at the project location. The Contractor will witness the Engineer's sampling and sample the stockpile for their own testing, and label as deemed necessary. Sample the stockpile for the Engineer when shown on the plans. When the Contractor samples the stockpile for the Engineer, the Engineer must witness the sampling of material designated for the Engineer and the Materials and Tests Division (MTD). The Engineer will label their sampling containers as "Engineer" and "MTD," or as deemed necessary. The Engineer will take immediate possession of the sample containers for the Engineer and MTD. The Engineer will maintain custody of the samples until all testing and reporting are completed. 2.4.2. Referee Testing. Referee testing is applicable for stockpile testing only. MTD is the referee laboratory. MTD may designate a laboratory from the Department's MPL for Commercial Laboratories Approved for Flexible Base Referee Requests as the referee laboratory as deemed necessary. The designated laboratory cannot be performing any testing under this Item for the Engineer or Contractor. The Contractor may request referee testing when the Engineer's test results fail to meet any of the material requirements shown in Table 1 and the Contractor's sample from Section 2.4.1., "Sampling," for the same failing Department test, passes. The tests must be performed by a laboratory listed on the DepartmenYs MPL for Commercial Laboratories Approved for Flexible Base Referee Requests. Submit the request by email within 5 working days after receiving failing test results from the Engineer. Include completed test reports passing the applicable requirements shown in Table 1 in the email. Record and submit completed test reports electronically on Department-provided templates in their original format meeting the applicable material requirements shown in Table 1. Use Department-provided templates to record and calculate all test data. The Engineer and the Contractor will provide any available test results to the other party when requested. 3. EQUIPMENT Provide machinery, tools, and equipment necessary for proper execution of the work. 3.1. Rollers. Provide rollers in accordance with Item 210, "Rolling." Provide proof rollers in accordance with Item 216, "Proof Rolling," when required. 3.2. Inertial Profiler. When ride quality measurement is required, provide a high-speed or lightweight inertial profiler certified at the Texas A&M Transportation Institute. Provide equipment certification documentation. Display a current decal on the equipment indicating the certification expiration date. 4. CONSTRUCTION Construct each layer uniformly, free of loose or segregated areas, and with the required density and moisture content. Provide a smooth surface that conforms to the typical sections, lines, and grades shown on the plans or as directed. Stockpile base material temporarily at an approved location before delivery to the roadway. Build stockpiles in layers no greater than 2 ft. thick. Stockpiles must have a total height between 10 and 16 ft. unless otherwise approved. After construction and acceptance of the stockpile in accordance with Section 247.2.4., "Stockpile Approval," loading from the stockpile for delivery is allowed. Load by making successive vertical cuts through the entire depth of the stockpile. 2024 Specifications 247 Do not add or remove material from temporary stockpiles that require sampling and testing before delivery, unless otherwise approved. Charges for additional sampling and testing required as a result of adding or removing material will be deducted from the Contractor's estimates. Haul approved flexible base in clean trucks. Deliver the required quantity to each 100-ft. station or designated stockpile site as shown on the plans. Prepare stockpile sites as directed. When delivery is to the 100-ft. station, manipulate in conformance with the applicable Items. 4.1. Preparation of Subgrade or Existing Base. Remove or scarify existing asphalt concrete pavement in accordance with Item 105, "Removing Treatetl and Untreated Base and Asphalt Pavement," when shown on the plans or as directed. Shape the subgrade or existing base to conform to the typical sections shown on the plans or as directed. When new base is required to be mixed with existing base, deliver, place, and spread the new flexible base in the required amount per station. Manipulate and thoroughly mix the new base with existing material to provide a uniform mixture to the specified depth before shaping. Proof roll the roadbed in accordance with Item 216 before pulverizing or scarifying when shown on the plans or directed. Correct soft spots as directed. 4.2. Placing. Spread and shape flexible base into a uniform layer using an approved spreader the same day as delivered unless otherwise approved. Construct layers to the thickness shown on the plans. Maintain the shape of the course. Control dust by sprinkling, as directed. Correct or replace segregated areas as tlirected at no additional expense to the Department. Place successive base courses and finish courses using the same construction methods required for the first course. 4.3. Compaction. Compact using density control unless otherwise shown on the plans. Multiple lifts are permitted when shown on the plans or approved. Bring each layer to the moisture content directed. When necessary, sprinkle the material in accordance with Item 204, "Sprinkling." Maintain moisture during compaction within ±2.0% of the optimum moisture content as determined in accordance with Tex-113-E. Begin rolling longitutlinally at the sides and proceed toward the center, overlapping on successive trips by at least 1/2 the width of the roller unit. Begin rolling at the low side and progress toward the high side on superelevated curves. Offset alternating trips of the roller. Operate rollers at a speed between 2 and 6 mph as directed. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish requirements before the next course is placed or the project is accepted. Continue work until specification requirements are met. Perform the work at no additional expense to the Department. Before final acceptance, the Engineer will select the locations of tests and measure the flexible base depth in accordance with Tex-140-E. Correct areas deficient by more than 1/2 in. in thickness by scarifying, adding material as required, reshaping, recompacting, and refinishing at the Contractor's expense. 4.3.1. Ordinary Compaction. Roll using approved compaction equipment as directed. Correct irregularities, depressions, and weak spots immediately by scarifying the areas affected, adding or removing approved material as required, reshaping, and recompacting. 4.3.2. Density and Moisture Control. Compact to a minimum of 100% of the maximum dry density and within ±2.0% of the optimum moisture content as determined in accordance with Tex-113-E, unless otherwise shown on the plans. Provide the Engineer with the beginning and ending station numbers of the area completed for testing. The Engineer will determine roadway density and moisture content of completed sections in accordance with Tex-115-E, Part I. The Engineer will tletermine random locations for testing in accordance with Tex-115-E, Part IV. Do not achieve density by drying the material after compaction. 2024 Specifications 247 When the density is less than 100% of the maximum dry density, the Engineer may perform additional testing to determine the extent of the area to correct. The Engineer may accept the section if no more than one of the five most recent density tests is below the specified density and the failing test is no more than 3 pcf below the specified density. 4.3.3. Miscellaneous and Small Areas. Miscellaneous areas are those that typically involve handwork or discontinuous paving operations, such as temporary detours, driveways, mailbox turnouts, crossovers, gores, spot level-up areas, and other similar areas. Miscellaneous and small areas are not subject to density testing but may be tested as directed. 4.4. Finishing. After completing compaction, clip, skin, or tight-blade the surface using a maintainer or subgrade trimmer to a depth of approximately 114 in. Remove loosened material and dispose of it at an approved location. Seal the clipped surface immediately by rolling using a pneumatic tire roller until a smooth surface is attained. Add small increments of water as needed during rolling. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades as shown on the plans or as directed. Correct grade deviations greater than 114 in. in 16 ft. measured longitudinally. Correct grade deviations greater than 114 in. over the entire width of the cross-section in areas where surfacing is to be placed. Correct by loosening and adding or removing material. Reshape and recompact in accordance with Section 247.4.3., "Compaction." 4.5. Curing. Cure the finished section until the moisture content is at least 2 percentage points below optimum or as directed before applying the next successive course or prime coat. 4.6. Ride Quality. Measurement of ride quality only applies to the final travel lanes that receive a one- or two-course surface treatment for the final riding surface, unless otherwise shown on the plans. Measure the ride quality of the base course either before or after the application of the prime coat, as directed, and before placement of the surface treatment. Use a certified profiler operator listed on the DepartmenYs MPL. When requested, furnish the Engineer with documentation for the person certified to operate the profiler. Provitle all profile tlata to the Engineer in electronic data files within 3 days of ineasuring the ride quality using the format specified in Tex-1001-S. The Engineer will use Department software to evaluate longitudinal profiles to determine areas requiring corrective action. Correct 0.1-mi. sections with an average international roughness index (IRI) value greater than 100 in. per mile to an IRI value of 100 in. per mile or less, unless otherwise shown on the plans. Reprofile and correct sections that fail to maintain ride quality before the placement of the surface treatment, as directed. Unless ride deterioration is due to environmental impact, traffic, or other incidents outside the Contractor's control, perform this work at no additional expense to the Department, as approved. 5. MEASUREMENT Flexible base will be measured as follows. ■ Flexible Base (Complete in Place). The ton, square yard, or any cubic yard method. ■ Flexible Base (Roadway Delivery). The ton or any cubic yard method. ■ Flexible Base (Stockpile Delivery). The ton, cubic yard in vehicle, or cubic yard in stockpile. Measurement by the cubic yartl in final position antl square yard is a plans quantity measurement. The quantity to be paid is the quantity shown in the proposal, unless motlifietl by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. Measurement is further defined for payment as follows. 5.1. Cubic Yard in Vehicle. By the cubic yard in vehicles of uniform capacity at the point of delivery. 2024 Specifications 5.2. Cubic Yard in Stockpile. By the cubic yard in the final stockpile position, by the method of average end areas, or as shown on the plans. 247 5.3. Cubic Yard in Final Position. By the cubic yard in the completed and accepted final position. The volume of base course is computed in place by the method of average end areas between the original subgrade or existing base surfaces and the lines, grades, and slopes of the accepted base course, or as shown on the plans. 5.4. Square Yard. By the square yard of surface area in the completed and accepted final position. The surface area of the base course is based on the width of flexible base, or as shown on the plans. 5.5. Ton. By the ton of dry weight in vehicles as delivered. The dry weight is determined by deducting the weight of the moisture in the material at the time of weighing from the gross weight of the material. The Engineer will determine the moisture content in the material in accordance with Tex-103-E from samples taken at the time of weighing. When material is measured in trucks, the weight of the material will be determined on certified scales, or the Contractor must provitle a set of standard platform truck scales at an approved location. Scales must meet the requirements of Item 520, "Weighing and Measuring Equipment." 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "MeasuremenY' will be paid for at the unit price bid for the types of work described below. No additional payment will be made for thickness or width exceeding that shown on the typical section or provided on the plans for cubic yard in the final position or square yard measurement. Sprinkling and rolling, except proof rolling, will not be paid for directly, but will be subsidiary to this Item unless otherwise shown on the plans. When proof rolling is shown on the plans or directed, it will be paid for in accordance with Item 216. Where subgrade is constructetl untler this Contract, correction of soft spots in the subgrade will be at the Contractor's expense. Where subgrade is not constructed under this Contract, correction of soft spots in the subgrade will be paid in conformance with pertinent Items or in accordance with Article 4.4., "Changes in the Work." 6.1. Flexible Base (Complete in Place). Payment will be made for the type and grade specified. For cubic yard measurement, "In Vehicle," "In Stockpile," or "In Final Position" will be specified. For square yard measurement, a depth will be specified. This price is full compensation for furnishing materials, temporary stockpiling, assistance provided in stockpile sampling and operations to level stockpiles for measurement, loading, hauling, delivery of materials, spreading, blading, mixing, shaping, placing, compacting, reworking, finishing, correcting locations where thickness is deficient, curing, furnishing scales and labor for weighing and measuring, equipment, labor, tools, and incidentals. 6.2. Flexible Base (Roadway Delivery). Payment will be made for the type and grade specified. For cubic yard measurement, "In Vehicle," "In Stockpile," or "In Final Position" will be specified. The unit price bid will not inclutle processing at the roadway. This price is full compensation for furnishing materials, temporary stockpiling, assistance provided in stockpile sampling and operations to level stockpiles for measurement, loading, hauling, delivery of materials, furnishing scales and labor for weighing and measuring, equipment, labor, tools, and incidentals. 6.3. Flexible Base (Stockpile Delivery). Payment will be made for the type and grade specified. For cubic yard measurement, "In Vehicle" or "In Stockpile" will be specified. The unit price bid will not include processing at the roadway. This price is full compensation for furnishing and disposing of materials, preparing the stockpile area, temporary or permanent stockpiling, assistance provided in stockpile sampling and operations to level 2024 Specifications 247 stockpiles for measurement, loading, hauling, delivery of materials to the stockpile, furnishing scales and labor for weighing and measuring, equipment, labor, tools, and incidentals. 2024 Specifications Item 360 Concrete Pavement 1. DESCRIPTION 2. 360 �� Texas Department of Trensportation Construct hydraulic cement concrete pavement with or without curbs on the concrete pavement. MATERIALS Use materials from non-listed sources only when tested and approved by the Engineer before use. Allow 30 calendar days for the Engineer to sample, test, and report results for non-listed sources. 2.1. Hydraulic Cement Concrete. Provitle hydraulic cement concrete in accortlance with Item 421, "Hytlraulic Cement Concrete." Use compressive strength testing unless otherwise shown on the plans. Provide Class P concrete designed to meet a minimum average compressive strength of 3,200 psi at 7 days or a minimum average compressive strength of 4,000 psi at 28 days. Test in accordance with Tex-418-A. Obtain written approval if the concrete mix design exceeds 520 Ib. per cubic yard of cementitious material. Use coarse aggregates for continuously reinforced concrete pavements to produce concrete with a rated coefficient of thermal expansion not more than 5.5 x 10-6 in./in./°F as listetl in accordance with the Concrete Rated Source Quality Catalog. Provide Class High Early Strength (HES) concrete designed to meet a minimum average compressive strength of 3,200 psi at 24 hr., for early opening of small pavement areas or leave-outs to traffic when shown on the plans or allowed. When opening of small pavement areas or leave-outs to traffic is less than 24 hr., design Class HES concrete to achieve a minimum average compressive strength of 1,800 psi at 8 hr. 2.2. Reinforcing Steel. Provide Grade 60 or above deformed steel for bar reinforcement in accordance with Item 440, "Reinforcement for Concrete." Provide positioning and supporting devices (baskets and chairs) capable of securing and holding the reinforcing steel in proper position before and during paving. Provide corrosion protection when shown on the plans. 2.2.1. Dowels. Provide dowel bars for concrete pavements in accordance with DMS-7325, "Dowel Bars for Concrete Pavements" and the MPL for "Dowel Bars for Concrete Pavements." Provide dowel caps filled with a soft compressible material with enough range of movement to allow complete closure of the expansion joint. 2.2.2. Tie Bars. Provide straight deformed steel tie bars. Provide either multiple-piece tie bars or single-piece tie bars as shown on the plans. Furnish multiple piece tie bar assemblies from the list of approved multiple-piece tie bars that have been prequalified in accordance with DMS-4515, "Multiple Piece Tie Bars for Concrete Pavement," when used. Multiple-piece tie bars used on individual projects must be sampled in accordance with Tex-711-I, and tested in accordance with Tex-712-I. 2.3. Curing Materials. Provide Type 2 membrane curing compound in accordance with DMS-4650, "Hydraulic Cement Concrete Curing Materials and Evaporation Retardants." Provide asphaltic curing materials in accordance with Item 300, "Asphalts, Oils, and Emulsions," for concrete pavement to be overlaid with asphalt concrete, unless otherwise shown on the plans or approved. Provide materials for other methods of curing in accordance with Item 422, "Concrete Superstructures." When required, provide insulating blankets with a minimum thermal resistance (R) rating of 0.5 degree Fahrenheit square-foot per British Thermal Unit. Use insulating blankets that are free of tears and are in good condition. 2024 Specifications 360 2.4. Epoxy. Provide Type III, Class C epoxy in accordance with DMS-6100, "Epoxies and Adhesives," for installing all drilled-in reinforcing steel. Submit a work plan and request approval for the use of epoxy types other than Type III, Class C. 2.5. Evaporation Retardant. Provide evaporation retardant in accordance with DMS-4650. 2.6. Joint Sealants and Fillers. Provide Class 5 or Class 8 joint sealant materials and fillers unless otherwise shown on the plans or approved, antl other sealant materials of the size, shape, antl type shown on the plans in accordance with DMS-6310, "Joint Sealants and Fillers." 2.7. Repair Materials. Provide concrete repair materials in accordance with DMS-4655, "Concrete Repair Materials," or DMS-6170, "Polymeric Materials for Patching Spalls in Concrete Pavement." 3. EQUIPMENT Furnish and maintain all equipment in good working condition. Use measuring, mixing, and delivery equipment in accordance with Item 421. Obtain approval for other equipment used. 3.1. Placing, Consolidating, and Finishing Equipment. Provide self-propelled paving equipment that uniformly distributes the concrete with minimal segregation and provides a smooth machine-finished consolidated concrete pavement conforming to plan line and grade. Provide an automatic grade control system on slip-forming equipment. Provide mechanically operated finishing floats capable of producing a uniformly smooth pavement surface. Provide equipment capable of providing a fine, light water fog mist. When using stringless paving equipment, use in accordance with Section 5.9.3., "Method C," and establish control points at maximum intervals of 500 ft. Use these control points as reference to perform the work. Provide mechanically operated vibratory equipment capable of adequately consolidating the concrete. Provide immersion vibrators on the paving equipment at sufficiently close intervals to provide uniform vibration and consolidation of the concrete over the entire width and depth of the pavement and in conformance with the manufacturer's recommendations. Provide immersion vibrator units that operate at a frequency in air of at least 8,000 cycles per minute. Provide enough hand-operated immersion vibrators for timely and proper consolidation of the concrete for concrete pavement (formed) placements, and along forms, at all joints, and in areas not covered by other vibratory equipment. Surface vibrators may be used to supplement equipment-mounted immersion vibrators. Provide tachometers to verify the proper operation of all vibrators. For small or irregular areas or when approved, the paving equipment described in this Section is not required. 3.2. Forming Equipment. 3.2.1. Pavement Forms. Provide side forms of sufficient cross-section, strength, and rigidity to support the paving equipment and resist the impact and vibration of the operation without visible springing or settlement. Use forms that are free of detrimental kinks, bentls, or warps that could affect ride quality or alignment. Provide bulkhead forms of sufficient cross-section, strength, and rigidity to support reinforcing steel and maintain alignment during concrete placement operations. 3.3. Curb Forms. Provide curb forms for separately placed curbs that are not slipformed that conform to the requirements of Item 529, "Concrete Curb, Gutter, and Combined Curb and Gutter." 3.4. Single-Piece Tie-Bar Inserting Equipment. Provide inserting equipment that accurately inserts and positions reinforcing steel in the plastic concrete parallel to the profile grade and horizontal alignment as shown on the plans. 2024 Specifications 360 3.5. Texturing Equipment. 3.5.1. Carpet Drag. Provide a carpet drag mounted on a work bridge or a manual moveable support system. Provide a single piece of carpet of sufficient transverse length to span the full width of the pavement being placed and adjustable so that a sufficient longitudinal length of carpet is in contact with the concrete being placed to produce the desired texture. Obtain approval to vary the length and width of the carpet to accommodate specific applications. 3.5.2. Tining Equipment. Provide a self-propelled metal tine device equipped with steel tines with cross-section approximately 1132 in. thick by 1/12 in. wide. Provide tines for longitudinal tining equipment spaced at approximately 314 in., center-to-center, or provide tines for transverse tining equipment spaced at approximately 1 in., center-to-center. Manual methods that produce an equivalent texture may be used when it is impractical to use self-propelled equipment, such as for small areas, narrow width sections, and emergencies due to equipment breakdown. 3.6. Curing Equipment. Provide a self-propelled machine for applying membrane curing compound using mechanically pressurized spraying equipment with atomizing nozzles. Provide equipment and controls that maintain the required uniform rate of application over the entire paving area. Hand-operated pressurizetl spraying equipment with atomizing nozzles may only be used on small or irregular areas, on narrow width sections, or in emergencies due to equipment breakdown. 3.7. Sawing Equipment. Provide power-driven concrete saws to saw the joints shown on the plans. Provide standby power-driven concrete saws during concrete sawing operations. 3.8. Grinding Equipment. Provide self-propelled powered grinding equipment that is specifically designed to smooth and texture concrete pavement using circular diamond blades when required. Provide equipment with automatic grade control capable of grintling at least a 3-ft. witlth longitutlinally in each pass without damaging the concrete. 3.9. Testing Equipment. Provide testing equipment in accordance with Item 421, unless otherwise shown on the plans or specified. Maintain and calibrate all Contractor-supplied testing equipment in conformance with pertinent test methods. Provide calibration records of strength-testing equipment to the Engineer within 1 week after each calibration. 3.10. Coring Equipment. Provide coring equipment capable of extracting cores in accordance with Tex-424-A when required. 3.11. Miscellaneous Equipment. Furnish 10-ft. and 15-ft. steel or magnesium long-handled, standard straightedges. Furnish enough work bridges, long enough to span the pavement, for finishing and inspection operations. 4. CONSTRUCTION Obtain approval for adjustments to plan grade-line to maintain thickness over minor subgrade or base high spots while maintaining clearances and drainage. Maintain subgrade or base in a smooth, clean, compacted condition in conformance with the required section and established grade until the pavement concrete is placed. Dampen subgrade or base with water before placing pavement concrete. Adequately light the active work areas for all nighttime operations. Provide and maintain tools and materials to perform testing. 4.1. Paving and Quality Control (QC) Plan. Submit a paving and QC plan for approval before beginning pavement construction operations. Include details of all operations in the concrete paving process, including methods to construct transverse joints, methods to consolidate concrete at joints, longitudinal construction joint layout, sequencing, curing, lighting, early opening, leave-outs, sawing, inspection, contractor QC testing, testing for opening to traffic, construction methods, other details, and description of all equipment. List 2024 Specifications 360 certified personnel performing contractor QC testing and testing for opening to traffic. Submit revisions to the paving and QC plan for approval. 4.2. Placing Reinforcing Steel for Continuously Reinforced Concrete Pavements. Accurately place and secure in position all reinforcing steel as shown on the plans. Provide chairs in sufficient number to adequately support the reinforcing steel at the proper height as show on the plans. Secure reinforcing steel at alternate intersections with tie wires. Reinforcing steel intersections may be secured with locking support chairs instead of tie wires. Anchor pins used to prevent the reinforcing steel from shifting may remain in the final pavement. Stagger the lap locations so that no more than 1/3 of the longitudinal steel is splicetl in any given 12-ft. width and 2-ft. length of the pavement. Tie all splices with tie wires. 4.3. Joints. Install formed joints as shown on the plans. Install transverse bulkhead forms to support extending reinforcing steel, shaped accurately to the cross-section of the pavement when placing of concrete is stopped. 4.3.1. Placing Reinforcement at Joints. Install reinforcing steel at transverse construction joints as shown on the plans. Use multiple-piece tie bars, tlrilled and epoxy-grouted tie bars, or mechanically inserted single-piece tie bars at longitudinal construction joints. Discontinue the use of inechanically inserted single-piece tie bars if this method results in steel misalignment or improper location, poor concrete consolidation, or other inadequacies. Protect the reinforcing steel immediately beyond the construction joint from damage, vibration, and impact. For drilled and epoxy-grouted tie bars, drill holes into the existing concrete at least 10 in. deep unless otherwise directed. Use a drill bit with a diameter that is 1/8 in. greater than that of tie bars. Clean the holes using a wire brush and compressed air to remove all the dust and moisture. Only cartridge or machine applicator epoxies are allowetl. Follow the epoxy manufacturer's instructions to apply the epoxy. Insert the tip of the epoxy cartritlge or the tip of the machine applicator to the end of the tie bar hole, and inject Type III, Class C, epoxy to fill the hole with the amount of epoxy recommended by the manufacture for the size of bar and depth of hole. Insert tie bars. 4.3.2. Testing of Tie Bars. Verify that tie bars that are drilled and epoxied or mechanically inserted into concrete at longitudinal construction joints develop a pullout resistance equal to at least 3l4 of the yield strength of the reinforcing steel. Test pullout resistance of inechanically inserted tie bars when the concrete pavement is at least 7 days old. Test pullout resistance of epoxy-grouted bars after the epoxy manufacturer's recommended final cure time. Test 15 bars in accortlance with ASTM E488, except that alternate approvetl equipment may be used. All 15 tested bars must meet the required pullout strength. Perform corrective measures to provide equivalent pullout resistance if any of the test results do not meet the required minimum pullout strength. Repair damage from testing. 4.3.3. Testing of Epoxy-Grouted Longitudinal Bars in Continuously Reinforced Concrete Pavements. When longitudinal reinforcing steel is drilled and epoxy-grouted in existing pavement, test each bar in accordance with ASTM E488, except that alternate approved equipment may be used. All bars must develop a pullout resistance equal to at least 314 of the yield strength of the steel. Test pullout resistance after the epoxy manufacturer's recommended final cure time. Perform corrective measures to provide equivalent pullout resistance if any of the test results do not meet the required minimum pullout strength. Repair damage from testing. 4.3.4. Transverse Construction Joints for Concrete Pavement Contraction Design (CPCD). Install and rigidly secure a complete joint assembly and bulkheatl in the planned transverse contraction joint location when the placing of concrete is intentionally stopped. Install a transverse construction joint either at a planned transverse contraction joint location or mid-slab between planned transverse contraction joints when the placing of concrete is unintentionally stopped. Install tie bars of the size and spacing used in the longitudinal joints for mid-slab construction joints. Place dowels at mid-depth of the pavement slab, parallel to the surface. Place dowels for transverse contraction joints parallel to the pavement edge. Tolerances for location and alignment of dowels will be shown on the plans. For dowels used in a contraction joint, coat the entire length of the dowels with a thin 2024 Specifications 360 film of grease, wax, silicone, or other approved de-bonding material. For dowels used in an expansion joint, coat half the length with a thin film of grease, wax, silicone, or other approved de-bonding material; provide dowel caps on the coated half of each dowel bar. 4.4. Curb Joints. Construct curb joints in accordance with Item 529. 4.5. Placing and Removing Forms. Use clean and oiled forms. Secure forms on a base or firm subgrade that is accurately graded and that provides stable support without deflection and movement by form riding equipment. Pin every form at least at the middle and near each end. Tightly join and key form sections together to prevent relative displacement. Set side forms far enough in advance of concrete placement to permit inspection. Check conformity of the grade, alignment, and stability of forms immediately before placing concrete, and make all necessary corrections. Use a straightedge or other approved method to test the top of forms to ensure that the ride quality requirements for the completed pavement will be met. Stop paving operations if forms settle or deflect more than 118 in, under finishing operations. Reset forms to line and grade, and refinish the concrete surface to correct grade. Avoid damage to the edge of the pavement when removing side forms and bulkhead forms. Repair damage resulting from form removal with an approved repair material within 24 hr. after form removal unless otherwise approved. Chip excessively honeycombed areas to sound concrete, and repair with an approved repair material within 24 hr. after form removal unless otherwise approved. Clean joint face within 24 hr. after a bulkheatl for a transverse construction joint has been removed unless otherwise approved. Promptly apply membrane curing compound to the edge of the concrete pavement when forms are removed before 72 hr. after concrete placement. Forms that are not the same tlepth as the pavement but within 2 in. of that tlepth are permitted if the subbase is trenched or the full width and length of the form base are supported with a firm material to produce the required pavement thickness. Promptly repair the form trench after use. Use flexible or curved wood or metal forms for curves of 100-ft. radius or less. 4.6. Concrete Delivery. Clean delivery equipment as necessary to prevent accumulation of old concrete before loading fresh concrete. Use agitated delivery equipment for concrete designed to have a slump of more than 5 in. Segregated concrete is subject to rejection. Begin the discharge of concrete delivered in agitated delivery equipment in accordance with Item 421. Place non-agitated concrete within 45 min, after batching. Reduce times as directed when hot weather or other conditions cause quick setting of the concrete. 4.7. Concrete Placement. Do not allow the pavement edge to deviate from the established paving line by more than 112 in. at any point. Place the concrete as near as possible to its final location, and minimize segregation antl rehandling. Distribute concrete using shovels where hand spreading is necessary. Do not use rakes or vibrators to distribute concrete. 4.7.1. Consolidation. Consolidate all concrete using approved mechanical vibrators operated on the front of the paving equipment. Use immersion-type vibrators that simultaneously consolidate the full width of the placement when machine finishing. Keep vibrators from dislodging reinforcement. Use hand-operated vibrators to consolidate concrete for concrete pavement (formed) placements, and along forms, at all joints, and in areas not accessible to the machine-mounted vibrators. Do not operate machine-mounted vibrators while the paving equipment is stationary. Vibrator operations are subject to review. 4.7.2. Curbs. Curbs will be in accordance with Item 529. 4.7.3. Temperature Restrictions. Place concrete that is between 40°F and 95°F when measured in accordance with Tex-422-A at the time of discharge, except that concrete may be used if it was already in transit when the temperature was found to exceed the allowable maximum. Take immediate corrective action or cease concrete production when the concrete temperature exceeds 95°F. 2024 Specifications 360 Do not place concrete when the ambient temperature in the shade is below 40°F and falling, unless approved. Concrete may be placed when the ambient temperature in the shade is above 35°F and rising or above 40°F. Protect the pavement with an approved insulating material capable of protecting the concrete for the specified curing period when temperatures warrant protection against freezing. Submit for approval proposed measures to protect the concrete from anticipated freezing weather for the first 72 hr. after placement. Repair or replace all concrete damaged by freezing. 4.8. Spreading and Finishing. Finish all concrete pavement using approved self-propelled equipment. Use power-driven spreaders, power-driven vibrators, power-driven strike-off screed, or approved alternate equipment to strike-off the surface of the concrete to the required section and grade without surface voids. Use float equipment for final finishing. Use concrete with a consistency that allows completion of all finishing operations without addition of water to the surface. Use the minimal amount of water fog mist necessary to maintain a moist surface. Reduce fogging if float or straightedge operations result in excess slurry. 4.8.1. Finished Surface. Perform sufficient checks using a minimum 10-ft. long straightedge on the plastic concrete to ensure the final surface is within the tolerances specified in Surface Test A in accordance with Item 585, "Ride Quality for Pavement Surfaces." Check with the straightedge parallel to the centerline. 4.8.2. Maintenance of Surface Moisture. Prevent surface drying of the pavement before application of the curing system by means that may include water fogging, the use of wind screens, or the use of evaporation retardants. Apply evaporation retardant at the manufacturer's recommended rate. Reapply the evaporation retardant as needed to maintain the concrete surface in a moist condition until curing system is applied. Do not use evaporation retardant as a finishing aid. Failure to take acceptable precautions to prevent surface drying of the pavement will be cause for shutdown of pavement operations. 4.8.3. Surface Texturing. Complete final texturing before the concrete has attainetl its initial set. Drag the carpet longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. Prevent grout from plugging the carpet. Do not perform carpet dragging operations while there is excessive bleed water. A metal-tine texture finish is required unless otherwise shown on the plans. Provide longitudinal tining unless otherwise shown on the plans. Immediately following the carpet drag, apply a single coat of evaporation retardant, if needed, at the rate recommended by the manufacturer. Provide the metal-tine finish immediately after the concrete surface has set enough for consistent tining. Operate the metal-tine device to obtain grooves approximately 3116 in, tleep, with a minimum depth of 118 in., antl approximately 1/12 in, witle. Do not overlap a previously tined area. Use manual methods to achieve similar results on ramps, small or irregular areas, and narrow width sections of pavements. Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid or that is scheduled for blanket diamond grinding or shot blasting. Target a carpet drag texture of 0.04 in., as measured by Tex-436-A, when carpet drag is the only surface texture required on the plans. Ensure adequate and consistent macro-texture is achieved by applying enough weight to the carpet and by keeping grout from plugging the carpet. Correct any location with a texture less than 0.03 in. by diamond grinding or shot blasting. The Engineer will determine the test locations at points located transversely to the direction of traffic in the outside wheel path. 4.8.4. Small, Irregular Area, or Narrow Width Placements. Use hand equipment and procedures that produce a consolidated and finished pavement section to the line and grade where machine placements and finishing of concrete pavement are not practical. 4.8.5. Emergency Procedures. Use hand-operated equipment for applying texture, evaporation retardant, and cure in the event of equipment breakdown. 4.9. Curing. Keep the concrete pavement surface from drying in accordance with Section 360.4.8.2., "Maintenance of Surface Moisture," until the curing material has been applied. Maintain and promptly repair damage to curing materials on exposed surfaces of concrete pavement continuously for at least 3 curing days. A curing day is defined as a 24-hr. period when either the temperature taken in the shade away from 2024 Specifications 360 artificial heat is above 50°F for at least 19 hr. or the surface temperature of the concrete is maintained above 40°F for 24 hr. Curing begins when the concrete curing system has been applied. Stop concrete paving if curing compound is not being applied promptly and maintained adequately. Other methods of curing in accordance with Item 422 may be used when specified or approved. 4.9.1. Membrane Curing. Spray the concrete surface uniformly with two coats of inembrane curing compound at an individual application rate of no more than 180 sq. ft. per gallon. Apply the curing compound before allowing the concrete surface to dry. Manage finishing antl texturing operations to ensure placement of curing compound on a moist concrete surface, relatively free of bleed water, to prevent any plastic shrinkage from cracking. Time the application of curing compound to prevent plastic shrinkage from cracking. Maintain curing compounds in a uniformly agitated condition, free of settlement before and during application. Do not thin or dilute the curing compound. Apply additional compound at the same rate of coverage to correct damage where the coating shows discontinuities or other defects or if rain falls on the newly coated surface before the film has dried enough to resist damage. Ensure that the curing compound coats the sides of the tining grooves. 4.9.2. Asphalt Curing. Apply a uniform coating of asphalt curing at a rate of 90 sq. ft.-180 sq. ft. per gallon when an asphaltic concrete overlay is required. Apply curing immediately after texturing and once the free moisture (sheen) has disappeared. Obtain approval to add water to the emulsion to improve spray distribution. Maintain the asphalt application rate when using diluted emulsions. Maintain asphalt emulsions in a mixed condition during application. 4.9.3. Curing Class HES Concrete. Provide membrane curing in accordance with Section 360.4.9.1., "Membrane Curing," or wet mat curing in accordance with Section 422.4.8., "Final Curing," for all Class HES concrete. 4.10. Sawing Joints. Saw joints to the depth shown on the plans as soon as sawing can be accomplished without damage to the pavement, regardless of time of day or weather conditions. Some minor raveling of the saw- cut is acceptable. Use a chalk line, string line, sawing template, or other approved method to provide a true joint alignment. Provide enough saws to match the paving production rate to ensure sawing completion at the earliest possible time to avoid uncontrolled cracking. The Engineer will evaluate the cause of the uncontrolled cracking and direct any necessary repairs. Reduce paving production if necessary to ensure timely sawing of joints. Promptly restore membrane cure damaged within the first 72 hr. of curing. The Engineer will check the depth of saw cuts in accordance with Tex-423-A within 24 hrs. after saw-cutting or before joints are sealed, whichever is sooner. Frequency of checks will be as follows: ■ every 500 ft. or fraction thereof for all longitudinal contraction joints, and ■ 10°/o of transverse contraction joints in CPCD for each daily placement. Resaw contraction joints that are deficient in depth by more than 114 in. from plan depth within 24 hr. of depth checks. 4.11. Cleaning and Sealing Joints. Clean and seal joints in accordance with Item 438, "Cleaning and Sealing Joints." Repair excessive spalling of the joint saw groove using an approved method before installing the sealant. Seal all joints before opening the pavement to all traffic. Joint sealants are not required on concrete pavement that is to be overlaid with asphaltic materials. 4.12. Protection of Pavement. Erect and maintain barricades and other standard and approved devices that will exclude all vehicles and equipment from the newly placed pavement for the periods specified. Protect the pavement from damage due to crossings using approved methods before opening to traffic. Where a detour is not readily available or economically feasible, an occasional crossing of the roadway with overweight equipment may be permitted for relocating equipment only, but not for hauling material. When an occasional 2024 Specifications 360 crossing of overweight equipment is permitted, temporary matting or other approved methods may be required. Maintain an adequate supply of sheeting or other material to cover and protect fresh concrete surface from weather damage. Apply as needed to protect the pavement surface from weather. 4.13. Opening to Traffic. Testing for opening pavement to traffic is the responsibility of the Contractor unless otherwise shown on the plans or as directed. Before opening pavement to traffic: ■ provide test results to the Engineer for review, if necessary, ■ clean pavement, ■ place stable material against pavement edges, ■ seal joints, and ■ perform all other traffic-safety related work. 4.13.1. Opening Pavement to All Traffic. Pavements can be open to all traffic: ■ when the pavement is 7 days old, ■ when 3-day curing is complete and the concrete has attained a compressive strength of 3,200 psi, ■ after 24 hr. and the concrete has attained a compressive strength of 3,200 psi when Class HES concrete is used, or ■ after the concrete has been cured for at least 8 hr. and attained a minimum compressive strength of 1,800 psi when Class HES concrete is used. 4.13.2. Opening Pavement to Construction Equipment. Unless otherwise shown on the plans, concrete pavement may be openetl to concrete paving equipment and relatetl delivery equipment after the concrete is at least 48 hr. old and has attained a compressive strength of 3,200 psi. Keep delivery equipment at least 2 ft. from the edge of the concrete pavement. Keep tracks of the paving equipment at least 1 ft. from the pavement edge. Protect textured surfaces from the paving equipment. Restore damaged membrane curing as soon as possible. Repair pavement damaged by paving or delivery equipment before opening to all traffic. 4.13.3. Maturity Method. Maturity method, in accordance with Tex-426-A, may be used to estimate concrete strength for opening pavement to traffic. Install at least two maturity sensors for each day's placement in areas where the maturity method will be used for opening. Maturity sensors, when used, will be installed near the day's final placement for areas being evaluated. The Engineer will test specimens to verify the strength-maturity relationship in accordance with Tex-426-A. The strength-maturity relationship will be verified at least every 10 days of production after the first day. Establish a new strength-maturity relationship when the strength specimens deviate more than 10% from the maturity-estimated strengths. Suspend use of the maturity method for opening pavements to traffic when the strength-maturity relationship deviates by more than 10% until a new strength-maturity relationship is established. The Engineer will determine the frequency of verification when the maturity method is used intermittently or for only specific areas. 4.13.4. Emergency Opening to Traffic. Open the pavement to traffic under emergency conditions, when the pavement is at least 72 hr. old, when directed in writing. 4.14. Sampling and Testing of Concrete. Unless otherwise specified, all fresh and hardened concrete is subject to testing as follows. 4.14.1. Fresh Concrete. Provide safe access and assistance to the Engineer during sampling. Fresh concrete will be sampled in accordance with Tex-407-A. 4.14.2. Testing Concrete. The Engineer will test the fresh and hardened concrete in accordance with the following methods: 2024 Specifications ■ Slump. Tex-415-A, only for formed concrete pavement placements; ■ Air Content. Tex-414-A or Tex-416-A, only when air-entrained concrete is shown on the plans; ■ Temperature. Tex-422-A; ■ Making and Curing Strength Specimens. Tex-447-A; ■ Compressive Strength. Tex-418-A; and ■ Maturity. Tex-426-A. Maturity specimens will be matle only when maturity method is used or shown on the plans. 360 Concrete with slump less than minimum required after all atltlition of water withheld will be rejected, unless otherwise allowed by the Engineer. Concrete with slump exceeding maximum allowed may be used at the Contractor's option. If used, Engineer will make, test, and evaluate strength specimens in accordance with Section 360.4.15., "Acceptance of Concrete Pavement." Acceptance of concrete not meeting air content or temperature requirements will be determined by Engineer. Fresh concrete exhibiting segregation and excessive bleeding will be rejected. 4.14.2.1. Strength Specimen Handling. After strength test specimens are molded, protect and cure in conformance with pertinent test methods. When necessary, deliver Contractor-moltletl specimens to curing facilities, remove specimens from their molds, and place specimens in curing tanks within 24-48 hr. after molding, in conformance with pertinent test methods. The Engineer will deliver Department-molded specimens to curing facilities, remove specimens from their molds, and place specimens in curing tanks within 24-48 hr. after molding, in conformance with pertinent test methods. 4.15. Acceptance of Concrete Pavement. The Engineer will determine pay adjustments for deficient pavement thickness within 14 days after concrete pavement has been cored. The Engineer will determine structural adequacy of low concrete strengths within 7 days after design strength specimens or cores, if taken, are tested. 4.15.1. Pavement Thickness. The Engineer will check the thickness in accordance with Tex-423-A unless other methods are shown on the plans. The Engineer will perform one thickness test consisting of one reading at approximately the center of the paving equipment every 500 ft. or fraction thereof. Core where directed, in accordance with Tex-424-A, to verify deficiencies. Do not core until pavement is at least 7 days old or has achieved design strength. Fill core holes using an approved concrete mixture and method. 4.15.1.1. Assessing Payment Adjustments. Limits for applying a payment adjustment for deficient pavement thickness are 500 ft. units of pavement in each lane. Lane width will be as shown on typical sections and in conformance with pavement design standards. The limits for retaining deficient pavement without compensation or removing and replacing without additional compensation will be defined by coring or equivalent nondestructive means as determined by the Engineer. The remaining portion of the 500-ft. unit allowed for pay adjustment will be subject to the payment adjustment based on the average core thickness deficiency at each end of the 10-ft. interval investigation as determined by the Engineer. Shoulders will be measured for thickness unless otherwise shown on the plans. Shoulders 6 ft. wide or wider will be considered as lanes. Shoulders less than 6 ft. wide will be considered part of the adjacent lane. Shoulders less than 6 ft. wide and placed separately from the adjacent lane will be considered as a lane. Limits for applying payment adjustment for deficient pavement thickness for ramps, widenings, acceleration and deceleration lanes, and other miscellaneous areas are 500-ft. units. Areas less than 500-ft. units will be individually evaluated for payment adjustment based on the plan area. 4.15.1.2. Verification of Thickness Deficiencies. When any fresh depth test measured in accordance with Tex-423-A is deficient by more than 0.50 in. from the plan thickness, take one 4-in. diameter core at that location to verify the measurement. 2024 Specifications 360 When determining the average thickness deficiency for assessing a pay adjustment other than retaining pavement without compensation or remove and replace as shown in Table 1, take at least two additional cores from the unit, in accordance with Section 360.4.15.1.1., "Assessing Payment Adjustments," equidistantly spaced from the first core in each direction if the first core is deficient by more than 0.50 in. from the plan thickness. Measure the length of cores in accordance with Tex-424-A. Determine the average thickness by averaging the lengths of the cores. Subtract the calculated average thickness from the plan thickness to determine the average thickness deficiency. In calculations of the average thickness, measurements exceeding the plan thickness by more than 0.2 in. will be considered as the plan thickness plus 0.2 in. When determining the limits for retaining the deficient pavement without compensation or remove and replace without additional compensation, take additional cores at 10-ft. intervals in each direction parallel to the centerline to determine the boundary of the deficient area if the first core length deficiency is more than 1.00 in, for pavements less than 11 in, thick or more than 1.50 in, for pavements 11 in, or thicker. Continue taking cores at 10-ft. intervals until the core length deficiency is less than 1.00 in. for pavements less than 11 in. thick or less than 1.50 in. for pavements 11 in. or thicker. 4.15.2. Strength of Concrete Pavement. The Engineer will accept concrete pavement meeting a compressive strength of 3,200 psi at 7 days or meeting a compressive strength of 4,000 psi at 28 days for Class P concrete. Concrete strength testing may be correlated to an age other than 7 days in accordance with Tex-427-A when approved. The Engineer will accept concrete pavement using Class HES concrete based on the requiretl strength antl time. Investigate the strength test procedures, the quality of materials, the concrete production operations, and other possible problem areas to determine the cause when a concrete strength test value is more than 10% below the required strength or when three consecutive strength values fall below the required strength. Take necessary action to correct the problem, including redesign of the concrete mix if needed. The Engineer may suspend concrete paving if the Contractor is unable to identify, document, and correct the cause of low-strength test values in a timely manner. The Engineer will evaluate the structural adequacy of the pavements if any strength is more than 15% below the required strength. Remove and replace pavements found to be structurally inadequate at no additional cost when directed. 4.15.3. Ride Quality. Measure and correct ride quality in accordance with Item 585, unless otherwise shown on the plans. 5. MEASUREMENT This Item will be measured as follows. 5.1. Concrete Pavement. Concrete pavement will be measured by the square yard of surface area in place. The surface area includes the portion of the pavement slab extending beneath the curb. 6. PAYMENT These prices are full compensation for materials, equipment, labor, tools, and incidentals. 6.1. Concrete Pavement. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Concrete PavemenY' of the type and depth specified as adjusted in accordance with Section 360.6.2., "Deficient Thickness Adjustment." 10 2024 Specifications 360 6.2. Deficient Thickness Adjustment. Where the average thickness of pavement is deficient in thickness, payment will be made using the adjustment factor in accordance with Table 1 applied to the bid price for the deficient area for each unit in accordance with Section 360.4.15.1.1., "Assessing Payment Adjustments." When pavement thickness investigation (coring) is conducted for three consecutive placements, remove and replace without additional compensation all pavement placed during these days if the average thickness deficiency from all cores taken from these consecutive placements is greater than 0.25 in. Table 1 Deficient Thickness Price Adjustment Factor Deficiency in Thickness Determined by Cores Proportional Part of Contract Price Allowed (Adjustment Factor) for (in.) Thickness <11 inches Not deficient 1.00 Over 0.00 through 0.50 1.00 Over 0.50 through 0.75 0.80 Over 0.75 through 1.00 0.60 Retain pavement without compensation Over 1.00 through 1.25 Over 1.25 Deficiency in Thickness Determined by Cores (in.) Not deficient Over 0.00 through 0.50 Over 0.50 through 0.75 Over 0.75 through 1.00 Over 1.00 through 1.50 Over 1.50 through 2.00 Over 2.00 6.3. Curb. All curbs will be paid for under Item 529. or Remove and Replace Remove and Replace Proportional Part of Contract Price Allowed (Adjustment Factor) for Thickness>_11 inches 1.00 1.00 0.90 0.80 0.60 Retain pavement without compensation or Remove and replace Remove and replace � � � 1 , *,EX12 WLTOREMFININ 1 146 LF NEXT �8p F �� SERVICE (TO BE REPLACED PROPOSED 55 G � , wc i2"sv �4s R ks � avorNEas� I�°'r � � r� ,5, �5, TR [RESHEET46f ^I �( 38� q O �T . �� , � � � / kACFti'eq�,r� rlisrni ase) . , y � �os �'� I2 � � 10°Ol 20 _,•- �. �� I / � • I/ INSTALL _ � � II / �, � '. 1-12"%1125 BEND ,- r � P � ' 36 � N=693188129 STA 1 82 11 srnioo.00 �•ooe=za3zsa9ae Recommeaexizw� �� �(;�— . - vi BEGIN 12"WL C t,� - INSTALL�. CONNEfTTOEXI2 WL N � 1-12x12"TEE I� Q6 20LF12"WL�NE) � 1- 1 12pGFTE VALVE & eOH � 3ZS�'� N=6931898.30 - N w N6� � E=233211J.41 � � E_ N 693184988 �, NSbe Sp,. . F-2332182.61 /�� `� QDIp. W' PRWOPOSEDI2"PVCWL-C� � / � - 2+0� T�*iaJ�T]°5000,l. . ,� , 3�oI� �_ CnUrioN � / /� �� oveRneno . ���� �: , � / ��p�e�� e�aait �'!✓#iNf fi�ff✓. �. P,I STA 1+63.18 \ � � � �� �0} r io°v�sa^ b = -� � = INSTALL: T � �- - AUTION �— C � � 1-12"X11.25" eEND � OVERHEAD �. � /� � N=6931890.91 7 -- _ - ELECTRIC _ _ _ / / � F-2332134.83 �� �w� -- �- - �- J/� HOUi✓pa roN R� 5 I .Z j� N PI STA 1+ SAN tARr sENER MANNO�£ ROB[aio uqzpti¢ � �� � 84.33 RlM E�£vnnON 6b05e / `/ / 9� �� �T RIOG£ Ac I � O _ 9 211p" 8' PC IN FROAI MEST 6559d ( o io° � wt , 1-12 8 PC Wi i0 NORiN= C5589 l 1 DOC N2 pP06189�82 � I � �QrCT � . on .,E 331899.19No 18925VOFY'MILL 1 HND OVERLAV � I � � 15.3] I 1 I i I 1 I -�--I P ' I I ' � a801 50?Z FwY �� PROPOSEDSSH VOL 1556J PC 8d � I 1 146LFNEHT 3i I AI I (RE:SHEET66) DR�Ci � 4 f-I � 1 1 I1 121GV I,,�i^ �II al�.x:�� .� 3+Sa93 FE�%STOFE�nlq�l 38'43" �80pN'�PAVEM12 � (L. �A 3`88-%,PG. 11.25'BEND �VD�� 53941.4] 1919.2] � q O + V _ Q �494y�>fiif fFW�id _-_ �.. � �EX12 WLTOBEREMOVEDAS ` w REQUIREDFORCONSTRUCTION ' Z OF SE E � 2 �.�y' 320LFOFA'PERMANENT � U ASPHALTPAVEMENTREPqIR- F- i i Q � � - MANISH USA ENiERPA145 INC ` aesi sauw vwr orar r<A� OCC No. 0111315146 ovarcr � PORIION OF ` BLIXX 14 SOUMLAND iERRACf n00iilON \ VOL. ie8-X, PG� 12i RiCi \ 1� 6S0 300 LF 12" C-900 PVC W L I BV OPEN CUTI 94LFACCEPTqBLEBFCKFILLIRE:3/1301 �n cri<nq\ 186LFACCEPT�BLEeqCKFILLIRE:3/1101 675 I I�:s/ii�1 � 670 5 � a � o � ° vl � � � m - . � � � � J � . - � 665 c, a � + � � �' �r� - � - � '�J � exisrw� �aouNo ��V�N c _��aaa ,�.wLL_adaaa� �-m =.:� ----- ex ir� w�ro - - ' � 660 REMAININSERVICE __ -- - �TOBEREPLNCED _��--�- � BVOTHER51, -_-------��- - - ,��WL@l.bn>� ess � i „W��� - _ � zz�w��iozr ` 3 > — — ~ �--I. � � 12" W L (p� 100.00% I m � � �2"WL(a0.1Q6/ � 650 lz" wl Caloo.00% I �a � 645 C -z 640 /n � n � � � p E" 0+50 1+00 �+00 3+00 a LL J FTW23699 Plal �ate 9/12�2015 10�.1� AM Plot By- 0895� Filename N�.\WTU\Dmwings\CV-ALL-PL-WATR11 dwg N:\WTU\Drawings\CV-ALL-PL-WATRll tlwg 680 675 670 — 665 660 655 650 645 fa 640 q+00 �i o zo ao SCALEIN FEET HORIZONTAL 0 5' lo' SCALEIN FEET VERTICHL RNVISIONS rvo � po [vouM rva.z o[scamory ./>>/�ozs � C LEGEND � 1 � MILLANDOVERUIVIUNITI) , . rl � PERMANENTNSPHALTREPAIRIUNITI) � PERMANENTCONCRETEREPAIRIUNITI) � UNIT4PNVINGIMPROVEMENTS(RE:PVSHEETS) � .1' X � 9s �r �p � 569540 5 _ 6 1� %� AiN��N�ri vFoneµlaµ�l]3ye]3oo�t CONSTRUCTION NOTES � F ramormewxeearsP�rs,aa. Lt1 � c.�oNA.e.,cr�ounox `o��w�xea.�Eas.aexouasra�an.os.naror U a..r�e�ooveu.�ox �„'e,ee6o a ERA�� a a�°°i � e'�,s' � e���sos-sz�x Em33s3 novinrrrMroxnrerwn*rnroniirnorsx.irswi*rirvrhriiMinor.nrwnrrviixr w „e�����x��Nt. �xt�axzxu�et�.�tN��o�a�xth�a�.s��xs��.�m�u�x�c��oN,o�ry�ox W � ir,srn��onwm.xrmnauxcsinncco�Nuc.wi.n..mo.am»iw�o.vo.rox, ^�+ wovrx oeaz � HORIZONTAL & VERTICAL COTTROL � Q � xa�vza ea3io q nnPeoieasioaan� z rowvamccracxxxxxxx,erxxxx,xrxx,xr.,,.,rx � S!"WtRVRO/ECINVXXT=KVNNXX-XXNNXNXXXxxX p� MAPSCONO 9IH91G F CiTY OF FORT WORTH, TPXAS L? WATER DEPARTMENT � � V 2022 BOND YEAR 3 CONTRACT 19 c4 AND SANITARY SEWER R&PL.ACEMENTS W _ �' _ Q WATER LINE WL-C O STA 1+00 TO STA 4+00 � N N DPAWNEo�WS/PAL I5 ASENOiE� I o E I 19 O Ai 9/12/2025 N RE�'ISIONS , � , , , , tiww� . . . . . . . . ..-�� � � ., rti����.�ti� � o��o.�oh ,n�ao., O LEGEN�: (a 133 SV OF PERMANENT TXDOT -- � MILLANDOVERLAYIUNITII � STA4+69.33 WL-C= CONCRETE PAVEMENT REPAIR � E_Z33 0000 WL-CA (RE:132134��SEE NOTE 4) L � 18 $8�RE�UCER .. � PERMANENTHSVHALTREPAIR(UNIT1) I INSTAL 112 x � �� ' TEE � PI STA 5+8512 N6931940.16 I ,���ym p45°0003 � PERMyyFNTCONCRETEREPAIR(TX�OTI(UNIT11. — REMOVE FN� — 1834.8] PISTA5+63.11 INSTFLL. 11"Cl�fV SNLVHGEEX �� p45°00'00" 18"x4� oc�.0 . — .. I. H.35-W VALVE �� -REMOVE U-1 q�q � INSTALL: N=6932050.21 I. H.35-W 6" FLEHIBLE BASETVPE D,GRFDE 1-2 SERVICE ROA� rREMOVE AND REPLACE 30 LF � � - EMOVE AND _ �;' RAMVANDREPLACE 1-8"x45°BEND E=2331949.6] 6"CONCCl1RBANDGUTTER SERVICEROFD � NIT4PAVINGIMPROVEMENTSIRE:PVSHEETS) _ � (VARIABLERIGHT-OF-WAV� WITHTX�OTTYPEI �� � ' '��a �. N=6932p34.54 �� � I REPAIR (VARIABIERIGHT-OF�WAY) ..•......� �. �r. . . . 1, . .. . . .5+00-NO" — TE I PFVEM � ONCPETESIDEWNLKREPA ( � U ' 6065FOF8 CON RE I C IR COFW (CONCRETEPAVEMENT '���� i.,'� -, E 2331834.22 DRIVEWAVREPHIR I (ASPHNLT ENT) R ",��'�'�. �� „ Z40a W „ _. �..'.��.. � �, �^ �`••.' � UTILITYPELOCNTION I 3455FOF8"CONCRETE REPIACEEXSIGN - '`. PROPOSE�B WL-CA . '.o`.. •+�`,� �j ,! BVOTHERS �DRNEWlY0.EPAIR `� � ��� (RE�.SHEET24) � � =',•' ' � ONfRETEDRIVEWAYREPA � C IR COFW � — .. . - . . � • - — _� � �6+�0 � � .. �C7+00 ]� ' 8+ � P �� F fAFFfFff6FfF fPLf' L �F}fF FFFFf/6F ��. . . --�_ o a- _ � N � cnunon� � � 57na. ., � - _.A..__ _-- k � '� OVERHEHDELECTRIC ' INSTALL - - CUTANDPLU6 �� I 1 - - � ' ] �� � E AN W� APPROX 5 X10' � I, c, �� S 112" 6ATE VALVE & BOX REMOVE AN� __ � EX8 WLTOBEGROUTED N 6931940.96 EX6 WLTOBE SIO/tu0an/x HOLE I BOREPIT I �1 PROPOSED8 P C�WL-C F� �°F �� Riu ELEvnnC,v. 6666� REMOVE AND REPLACE 10 LF � REPLFCE 11 LF 6' � L I . ANDABANOONEDINPLACE 6ROUTEDAND � F+q�� ��.,�;' _z� .,�E-2331858.00 qgpNDONED 5"aCVW�i050unf 662J� 6"CONCNR9ANDGUTTER CONCCURBAN� 415SFOF9"CONCRETE � , � .REMOVEANDSALVAGE INPIACE (�up �uanONmC.wp�rCaEwS REPAIR � 6UTTERREPAIR SIDEWFLKREPAIR ^ EX12"GATEVALVE REMOVEANDREPLACE4LF 325FOF4"CONCRETE E%6"WLTO ., t5692aas,:w ��.\\\I ��-..�• r •+�20LFOF4'TEMPORARV 6"CONCCURBANDGl1TTER SIDEWNLKREPAIR MI/SSA/NC BEREMOVED NEXIRICHLANOLLC ���E '�W � REPHIR(TVP) 4a scuZfWv F•.�s•���= ASVHALT PAVEMENT tor I a�JS SOuin Fwv o�s� �� ��- �I I SloRnf Oanrx uarvnat 7j,,/ � 18SVOF2"MILLAN❑ �MM�unilCN666.06 � VCLa15564,vicea � o �2i2236582 ���w�"� F � _ OVERLAV Nu a� oEereAS MqNl�ry u5A ENIF,PPRISES/Nc � OR IC I " os � � , -_- ���. JCPOiSI(i66506 q821SW)HFWv I P�F.iCI ����xE�nEa�oEr�rv�vrv� � MATCH L� STA�+00 �s Rcv iN nrou nasw sssrc iorar � na 5" RCP OUi IO SCU1n 655�5 OCC rvo. 02113152�6 M TEfl NOTE' (DlPINPoRMAiIOrvFFOMpiYG4fN5) OPRiCI q_ NSTALL. � NK Yri � I ] 1' WHTER SEPVICE � � ]-WNTERMETEPSERVICERE<ONNEC� O1CM1err„srreer,s�ii�e[mu I I REMOVE EX WATEk METER eneµlav�frecseJ3o� INSTALL. w �-i" wnT[a scavicE CONSTRUCTION NOTES �-wnrEre MErEa sEavicE reEcoNrvEcr METERS I METER STNTION OFFSET NOTE I C. INI�PRIVATESERVICERELOCNiE anmorrrvewaeE�azana�rsrnEEr � I 2 5+4343 1200 D I pE�nOv[[x.wni[nnn[iExiNSia��. ouowixcn.�enn.arvounsvnioa.az�na.or W 3 ]+24.16 2.50 B I 1-2"WATERSERVICEI-WATERMETER cnavarencn�ocanorv. � SERVICE RECONNECT rr. riEioovExanox , �' �^ [crvic �% l01?I033-0e� a 685 685 �""om r�'si `"i363 a INSTAIIFI]>[l�' TFFI w�ior*Emvonnnvwnrtn*onuvnovEnn¢��r„irvmruMirsormrwnrEAun � ]]LF12"C-900PVCWLfQ'OPENCUTI 154LF8"PVCW (BVOPENCUT� cin�. 149LF8"PVCWLIB�OPENCUT� ix�vaixsx<un.ui.xutoioix�xwx.zi�xiziirv�rouzixuciioniairviax � W 680 ACCEPTABLE BACKF\LIRE'3/1111 1�� � r^�1� 680 � � t�rcrvi.ui� i�o3ss�roxurv[iocar[sire�xi[ovoxnorvoFrnizwovkisrv[nArxoor W ACCEPTABLEBCCKFILL NCCEPT�BLEBNCKFILL ACCEPTFBLEBACKFILL ACIEPTABLEBACKFILL ACCEPTA8LE8[CKFILI qCCEPTABLEBACKFILL ro8ie�ovexrvnxonw*cxExi*irv�coMMExcn�oArvevnveMervrrxic [/] 675 I �-_..i.,� I � i i � i--i 'i I �.vi. r i I I I I j i i„� I �ne.ei..e� 675 wow.„�sa,.o�Ns.N�����M�x.M,�k�.es�.�cma�,wvw�.x„�o.oM-».,N�c�ro�Foa. � J� „w���Ao��oH���� � � ��.,„o«oH�M1.,� ���HORIZONTAL&VERTICALCOV7ROL � �o c J o m IRE:2/1121 (RE2/112) L. j - ' om a w� z rc nc � 670 a: �: m_ a� y�i . o � Y�b_ �-a z� w� � 670 \ 1- „/' � / � > - a � G � exisriK;c,aoumn� xsa�o �.; '- w a� �� w ss ______________ x-nsza (� ^ - ------ mvvaoacruraasu z ,.-_., � w � _ � � LL _ _____�---------------- rPwPRo�tcracxxx.xxxxxxxxxxxxxxxx� -_ _ -----�` 665 wnrereaaa�ecrpexxxxxxxxx-xxxxxxxxxxxx Q 665 _ _ _ _ _ _ � nnnasco No_ vix,vJver-xxxz�'x-r„erxxrxxzrxx p� F CITY OF }pRT WORTH, TF,X.45 U 12' WL(dup"' ' - ¢ eeo =�Fa z� — `� — eeo WATERDEPARTMENT F O � �i � 655 n�Jr 655 m ��` � � � 2022 BOND YEAR 3 GONTRACT 19 c4 o zo' ao' AND SANITARY SEWER RFPLACFMENTS W 650 � � 650 SCnLEIN FEET - �" `t � T 9 ? m � noRrzoNrn� - q o s io J' � �� � � � � s��E iN FEEr WATER LINE WL-C O - � d eos `_ � � �� ' � � � � eas vERric"� STA 4+00 TO STA 5+00 � � � � � d+oo �+oo �+oo �+oo �+oo � ti Ati, F � c aLL oAnn�nry ows/aa� IscnsrvaiEo I oAT9/12/2025 I zo N � RW25699 vlo 9/i2/2025 101� AM Plak By 0895� F�laname. N\v✓tU\�rowings\CV-ALL-PL-WAtkl l tlwg N:\ W TU\Drawi ngs\CV-ALL-PL-W ATR11.dwg STA 8+39.83 WL�C=I STA 1+00.00 W L-D OO -- - INSTNLL: I - + 1 8„x8" TEE p0 - _ N=6932304.91 233184� 45 — Q � � � �c� � I. H. 35-N� `N e e � VI UTILITYRELOCATION REMOVEAND SERVICEROND PROPOSEDS"PVCWL-C W B�OTHERS REPL4CE15LF6" (VHRIFBLERI6HT-OF-WAY) Z REMOVEFND CONCCURBAND �FSPHALTPNVEMENT) J REPLACE 18 LF 6' 6UTTER REPAIR N' WL INSIDE 20 LF 20' STEEL CFSING = CONCCURBNND g"W�INSIDE20LF20"STEELCASING I STALLEDBVOTHERTHANOPENCUT U GUTfERREPAIR � /�I�STALLEDBYOTHERTHANOPENCUT a Q� -.��� � . �r�: , "�/ ._____ 9t00 ���30a00 .__"_' SOSFOF4" CONCRETE SIDEWALK REPA R I 1�1�f% I APPROX.S'%30� � � BORE PIT � 2925FOF4"CONCRETE �REMOVEANDREPLqCE SIDEWALKREPAIR � � 58 SV OF ]" CONCRETE VALLEY GUTTER � I SE/H MANORA LOGAS]ICS LLC PROGOSEDS" PVC WL-P iJ59 SO�m Fwv ��RE:SHEET25� COlI OCC Na 02i]151J33 OPRTGt I $< =' 3 C> pE� 1]5 5� 0� 6" CONCRETE �RIVEWAV REPAIR� REMOVE AND O REPLACE6LF6" CONC CURB AND ry GUTfERREPAIR� .ti ," �� _ ~ �.�_ - � . - � � - _— J — _ — _ _ — �= GRCQSISALSCARZA 80I E B�OYCCAUE ac OI18 G �� OPRJC09C999 �--�il� f APPROX.S'X10' I'�� I BORE PIT E%6" WLTO BE REMOVE�- REMOVE AND REPLACE �WW1. . . ^ . � STN 11t55.62 PECONNERE%6" WL INSTALL 1-8"x8" TEE 2-8" GATE VALVE & BOX �S,E� 1-8"X6" REDUCER 15LF8"WL c-6932620.69 =2331845.48 -' - - • • � REMOVEAND -8"WLINSIDE20LF20" � REMOVEANDREPLACElOLF6" SALVA6EE% STEELCASINGINSTALLED CONCNRBANDGUTTERREPAIR 6ATEVALVE BVOTHERTHANOPEN � REMOVEAND CUT � -126SFOF6"CONCRETE qEPLHCE19LF6" CHUTION: N DRIVEWFYREPF�R 11CpOCCURBAND I OVEPHEAD N` — ELECrRIC Q � GUTTER REPAIR �"" '_ . � _ .. �,., � N � ` lZ W - z , �- REMOVEAND �qppROX.S'X30' J � REGLACE 10 LF 6" i APPROX. _ CONCCURBAND BOREPIT 5'X10 U 6UTfERREPAIR ����'I ,I BOREPIT Q REMOVEANDREPLAC� � � REMOVENN� � 565VOF] CONCRETE ISFLVAGEE% 6LF6"CONCCURBAND R06ERiR�O5Murv0Z VALLEVGUTfER 1, p _ y�'� IGNTEVFLVE 800EBOvlEavC 6LF4PERMPNENT �I �` REMOVEPND 6UTTER REPAIR LOI l qSPHALT PAVEMENT I I OOG rvo. 02C906/023 / REPLHCE 19 LF � REPAIR � I pPF�Gi 6"CUNCCURB - I I I � n Z REPA RUTTER I _ _ I I - 0 20' 40' I � _ _ _ _ _ — _ _ — _ _ � . .. � _ _ SCALE IN FEET � I I RE�'ISIONS � �., .tio��Mtio� o��o.�oh � zn�ao., O � . . . . . . . LEG_ND:. . . . . . . . - . q �11"PAVEMENTPULVERIZNTIONASPHALTTVPED PER SECrION 3212 16 (UNIT 1) � TEMPORHRVASPHFLTREPFIRIUNITI) �PERMANENTCONCRETEREPAIRITXDOT)IUNITII: 11"C0.CP 6" FLEXIBLE BFSE TYPE D, GRADE 1-2 x � CONCRETEVHLLEYGUTTEftREPAIRICAFW) � CONCRETESIDEWALKREPAIRICOFW) � CONCRETEDRNEWAYREPAIRICOFW) X � 156924QEs 2!/aal�i-¢= ��F Kx� BOrt nU0 w�e � f CONSTRUCTION NOTES ac�cfe»I3zzcoaE9�aala�i 1pVa � oHORIZONTAL&VERTICALCOVTROL�cknF55. 1 MEfEiS II I M. ER I STATION OFFSET INOTE I 4 9+51.84 9.00 B I - 488 SV OF PERMNNENT TX�OT METER NOTE: CONCRETEPAVEMENTREPFIR q, irvSiAu: (RE:132-134��SEENOTE4) - TERSENVICE 1-WATER METEfl SR\' RECONNECT STA 14a54 SS WL-C= rg" WL INSIDE 20 LF 20" 8" WL INSI�E 1] LF 20" B REMOVE EX WATER METER STAI+OOWL-E �STEELCASINGINSTALLE� STEELCHSINGINSTALLED INSTALL� INSTALL: BVOTHERTHANOPEN BVOTHERTHANOPEN 1-1"WATERSERViCE 1�8"x8" TEE CUT NT 1-WHTER METEP SRV RECONNECT 'v T 'C 8" W L INSIDE 18 LF 20" --- 1-8" 6ATE VALVE & BOH (S) � C. INSTALL STEELCASIN �INSTALLED N=6932919.95 �— ' "'•� ' REMOVEFND BVOTHERTHANOPEN E=2331843.96 '"� '� .�"�REMOVEAND �. O 1-1"FRIVATESRVRELOCATE REPLACE9LF6" CU7 '''�REMOVEAND%' •.,.REPLACE33LF6" •' �" � CONCCURBAND I.H 35-W '� REPLACE94LF6" �'��'CONCCURBAND :� �p GUTTERREPFIR REMOVEAND SERVICEROAD „CONCCURBAN��.�: GUTTERREPqIR . •'.-I REPLFCE9 LF 6" (VARIABLE RIGHT-OF-WAY) ''' ,` � GUTTER REPAIR ` CONCCUftBNNO :. `i..: .: ...•'•. �':...: ' i'r'.. .�: �: Q .•. 6UTTEft REPAIR (ASPHALT PAVEMENT) �..� f ' ,± ', • PROPOSEDH PVC WL C `, � . 13+0� _ — — --14+OOy �� .16 Q \../ \ � ���� � ,t_---� \ �-�I,-/ APPROX 5'%10' � �RO%.5'X10' - � I I BOREPIT _ � BOREPIT 1905FOF6"CANCRETE JUANqNUNEZ800f REMOVEAND `n _ DRIVEWAVREPFIR— 3465FOF6 CONCRETE HzvMpNOSr REPL4CE22LF6" %� � \ DRIVEWFYREPNIR LOTI CONLCURBAND �I '�x a� I`REMOVEANDREPIACE p��qOA]£GA DOG rvo o22T290J82 GUTTEH REPqIR ci � -- SO SY OF ]" CONCRETE 801 Etu.uMONO Sr � ovarCr � I � i C o \ VNLLEVGUTfER LOi9 � OCC No 02050]6645 � overc� I �� D A� � PROPOSED 8" PVC WL-E � I � �m - (RE:SHEET26) I � 4 i I I �. I F�--�V� ���'. W r�-� Z nrvaox. I ll I u sxio I �-,i r BORE PIT I� � I ac• I I C. I I I II i I . �. I . I,...l -2)91a K-3330 ory PRD/ECTx �CXXA'S �xXxNXX�xxxxxxxxxA'XX wnrere aa c n xxxxxxx -xx nnnama. in,yip -x-xxxx rxxxxxxxrxxx CITY OF }pRT WORTH, TF,X.45 WATER DEPARTMENT 0 � 4�' a� SCALE IN FEET 2022 BOND YEAR 3 GONTRACT 19 AND SANITARY SEWER RFPLACFMENTS WATER LINE WL-C STA 8+00 TO STA 16+00 oAnn�nry ows/aa� IscnsrvaiEo I DAT9�12/2025 I z1 RW25699 vlo 9/i2/2025 101� AM Plak By 0895� F�laname. N\v✓tU\�rowings\CV-ALL-PL-WAtkl l tlwg N:\ W TU\Drawi ngs\CV-ALL-PL-W ATR11.dwg RE�'ISIONS � �' ., .tio��M tio � o��o.�oh � zn�ao., O � LEGEND: � Ll �11" PAVEMENT PULVERIZNTION 3" ASPHALTTVPE D PER SECrION 3212 16 (UNIT 1) � TEMPORHRVASPHFLTREPFIRIUNITI) � �PERMANENTCONCRETEFEPAIRITXDOT)IUNITII: 11"C0.CP 6" FLEXIBLE BFSE TYPE D, GRADE 1-2 x � � CONCRETEVHLLEYGUTTEftREPAIRICAFW) � CONCRETESIDEWALKREPAIRICOFW) ' � CONCRETEDRNEWAYREPAIRICOFW) �MM- . .. . . , , , . . �/ X � , , , , ., ,. , . � 144]SVOFPERMANENTTXDOT CONCRETE PAVEMENT REGAIR - STA1]+46.]2WL-C- (RE:132-134�(SEENOTEG) REMOVEANDREPLACE45 8" WL INSIDE 3 LF 20" LF 6' CONC CURB PND y OO WL-F STA 1t STEELCASIN6 INSTALLED �BVOTHfRTHANOPENNT.[ -I.H.35-W N-693LTEE GUTTEftREPAIR� INSTAL 1-8"x8 . . 3211.]9 Y I. H. 35-W �0, ,�. - '.'REMOVEANDREPLACE41 "8'WLINSI�E20LF20" ' ',�E=2331842.59 �''t•^ SERVICEROAD t.� e... . . _,.. .. .. � x' � *' t'{: _ O �, SERVICE ROAD . STEELCASING INSTALLED �• � �' .. , , . . .r;".:.. . � � LF 6" CONC CURB AN� � ., �•�VARIABLE RIGHT�OF-WPV� �, � �� • - `� � � p : ` }.. e. . : '... .. ..:, �.... .' ;. "." :.'. .:' �` ... :.'.: . . + + '. � GUTfERREPAIR IVFRIHBLERI6HT-0FWAV)����gypTHERTHA�OPEN �',p�•;�.�;��... ��REMOVEANDREPLACE115LF6"' �� (qSPHALTPAVEMENT� .�REM�VENNDREPLACE69LF6"``�, .Q �p', , �ASPHNLTPAVEMENT) � ''��T �',CONCCUNBANDGUTTERREPAIR:, -' �CONCCl1RBAN�GUTfERREPAIR�,;��..� ,. N 'y ..�.•�;.4'.`.�•".::�':'••.,;..�.-... REMOVEAN�REPLFCE ., ' . . . ..'': � � ,.`y�.�::� ,�'.' >..: '. :. '...'F .. ` t.�. . , '. .,... . � �'.� ,. ' i . ,.. .a... � . . . . 4. n:.i:.''.•�"/. �.:A. ;�/." '�. �.�' � v ... '.�: a. � . . . ....... . i � . . ...�..: ..� ".. t., r, -•. '.'.:....i�� � 28 LF " �� Q . .... . p . .� . �. � . � . EX6 WLTO ..::" r:.a.., ,.:•, ,.:: .:':;'::. � PROPP-2 �. . .. . . . .....•... •:.: .99SFOF6 CONCRETE .: 6 CONCCURB +:.PROPOSED8"PVCWL-C :� - a � AND ER REP � ~ BE REMOVED � � '� GUTT AIR H AD y, ARAMP ' / ' t� DRNEWAYREPAIR '� V1 '�l]+OD .• ' ) �' �' 18+00 .. . : .19f0 . . . ..... . . . �`20 � . _ 0' �/���. . .: � .. / . `; . . . ..�...... . VI . .. . . . � !' ". �� — W � '_•� , ` � � ��: ..�.... .r. +�'. �. W � �� _ ` . .. i . . '� ' .�. 1 _� ; � ��\ . . i. � - . . J �:. .. � J Z '. _ _� i_ . .. (.- � , � . � F 144�OF�6RC�ONCRE�TE � SxPo X ... A y., -I f 65S^Y�OFn]'NCONCRETE BOREPTS%10 VED �BOREpT5H10 � DRIVEWAV CONCRETE � U BOREPIT E%6 WLTOBEREMO I I Q DRIVEWAVREPAIR REMOVEqNDREVLACE6] �; 8 WLINSIDEI�LF20' I� )25FOF6 CONCRETE REPAIR Q ( � MARInnfORErvO GUTfERREPAIRBAND � �?o� �� 1 II I (RESHEET$qEPVCWL-F BVOTHER NANNOENLED I DRNEWAYREPAIR � t � � NT I I I 800A£ BNOE(L S] ` .. VALLEV GUTT ' 9~� I LOiI . 800 E GAUBREtL ST - Jlrt/aN SJLIS xu 021I0]6214 - LOT I � r T y '� B0� E GFNBR[ll Sl I OOC WL II012, PG. 23I4 � n m •� LOl9 I QPFTC( OR. Cl I — ,I�"� D�.OPR�C2184624 � I M -------------:��:��-I------------ � � I �` pE� � o za' nn o� SCALE IN FEET _ P�E�.F+qs..1/i Autsss2aQEs o,,!���' �� N�cxo�s e�Iei)��13s ]3oo��1P� Wab-w whaoze�oni CONSTRUCTION NOTL'S Ecrvic e�io 3w s corvrvncroA (% (�` 11��L �X �K I 11..Y� l.�.V 1 Kl )L xrv[sz r;o`�z -2)91a K-3330 ITYGRO/KTb10a3T5 S�XXXNXX�XXXXXXX%XA'XX PPWPRQ/ECT&CXX WA(ER VROItL l p PXXX XXKKXX-XXXXr,r�'a'XXxX -XXXXXX�,YXXXXXxYYXXX CITY OF }pRT WORTH, TF,X.45 WATER DEPARTMENT 2022 BOND YEAR 3 GONTRACT 19 AND SANITARY SEWER RFPLACFMENTS WATER LINE WL-C STA 16+00 TO STA 20+00 oAnn�nry ows/aa� IscnsrvaiEo I oAT9/12/2025 I z2 RW25699 vlo 9/i2/2025 101� AM Plak By 0895� F�laname. N\V✓tU\�rowings\CV-ALL-PL-WAtkl l tlwg N:\ W TU\Drawi ngs\CV-ALL-PL-W ATR11.dwg ' � � ��� I�I ��, '� �e,�eo o�A�soa e�o� ,a i i -- aeio rV✓OR[5 suam[z ao.sAs a „�ckc[ ur'u,wUEvn � E SOUM�ANo iEaRACE n00ili¢N 386 LF JEXT 12 GV � �EMARGRPoTA OUARiE HERRfRA I 605 E 6f00£LL ST � HO E OLCLL SJ � �p�q ✓�=88 G PG 64 � i� � i I I E. � PI STA 20+55.11 � z 80I E B�EOD%(L ST 1 DOC No 02 J39sra5 I ✓0 9� a�] PG Ia4 ✓aOPRTC i/J�0 IXSTA 23+93.]4 I I I . O� �� OOC No 01PI280056 OP.RTGT L ORJC� TO END 12" WLL " IN TAILoo �' � I Ov.k.iO.L MElNa [Ou.tSS RAM�REZ _ �� �SICRMORA/NMANNO(E OFINOF£COFOINGINFo) CONNECTTOE%12"WL r I�{.. 22"RCPOu�O6NORin 558s1 I NNFe r E 2332135�.25 IL I � > 3 �`ti No H 1 8%45° BEN� � Rr 1-8 x12'REDUCE � / a� rR,. 0 20' 40' PULLIOINT5A5 � EX6"WLTOBEGROUTE�AND -REMOVEANDREPLACE6LF6" I STF23�38.]2 REMOVEANDREPLNCE45VOF - NECESSARV _ '�I���I qgqNDONEDINPLFCE � CONCCURBANDGUTfER G�SCROSSING(D-HOLE) ���CONCRETEVALLEVGUTTER I _ �+✓✓ SCALEINFEET N=693351].91 - ����I HORIZONTAL E=23318466] - I REPAIR�TYP� I ELEV=l1NKN CAUTION:OVERHEAD� REMOVE NND SFLVFGE EX I � �GATEVFLVE I Z�]LFOF4'TEMPORARV (FIELDVERIFY) ELECTRIC - - 0 5' 10' CNUTION.OVERHEAD ELECTRIC qSPHALTPFVEMENTREPAIR ' � ' GROP P-2 ADA RAMP STA 23t2940 - SCNLE IN FEET PI STA 20+4].29 � ���% I - II 1 GOS°0006 REMOVElNDREPLlCE�OSV � EX12"WLTOBEREMOVED INSTALL N84�34,3�„E _ VERTICAL 112 6ATE VALVE & BOX 18H45°BEND 'I I�w7 ETEVALLEV VROPOSEDI2"PVCWL-C N6933519.19 N 6933512 35 I - — - I � � `� - ��� - - — E 2332121 00 _ _ E=233184] 1] � .� � O] 8 � �� �.� /� �� — ;1 � �12} r - METERS STA20+3894 �� � -- I I METER STATION OFFSET NOTE INSTALL � 1-00.. �22+00�� N894330L ��� 23�00 --- 18 GATEVHLVE&BOX 1 5 21+16.16 2500 A N=6933504.00 ���E�STI1L�CLLSTREET ___ 6 212524 2500 B E 23318A1.20 - I (50'ftIGHT-OF-WAVJ - �—l� l 21+2].34 -950 B (ASPHNLT PFVEMENT) _ REMOVEANDSFLVNGE �� 21+ . 4 . A 8 303 950 , , � rrF �. �.� �. ^ E%GATE VFLVE � IYOL 388 G PG.64) ��. . , _ . .,, I, I g 22�31.]4 Z500 B REMOVE HND REPLACE 24 LF 6 �� Nd4°43 30 c� � I. '� -- REMOVE FND � �/� CONCNReANDGUTTERREPAIR I� pROPP-LADARA �� �S O—� �� \ Q� �10 �- - , ' 6ATE�VALVE� I il I� I 10 22+35]4 25.00 A 2505VOFPERMANENTTX�OT �' I � T� . .. � � — - j� � _ 11 22+4124 -1000 B CONCRETEPAVEMENTREPAIR � � I, - 12 22+44.99 -1000 A (RE:132-134�(SEE NOTE 4)�' ��', �, PROPOSED 8" SS-E �RE:42) �� � PI STF 23+32.93 _ =-PROPOSED8"PV WL-C I �5"09'Ol" � SnMTaavSiNEAnfqnxIX[ � SOJSVII"PAVEMENT pULL101NT5A5NECESSARV �� � � j MEiERNOiE II • ALI JI 80o E B Ofu 5T Rm� EtE AnoN� 66245 PULVERIZATION N=6933519.25 I ��„� C� �•� ��N y o rA Z�}00 ��� � BP vuC lN FRO,u wE5!= c5]OS � I E=2332124.49 310 LF NENT 12' G� A. INSTALL�. D11101611a 8" P�'C OJiWO EASI= 65).00 / i � 1-WATER METERSRV RECONNECT OPF lC i I 804AE B�EOOE�[aSIF 808UC B�EDOERL SI � �- S TAFYSE1VLftMANHCLEJ I I li 8. REMOVEE%_WATERMETER WL 12185. PG 1399 OOC NaL0208330264 PoMEL[ViliiCN 66J49 INSTNLL'. � ORlCl � OFRlCI _ 1-1"WATEPSEflVICE I 8" PVC lN N£ST fROM = 65599 I I BLOfJI 12 B" P✓C IN FROb SOUIN= 65539 � I I- 1-WATEfl METER SRV RECONNECT �SWM�ANOIERRAPGA6� a� B"P�COUIIOEASI=65499 C. INSTALL�. pF i.0 I �qq�q �RNANOfZ MAFWfZ @ JI/AN MARWfZ I' �= 1-1 PRIVNTE SRV RELOCNTE 816 E BEOOELL SI I I OI 4 I � I OOC No. 0111118056 � I° I; _. � oPR,�, " I � i 680 ! 6 LF S" C-900 PVC W L(BV OPEf�I'UT� H��eriHe�c aH�nriu inc:.si�,�� 675 I � �L� r 670 - � 665 � ^ �� � \ �� � " _________ 660 V ' 290 LF 12" C-900 P� C W L IBV OPEN CUTI h��cr i Ha�c ar-.nnu ircc:si ii�� � - J ` t�l � �— � M � a � � � �z�� a��w� �� -_-_-__---_-_ tXl]IIN�I+XUl1NU _-___________ ___ -z.�- ___' _- _ � _ .,�.�,..� "_�:.: =I � _ � 655 — _ � _ 650 �` eqs T 6ao � � � _ zo+oo zi+oo pE� aLL � RW25699 vlo 9/i2/2025 101� AM Plat By 0895� F�laname. N\V✓tU\�rowings\CV-ALL-PL-WAtkll tlwg N:\ W TU\Drawi ngs\CV-ALL-PL-W ATR11.dwg 22+00 � 23+00 680 675 670 665 RE�'ISIONS ° �� � .�o„M �o � o�,o.,a� � z„:,.o., � � LEGEND: Ll �11" PAVEMENT PULVERIZNTION 3" ASPHALTTVPE D PER SECrION 3212 16 (UNIT 1) � TEMPORHRVASPHFLTREPFIRIUNITI) . �PERMPJJFJJTCONCRETEFEPAIRITXDOT)IUNITII: I 11"CaCV 6" FLEXIBLE BFSE TYPE D, GRADE 1-2 rYr � CONCRETEVHLLEYGUTTEftREPAIRICAFW) � CONCRETESIDEWALKREPAIRICOFW) � CONCRETEDRNEWAYREPAIRICOFW) � �v�MM- -� X � + cE692eQ 5;�- �xnsdt��u,nl�,.,Ro- [PN �� N�xo�s Wo181)If13s ]3o0��[soo Wab-www haoze �oni CONSTRUCTION NOT�S � ��a.o�.�. �a�Fw�P�..,.aF�. i R�o.,.E.��,o�.�o� .o„ow,��<„E�„��o�a�oa�oA.or.a.o� � ccrvic niri��ssz�n { L r�w L uovioe,emronnn.wn.m=onLLanooexna�n,wumruMinormewn,evun � �z cu..enuxe. iPE°"'"�xaueeex.enoeo.omexenxez.e�iz.iNccauz.Auaion�aiNrax ` - �. � �� - � .:°o ' -":�� - c p -_ _6F, . . a� „�N . n� ` HORIZONTAL&VERTICALCOV7ROL , x-2)91a K-3330 OTYPRO/EECTXtCXXSs 660 rvw �xxxxxx�xxxxxxxxxrxx wnrere aaa�ecrpexxx xxxxxx-xxxxxxxxxxxx nnnasmmo.vix, 1 -xxxxxx�,rxxxxxxxrxxx 655 CITY OF }pRT WORTH, TF,X.45 WATER DEPARTMENT 650 6as � 6 640 z�+oo 2022 BOND YEAR 3 GONTRACT 19 AND SANITARY SEWER RFPLACFMENTS WATER LINE WL-C STA 20+0p TO END oAnn�nry ows/aa� IscnsrvaiEo I DAT9�12/2025 I � r�� �` pE� ^ ]]45VOFPERMANENTTXDOT II CONCRETEPqVEMENTREPAIR (RE: 132-134) (SEE NOTE 4�� STF 1+00.00 W L-CA= STA 4r]1.23 WL-C aeew w�-[a iNsrnu 1-8 GATE VALVE AND BOX �E� N-6931960.]6 I4 `., F-9431836.8] I�" nri.�.�:Pn �..-�* STl2t3i_2 5Tq1+96.85 . .INSTALL. �. EX36"SDCROSSING I y STA2 95 98, 13.46' R ��; V�. 18 x8' WYE � �' FL=UNKN I. H.35-W INSTALL: � N=6931808.25'.� : �FIELDVERIFV) SERVICEROAD 1-8 PRESSl1REPLl1G :'�E=2331835.80 �.•2 N=6931843.91 N=6931]89.21 (VARI4IBLE RIGHT-0E-WAV) F-2331835.93 1{ E=2331835.55 (CONCRETE PFVEMENT� �.. ' � . . . ' - . 1 .. . 5+00 . . �.. Y.`.�...'.'.t. . . :�..• _C REMOVEAN� t -�' .. �., •`. - .''�� . � � � � � y REPLACE4LF6" � . t• " ''� • •= .�, �• CONCCIIRBAND 1� .. , � ,..: ...�•I� � . � .. �..- .. .... t ... . �?` Y/.= GUITERREPAIR '��F� REMOVEAN�REPLACE � F' ���fPROPB w�c FF�p�F�yFFyo- FFffFFfFFFFFfFffFfk 4LF6"CONCCURB �� ,. ��RE�SHEET20)' _ _ _ _ 406 LF NEXT __ qND GUTfER REPNIR � . • �` � - — - — g^6V ....� ��'., ..� ..' • : a CUTANDPLUG � li E%8 WLTOBEGROUTED �� - EX8 WL �,� ANDABFNDONEDINPLACE -I � STA 2+55 80 \�/ � z^ � � ppM apq�N MqNnIXf - — — — — — — — — E ND W L Cq — —pI W � � ^ EL[va nON 666 O6 CONNECr TO E%8" CI W L III Mc OFOEekS INSTFLL: 'I � � ��r IOPOF9ti66506 SOU�tIUNo �kaNntx naolna,v 1-8 45° BEND I �� tSRf� M fROna rvORM=C55�E 465I SOUM lWv N=6931]9191 � I M PROP 12 W L C � I �5' RfP Oui TO SIX1M=655tE RE'SHEET20�� . GB B, PG I21 E=2331852 3] �'........ o N �( ::: i COiP MFORMnIION FROM GttG[ ) PR IC I .. .. .. .. .. .. .. .. .. .� .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. . . . . . . / METER NOTE- A. iNSTALL�. 1-1" WATER SERVICE 1�WATEq METEq SEqVICE qECONNECT B. REMOVEE%.WATERMETER 1N1TWLL. - ERSERVICE 1-WATER METER SERVICE PECONNER C. INSTALL'. 1-1"PRIVATESERVICERELOCNTE D. REMOVEEN WNTERMETERINSTNLL 1-2" WATER SEflVICE 1-W ATER METER SERVICERECONNECT METERS METER STATION I OFFSET INOTE 1 2+31.]4 10.95 B � o zo ao SCALEIN FEET HORRONTAL RE�'ISIONS � � .,��tN����.,N�„ oExa�o.�oh u„i,��.. O \ Ca LEGEND / \ �11" PAVEMENT PULVERIZ4TION 2" ASPHALT TVPE D PER SECTION 321216 (UNIT 1) � MILLANDOVERLAVIUNITI) � TEMPORARYASPHALTREPAIRIUNITI) �" � OPERMANENTCONCRETEREPAIRR%DOTIIUNITII: 11" CRCP 6' FLEXIBLE BASE TYPE D, 6RADE 1-2 � UNIT6PlVINGIMPROVEMENTS�RE:GVSHEETS) �� . . X -_ ptE�'F�qs.11l, p�i5fig24ocs r�ai��i;�v,' � NKNOLS f 1 3�300� CONSTRUCTION NnTES v*.rEioovExn*ox ev�e�te�ao woa*r os<zHORIZONTAL & VERTICAL COV TROL -2)91a K-3330 ITYGRO/KTb10a3T5 S�XXXNXX�XXXXXXX%XA'XX PPWPRQ/ECT&CXX WA(ER VROItL l p PXXX XXKKXX-XXXXr,r�'a'XXxX -XXXXXX�,YXXXXXxYYXXX CITY OF }pRT WORTH, TF,X.45 WATER DEPARTMENT 2022 BOND YEAR 3 GONTRACT 19 AND SANITARY SEWER RFPLACFMENTS WATER LINE WL-CA STA 1+00 TO END oAnn�nry ows/aa� I S ASrvaTE� I DAT9�12/2025 I za RW25699 Glo a 9/12/2025 1018 AM Plak By 0895� F�laname. N\V✓tU\�rowings\CV-ALL-PL-WLCAtlwg N:\WTU\Drawings\CV-ALL-PL-W LCF.dwg �� � � \ �' - RhVISIONS � �\ HSCprQllqt;�IM � 1 0.0 oEsurrox on,E � � �naararrx �v ���:, Mu�rra-c� .a��HM��.AHo . a aoowo�M�oz ���uu � mv�cior�o�siamr �rnurMo�or�av s ' � rwsr arar�wr aae�ueaav v aw r� R ,�.�aM,�.aE����E � o wn - o t. �, rv<<,.� �,<,v.� titu, �titza. raMt,��a. �ti a.� t,t,.,�ry �� , a � ,rMociv�xoaiairRc �wsv� � � o �\ p7dtlIERAEa�EAB10V t��A \ �qC� navoeL���axoanx� nroNsaveeasmonmenov.xnMexuxon.�Mo.�sea � �,.. � �iA01�Q61.9t/M � yh'Y p�e�usNcsEoo��gon \ `- _ _ �/ `�� � / ... \\� �M 35• rE«roxmeoevvH�onxose�+<o>rveucmMoiE*eoNseoreneeazoxa �pv� .fV/ Il' /I1F (/IE � n�wrncaohrmw,�r,�srr % � }�-"�� �oEa�avmnw i6NIFA1M11W'iDf/IfAI►/!T 4�' ,�< .YIAOOI�N/l'AE[ � � a�cwrrswarws�r � `�` /novcrarr,rriar� � EA/4AMIG�YEA1311NiqY-O�YIIlIL'!G►!WL � � \ AL�tlI� ... �� � /i�'Dr//lr�1d@AMii'/IOYGNIMI�NVJD/�O ,y¢ F�AlfFOrCC11qFELPNMDf//i� �� 16l1'HLMIfO1SG'JlOVAlWMD1BiO1F �� g.b ry'. :.:: y'� A YI�/O O/ Q�q //� N Ln1lfiCl 2+36 � 71L �i�l��A ��/��aF161� ( _oo IweaosnlP!-c � ', oo , �` � ' A�s7Apfl�wtT � , ,� zo� ao� eo� ,zo� I'mYY!ltI111D�IY ��{��' �� o� � coYA6lC/�tA�01QpO/ LEGEND LINEiYPE ..._.. �� � '" � i.oa , � w ������� EXIST WAIERLINE TO BE GROUTED �l I h F h h � n� ���� _ 4 � � ' ,_ , �., o+oo � � £s. � � �� LMtap7tMYElO11N/MN - QfWlIOIClU►.f/Ift � AND ABANDONE� — ���•� �� � _ ..,.,�s � .� , P6�'Or/AF-Q71QAW91W �-FZE�F,Y,�� ,�. ,� - � 5 � �rB���` ��'� PROPOSED CONCREiE DRIYEWAY (8") �y'� �qs � � 9 �+k `s` + 1 - -3 - - - o F}} � .-.:'.. �MW/�T�,O1M�i1! PROPOSED CONCREIE S EWALK 4") �' :'��i _ — �� �� �t .•A 1+00 _ �� ��� a �� ?� ��� � � PROPOSED PERMANENT TRENCH REVAIR � 1... ..........� � DAVID M. TREJO � g �4masan a� _ s� ai' iata �. ^ 4�4. issisa:�eS _'_ � �^ � � are+ani�iepp-aw � � y°o.ocexsEo.;a�: ¢ �s ......�,•_ � �� ,� �j ;��� Ct 6! �.L 5' �17M[1.7AEIQllfllff / ^ ^ ti��`o:`tE�— � �� � -s � I �A� S9 \ 9y� �� \ � � ���r � � i � / � DIGITA�LLV SIGNED' 0 911 2/2 0 2 6 a�, w � I �I , , a�F 8 � ��f�rri�X*7� I</\ � ��� CAUTION [[! �// /.� .YY�I� N� I I ��� �^ ���E�x ��� ��p \ GAS LINE IN TXE AREA GONTAGT coNCRere �i �i *E'^s E/� R'� ' A/KYA{4fM � Y� FRANGXISEOWNERSPRIORTO I oEscalcrloN reEmovE INsrnu I - � I ~��� � �4\�O �=rNq�fi�i��� \ CONSTRUCTION. I ortiveNnv�sv� I � I �' l�Fp��,��� • f � N. ^ ^ CONCFETES�EWA 26 �6 F��vaa v � _ *EaEo[ry x[ x , ,'. , . /QfNQGf/IqW7Y —I �I I ucfsv� I aecs 6, . w , �: Y Y s .. . � .�//\�� ... T: _ ' \ . & , :...;.- w � I � � ���"fiib�s � E FELIX ST (55-G) EVANS AVE (55-H) � PROFILE SCALE PROFlLE SCALE webev�8iv�i e:e�mm2 REGISTRATION NO. HORIZONTAL:1"-00'I HORIZONTAL�.1"-40'I � - F-5I13 VERTICAL: 1"-4' i 236 LF 8" PVC $�R-26 SS (8V OPEN CUT) VERTICAL 1"=4' � 22g LF 8" PVC SbR-26 SS (6V OPEN CUT) CU� S�I�RI:C�TION NUT�S � ACCEPTABLE BACKFILL (RE'.3/�T-2) � � ACCEPTABLE BACKFILL (RE.3/DT-2) � � 615 615 6]5 6]5 >ex*of*rvEun�Ea>s�xa�*s*xEE* o � -� � � � o o } o �' ¢ crior�ertaa�ounoiu fo�wwm�arEe�uoaexouvsvaioaros*nvior � o ¢Q + ¢o `^ ¢ o - - `�' p �a��lx �axr��. � F V e �� � O F"v N e v.fiAoormnnon ��nleii.awo �jp' �1O �cixic IA�Jzi�.�ct�a 6]0 610 6]0 ' 6�0 ln m`'° m m o �i y '� � vi � v'. a m �a�w� ��c:E s e.e p � � p � � p r S � ~ p � � � � � � Aa�ioErEMroxnxrwa*Exronun�mm�Eswrtmm6mEumrtsorrrvEHarmurvE y] nlp �- F - a_- d � � - � � . rA[aaiasxnue[[xr[rvo[oiarx[rv[nxr.s*cunirv�wrvsraucriorvioirvrov 665 665 665 ' iz �unexu _ i� o �F oF emsr � z Pvc sss HORIZONTAL & VERTICAL CONTROL rexisrcRaoe@ �.nrERUNE C/LOFPROPSEWER rOgEREMC�Jt❑ EXIST GRADE @ . GLOFPROPSEWER ' — — , � � 66D � _ � ' � 660 6fi0 / I� 660 � � l � I �II � � C�iYPFO1EliN1Q349Y K3320 - �ISI s" _ INSTALL20LFOFCSS I � - — I1I � WvreaEe�ae,e�'x-xx p snNs�w�-ix - � — WafFFCFoiEClav,erx-xxXXXX-KKXXXXXXXxXXXX ONSTORMSEWER J — — — � N CI'N'033sd-2 CROSSING lI — -'" SfWERaRO�eC�ga.evx-xxXXXX-xxX,eeeY,YXXXx 655 � 655 655 INSTALL 11� LF OF �- � Mnvscorvo. s�K �Iv 655 n' PVC SOR-26 @ 4 49% ��. �INSTALL 111 LF OF INSTa���e�FOF CLTY OF F02T WORTH, ThKAS 3� --- 1NS1ALl�59a�g3% 8'PVCSDR-26 '�. 8"PVCSOR-26@D.40o --- e. Pvc soR-26 �- ' @ t.ea i WATER DEPARTMENT ��. t%IST6"9�NSElV�-�-2 i . 10 BE REI/OVEJ 650 j 650 650 650 3 �a EXIST36"J � c sroRm orzaiN 2022 BOND YEAR 3 CONTRACT 19 n W FL: UNK e P nenNooNeo AND S.4NiT,4RY SF,WF.R RF.PI.ACEMFNTS � 3 n 645 645 645 645 M � PER X-09602 � o z� Fie�oveRiFv �� �� SANiTARY SEWER SS-G �' � � � � � � � STA. 0+00 TO 2+36 w - o' ?'o o' ? o' ? o' 'o SANITARY SEWER SS-H >' p E o sao d d � � � , d sao sao . d d � �� LL sao STA. 0+00 TO 2+2$ Q - -0+50 Ow0 1+00 2+00 2a0 -0 50 Oa0 1+�0� 2+00 � 2�0 oESi�uEo DMT I 5ca�[ I � 1[. I SM[[r Q aLLJ oanwry GCF 1'=40' ASEPi 2025 45 � F1VJ23699 Plat �ate 9�12/2025 11 01 AM Plot By A4Rios Filename L\2021\21W061�5 - Fort Worth - WU and Swr Repl 2019 WSM-N\Dmwings (Part 2)\Freese & Nichols\PROPOSED SAN SWR - E FELIX S�dwg 3I. 20' PARKWAV ' ir 5' 10.5"' _1,a'-c n��,� I �I 3xv3 0 32sai3 ry L� w1I".ew.we�� f���tl,ro.��,e 3I. 20' VI�RKWAY 10.5' 5' S.5' _�I Ql� nv�l � �I II 1F`�,�., .__ _ _ ,I-" azi � NruL 3I_ V 19.5' PARKWAT � W 5 15 5.5 i Q' �� I� I T I �yFy' _ _ __ 3z. s�s�,� �F� � t BENBROOK BOULEVARD 1 1 1 80' ROW I � 1 al' ROADWAV (B-B) 19' VARKWAV i aas� zos is W � . n ui " U 10.5'* 5� _. 1 �� / a.. . z �PGL 331'H3osxs al ��I 11�//�/✓ .. L ! L— . ��-LL/����1// '�, � �sr , ax ei ie s axo.,ao , s000ix� oEwn�. � ax sz in � �\ aaoaoseo e• �ime s'rnei�izEo � 12• conpncr[o PEase<nox Q'''.. s�ecxno[ @ 3z �es./sx v[x L i" Asvnn�r vvmr oCCEP7oeLE 3z i3 zo , „. Tvrc o loc-ol � 1 seciioN az 11 zs � � v nox I � e�..�.�.. .• .�� , . „�<oo , r�c�r. /� �7�r i' PROPOSED TYPICAL SECTION - BENBROOK BOULEVARD """° �;`;f°," IIbXGiJ (��Y4 I'�f � ����� norrosca�e IF�\�'I� IIM� I��r„� STA. 300+00.00 TO STA. 115+34.69 y/ I�` (BASEBID) i.. srn r. xa.a.� �'�I��kl II�I� II�1L\r� II1i��•— ii�;�� rr� mni� �,11: iiu�rm �� ii r.; ieeHeaooKaou�evnao ,,.,���� Jlnn IA�A�"R :�@'. i��a..s, �� ��<,�.�, .�, i 80' ROW I; � �K al' ROFOWAY (B-B) 19' VARKWAY 1 20.5' 20.5' 15 o MN I I GL I I' 3213�3osxs 11.5' , 5 � _. L � y L. \ s " � P � �x Q�Z ��� i ��L111�-�-�-�-111 . /J1Ul1�1 '�� L �Smewn�t i � irP � _ �>�.P� �' zszv a za Qsec.or�nzuzs 5 �E0. .vvEo�ocwM �" a.zaoo szlv i � � I PROPOSED TYPICAL SECTION - BENBROOK BOULEVARD NOTTO SCALE STA. 115+39.69 TO STA. 119+89.33 (BASE BID� t BENBROOK 90ULEVARD 1 1 x BO' _Ow _la� 1 �p O6'ROADWAY�B-B) 14.5'�VA0.1E5�PARKWAV i 1 20.5' 35.5' 1a.s w � 32 Ds;x I I 3i 13'N3-osxs 6.5' � 8' (VARIES) , 5' i 5 � �PGL //111/�i �U1/11111�IaI � 3 i�s� :",°A� o � � .o.a ° �o�o�-o�"" "� i 3�.3 zo QsE�.�ox 3= . �s rP. " o i � 312aoo � PROPOSED TYPICAL SECTION - BENBROOK BOULEVARD NOTTO SCGLE STA. 131+01.61 TO STA. 136+23.95 (BASE BID� � REVISIONS N0. `/� OfSpM1PMN OA2 Y �I�OOE�QN N0.4 I 09M/�'+ � z F `'I�.NICROLS z �,o�A;�i»E �°;�,o'.�oo x _:iE�`r.�qs., _��`'J'�����^,� �y�. (I� ��, CYl1 e�l CONSTRUCTION NOTES o xx.� >r ac ucnTov uo Nc iu �� iuck�vkouo �-�- � . � �rx� w. t� O .rwc i{n��.,�s _ cy ,��orxExeac�unes lx;oi�,-rEcs '16i F HORIZONTAL & VERTICAL COMROL N Ivic - .. :'ONO �I.N.Ih�.A.l..�l TFtV Prz01£LT . OJOW � F CITY OF FORT WOATH, TEXAS U TRANSPORTATION AND FUBLIC WORKS F TRANSPORTATION PROGRAMMING z & CAPITAL PROJECT DNISION � r, x 2022 BOND YEAR 3- CONTRACT 19 d REFEREHCE: O 3:siia=NON°Nan�E°s000ix� BENBROOKBLVD z PROPOSED TYPICAL SECTIONS � N N DR.+v�Ew�M i—i0 AfM_4ftCi12035 s50T O N � REFERENCE: 32 92 13 - SODUING AND/OR 32 92 16 - NON-NATIVE SODDING 4 EVANS AVENUE 3� so• low I3 a� � �rc �I 14.5' PARKWAV 31' ROA�WAY (B-B) , 14.5' PARKWAV IZ 0 � I � x� is.s � is.s W �^" '�� 3' 3' I I 5' , 6.5"' I 6.5'* , 5� , Q,i I a �3 .a os:s � sz in in-osz � ��5,� c� � ' � p s, y`'� _ PGL , 9. a;1F`' � s w 1A`j<< D� icnorPis�� ea simor�iSOa I srnxona ranr i . .. . . . . . r sioEwaic 3z si i9 e � iz si is s I sioewa�c v[x SeRlox Saoo Nc ��� �� � � T '� � SOD�IxG PEpg2131ON 3213 3x 5x 13 � 32 92 13 20 comvaCieo 12" .. .. . 1z COMv>CiEo I �j � rvnrn[ r1�E � suasaaoe � 3z �esTsr e[a D �<K �✓/ � �"'�\\�/ -•�^N 5[RI�Oo Secilox 3z 11 z9 5 CiloxF '�i. A 7(�$ �B tl I PER3 a 3 2a 00 I � ) I �/ �J' w�otd`°""`"°"°ns�oL" � 5ECT1ON3213 PROPOSED TYPICAL SECTION - EVANS AVENUEvIp �r�ll ��� II'^�/f� � Horroscn�e - ��10 VI�' Id,t�11 f STA. 100+55.96 TO STA. 128+�9.64 �� (BASEBID) xwa sn/xN� I „v.cR., �nv. . � RfiA 4 EVANS AVENUE �_. � � ,������ � � ae n @�z � � �I 60'ROW I� � �I � u i Iz 14.5' PARKWI�Y 31' 0.6ADWAV 14.5' PARKWI�Y I N K 1 w 3' 11.5' 15.5' 1 15.5' 11.5' 3' 6•Ir 1 a 6�.�+_ _ , q, 5' 6.5' I 32 R u 1s 13-os3a \ 6.5' S' �( . ��ZI 'venRsecn� � GJ, C� I_ TT v, oznaas\ p'�� F\�.�:' CI :.: . I 3x 1 � 1 aowry PR �— — 4 j a1� �{ E3T1 1 � c■ � 1 ni \� I .I F��C PEasER�o 3� ����'l��%����\�\�y�\ ' a �,�0.3�,3 �o � .�� �'}1y � o� �o� E sE a R [ 0 8 C m[ ��\ i � - 3� 9 1 1 9& �SiAB�ii[USUBG0.a�E � 12" SODUI1G IIII 12'• .:... � ECTON3zTv2R MBBLZATNPwCE 9 3 11 SBi�i33ERONC3 I � oalrv�N�nt[[[m4x[ �9 ji x I PER SERION @ 3� �BSISY VER � P 31 lG oa ;1:•�� pROPOSED TYPICAL SECTION (ASPHALT) - EVANS AVENUE NOT TO SCALE STA. 100+55.96 TO STA. 128+19.64 (ALTERNATE BID) 3 ` 3 � I 49' ROW (VARIES - SEE VLFN) I rc il � �I � .5' PqRKWAY �VA0.1E5 -SEE PLAN� 29' ROADWAV (VARIE$ -$EE PLAN) .5' PA0.KWpY ryp0.1E5-SEE PUIN) II w � W 14.5' (VARIE$ - SEE PLAN) � 14.5' (VARIES - SEE PLANI 1_ 1 MAIN B aHo sHau ee eaoM cIr[o 1\ 33 a; i P'u oaowrvs coor °xo sxn�� ee aaoracreo � P. � P.a:.�,o� i Pa�M. � i � � ��� �� ���.�ii �� �, `i���'/�1- � � ����---� '� i -- r�siaa��� o8s a� oE �i i ER�oN 3�z �"`gRa I 1 �, I PROPOSED TYPICAL SECTION (ASPHALT) (BASE BID�(UNIT 1) ��OOE�QN N0.4 a Q REVISIONS aYmvnpN ��� a � F %Ii=niicN"o'�`s ` Y - ?:��'E�?1d.� exas re ���� � � CONSTRUCTION NOTES o 'J � 7 ns�xi�rz u �- L 1HIt. .. IIVNb � �LLoiHr u Y� r» J�6i v HORIZON7AL & VFRTICAL CON7ROL !lIC T`A I�J .NAI.SL (l,�(l. ..,N. -1U.A'.L,N PkQIECI- N IWJ3 iP11 �ftOJCCT -0(N/ll0 � F C[TY OF HORT WORTH, TE.XAS Uy TRANSPORTATION AND PUBLIC WORKS o; rRANSPORTATION PROGRAMMING � & CAPITAL PROJECT DNISION U 2022 BOND YEAR 3- CONTRACT 19 W � Q EVANSAVENUE z � PROPOSED TYPICAL SECTIONS p DR.1�tNew�NS I y�'�E�� I ��TE��tH-OZ I tiHEET N ^_IU' S2 � N REVISIONS /� xa xsananox wrt � i � x oninaiam� � STp.100+55�6 . MUSSAINC � Z MATCH EXISrING 4801 SOUTH FwV � 0 K PAVEMENT (.NO F ELEVATIOW. FULL ' Z oerrn sA�ucur � q, �� „`�T "''„ �� NICROLS . � �. ias ....�\ ' �� �. � �PROPP•1 � / \ ADA RAMP . \ � ( �ao � J�` ' � w,�- _o�r � � � Ek�s>/N INSTALL SPEED HUMPS � � � ' �� � `' � � C'RO TRAFFICLOGIXTYPE � Z � � �1 � � 1 SC-010603-M (2) & PROP R-1 Y �.�0 �- ��� � � SC-0]0603-2M�1)OR .; �X .�V�4Y\ �� 3 Q APPROVEDEQUAL IEVANSAVENUE ADA/RAMP�� O' 20' 40' �.�y '. 1( N `��`` � 1 13 ll� �� � O HORIZONTALSCALE ,i' .. IOIxp����` -. . . � �- �'^ � O o• 5' so� / - � - - - " � — } VERTICALSCALE '`��''� � T —F�aw � EVANS qVENUE m '' � � .. ., STABILIZED SUBGRADE PVMT. WITH ``` ` ` '����������______— �__________ � 0 LEGEND __ ~ 6" REINFORGED CONC0.ETE W/ 8" Ex/ST/ � ZOZf V-�--------+---�--------------- ---*- F � CURBPERSECilON3213130R NC 00 12" ELM ��,, I� �Og 103+00 104+00 12 {/7 CONST. ALTERNATE "A": 11" PAVEMENT .. RQw } Q��S RI4S O O `J � � 11 Z PULVERIZATION W/ 3" ASPHALT (TYPE D) N b PROV P-1 �' . %�ow PVMT. PER SERION 321216 ADA RAMP i �. + ~ Q.�' J � PROPOSED CONCRETE UNIT 1 PAVING = D0.IVEWAY(6 � � IMPROVEMENTS PROP P-2 / �� � � � � � U PROPOSED CONCRETE (RE: WATER ADARGMF' \ � � I �� - � '�-' SIDEWALK(4 ) IMPROVEMENT4 STA. 101+23.82, 2]' RT U' � I �-, / � Q SHEETS) PROPOSED ASPHALT CONSTRUCT 11' WIDE / C `PROP P'Z �� -110 � 18" RED MIILBERRVJ � � � TRAFFIC FLOW TRANSITION � RESIDENTIALDRIVEWA 5'ASPHALT � ��y ADARAMP �-% (�LUSTER) / pROPR-1 ARROW i � i TRANSITION� J� 16" ELM 20" RED MULBERRY I AOA RAMP� NOTES a� a$ IILTERNATE "A" OPTION (CLUSTER) J 1. ALL DIMENSIONS ARE TO BACK OF CURB OR EDGE OF _; INSTALL ]" CONC. VALLEV GUTTER PAVEMENT UNLE55 NOTED OTHERWISE. � � a STA. 101+86.30 STA. 102+91.93� 21' RT 2. O0.NEWAYS SHALL 8E 5' RAOII UNLE55 NOTED OTMERWISE. MATCH EXISTING �.��A9 �roRi so�wn� u �a.z�ii �a�nu sioewn� i a CONST0.UCT 11' WIDE ;. REFERENCE GENERAL NOTES REGA0.DING TREE 0.EMOVAL 'n.'V�," "OM1W'"" ' U VPVEMENTAND RESIDENTIALDRNEWC.V- 900 C[�R DNAL�RIDGE�AVE � 4�pRDINAL RIDGE AV NCUE Ol CAH� NAL RIDGE 9 900 EP PURGEON STLC ONO PROTECTION. -__ �or`.�� �e� r.�qs.� 680 680 no�l_�� � (I PRl)FII F I F(:FNA - /� w � - - - - - - - - EXISTING G0.0UND @ 4 TeCONSTRUCTION NOTES a O T � � � � � � � ------ E%ISTING GROUND @ LT ROW � n e e e e e �o w 67S ~ ¢ '----- E%ISTING GROUND @ RT ROW 67S n"�ue�� . ' �i. � �rvuR i . .siis� : .. O J l� PROFILEGRppELINE Ax ����NiN viu��re�vrc�<iu �-- ------ PROPOSED @ RTTOC � � , � �' Z ------ PROPOSED @ LTTOC r-�'i tir.u���itxniii�N. gi�1RgP-att�90 � � � � y 670 ,� � 670 .*wc � � .. ;x — �e >uomEkF.���„�� S"�,3s��,.rEt� �,a� r�— � CRO55 SLOPE VARIES AND IS CONTROLLED BV THE TOP OF CURB RIGHT AND LEFT PROFILES. 665 > - 665 HORIZONTAL & VERTICAL COMROL g ¢_____________'__'__"__ .__ , - � '"""""""""""" ' __'__________' '__'_'_'__'____'_'___'__"__'__"""""""""" - _ ___________ __ •���a.� ..� � . '� N .'_ _____"___'.��� �� �_.-""_ ._...._"__'_ "___ "'.." � .:........��.�....�..__�t9.G�u°.:.�.:..t.�._._ �-. . _.,"�' - & • --��--- � ~ IM[2V.�[n K-�3?0 660 -.. -zzo% `__�____________'___'__________ .""'... -_'"_-' �^�...-..�� . � .e—ee .�iR�I!=-_!-__��.s. 660 na.ivsconon.H.�xi.n.u.v rvwrrzoiccr. �000 � F 655 655 CITY OF FORT WOATH, TEXAS U TRANSPORTATION AND FUBLIC WORKS � _ F TRANSPORTATION PROGRAMMING z cso cso & CAPITAL PROJECT DNISION � r, � � � 2022 BOND YEAR 3- CONTRACT 19 d o��� 645 � 0 645 '�" Q z > sea� w� o w PAVING PLAN ANU PKONILr'. � - � � u � EVANS AVENUE O z � p BEGIN TO STA 704+50 CA _»- Fpin .�._mrt s�z > E'8P, 640 rc w� e e �oe �� e � m�o �� e ee u �o � ee e.� e 640 � ,�a�o��a�o��., oo.a s,s,zo� �se� a<3���'���a.��96,3 aoaa�r.�-,a.-PP-aa,�o�.�� '"'_"" ,������ ,� —�� o����°,�, � , �oHe � °ArM..R�„zo,= � � -v � W � PINED! MARIA OEL Cl+NMEN MEN�EZ NASH LOVA ENNIQUE CABALLERO ROGELIO Z � 4]58 EVANS AVE 5]5� EVANS AVE 812 ftOVCE AVE 81.3 BOYCE AVE W STA.104+58.36 W � MATCH E%ISTING > STA. 108+92.54, 2]' LT Q � -STA. 305+3].39, 2]' LT 5' ASPHALT [ONSTRIIfT 12' WIDE �.Z. .. PqVEMENTAND �ONSTRUCTII'WIDE STA.10]+68.20 Z TRANSITION RESIDENTIALDRIVEWA ELEVATION; FULL RESIDENTIAL DRNEWAY MATCH EXISTING W W � / DEPTH SAWCUT PAVEMENTAND � / Q ALTERNATE"A"DVTION �l7 �� � / 5' ASPMGLTTRqN51TION STA. 106+11.36, 2]' LT ELEVAiION; FULL W �NSTALL ]" CONC. VALLEV GUTTER a � � / � DEPTH SAWCUT �. ALTERNATE "A" OPTION �ONSTRUCT 11' WIDE V p ;� INSTALL J" CONC. RESIDENTIAL DRNEWAY� T r pROP R-1 ADl1 RAMP � VI� ' VALLEV GUTTER Q BOVCE AVENUE m / �// PROP R-1 ADA 0.AMP \ PROP R-1 � ��j OO 3� \ HDA RAMP-� �, / 4 EVANS AVENUE \ O J � EXISTING ROW y�� i EXISTING ROW � � + O / . � . . . yl� _- . . . � � / �( -r . . . . . �� � I O + i°'. � 7q ,1P. ' � + � p `S P/ Ol O 1 Z r�Ow 9 5 � 7 8 Q 12 � Q 6____EVANSAVENUE_ � � o __ n Q � _____________�__��___________����_______�______ ____�F����_____ ___ �__.� � ________ ______ _y�____________ V7 y3 5+00 106+00 107+0 108+OOm - 109 V7 W 14 15 16 1] yg � 19 20 � ZQ FLow m W Z � k,9 Rl Z � � i / a� °�s � � 5 2 � �' � � 2 R16 � i ) U � � � . . . . . . . 1 U Q\ EXISTINGROW � � � EXISTINGROW PROPR-1 � � 23�-� \� ���� a � .... `PROPR-1 � ADARAMP � 21 22 G � ADA RAMP ALTERNATE "A" OPTION INSTALL ]" CONC. VALLEY GUTTER 5'ASPHALT TRANSITION STA. 104+58.36 MATCH EXISTING PAVEMENT AND ELEVATION;FULL DEPTH SAWCUT HEP.NAN�EZJUAN 4J59 EVANS PVE 4 SPURGEON AVENUE 685 o T 680 � 'a w U 675 �, � STA. 106+30.6�, 2)' RT / CONSTRUCT 19' WIDE 0.ESIDENTIAL DRIVEWqK STA. 105+5].98, 2]' RT CONSTRUCT 15' WIDE RESIDENTIAL DRNEWAV ESPINOSA JOSEPHINE 4]SS EVANS AVE �_����' . 11�(b 0] Cf��'R, �'�KOF�w `STA. 106+50.56, 2)' RT � W CONSTRUCT 11' WIDE � _ RESIDENTIAL DRNEWAV / Z W / Q 5'ASPHALT / W TRANSITIO� �J � 0 m RlMIREZfOSE 900 E BOVCE AVE STA. 308+90.95, 2]' RT -PROP R-1 ADA RAMP [ONSTRUCT 11' WIDE RESIDENTIAL DRIVEWA �ALTERNATE"A" OPTION INSTALL ]" CONC. VALLEY GUTTER STA.lOJ+68.20 MATCH EXISTING PAVEMENTAND ELEVATION; FULL OEPTX SI�WCUT RODNIGUEZ HECTOR �Ol E eOVCE / V E 685 PRl)FII F I F(:FNA - - - - - - - - EXISTING G0.0UND @ 4 � ------ E%ISTING GROUND @ LT ROW �----- E%ISTING GROUND @ RT ROW 6SO PROFILE GRppE LINE � ------ PROPOSED @ RTTOC w ------ PROPOSED @ LT TOC m 675 NnTlfe CRO55 SLOPE VARIES AND IS CONTROLLED BY THE TOP OF CURB RIGHT AND LEFT PROFILES. REVISIONS xal xscmnnw wrt s : � .aarow xax wNo/pn C z '� FREESE z r•�e;N���o�s wae� �Ha.�„r eW,...�oir � Z � Y 0' 20' 40' HORIZONTAL SCALE 0' S' 10' VERlICl1L SCALE LEGEND �6�� REINFORGED CONC0.ETE W/ 8.� STABILIZED SUBGRADE PVMT. WITH CURB PER SECiION 32 13 13 OR CONST. ALTERNATE "A": 11' PAVEMENT PULVERIZATION W/ 3' ASPHALT (TYPE D) PVMT. PER SERION 321216 �PROPOSED CONCRETE UNIT 1 PAVING D0.IVEWAY(6 � � IMPROVEMENTS �PROPOSED CONCRETE (RE: WATER SIDEWALK(4 ) IMPROVEMENTS SHEETS) PROPOSED ASPHALT TRAFFIC FLOW TRANSITION � pRROW NOTES 1. ALL DIMENSIONS ARE TO BACK OF CURB OR EDGE OF PAVEMENT UNLE55 NOTED OTHERWISE. 2. O0.NEWAYS SHALL 8E 5' RAOII UNLE55 NOTED OTMERWISE. 3. REFERENCE GENERAL NOTES REGA0.DING TREE 0.EMOVAL ANO PROTECTION. - p�e�*r.�qs.r ^o�l_��� eCONSTRUCTION NOTES a _ ci���o No iu �� iuck�vko�<io t�- y . . 1Ii�N. ( � TWc ! � 4 iH6{'si:�$;rz�xr „�,: F >uomEkE.���„�� ���o��,.T�� � 670 e� 670 HORIZONTAL & VERTICAL COMROL ". ^-."" .� ¢ ow -,� _��_.� ti � _ """"""" i -- ' -� N _ f' - i�..,» ��_'_'____: ____- v � _�,:::v.nevs.x� ='_..�-_ _ _ _ o ""' » 665 """""""" ' ""'.:: " o -. """" -,-su.i----- 665 m�-rcx,�a�x """""-_a �...��-�_.� o , """"""" -___ fu.E%n2J ° ��--"' ��� CClVPROIFCTa�u1IJ� o �__�___�_______ ___—� -D��-, � __.- rvwrrzoiccr. <aorw 660 655 `' ' sso � `` o�; o so�- w z � w >a:m 645 �� o a ee e� ��660 otfioa ancrouxrs ome.vsi2o�` nn v iv.c , . : �o no n.H. �xi.n.u.v 660 CITY OF FORT WOATH, TEXAS TRANSPORTATION AND FUBLIC WORKS TRANSPORTATION PROGRAMMING es5 & CAPITAL PROJECT DNISION use�.oa3ixiim.��F�o�a.i�ec�3. aooe.,ar�cv-�d�pn�ba�oz.eg� 10 �o�o'lnn � � s�nn 2022 BOND YEAR 3- CONTRACT 19 650 PAVIN(i PLAN ANU PKUh�ILt EVANSAVENUE STA 104+50 TO STA 109+00 �e � olnn 645 oancnEwvn I s�a�"KE I�ArM.aacii�o_s I so � F Q F�- z O G r, � w � O � N �� �l� F VI � � 26" PECI�N W. � �' n J CABALLEROJUAN �OSE GREER 6ETTE MARQIIEZ MARIA W RAMINEZ MARI/+ ? I �( �ppppy yp1 � 813 E GAMRELL ST 4608 EVANS AVE £16 E BEDDELL ST Sl] E BEDELL ST �'� � � W �16"SWEETGUM � F � �� � STA.113+58.21 J � o' � � � /�MATCMEXISTING �� — »o.00ai � soewnu . � f PAVEMENTAND � W � STA. 11�+6].93, 2]' Li e IRT � � ELEVHTION; FULL STA. 115+33.13, 2]' LT � �� CONSTRUCT 11' WIUE . . � DEPTH SAWCUT CON5T0.UCT 10' WIOE O� RESIDENTIAL DRIVEWAV � RESIDENTIAL DRNEWAY W �. � ALTERNATE"A" OPTION �� m � � � INSTqLL J' [ONC. VALLEY GUTTER � / / �� ALTERNI�TE "A' OPTION � INSTALL ]" CONC. VALLEY GUTTER -- 24" OHK �4 EVANS AVENUE PROP R-1 p Y PROP R-1 ADA RI1MF� p p �NDARAMP__ I EXISTINGRpW \ �PROPR-IADl1RI�MP � O O + Pi°Z 1 m � � ]� 1 a-------------�—� in 114+00 Z — � o• s io� FLOW 9 y F�Ow � VERi1CAL5CALE EVANS AVENUE � 3 a 's � 5 6 . �EGEND 115+00 FLo 116+00 yp 1A� Rj4 117+00 11 iz 118 vi _________ � ____ _______" __cLo _________ _ ___ ______'_F_ '___ ' ' _ H 6" REINFORCED CONC0.ETE W/ 8" STABILIZED SUBGRADE VVMT. WITH � 9 �y 15 16 W CURB PER SECiION 32 13 13 OR _ T z CONST. ALTERNATE "A": 11' PAVEMENT _ .� 34,54 \ 8�� CEDAR � . P S , �= PULVERIZATION W/ 3' ASPHALT (TYPE D) � PVMT. PER SERION 321216 U "• � � . � � � � � � I� � U PROPOSED CONCRETE � UNIT 1 PAVING H �PROPR�1 / � t r � � � D0.IVEWAY(6) IMPROVEMENTS Q \� ADA RI1MP �� � 8" ARBORVITAF� � � EXISTING ROW � . 13 � a � � (3) 8' CREPE PROP R-1 . , \ _ 30" ELM � '= (RE: WATER / - � � � � PROPOSED CONCRETE .- ' IMPROVEMENTS \ MVRTLE / ADARAMP� � . �. � �� � � SIDEWALK(4) - � ALTERNATE" VROP R•1 14 i � � SHEETS) ` A"OPTION � PROPOSED ASPHALT f�� / / ADA RAMP / � � TRAFFIC FLOW INSTALL ]" CONC. VALLEY GUTTER STA. 115+49.65, 2]' RT ALTERNATE "A" OPTION TRANSITION � � CONSTRUCT 1�' WIDE % INSTALL ]" CONC. VALLEY GUTTER J STA. lll+]2.]3. 2]' RT � ARROW J� (2) 20" PECAN RESIDENTIAL DRNEWAW � CONSTRUCT 12' WIDE / NOTES � W� l BEDELL ST. � RESIDENTIAL DRNEWA / 1. ALL DIMENSIONS ARE TO BACK OF CURB OR EDGE OF �: 5' ASVHALTTRANSITION STA. 115+79.55, 27' RT ��� � 14" PECANJ PAVEMENT UNLE55 NOTED OTHERWISE. � � m� STA.113+58.21 CONSTRUCT 18' WIDE � �. � �� MATCM EXISTING RESIDENTIAL DRIVEWA`F 5' ASPHALTTRANSITIO �� � 2. ORNEWAYS SHALL 8E 5' RAOII UNLE55 NOTED OTMERWISE. � Q� PAVEMENTAND � REPLACE INLET TO ;. REFERENCE GENERAL NOTES REGA0.DING TREE 0.EMOVAL �%� �� ELEVHTION; FULL pNO PROTECTION. � DEPTM SAWCUT REYES HIGOBERTO MUNOZ ENRIpUE AVELAR DE LATORRE FHANCISCO GIITIERREZ IRMA 901 Gl+MRRELL ST 4609 E�NNS AVE 900 E REDDEL ST � 901 RE��ELL ST 19" ELM— � 18" OAK 680 � w n ti� e n n 675 � 670 '_ ___ _ ' "' �—_—",.,_a 665 € i 660 � >w STA 112+53,30 EL 6�3.01' 1 41' KX 55 655 � �so.ao� 650 645 � o b�- ° �� w z ' _ � o o a ;a:" 640 rc a w� ee �� £»66� o.eioa anccoux.a oa.e.vsitbu � REVISIONS xsannnox wrt s Oi/Oi�30E! < z a F FREESE z r•7�NicHo�s wa�-� Z � Y � '�� � � ..' . '�N l> � + O HORIZONTALSCALEO' I � � � 0 —a^._____________ NnTfE CROSS SLOPE VqR1E5 pND IS CONTROLLED BY THE TOP OF CU0.9 RIGHT AND LEFT PROFILES. O m � t:{ 680 no�i�� � � PROFILE LEGENU e:�.s re m- --------E%ISTINGGROUNDQQ Ragisie5eeng�i�eeengFlr Fza ------ E%ISTING GROUND @ LT ROW T CONSTRUCTIONnNOTES a �----- EXISTING GROUND @ RT0.0W 675 � kErnirvnav,n is.�Nus rcuc unes�N Fsso � i<uis uor u. z PROFILEGRADELINE i��iouov.iN�.�i��.»�+niiu�re�vrci�i<iu �-- ------PROGOSED�RTTOC �*�n�nii.unicnci�iocniio_�_ tltt v ------ PROPOSED @ LTTOC r3i rie�.00vrxniii�rv. gSi��av��ino � .rwc i � � �� i 1 sra iii+iz.ss 670 i"��{ ��'E �x� n�,: �-Y- EL 65905' a�torxExF+in�Tiea ,-T�. 0.96' V KX 66 L 225.00' � use�:oa3iriim:��F�o�a.i�es�3. aooe.,�r�N,�aa��l6a�oa.eg� i� 665 HORIZONTAL & VERTICAL CONTROL v av<< - , . .� �o no �zH. nv.n.u.v TI'tVv/'ROJF(CT vINNlbl � F' 655 CITY OF FOKT WOATH, TEXAS C¢.j TRANSPORTATION AND FUBLIC WORKS F TRANSPORTATION PROGRAMMING z �w 650 & CAPITAL PROJECT DNISION � c� � 2022 BOND YEAR 3- CONTRACT 19 d 645 � PAVIN(i PLAN ANU PKUf'ILh Q EVANSAVENUE O STA I 13+50 TO STA 11 R+oO (S� mm ��, �� 640 °.,ao� �4�n� I sc,n eZe I� M.ancnio_s I .xEe N '-°v g 8� N SHEH! CORP FORT WORTH HOSPIT/aLITY LTD 4451 SOUTH FWY 4433 SOUTH FWV STA. 119+28.24, 2)' LT CONSTRUCT24' WIDE � COMMERCIAL DRIVEWAV � 4 EVANS AVENUE� O � EXISTING ROW -- � G + "-�- ..._ _ . �N �\, ',�.^,.��'.�.,`..''.....� t Q= � .. � . . . . _ . . � � � EVAN � riow �. � � . . . • • - � . N � — �1 � � ^ �� FLOW ml ? ' ,'- L-''_"__F ____ SAVENUE � .o+lc° +_____________ Z ______��__�� __�_ vi oa— �----------------�---- �------------------------ +----------------- m o iz2+oo � z ll9+00 120+00 121+00 Q m� � w LOW � 2 \ • P% R7qS �N. ,� S FLOW a� , � � J a � \`REMOVE AND EXISTING ROW �,� 30" ELM,/ r �� ADA RAMP 24" MAGNOLIR' � REPLACE SPEED HUMP \ ftELOCATE POST PROP P-1 �� / �\ `RELOGATE POST ADA RAM / \ . STA. 119+14.21. 2]' RT 5' ASPHALT TRANSITIOW `p�TERNATE "A" OPTION _ CONSTRUCT 1]' WIDE �F � INSTALL ]" GONG. VALLEY GUTTER RESIOENTIAL DRIVEWA ( FRY ST. N � STA.120+85.2] LL MATCH EXISTING VAVEMENTHND T HICKS GP II ELEVATION; FULL 1048 E SEMINP. DEVTH SAWCUT 680 � 680 PROFILE LEGENU - - - - - - - - E%ISTING GROUND @ Q ------ EXISTING GROUND @ LT 0.0W ----- EXISTING GROUND @ RT 0.0W 67S PROFILE GRADE LINE ------ PROPOSED @ RTTOC ------ PROPOSED @ LT TOC �w �' n � e 675 � STA 11]+12.65 ex 659.05' 670 o.es K 66 � �^S.00� 665 � > 66��ae _____' ' �c_=-�=-�i+�"� �-.__ ._ 655 650 ;� � 645 � o S"- ° j � >a:o 640 �� o a e m ,.ado o..,aa "`. �1a���., oo.a. s,s,zou NOTIGE CROSS SLOPE VIIRIES AND IS CONTROLLED BY THE TOP OF CURB RIGHT AND LEFT PROFILES. 670 ��•�`�']��v�•�"•:-'�'-__��� __��______________�i�___' -"' _"""'._________— -�z -,. -, . . ,. - _'__'.. .._"_ .. -._' ._�—__._. _ . _ :_ L____`�_____,i -' REVISIONS xa xsannnox wrt s � .�ouxow xaa oc/wmn � z F FREESE z r•7�NicHo�s vo,a,;k�;; �3�0'�_` �' Z i Y 0' 20' 40' HORIZONTAL SCALE 0' S' 10 VER71CI1L SCALE LEGEND �6 REINFORGED CONC0.ETE W/ 8' STABILIZED SUBGRADE PVMT. WITH CURB PER SECiION 32 13 13 OR CONST. ALTERNATE "A": 11" PAVEMENT PULVERIZATION W/ 3" ASPHALT (TYPE D) PVMT. PER SERION 321216 �PROPOSED CONCRETE UNIT 1 PAVING D0.IVEWAY(6 � � IMPROVEMENTS �PROPOSED CONCRETE (RE: WATER SIDEWALK(4 ) IMPROVEMENTS SHEETS) PROPOSED ASPHALT TRAFFIC FLOW TRANSIiION � pRROW NOTES 1. ALL DIMENSIONS ARE TO BACK OF CURB OR EDGE OF PAVEMENT UNLE55 NpTED OTHERWISE. 2. O0.NEWAYS SHALL 8E 5' RAOII UNLE55 NOTED OTMERWISE. 3. REFERENCE GENERAL NOTES REGA0.DING TREE 0.EMOVAL ANO PROTECTION. - p�e�*r.�qs.r ^o�l-� � � eCONSTRUCTION NOTES a o � xe . _ �.�rvu _ Fs _ _ oi u. 7 ii�iouov.iN�.�i��.�f�+niiu�re�vrci�i<iu f— rx .>� i�t,.>rt.�ci�LocnTiov- U F_ tvi rit. . niuw. (� O rwc i � a (nii{iin�i;i�u� ,�t,: F _>uorxekE.��un� �.��.o��,.T�� � HORIZONTAL & VERTICAL COMROL 665 v iv.c 660 rvwraoiccr.�000 `. :�onon.H.�xi.n.u.v 655 CITY OF FORT WOATH, TEXAS TRANSPORTATION AND FUBLIC WORKS l�l: °l��a.��96,3. � �� �� "�°. �� �°�°, �� TRANSPORTATION PROGRAMMING cso & CAPITAL PROJECT DNISION 2022 BOND YEAR 3- CONTRACT 19 645 PAVIN(i PLAN ANU PKUh�ILt EVANSAVENUE STA I 1 R+oO TO STA 1?�+50 e� 640 oiw��n �4�w I s�a��HE I�Arm.ai<aams I sg2 � F Q F�- z O G r, � w �-' O � N FORT WORTH HOSPIT%LITY LTD 4433 SOUTH FWY STA. 123+62.2], 2]' Li STA. 124+28.65, 2]' LT CONSTRUCT 25' WIDE CONSTRUCT 28' WIOE COMMERCIALDRIVEWAY COMMERCIIILDRNEWA GANESH REALITY LLC 412150UTHFWY \ STA. 126+]2.]4, 2l' LT CONSTRUCT28'WIDE COMMERCIAL DRIVEWA 20" OqK-. 4 EVANS AVENUE � E%ISTING ROW �� �� EXISTING ROW OO � . + . ). .. . _ . ._ _ . o , . � `L, . . I � 1 . . � 1 I . . - � - . . . - � . . � . , � � o + 4 � l � J � � i �+ � F�Ow O � � � EVANS AVENUE �� m o 5 6 O� ti �� ______�__ 8 . �________ l j4 FLOw 1 — -C_ �_____________'____________"Q J ,- � ___' ______'}_______'_O\ � 126+00 127c~j7 7 a R }__________________________ _____ m w u7 123+00 124+00 125+00 z W Z � ���F 5 i, � J � ;s s. � QEXISTING ROW / � EXISTING ROW Q �,^\� a � PROP R.1 / � ADA RAMP � �J � ADA RAMw W 24" MAGNOLI 4 E BROADIIS AVE. Q ALTERNATE "A" OPTION � INSTALL J" CONC. VALLEV GUTTER 7 5'ASPHALTTRANSRIO Q STA.124+21.96 . MATCH EXISTING � PAVEMENTpND y' ELEVATON� FULL !0 DEVTM SAWCUT W T HICKS GP INC 1048 E SEMIN/aRY DIII048 680 �w �� e � e 675 � 670 : 665 � 660 655 650 645 as - $a:"o 640 ¢ a m N(fTlfG CROSS SLOPE VARIES AND IS CONTROLLED 9Y TME TOP OF CURB RIGHT ANO LEFT PROFILES. 670 REVISIONS xa xsananox wrt s � �0001du xo.a w/�/� � L F FREESE z r•7�NicHo�s wae`,�WZ'ra o Y 0' 20' 40' HORIZONTAL SCALE 0' S' 10' V ER7ICAL SCALE LEGEND �6�� REINFORGED CONC0.ETE W/ 8.� STABILIZED SUBGRADE PVMT. WITH CURB PER SECiION 32 13 13 OR CONST. ALTERNATE "A": 11" PAVEMENT PULVERIZATION W/ 3' ASPHALT (TYPE D) PVMT. PER SECTION 321216 �PROPOSED CONCRETE UNIT 1 PAVING D0.IVEWAY(6 � � IMPROVEMENTS �PROPOSED CONCRETE (RE: WATER SIDEWALK(4 ) IMPROVEMENTS SHEETS) PROPOSED ASPHALT TRAFFIC FLOW TRANSITION � pRROW NOTES 1. ALL DIMENSIONS ARE TO BACK OF CURB OR EDGE OF PAVEMENT UNLE55 NOTED OTHERWISE. 2. O0.NEWAYS SHALL 8E 5' RAOII UNLE55 NOTED OTMERWISE. 3. REFERENCE GENERAL NOTES REGN0.DING TREE 0.EMOVAL ANO PROTECTION. _ - p�e�*r.�qs.r ^o�l-� � � eCONSTRUCTION NOTES a � xe . _ s.�rvu _ Fs _ _ oi u. 7 ii�iouov.iN�.�i��.�f�+niiu�re�vrci�i<iu f- rx .>� i�t,.>rt.�ci�LocnTiov- U F_ tvi ritu�oirxniuw. siil"�i�i''4 O .iWc i{nft�F 5 _ 1y >uomexwau+�es l�x'�oi� TEcs �ei F v """"""::.:_.'_'""""::.::: ;=:__"r'�_'"'__' '_ +�4�,.--'--��� T-- �-�vTirLl�x-----' HORIZONTAL&VERTICALCONTROL '"'__:""-._..._.._...e_.:• _ ' _ _" _' _ __ =-J _________ - _Jr.3i/ --� -_.==_..' - � n _ .� . :c"'---- -- -�„�.� � ' --� ,--.: ,•---- -'=---' --'----' r _ ,- _ - � __� ,_._ ��_ __ - _ � ; --• •---F _ ^^-^" -"' "_ 665 ...�. ."'.'Nii�.1. ' """""'=I!'Y3'�� - � _ _ _ ��. �Ar�_��Jir�..�.-__���__ -��______!� s_'_--_� v iv.c 660 _ , . : -o no n.H. �xi.n.u.v 655 CITY OF FORT WOATH, TEXAS TRANSPORTATION AND FUBLIC WORKS TRANSPORTATION PROGRAMMING cso & CAPITAL PROJECT DNISION U � @� � o � � w°�w � ���p F`o� � ancrouura� oota.sisi�7� ^ � a J iNr�l�a^Roa�oc.eg� 10 �o�o' .^^ �o �c�oc ^^ �o 680 PROFILE LEGENU - - - - - - - - E%ISTING GROUND @ Q ------ EXISTING GROUND @ LT ROW ----- EXISTING GROUND @ RT 0.0W 67S PROFILE GRADE LINE ------ PROPOSED @ RTTOC ------ PROPOSED @ LT TOC 2022 BOND YEAR 3- CONTRACT 19 645 PAVIN(i PLAN ANU PKUh�ILt EVANSAVENUE STA 122+50 TO STA 1�7+00 mv �� .^^ 640 oiw��n �4�w I s�a��HE I�Arm.ai<aams I sg3 � F Q F�- z O G r, � w �-' O z O cA N N � � �s rs 03: I �.ado o.vlaa � ����_�� oW � ,.3 os,5 .,...,.w � i�. ��«.. I I , , , ' k� .,ra� � a u u-qf�iw�Ni1 � ae+n i� ia-osie eaa oram � a.���Aa � � �� � � � a= � +��� � : +� 1 ���...�.,ra� I�_„ � -w•=� - LL�:�..�.� =w_� ;:� .��"� �.;• ORTWORT CITY OF FORT WORTH, TEXAS II EVISED 083i-]012 PAVEMENT STEEL REINFORCING GENER4LLAYOUT 72�373-D508 � p;��� � r�� .. �a T � �,q��,�r ������.. _��_ �� ,� ���o� mc•�rac .i�.� �...�.<.a� I :5 � � � f \Y �- � �I �r� i �-°-,_��,=,,,m„���,�ii� u ,.�,1=/�„�-„�=;1 � • a � sernw aowv�r '�� cirrorrokrwowrn.lexas r+Fse.oasaoix CONSTRUCTION JOINT 3p q313-D51'I � � � �.:�� r �� , � ��_��� � -�,� _.��.�..g��� .�, � ORTWO *+orFoa,woR.h,.ex>s � ORTWORT ci,voFroRrwoR.�.rezAs � cIE%PANSION JOINT 3213 13-D513 CONTRACTION JOINT 31 �3 73-0515 anccoux*a oata.aiisrzozs use�.oas9ariie�.��F�o�a.i�gc�i. ca��ai�CV-rar-or-aav�Nc�oEr.ag� � ��� � ��; �, — �-___,- ----- ��a�...�o�E RTWOHT cirrorroR.woA.H,rexas RensEo�a��-�z SAWEDDUMMVJOINT 321373-D516 �^I�OOE�QN N0.4 L1 REVISIONS xsannnox wrt s I09/M/1M! � z a F `"I�.NICROLS z �,o�A;,�„E ;°;,,,'�oo x _ ,,E�*r.::qs.� � �o'�=��� eCONSTRUCTION NOTES a " kt. . . .�N� . t.s . . oi i,. 7 ucmuo�wc.�i��.vunuuck�vkio�uo F- xx.� i>�.>rtau�iocnTiox v � rri rir.u�oirxnniw. siii"'i�i'° �O .rwc i��F,� _ a inii{'sir"u„i��x� „�,: FY- _>��orxExeac�unes ixar-oic,REcs U HORIZONTAL & VERTICAL COMROL �,�.�. o�o ���K��, ro��a�,F�r „�W � CITY OF FORT WOATH, TEXAS U TRANSPORTATION AND FUBLIC WORKS F TRANSPORTATION PROGRAMMING z & CAPITAL PROJECT DNISION � r, 2022 BOND YEAR 3- CONTRACT 19 d � O PAVING DETAILS O� N N oiw�un�e�„� nsnorco Afm.anaizo,s s132 0 N CITY OF FORT WORTH Transportation and Public Works Department 2022 Bond Year 3— Contract 19 City Project No.104325 ADDENDUM NO. 3 Addendum No. 3: Issued Monday, September 15, 2025 Bid Date: Thuisday, September 18�', 2025 This Addendum forms part of the Contract Documents and Specifications for the above- referenced Proj ect 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 41 00). Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The construction documents for 2022 Bond Year 3— Contract 19, City Project No. 104325, are hereby revised by Addendum No. 3 as follows: L CONSTRUCTION PLANS: a. SHEET 134 — PAVING DETAILS. Concrete Residential Driveway Approach — Pan, has been modified. The following questions have been asked. The City of Fort Worth's responses are below. 1. On Sheet 134, you have a detail for a pan driveway. Where is this used? Is this the correct detail that is needed? A: The pan driveway detail on sheet 134 has been modified to be used for the proposed driveways on sheet 69. This Addendum No. 3 forms part of the Specifications and Contract Documents for the above- referenced project and modifies the original Project Manual and Contract Documents of the same. Acknowledge your receipt of Addendum No. 3 by completing the requested information in the space provided in Section 00 41 00, Bid Form, Page 3 of 3 A signed copy of Addendum No. 3 should be included in the submitted sealed bid at the time of bid submittaL Failure to acknowledge the receipt of Addendum No. 3 could cause the subject Page 1 of 2 CITY OF FORT WORTH 2O22 Bond Year 3— Contract 19 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104325 Revised September 14, 2022 Addendum 3 bidder to be considered "NONRESPONSIVE," resulting in disqualification. Addendum No. 3 RECEIPT ACKNOWLEDGEMENT: G��!.rir/�— By: Com an McClendon Const Co Inc p Y� Lauren Prieur, P.E. Director, Trans ortation and Public Works By: � r�tGL�I� Grc�g�bins, P.E. Engineering Manager, TPW Address: PO Box 999 City: Burleson State: TX Page 2 of 2 CITY OF FORT WORTH 2O22 Bond Year 3— Contract 19 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104325 Revised September 14, 2022 Addendum 3 € F # 8 %� aS �5 as ��s � f � � �—s;:. q c�- �° s� r I�sel �r` :al I I � Ip'a"e. v JT'CY.� � � ..,. �f �J �F15�ot4��:�.:,�:» o. +csamva � ° i� � � s� .�.�. a � I `.°��}� �--, �::ss� �.�_.w� _�: �� �. - -���m.. - / _. ..�.� � �� � ,� � v.. � rm;,9^.�.�,b" �`� � �M � .��rt �� CITYO��pRTN�ORTH,TEtqS I REVISED p31&2018 CONCRETE RESIDENTIAL � DRNEWAYAPPROACHWRH 327320-0527 RADNS-CONCRETEPAVWG L a,:E G: � " ..". v" \ r � I�e. ' \ yg ' �.. . ,.I �� —tl�'�' � �� n.,1 � ,���. .��„� ..,°��` J� --� � L, �, � l � ' � x �. sy� ewie�are wr�sa� � � w � .^ ,.,. � / . .. � w.,�. .��,M l 5- r � � i �, � � � . . i � ..,� .� _� � I �- � 7�' i � � .,.,,mm�� I ` ., .,. ,L/��_ I .,.,,a_/ a.����1 '3'...,��v. ru..�..�, uwm� ��..� � �a "' .�..., .'^ I �,,.n :�m �,�..s aw �a.,-a x� �„ ,� . �„ ,,, �.��s,. �o�,.r � ,, AP� �---�—�a....o.�_I_,_ .,� ��� _- - �'_�— __— __'_- , u J r— CONCRETE RESfDEN'ryAL ORNEWAY •���.-�:,�.�..q...� APPROACH-PAN(MODIFIED) �.+�*.e �. ,. � UETA� 32 i6 73.D549 � _......_,.e..,� e� s.�-� �r°= �^ ��r I � � � �"�3� . m ' """'7 � C7t96L 6�79�. �Tv a.. L,...�.,�,�. �&SRm'!Q RSA�tY, as: � I 1' :�;�. REVISIONS � '� xscx�nnax o•rt � �oor m xa s wim/�e' �, < � �I ° I a �'���3NICIIOLS , z � � ... ., a� x � i v� � + �.., 7 � �w.. �P��=,:�:�. i i���i � �g� «a ' � -i=- �o,�� ��m�" I ���.. �.b.. � a�.a.,a �� _� ������ :ss�e a� �.. _��.�.�� � �,,� a�,��,,�>. :e=•a��W � uR �o-,� ORTWORT c��r�FFoaTwaRrH,rexns � aEviseo,zn,-zaz, CONLR�E RESIDENTIAL DRNEWqV I A,�>„mW"'�"""�"�"^`"p APPROACHWITHRADIUS 321320-D528 -ASPHALTPpVING I � -J m � n,�,�oa �� �« � „ /ml �\`°�7 � A� /�' `ix�wmnw�utruort� / '_ pzf��*Eyqs'',/i rvE.13�592 N u � n'�9/15/<�25/ eCONSTRUCTION NOTES 9 >�LoiHE . . T�e� -.�" HORIZONTAL & VERTiCAL CONTROL I�`al �.a. r .u.Ea I,oR.—� s� xore e] I w""� � I T� CONCRETE VALLEV GUTTER 3216 73•D530 n vivc .. 5 0A-. .N Ih.K.l.�l TptVPrzl T ��Vppp CITY OF FORT WOATH, TEXAS TRANSPORTATION AND PUBLIC WORKS TRANSPORTATION PROGRAMMiNG & CAPITAL PROJECT DNISION 2022 BOND YEAR 3- CONTRACT 19 PAVING DETAILS o�t,��� „�w I 45�orm I �A M.,�«uzo_s I ��, O 7 F- � O a V � F� Q H z 0 � W � O z � 0 CITY OF FORT WORTH Transportation and Public Works Department 2022 Bond Year 3— Contract 19 City Project No.104325 ADDENDUM NO. 4 Addendum No. 4: Issued Wednesday, September 17, 2025 Revised Bid Open Date: Thursday, September 25'", 2025 This Addendum forms part of the Contract Documents and Specifications for the above- referenced Proj ect 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 41 00). Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The construction documents for 2022 Bond Year 3— Contract 19, City Project No. 104325, are hereby revised by Addendum No. 4 as follows: L SPECIFICATIONS & CONTRACT DOCUMENTS: a. SECTION 00 00 00 — Replace the TABLE OF CONTENTS in its entirety with the attached revised TABLE OF CONTENTS. b. SECTION 00 11 13 — Replace the INVITATION TO BIDDERS in its entirety with the attached revised INVITATION TO BIDDERS, revising the Bid Opening Date to 2:00 P.M, CST, Thursday, September 25t", 2025. c. SECTION 00 42 43 — Replace the BID PROPOSAL in its entirety with the attached revised BID PROPOSAL. 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. TXDOT SECTION 104 - Add TXDOT SECTION 104 to the project specifications. g. TXDOT SECTION 105 - Add TXDOT SECTION 105 to the project specifications. h. TXDOT SECTION 361 — Remove TXDOT SECTION 36l from the project specifications. i. APPENDIX GC-4.02 — Appendix GC-4.02 has been revised to include an additional pavement core report. j. BID TABLE (BT-47RZ) — The bid table has been revised in Bonfire to reflect the changes made to the proposal form. k. BID TABLE (BT-79KZ) - The bid table has also been revised to include the changes made to the proposal. Page 1 of 2 CITY OF FORT WORTH 2O22 Bond Year 3— Contract 19 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City ProjcctNo. 104325 Revised September 14, 2022 Addendum 4 1. SUBMISSION INSTRUCTIONS — 25-0236 — The submission instructions have been updated to include Addendum No. 4 under the Requested Information Section. Please see below clarifications: 1. TxDOT items 104, 105 and 360 have been added to cover the paving improvements along I- 35W Frontage Road Please refer to Unit 1 items 91-93. Note: Removal of the pavement within the utility trench limits is subsidiary to the bid item for pipe installation. This Addendum No. 4 forms part of the Specifications and Contract Documents for the above- referenced project and modifies the original Project Manual and Contract Documents of the same. Acknowledge your receipt of Addendum No. 4 by completing the requested information in the space provided in Section 00 41 00, Bid Form, Page 3 of 3 A signed copy of Addendum No. 4 should be included in the submitted sealed bid at the time of bid submittal. Failure to acknowledge the receipt of Addendum No. 4 could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. Addendum No. 4 RECEIPT ACKNOWLEDGEMENT: By: Company: McClendon Const Co Inc Lauren Prieur, P.E. Director, Trans ortation and Public Works By: � r�tGwl� Gre� ob ins, P.E. Engineering Manager, TPW Address: PO Box 999 Burleson Texas City: State: Page 2 of 2 CITY OF FORT WORTH 2O22 Bond Year 3— Contract 19 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct No. 104325 Revised September 14, 2022 Addendum 4 ��� ����� Cit of FortWorth Y 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 00 OS 10 Mayor and Council Communication 00 OS 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest Statement 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 ll Bidders Prequalifications 00 45 12 00 45 13 00 45 26 99-4 �-49 00 52 43 00 61 13 00 61 14 00 61 19 00 61 25 00 72 00 00 73 00 Prequalification Statement Prequalification Application Contractor Compliance with Workers' Compensation Law �„�;ro�� �,,,,;�., r_,,.,i Agreement Performance Bond Payment Bond Maintenance Bond Certificate of Insurance General Conditions Supplementary Conditions Division Ol - General Requirements � O1 11 00 Summary of Work � O1 25 00 Substitution Procedures � O1 31 19 Preconstruction Meeting � O1 31 20 Project Meetings � O1 32 16 Construction Schedule � O1 32 33 Preconstruction Video � O1 33 00 Submittals � O1 35 13 Special Project Procedures � O1 45 23 Testing and Inspection Services O1 50 00 Temporary Facilities and Controls O1 55 26 Street Use Permit and Modifications to Traffic Control � O1 57 13 Storm Water Pollution Prevention Plan � O1 58 13 Temporary Project Signage � O1 60 00 Product Requirements � O1 66 00 Product Storage and Handling Requirements � O1 70 00 Mobilization and Remobilization � O1 71 23 Construction Staking and Survey O1 74 23 Cleaning O1 77 19 Closeout Requirements � O1 78 23 Operation and Maintenance Data � O1 78 39 Project Record Documents CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 Last Revised 07/Ol /2011 07/O 1 /2011 02/08/2024 06/13/2025 02/24/2020 09/30/2021 09/30/2021 09/30/2021 09/30/2021 08/13/2021 09/30/2021 06/13/2025 07/O 1/2011 03/07/2025 06/13/2025 12/08/2023 12/08/2023 12/08/2023 07/O 1/2011 03/08/2024 03/08/2024 Last Revised 12/20/2012 07/Ol /2011 08/17/2012 07/O 1 /2011 10/06/2023 07/O 1 /2011 12/20/2012 03/11/2022 03/09/2020 07/Ol /2011 03/22/2021 07/O 1 /2011 07/O 1 /2011 03/09/2020 07/O 1 /2011 11 /22/2016 02/14/2018 07/O 1 /2011 03/22/2021 12/20/2012 07/O 1/2011 2022 Bond Year 3 Contract 19 CPN ] 04325 — Addendum #4 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 Technical Speci�cations which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 31- Earthwork � 31 10 00 � Site Clearing Division 34 - Transportation 34 71 13 � Traffic Control Additional Specifications 99 99 00 Additional Speci�cations TxDOT 104 Removing Concrete TxDOT 105 Removing Treated and Untreated Base and Asphalt Pavement TxDOT 132 Embankment TxDOT 247 Flexible Base TxDOT 360 Concrete Pavement TxDOT 531 Sidewalks TxDOT 666 Retroflectorized Pavement Markings Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httu://fortworthtexas.gov/tnw/contractors/ or https://apps.fortworthtexas.�ov/Proi ectResources/ Division 02 - Existing Conditions � 02 41 13 Selective Site Demolition � 02 41 14 Utility Removal/Abandonment � 02 41 15 Paving Removal Division 03 - Concrete � 03 30 00 Cast-In-Place Concrete � 03 34 13 Controlled Low Strength Material (CLSM) � 03 34 16 Concrete Base Material far Trench Repair � 03 80 00 Modifications to Existing Concrete Structures Division 26 - Electrical I�gg r,.,�„�,,,r �xT,...,. no.,,,,�� � .. �,o„�..:,,.,, I�rg�g r,o,.,,,i;+:,.� � ,- �i:,��iz�� &,•�� I7��� D,,,.o...,,..� .,..,a R,,..o� �.- Flo,.r..:,.,,1 C..��o,v.� I���� �t3d'JL.�tcn`�a n.,,,,...,,,.,� � � �i,,,.+r:,.,,i c.,�.,,...� I'�z�-v�o EoY�Yti'ii��'qi��ti,.r� ra„��; r,,,,.. r,.�a,,;� Division 31 - Earthwork � 31 00 00 Site Clearing � 31 23 16 Unclassified Excavation � 31 23 23 Borrow � 31 24 00 Embankments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 Last Revised 03/11 /2022 12/20/2012 02/02/2016 06/13/2025 03/07/2025 12/20/2012 12/20/2012 03/11 /2022 12/20/2012 I2�2��2�I Z 07/O1/2011 02/26/2016 03/22/2021 O 1 /28/2013 O1/28/2013 O1/28/2013 2022 Bond Year 3 Contract 19 CPN 104325 — Addendum #4 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 31 25 00 Erosion and Sediment Control 31 36 00 Gabions �'� � Division 32 - Exterior Improvements � 32 Ol 17 Permanent Asphalt Paving Repair � 32 O1 18 Temporary Asphalt Paving Repair � 32 O1 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 32 11 37 Liquid Treated Soil Stabilizer 32 12 16 Asphalt Paving �'� 1 7'7� A �..L.,,1� D,,. :,. !'�,..,,.1r Co.,l.,..�� �� � 32 13 13 Concrete Paving � 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants ���o �r�,�l L�i� '�g' 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 32 17 25 Curb Address Painting �� � i 1� ri..,;� �o.,,.o� .,�a r.,.o� �''�o ��o�oa�� �s 32 31 29 Wood Fences and Gates 32 32 13 Cast-in-Place Concrete Retaining Walls 32 91 19 Topsoil Placement and Finishing of Roadway Right-of-ways 32 92 13 Sodding ���� I��ot� ?`T1��:�g ���� r_ a tzria�,,.., ��✓��,�o �n�c� Eoo m� � �'�� �eo� .o� Er��u'�s Division 33 - Utilities 33 O1 30 Sewer and Manhole Testing 33 O1 31 Closed Circuit Television (CCTV) Inspection — Sanitary Sewer 33 O1 32 Closed Circuit Television (CCTV) Inspection — Storm Drain 33 03 10 Bypass Pumping of Existing Sewer Systems ���� �� �1���,.:,..,i T�„i„�;,,r �� nn i i r,.,-,-,.�;�� r��.,-,.i rr,,.,� c....;�r� �� �� nn i� ra.,,.�e.,:,,.,, n�„aa �„�t,,.,a;,. n,.,,�o,..:,,,, �.,.,�o,., �z 33 04 30 Temporary Water Services � 33 04 40 Cleaning and Acceptance Tcsting of Water Mains 33 04 50 Cleaning of Pipes 33 OS 10 Utility Trench Excavation, Embedment, and Backfill � 33 OS 12 Water Line Lowering � 33 OS 13 Frame, Cover and Grade Rings 33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade I���o r„r,.,-a.a�x�„�o.-��,,.,�+� 33 OS 17 Concrete Collars 33 OS 20 Auger Boring CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 04/29/2021 12/20/2012 12/20/2012 12/20/2012 12/20/2012 06/13/2025 12/20/2012 12/20/2012 06/10/2022 08/21/2015 6/07/2024 12�2��2�I Z 06/13/2025 12/09/2022 12/20/2012 12/20/2012 12/09/2022 06/10/2022 11 /04/2013 12/20/2012 12/20/2012 12/20/2012 06/OS/2018 03/11 /2022 OS/13/2021 OS/13/2021 10/06/2023 12/20/2012 09/07/2018 03/11 /2022 12/08/2023 12/20/2012 12/20/2012 12/20/2012 12/20/2012 07/O1 /2011 02/06/2013 03/11 /2022 06/13/2025 12/20/2012 09/09/2022 03/11/2022 12/20/2012 03/11/2022 12/20/2012 2022 Bond Year 3 Contract 19 CPN 104325 — Addendum #4 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 2 2�T 33 OS 22 � ��� 33 OS 24 33 OS 26 33 OS 30 33 11 05 33 11 10 33 11 11 33 11 12 �? '.' �? 33 11 14 33 12 10 ✓�1�11 33 12 20 � ��T 33 12 25 � ��-'�o 33 12 40 33 12 50 � ��-'�o �� � i 1� ?i �'. 1 � � ?� � 33 31 20 ?? ?� � 33 31 22 33 31 23 33 31 50 � ��o � ��o 33 39 20 33 39 30 � ��o 33 39 60 33 41 10 ✓�1111 '�2 � 1 1 '1 ?i� 11 1 ? 33 46 00 334601 33 46 02 � ��-^�o 33 49 20 � ��-^mo TU�'A"� � � �@ Steel Casing Pipe u.,ra rr„rrei;,,,. Installation of Carrier Pipe in Casing or Tunnel Liner Plate Utility Markers/Locators Location of Existing Utilities Bolts, Nuts, and Gaskets Ductile Iron Pipe Ductile Iron Fittings Polyvinyl Chloride (PVC) Pressure Pipe ����,u.�a P��ti, r�,,,- �aT,-„��oa c.00i r.�lindu� T�� Buried Steel Pipe and Fittings Water Services 1-inch to 2-inch r „ „ �x�„�,.r r�,,.,...� Resilient Seated Gate Valve ^��-�-:�;�4 �l'u��•. co.,.oa n,,..o,.��, ��.,i.,o., Connection to Existing Water Mains E�':�,��r✓�Sir ��1'» .n ��o,,,�.i;o� � ,- n��„i.io �x�„�o.- c.,��v,,.� Fire Hydrants Water Sample Stations c..,ra„�a �i�.., ,.����„i.,,, .4aoc�i i�;, �ar�d i� i1L1�� n:..o �rron� �oibl�v ��€��od Di�;� � r�� Ea�t�r�,�� LI;..l, Tle,-,�;+.. D..l�.041,�.1e,�,o \��lD�l Dip� F,- C.,,,;�.,,-., Ce...o,- � �_ � Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe n„i.,.,;,,.,i ri.i,,.-;ao �n��r� ri„�oa n,-„�:ie r,-.,.,;�., Ea!�t�_v"��w� � Sanitary Sewer Slip Lining Sanitary Sewer Pipe Enlargement Sanitary Sewer Service Connections and Service Line Eo�2'���i,.., n;.. ��,.,..,, �� E:�rit.e�,� E�i�� �,.r,.,,� r.,�� ;,, ni.,,.o r,.r,.,-o�o ra.,�t,,,io� Precast Concrete Manholes Fiberglass Manholes �x�.,�.o.. „�o,- n,.,,o�� �t�,,,�.wo,- i�x�n �� Liners for Sanitary Sewer Structures Reinforced Concrete Storm Sewer Pipe/Culverts u:,.�, n„��;.., v,.i�,,,.�..,i„r,. ��T�T'.r�) t'�Fc� �ct� E��'1 �,��2 D.,;.,� ,-.,.,.] D..1...,�1,�.1.,.-.., (C'DDR\ D;..., D,.,.,�..,,�.,�o�o D:,.o � ,. c+oi� �raii.� Subdrainage Slotted Storm Drains Trench Drains r.,�� ;� ni,,,.o ra.,�i.,.io� .,�a T,,.,,.�:,,� u,..,o� Curb and Drop Inlets ���� ��inaR"��all� ;e�r.i ��s 12�2��2� I Z 12/20/2012 12/20/2012 12/09/2022 12/20/2012 12/20/2012 12/20/2012 12/09/2022 09/20/2017 09/09/2022 03/07/2025 12/20/2012 02/14/2017 12/20/2012 05/06/2015 04/23/2019 02/06/2013 12/20/2012 O1/03/2014 12/20/2012 06/19/2013 12/20/2012 12/20/2012 04/23/2019 09/09/2022 12/20/2012 Division 34 - Transportation � 34 41 10 Traffic Signals � 34 41 10A1 Attachment A— Controller Cabinet CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 12/20/2012 12/20/2012 04/26/2013 12/20/2012 12/13/2024 12/13/2024 12/13/2024 12/20/2012 04/29/2021 07/O1/2o11 12/20/2012 11 /13/2015 06/10/2022 12/20/2012 07/O1/2011 07/O1/2011 12/13/2024 03/11/2022 07/O1 /2011 03/11 /2022 12/18/2015 2022 Bond Year 3 Contract 19 CPN 104325 — Addendum #4 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 34 41 10.02 34 41 10.03 2^� 34 41 13 � ��-^�o � n n�no..�r � n n�� � n n�� 34 41 30 � n�o 34 71 13 Attachment B — Controller Specification Attachment C — Software Specification -ro�,r,,...,n. T,-„��;o Fir�r�12 Removing Traffic Signals �� Illu�errrrat:�� n � �w.'-,;�� �oi�al �J P�� :�u��irrai�e�s �r,.,,.. „ , T �T, �,.,,a..,,,.. �ra�rrrra:r�c �s�dontia? J'�'? Il��� rr,�r:�inai�� Aluminum Signs c;r,.io r,r�ao �;i.o,- n�.;,, r.,�,io Traf�c Control 02/2012 O1/2012 11 /22/2013 03/11/2022 12/20/2012 06/15/2015 06/15/2015 06/15/2015 11/12/2013 02/26/2016 03/22/2021 Appendix � GC-4.02 F�-4:-E'/I �-49� �$�.J GG6.07 GC-6.09 �1 GR-01 60 00 n.,.,;i.,�.:i;.., „�r .,�a� Subsurface and Physical Conditions T.,L.ao,-,.,-,,,,,,a �,,,.;i;.;o� L��r�,,,,� �r.,;,.,,�,..o��„i �,.�,�;.:,,� .,� �:.o �' Wage Rates Permits and Utilities rT Product Requirements END OF SECTION 2022 Bond Year 3 Contract 19 CPN 104325 — Addendum #4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 00 11 13 INVITATION TO BIDDERS Page 1 of 3 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of 2022 Bond Year 3 Contract 19, CPN 104325 ("Project") will be received by the City of Fort Worth via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project unti12:00 P.M. CST, Thursday, September 25, 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, City Council Chamber. Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https://fortworthtexas.bonfirehub. com/portal/?tab=openOpportuniti es 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 ar 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.gobonfue.com/hc/en- us CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Rcviscd 2/08/24 2022 Bond Year 3 Contract 19 CPN ] 04325 — Addendum #4 00 11 13 INVITATION TO BIDDERS Page 2 of 3 Contact the Bonfire support team at Support@GoBonfirc.com or by calling 1-800-354-8010. To get started with Bonfire, watch this five-minute training video: Vcndor Rcgistration and Sub�nission [VIDEO] — Bonfirc Vcndor Support (gobonfirc.coin) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Unit I: 8,680 LF 8" PVC Water Pipe 180 LF 8" DIP Water Pipe 180 LF 20" Casing by other than open cut 780 LF 12" PVC Water Pipe 11,040 SY 11" Pulverization 11,040 SY 3" Asphalt Pavement Type D 3092 SY 11" TxDOT CRCP (11") Unit II: 3,210 LF 8" PVC Sewer Pipe 150 LF 8" by Pipe Enlargement 29 EA 4' Manhole Unit III: 124 LF 21" RCP, Class III Unit IV: 17,560 SY 6" Concrete Pavement 13,150 SY 7" Concrete Pavement 50,760 SF 4" Concrete Sidewalk 27,000 SF 6" Concrete Sidewalk 13,800 SY 1" Asphalt Pavement Type D Unit IVA (Alternative): 16,794 SY Pavement Pulverization 16,794 SY 3" Asphalt Pavement Type D 8,300 LF 6" Curb & Gutter PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre-qualified by the City at the time of bid opening. The procedures for qualification and pre-qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Rcviscd 2/08/24 2022 Bond Year 3 Contract 19 CPN ] 04325 — Addendum #4 00 11 13 INVITATION TO BIDDERS Page 3 of 3 To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes" under the Intent to Bid section. All Addenda will be posted in the Procurement Portal https://fortworthtexas.bonfirehub.com/nortal/?tab=onenOpbortunities, under the respective Proj ect. PREBID CONFERENCE — Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: September 2"a 2025 TIME: 2: 00 P.M. Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. ADVERTISEMENT DATES First Advertisement: August 20, 2025 Second Advertisement.• August 27, 2025 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Rcviscd 2/08/24 2022 Bond Year 3 Contract 19 CPN ] 04325 — Addendum #4 00 42 43 HIIJ PI20POSAL Pagc 1 0(5 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Project Item Information 8idlist Item No. Description Unit 1- ater Improvem nts � 1 3311.0161 6" PV� W ater Pipe � 2 3311.0261 8" PVC W ater Pipe � 3 3311.0461 12" PVC Water Pipe � 4 3305.2005 8" Water Carrier Pipe � 5 3305.1002 20" Casinq By Open Cut � 6 3305.1102 20" Casing by Other Than Open Cut � 7 3312.3003 6" Gate Valve � 8 3312.3003 8" Gate Valve � 9 3312.3005 12" Gate Valve � 10 0241.1302 Remove & Salvaqe 6" Water Valve � 11 0241.1303 Remove & Salvage 8" Water Valve � 12 0241.1305 Remove & Salvage 12" Water Valve � 13 0241.11184"-12" Pressure Pf�9 � 14 0241.3013 Remove 18" Storm Line � 15 0241.3014 Remove 21" Storm Line � 16 0241.3015 Remove 24" Storm Line � 17 0241.3017 Remove 30" Storm Line � 18 3304.0101 Temporary Water Services I19 3305.0103 Exploratory Excavation of Existing Utilities � 20 3311.0001 Ductile Iron Water Fittings w/ Restraint � 21 3305.0003 8" Waterline Lowering I22 3312.0117 Connection to Existing 4"-12" Water Main � 23 33122001 1" WaterService, MeterReconnection � 24 33122003 1"WaterService � 25 3312.2004 1" Private WaterService, Relocation � 26 3312.2201 2" Water Service, Meter Reconnection � 27 3312.2203 2" Water Service � 28 0241.1511 Salvaqe 3/4" Water Meter � 29 3312.0001 Fire Hydrant � 30 0241.1510 Salva9e Fire Hydrant � 31 0241.1001 Water Line Groutinq � 32 0241.1218 4"-12" Water Abandonment Plug � 33 3305.0202 Imported EmbedmenUBackfill, CSS � 34 3305.0203 Imported EmbedmenUBackfill, CLSM I35 3305.0207 Imported EmbedmenUBackfill, Select Fill I 36 3305.0204 Imported EmbedmenUBackfill, Crushed Rock � 37 3305.0111 Valve Box Adjustment � 38 3305.0117 Concrete Collar for Valve � 39 0241.1400 Remove Conc Valley Gutter � 40 3216.0301 7" Conc Valley Gutter, Residential � 41 0241.0300 Remove ADA Ramp � 42 3213.0507 Barrier Free Ramp, Type P-2 I 43 3201.0400 Temporary Asphalt Paving Repair (2" HMAC over 6" Flexbase) I44 3201.0111 4' Wide Asphalt Pvmt Repair, Residential 45 3201.0121 4' Wide Asphalt Pvmt Repair, Arterial Bidder's Application Bidder's Proposal Specification I Unit of I gid Quantity Unit Price I Bid Value Section No. Measure 33 11 12 33 11 12 33 11 12 33 05 22 33 05 22 33 O5 22 33 12 20 33 12 20 33 12 20 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 33 04 30 33 05 30 33 12 25 33 05 12 33 12 25 33 12 10 33 12 10 33 12 10 33 12 10 33 12 10 02 41 14 33 12 40 02 41 14 02 41 14 02 41 14 33 05 10 33 05 10 33 05 10 LF LF LF LF LF LF EA EA EA EA EA EA EA LF LF LF LF LS EA TON EA EA EA EA LF EA EA EA EA EA CY EA CY CY CY 120 8680 780 200 20 180 7 36 5 10 12 3 3 20 20 20 20 T 7 8 20 24 165 165 260 1 1 165 7 4 50 13 100 100 500 33 05 10 CY 100 33 05 14 EA 5 33 05 17 EA 16 02 41 15 SY 360 321613 SY 360 02 41 13 EA 5 32 13 20 EA 4 32 01 18 LF 10040 32 01 17 LF 500 32 01 17 LF 340 46 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, 32 01 17 Residential 4� 3201.0202 Asphalt Pvmt Repair Beyond Defined W idth, 3Z o� � � Arterial 48 0241.1700 Pavement Pulverization (11 ") 02 41 15 49 3211.0601 8" CEMLIMET"" (32 LBS./SY) 32 11 29 50 3212.0305 3" Asphalt Pvmt Superpave SP-D 32 12 16 51 0241.1506 2" Surface Milling 02 41 15 52 3212.0304 2" Asphalt Pvmt Superpave SP-D 02 41 15 53 0241.0100 Remove Sidewalk 02 41 13 54 0241.0401 Remove Concrete Drive 02 41 13 55 3213.0301 4" Concrete Sidewalk 32 13 20 56 3213.0401 6" Concrete Driveway 32 13 20 57 3213.0403 S" Concrete Driveway 32 13 20 58 0241.1000 Remove Conc Pvmt 02 41 15 CTIY OF FORT WOR7H $"I'ANIJARIJ CON$'I'12�CI10� SNF�.CIhICA'I'ION IJOCUMY:N'I'$ Rcvisi.i 9/30/2021 SY 100 SY 100 SY TN SY SY SY SF SF SF SF SF SY 11040 180 11040 1010 1010 820 2200 820 1240 960 500 2022 BOND YEAR 3 CONTRACT I') CITY PROIECT NO. I04325 - BiA P�oposnl Work Book AdAcnd�m d4 00 42 43 HIIJ PROPOSAL Pagc 2 0( 5 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Project Item Information 8idlist Description Specification Unit of Item No. Section No. Measure � 59 3201.0616 Conc Pvmt Repair, Arterial/Industrial 32 01 17 SY � 60 0241.1300 Remove Conc Curb&Gutter 32 16 13 LF � 61 3216.0101 6" Conc Curb and Gutter 32 16 13 LF � 62 3217.5001 Curb Address Painting 32 17 25 EA I 63 3217.0502 Preformed Thermoplastic Contrast Markings - LF 24" Stop Bars 32 17 23 I 64 3217.0502 Preformed Thermoplastic Contrast Markings - 32 17 23 LF 24" Crosswalk � 65 3217.2001 Raised Marker TY W 32 17 23 EA � 66 3217.2002 Raised Marker TY Y 32 17 23 EA � 67 3217.0101 6" SLD Pvmt Marking HAS (W ) 32 17 23 LF � 68 3217.0201 8" SLD Pvmt Marking HAS (W ) 32 17 23 LF � 69 3217. 6" SLD Pvmt Marking HAS (Y) 32 17 23 LF � 70 3217.0402 18" SLD Pvmt Marking HAE (Y) 32 92 13 LF � 71 3217.1004 Lane Legend Only 32 91 19 EA � 72 3217.1002 Lane Legend Arrow 33 05 10 EA � 73 3217.2103 REFL Raised Marker TY II-A-A 32 17 23 EA � 74 32172104 REFL Raised Marker TY II-C-R 32 17 23 EA I 75 3292.0100 Block Sod Placement 32 92 13 SY � 76 3291.0100 Topsoil 32 91 19 CY � 77 3305.0109 Trench Safety 33 O5 10 LF � 74 3123.0101 Unclassified Excavation by Plan 31 23 16 CY � 75 3110.0102 6"-12" Tree Removal 31 10 00 EA � 76 3110.0105 24" and Larger Tree Removal 31 10 00 EA � 77 3305.0110 Utilit�. Markers 33 05 26 LS � 78 3341.0103 18" RCP, Class III 33 41 10 LF � 79 3341.0201 21" RCP, Class III 33 41 10 LF � 80 3341.0205 24" RCP, Class III 33 41 10 LF � 81 3341.0302 30" RCP, Class III 33 41 10 LF � 82 0171.0101 Construction Stakinq (Water) 01 71 23 LS I83 0171.0102 Construction Survey (GPS Redline Survey) 01 71 23 LS � 84 3125.0101 SWPPP >_ 1 acre 31 25 00 LS � 85 3471.0001 Traffic Control (Water) 34 71 13 MO I86 9999.0001 Miscellaneous Utility Adjustment (Irrigation) 99 99 01 LS I 87 9999.0002 Water Construction Allowance 99 99 02 LS I 88 9999.0003 TxDOT Type 1 Ramp (TXDOT 531 7015) TXDOT 53i EA 7015 I 89 9999.0004 TxDOT Embank (FNL)(OC)(TY C)(TxDOT TXDOT 132 CY 132-7006) 7006 I 90 9999.0005 6" Flexible Base Type D Grade 1-2 (TxDOT TXDOT 247 SY Bid Item 247 7056) I91 9999.0006 Remov Conc (Pav)(TxDOT 104-7001) TXDOT 104 SY I 92 9999.0007 RMV (0"-4") TRT/UNTRT Base & Asph Pav TXDOT 105 SY (TxDOT 105-7001) I93 9999.0008 Conc Pvmt (CRCP) (11 ") (TxDOT 360-7005) TXDOT 360 SY I94 9999.0009 All-WTHER PM TY I(W)4"(SLD)(100MIL) TXDOT 666 LF I 95 99 9 00 BO All-WT�ER�M TY I(W)4"(BRK)(100MIL) TXDOT 666 LF TxDOT Bid It �.�p Fj 7.�Z 1 7307 999 0011 AI�-W7���M TY I(Y)4"(SLD)(100MIL) TXDOT 666 Bidder's Application Bidder's Proposal Bid Quantity Unit Price Bid Value 500 1040 1040 6 50 140 56 2S 150 125 1060 50 1 1 50 10 590 60 9260 550 2 2 1 20 20 20 20 1 1 1 5 1 1 1 120 3092 2977 2566 3092 890 650 $10,000.00 $10,000.00 $100,000.00 $100,000.00 I96 (TxDOT Bid Item 666 7312) 7312 LF 730 I IUnit 2- Sanitary Sewer Improvements I1 3331.4115 8" PVC Sewer Pipe � 2 3331.4115 8" DI Sewer Pipe � 3 3331.1102 8" Pipe Enlargement � 4 3331.3101 4" Sewer Service � 5 3305.1002 20" Casing By Open Cut � 6 3303.0001 Bypass Pumping I7 3339.1001 4' Manhole I 8 3339.1002 4' Drop Manhole Sub-Total Jnit 1- Water mprovements $110,000.00 33 11 10 33 31 12 LF 3760 33 31 20 331110 LF 320 33 05 22 LF 150 33 31 50 EA 102 33 05 22 LF 10 33 03 10 LS 1 33 39 10 EA 34 33 39 20 33 39 10 EA 1 33 39 20 C17Y OF FORT WORTH $"I'ANIJARIJ CON$'I'12�CI10� SNF�.(:IhICA'I'ION IJOCUMY:N'I'$ Rcvisi.i 9/30/2021 3022 BOND VEAR 3 CONTRACT I') CITY PROIECT NO. I04325 - BiA P�roposal Work Book AdAcndum d4 00 42 43 HIIJ PROPOSAL Pagc 3 0( 5 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Project Item Information 8idlist Description Specification Unit of Item No. Section No. Measure 9 3339.1003 4' Extra Depth Drop Manhole 33 39 10 VF 33 39 20 10 3339.0003 Liner-4' Sewer MH (Chesterton or Warren 33 39 60 VF Coating) 11 3305.0107 Manhole Ad'Iustment, Minor 33 05 17 EA 12 3305.0106 3305.0114 Manhole Adjustment, Major 33 05 14 EA w/Cover 13 3305.0112 Concrete Collar for Manhole 33 05 17 EA 14 3301.0101 Manhole Vacuum Testinq 33 01 30 EA 15 3301.0004 Final MH-CCTV Inspection 33 01 31 EA 16 3301.0001 Pre-CCN Inspection 33 01 31 LF 17 3301.0002 Post-CCN Inspection 33 01 31 LF 18 3301.0003 Final-CCN Inspection 33 01 31 LF 19 3292.0100 Block Sod Placement 32 92 13 SY 20 3291.0100 Topsoil 32 91 19 CY 21 3305.0109 Trench Safety 33 05 10 LF 22 3305.0202 Imported EmbedmenUBackfill, CSS 33 05 10 CY 23 3305.0203 Imported EmbedmenUBackfill, CLSM 33 05 10 CY 24 3305.0207 Imported EmbedmenUBackfill, Select Fill 33 05 10 CY 25 26 27 28 29 30 31 32 I 33 � 34 I35 I36 I 37 I 38 I 39 � 40 � 41 I 42 I 43 I 44 I 45 I 46 � 47 � 48 � 49 I50 � 51 � 52 I53 � 54 � 55 Bidder's Application Bidder's Proposal Bid Quantity Unit Price Bid Value 21 30 35 10 39 39 39 509 4270 4270 350 38 3890 100 100 500 3305.0103 Exploratory Excavation of Existing Utilities 33 O5 30 EA 3 0241.2201 Remove 4' Sewer Manhole 02 41 14 EA 1 S 0241.1400 Remove Conc Valley Gutter 02 41 15 SY 30 0241.2001 Sanitary Line Grouting 02 41 14 CY 3 0241.2102 6" Sewer Abandonment Plug 02 41 14 EA S 0241.2103 S" Sewer Abandonment Pluq 02 41 14 EA 2 3216.0301 7" Conc Valle�_ Gutter, Residential 32 16 13 SY 30 3201.04 Temporary Asphalt Paving Repair (2" HMAC 32 01 18 LF 5300 over 6" Flexbase) 3201.0111 4' Wide Asphalt Pvmt Repair, Residential 32 01 17 LF 200 3201.0121 4' Wide Asphalt Pvmt Repair, Arterial 32 01 17 LF 120 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, 32 01 17 SY 50 Residential 3201.0202 Asphalt Pvmt Repair Beyond Defined W idth, 32 01 17 SY 50 Arterial 0241.1506 2" Surface Milling 02 41 15 SY 905 3212.0304 2" Asphalt Pvmt Superpave SP-D 02 41 15 SY 905 0241.0100 Remove Sidewalk 32 13 20 SF 230 3213.0301 4" Concrete Sidewalk 32 13 20 SF 230 0241.0401 Remove Concrete Drive 32 13 20 SF 600 3213.0403 8" Concrete Driveway 32 13 20 SF 600 3217.5001 Curb Address Paintinq 32 17 25 EA 3 0241.1300 Remove Conc Curb&Gutter 02 41 14 LF 40 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 40 3110.0102 6"-12" Tree Removal 31 10 00 EA 1 3110.0104 18"-24" Tree Removal 31 10 00 EA 1 3305.0110 Utility Markers 33 05 26 LS 1 0171.0101 Construction Staking (Sanitary Sewer) 01 71 23 LS 1 0171.0102 Construction Survey (GPS Redline Survey) 01 71 23 LS 1 3125.0101 SWPPP >_ 1 acre 31 25 00 LS 1 3471.0001 Traffic Control (Sanitary Sewer) 34 71 13 MO 3 9999.0001 Miscellaneous Utility Adjustment (Irrigation) 99 99 01 LS 1I $5,000.00 $5,000.00 9999.0002 Sewer Construction Allowance 99 99 02 LS 1$50,000.00 $50,000.00 9999.00012 Brace Power Pole 99 99 12 EA 2 � 56 9999.00013 Remove and Replace Curb Wall 99 99 13 LF 10 � =ub-Total �nit 2- Sanitary Sewer Improvements $55,000.00 �Unit 3 - Stormwater Improvements � 1 0241.3014 Remove 21" Storm Line 02 41 14 � 2 3201.0400 Temporary Asphalt Paving Repair (2" HMAC 32 01 18 � 3 3301.0012 Post-CCN Inspection of Storm Drain 33 01 32 � 4 3305.0109 Trench Safety 33 05 10 � 5 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 � 6 3341.0201 21" RCP, Class III 33 41 10 � 7 0171.0101 Construction Staking (Stormwater) 01 71 23 � 8 3125.0101 SWPPP >_ 1 acre 31 25 00 � 9 9999.0002 Stormwater Construction Allowance 99 99 02 C17Y OF FORT WORTH $"I'ANIJARIJ CON$'I'12�CI10� SNF�.(:IhICA'I'ION IJOCUMY:N'I'$ Rcvisi.i 9/30/2021 LF LF LF LF EA LF LS LS LS 124 �24 124 �24 1 124 1 1 1 $20,000.00 $20,000.00 3022 BOND VEAR 3 CONTRACT I') CITY PROIECT NO. I04325 - BiA P�roposal Work Book AdAcndum d4 00 42 43 HIIJ PROPOSAL Pagc 4 0( 5 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Project Item Information 8idlist Item No. Description � IUnit 4 - Pavin� Impr4vements � 1 B 024 11 db Remove Asphalt Pvmt � 2B 3123.0101 Unclassified Excavation by Plan � 3B 3211.0502 8" Lime Treatment (32 LBS./SY) � 4B 3211.0400 Hydrated Lime � 5B 3213.0101 6" Conc Pvmt � 6B 3305.0111 Valve Box Adjustment � 7B 3305.0107 Minor Manhole Adjustment, Minor � 1 0241.1000 Remove Conc Pvmt (Benbrook Blvd) � 2 0241.1100 Remove Asphalt Pvmt (Benbrook Blvd) I 3 3123.0101 Unclassified Excavation by Plan (Benbrook Blvd) � 4 3211.0400 Hydrated Lime (Benbrook Blvd) I 5 3211.0502 8" Lime Treatment (32 LBS./SY) (Benbrook Blvd) � 6 3213.0102 7" Conc Pvmt (Benbrook Blvd) � 7 3305.0111 Valve Box Adjustment (Benbrook Blvd) I $ 3305.0107 Minor Manhole Adjustment, Minor (Benbrook Blvd) � 9 3124.0101 Embankment by Plan � 10 0241.0100 Remove Sidewalk � 11 0241.1400 Remove Conc Valley Gutter � 12 0241.0200 Remove Step � 13 0241.0300 Remove ADA Ramp � 14 0241.0500 Remove Fence � 15 0241.0401 Remove Concrete Drive � 16 0241.1300 Remove Conc Curb&Gutter � 17 0241.0600 Remove Wall <4' � 18 0241.0705 Remove and Replace Mailbox - Brick � 19 0241.1800 Remove Speed Cushion � 20 3110.0111 Site Clearing � 21 3110.0102 6"-12" Tree Removal � 22 3110.0103 12"-18" Tree Removal � 23 3110.0104 18"-24" Tree Removal � 24 3110.0105 24" and Larger Tree Removal � 25 3212.0401 HMAC Transition � 26 3213.0301 4" Conc Sidewalk � 27 3213.0311 4" Conc Sidewalk, Adlacent to Curb � 28 3213.0322 Conc Curb at Back of Sidewalk � 29 3213.0321 Conc Sidewalk, Adjacent to Ret W all � 30 3232.0100 Conc Ret Wall Adjacent to Sidewalk � 31 3213.0401 6" Concrete Driveway � 32 3213.0506 Barrier Free Ramp, Type P-1 � 33 3213.0507 Barrier Free Ramp, Type P-2 � 34 3213.0501 Barrier Free Ramp, Type R-1 � 35 3213.0504 Barrier Free Ramp, Type M-2 � 36 3213.0509 Barrier Free Ramy, Ty�e C-2 � 37 3217.0101 6" SLD Pvmt Marking HAS �W) � 38 3217.0103 6" SLD Pvmt Marking HAS Y� � 39 3217.0201 8" SLD Pvmt Markin�j HAS (W� � 40 3217.0401 18" SLD Pvmt Markinq HAE (W) � 41 3217.0501 24" SLD Pvmt Markinq HAE (W) � 42 3217.1002 Lane Leqend Arrow � 43 3217.1004 Lane Le_qend Only I3217.1016 Preformed Thermoplastic Contrast Markings 44 - Leqend Yield Svmbol � 45 32172103 REFL Raised Marker TY II-A-A � 46 32172104 REFL Raised Marker TY II-C-R � 47 3217.5001 Curb Address Paintinq � 48 3292.0100 Block Sod Placement � 49 3291.0100 Topsoil � 50 3231.0412 6' Fences, Wood � 51 3346.0008 4" Pipe Underdrain, Type 8 � 52 3349.5005 Remove and Replace �nlet Top, 5' I3441.1031 Furnish/Install Audible Pedes4rian 53 Pushbutton Station � 54 3441.1033 Remove Pedestrian Pushbutton Station � 55 2605.3015 2" CONDT PVC SCH 80 (T) CTIY OF FORT WORTH $"I'ANIJARIJ CON$'I'12�CI10� SNF�.(:IhICA'I'ION IJOCUMY:N'I'$ Rcvisi.i 9/30/2021 Bidder's Proposal Bidder's Application Specification Unit of Section No. Measure Bid Quantity Unit Price Bid Value Sub-To al Unit 3- Stormwater mprovements $20,000.00 02 41 15 31 23 16 32 11 29 32 11 29 32 12 16 33 OS 14 33 05 14 02 41 15 02 41 15 31 23 16 32 11 29 32 11 29 32 12 16 33 05 14 33 OS 14 31 24 00 0241 13 02 41 15 02 41 13 02 41 13 0241 13 02 41 15 0241 15 02 41 13 02 41 13 02 41 15 31 10 00 31 10 00 31 10 00 31 10 00 31 10 00 32 12 16 32 13 20 32 13 20 32 13 20 32 13 20 32 32 13 32 13 20 32 13 20 32 13 20 32 13 20 32 13 20 32 13 20 32 17 23 32 17 23 32 17 23 32 17 23 32 17 23 32 17 23 32 17 23 32 17 23 32 17 23 32 17 23 32 17 25 32 92 13 32 91 19 32 31 29 33 46 00 33 49 20 34 41 10 34 41 10 3441 10 SY CY SY TN SY EA EA SY SY CY TN SY SY EA EA CY SF SY SF EA LF SF LF LF EA EA SY EA EA EA EA TN SF SF LF SF SF SF EA EA EA EA EA LF LF LF LF LF EA EA EA EA EA EA SY CY LF LF EA EA EA LF 18280 1110 18450 300 17560 18 10 13850 13360 450 230 14375 13150 9 250 20006 145 50 21 35 25000 11790 20 1 4 500 5 2 5 2 70 49130 1580 1000 100 100 27000 29 2 20 8 1 6030 6446 200 60 810 4 4 11 86 10 100 20900 3540 35 100 6 1 40 3022 BOND VEAR 3 CONTRACT I') CITY PROIECT NO. I04325 - BiA P�roposal Work Book AdAcndum d4 00 42 43 HIIJ PROPOSAL Pagc 5 0(5 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Project Item Information 8idlist Description Specification Unit of Item No. Section No. Measure � 56 3441.1311 5/C 14 AW G Multi-Conductor Cable 34 41 10 LF � 57 3441.1322 3/C 14 AW G Multi-Conductor Cable 34 41 10 LF � 58 3441.1414 NO 8 Bare Elec Condr 34 41 10 LF I59 3441.1503 Furnish/Install Ground Box Type D, w/Apron 34 41 10 EA � 60 3441.1507 Remove Ground Box 34 41 10 EA I 6� 3441.4003 Furnish/Install Alum Sign Ground Mount City 34 41 30 EA Std. � 62 3441.4004 Furnish/Install Alum Siqn Ex. Pole Mount 34 41 30 EA � 63 0171.0101 Construction Staking (Paving) 01 71 23 LS � 64 3125.0101 SWPPP >_ 1 acre 31 25 00 LS � 65 3471.0001 Traffic Control (Pavinq) 34 71 13 MO I66 9999-0001 Miscellaneous Utility Adjustment (Irrigation) 99 99 01 LS � 67 9999.0002 Paving Construction Allowance 99 99 02 LS � 68 9999.0014 Modified Barrier Free Ramp, Type M-2 99 99 14 EA � 69 9999.0015 6" Raised Concrete Median 99 99 15 SY � 70 9999.0016 Speed Hump - TL Standard 99 99 16 EA � 71 9999.0017 1" Asphalt Pvmt Type D �DG-D) 99 99 17 SY I9999.0018 Remove and Salvage Brick & Stone 72 Sidewalk 99 99 18 SF 9999 0019 Remove and Salva e Brick & Stone Bidder's Application Bid Quantity Unit Price 40 40 40 2 2 35 30 1 1 7 � $50,000.00 1 $150,000.00 1 40 12 13800 300 Bidder's Proposal Bid Value $50,000.00 $150,000.00 I' 9 99 99 19 SF 50 73 Drivewav � 74 9999.0020 Concrete Steps 99 99 20 SF 30 I Sub-Total Unit 4- Pavinq Improvements Base �id (Concrete) $200,000.00 I IUnit 4A- Pavinc� Imp�9Ye�ngnts Alternative A(POL) � 1 A 0241.1700 11-inch Pavement Pulverization 02 41 15 � 2A 3211.0601 CEMLIMET^" 321b/SY 32 11 33 � 3A 3216.0101 6" Conc Curb and Gutter 32 16 13 4A 3212.0305 3" Asphalt Pvmt Superpave SP-D 32 12 16 �5A 3305.0111 Valve Box Adjustment w/ Concrete Collar 33 O5 17 6A 3305.0112 Manhole Adjustment w/ Concrete Collar 33 05 17 � 7A 3216.0301 7" Conc Valley Gutter, Residential 32 16 13 I 8A 3123.0101 Unclassified Excavation by Plan 31 23 16 Deduct Items 1 B thru 7B SY 16794 TN 290 LF 8300 SY 16794 EA 18 EA 10 SY 300 CY 2500 Sub-Total Un t 4A - Paving Improvements Alternative A(POL) Bid Summary Unit 1: W ater Improvements Unit 2: Sanitary Sewer Improvements Unit 3: Stormwater Improvements Unit 4: Paving Improvements Base Bid (Concrete) Unit 4A: Pavinq Improvements Alternate A(POL) Total 1 Base Bid ( Concrete) Units 1,2,3 & 4 Total with alternate A(POL) Units 1,2,3, 4& 4A *Note: The City Reserves the right to select either Total 1 or Total 2. C17Y OF FORT WORTH $"I'ANIJARIJ CON$'I'12�CI10� SNF�.(:IhICA'I'ION IJOCUMY:N'I'$ Rcvisi.i 9/30/2021 $110,000.00 $55,000.00 $20,000.00 $20Q000.00 $385,000.00 $385,000.00 3022 BOND VEAR 3 CONTRACT I') CITY PROIECT NO. I04325 - BiA P�roposal Work Book AdAcndum d4 00 73 00 SUPPLEMENTARY COND1T10NS Page 1 of 6 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 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 suppleinented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defrned in the General Conditions have the meaning assigned to them in the General Conditions, unless speciiically 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.OlA 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.O1A.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 August 20, 2025. Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER None None TARGET DATE OF POSSESSION None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify Ciry in writing associated with the differing easement line locations. SC-4.O1A.2, "Availability of Lands" CITY OF FORT WORTH 2O22 Bond Year 3 Contract 19 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104325 —Addendum #4 Revised March 8, 2024 00 73 00 SUPPLEMENTARY COND1T10NS Page 2 of 6 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 August 20, 2025 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADNSTMENT AT&T Evans Ave (E Felix St to E Seminary Dr) November 26, 2025 Oncor Evans Ave (E Felix St to E Seminary Dr) October 26, 2025 Oncor I-35 Frontage Road (E Felix St to E Spurgeon St) September 19, 2025 AT&T I-35 Frontage Road (E Felix St tot E Spurgeon St) October 19, 2025 Atmos Evans Ave (E Felix St to E Seminary Dr) Se�tember 25, 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 Street Caring Report No. 104325, dated 7/10/2023, prepared by The Ciry of'Fort Worth Capital Delivery Soil Lab, internal lab of the City, a consultant of the Ciry, providing additional infarmation on street cores and subgrade lab tests. A Laboratory Test for Street Coring Report No. l 04325, dated 8/29/2025, prepared by Rone Engineering Services, LLC., 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: None. SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None SG5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) Ciry (2) Consultant: None (3) Other: None SG5.04A., "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 regularions: 5.04A. Workers' Compensation, under Paragraph GG5.04A. Statutory limits CITY OF FORT WORTH 2O22 Bond Year 3 Contract 19 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104325 —Addendum #4 Revised March 8, 2024 00 73 00 SUPPLEMENTARY COND1T10NS Page 3 of 6 Employer's liability $100, 000 each accident/occurrence $100, 000 Disease - each employee $500, 000 D�sease - policy limit SG5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GG5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $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 properry. 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 Liabiliry 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 operarions and work cross, occupy, or touch railroad properry: (1) General Aggregate: $Confirm Limits with Railroad CITY OF FORT WORTH 2O22 Bond Year 3 Contract 19 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104325 — Addendum #4 Revised March 8, 2024 00 73 00 SUPPLEMENTARY COND1T10NS Page 4 of 6 (2) Each Occurrence: _ Required for this Contract $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. 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 wark 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 properry to be performed by the Contractor shall be commenced until the Contractor has furnished the Ciry 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 wark. 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 Highway Construction Project) A copy of the table is also available by accessing the City's website at: https://apps.fortworthtexas.�ov/ProiectResources/ You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 — General Conditions SC-6.09., "Permits and Utilities" CITY OF FORT WORTH 2O22 Bond Year 3 Contract 19 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104325 — Addendum #4 Revised March 8, 2024 00 73 00 SUPPLEMENTARY COND1T10NS Page 5 of 6 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. SWPP 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. TxDOT Utility Permit 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 August 20,2025 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TXDOT SC-7.02., "Coordination" Utility Permit TARGET DATE OF POSSESSION October 6, 2025 The individuals ar entities listed below have contracts with the City for the performance of other work at the Site: � Vendor � None. � Scope of Work None. Coordination Authority None. SC-8.O1, "Communications to Contractor" Communication to Oncor and TxDOT while instczlling waterline along I35 Frontage Road. SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Christian Cardona, ar his/her successor pursuant to written notification from the Director of Transportation. SG13.03C., "Tests and Inspections" None. SC-16A1C.1, "Methods and Procedures" None. END OF SECTION CITY OF FORT WORTH 2O22 Bond Year 3 Contract 19 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104325 —Addendum #4 Revised March 8, 2024 00 73 00 SUPPLEMENTARY COND1T10NS Page 6 of 6 Revision Log DATE NAME 1/22/2016 F. Griffin 3/9/2020 10/06/23 3/08/24 SUMMARY OF CHANGE SC-9.01., "City's Project Representative" wording changed to City's Project Manager. D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's website. 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 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 19 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104325 —Addendum #4 Revised March 8, 2024 99 99 00 ADDITIONAL SPECIFICATIONS Page 1 of3 SECTION 99 99 00 ADDITIONAL SPECIFICATIONS 9999.0001 Miscellaneous Structure 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. 2. 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 / vendar invoices) plus 10% to cover the cost of overhead, profit, bonds, insurance, etch, as required of the Contractor for managing Subcontractors. 9999.0002 Construction Allowance 3. 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 bepaid 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. 4. Measurement and Payment a. Measurement for additional work covered by the respective Water Construction Allowances shall be negotiated between the City and the Contractor per each respective item, or group of items if multiple related iterns 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, etch, as required of the Contractor far managing 2022 Bond Year 3 Contract 19 C1TY OF FORT WORTH CPN I 04325 — Addendum #4 99 99 00 ADDITIONAL SPECIFICATIONS Page 2 of 3 Subcontractors. 9999.0012 Brace Power Pole 1. Summary The work covered by this item is located as directed on the plans and shall include all work required to Brace Power Pole as needed to install water and sewer lines. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth and electric company current requirements and speciiications. 2. Measurement and Payment a. Measurement for this Item shall be each of Brace Power Pole installed and completed. b. Payment for the work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each of Brace Power installed. Payment shall include all necessary materials, labor, equipment, fees, taxes, overhead and proiit, disposal, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective. 9999.0013 Remove and Replace Curb Wall 1. Summary The work covered by this item is located as directed on the plans and shall include all work required to return the curb wall to existing or better conditions. All materials, procedures, and warkmanship shall be in accordance with City of Fort Worth current requirements and specifications. 2. Measurement and Payment a. Measurement for this Item shall be by linear foot of Remove and Replace Curb Wall installed complete and in place. b. Payment for the work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of Remove and Replace Curb Wall installed. Payment shall include all necessary materials, labor, equipment, fees, taxes, overhead and profit, disposal, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective. 9999.00014 Modi�ed Barrier Free Ramp, Type M-2 1. Summary The work covered by this item shall be located as directed on the plans and installed as directed by the City. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth current requirements, specifications, and construction details whether included in the plans or not. 2. Measurement and Payment a. Measurement for this Item shall be by each for Modiiied Barrier Free Ramp, Type M-2 installed. b. Payment for the work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each for Modi�ed Barrier Free Ramp, Type M-2. Payment shall include all necessary materials, labor, equipment, fees, taxes, overhead and profit, clean-up and restoration of disturbed areas, and a11 other related costs to accomplish the work item's objective. 2022 Bond Year 3 Contract 19 C1TY OF FORT WORTH CPN 104325 — Addendum #4 99 99 00 ADDITIONAL SPECIFICATIONS Page 3 of 3 9999.0015 6" Raised Concrete Median 1. Summary The wark covered by this item shall be located as directed on the plans (intersection at Park Ridge Ave and Cockrell Ave.) and installed as directed by the City. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth current requirements, specifications, and construction details whether included in the plans or not. 6" Raised Concrete Median shall adhere to the requirements of City concrete standards. 2. Measurement and Payment a. Measurement for this Item shall be by the square foot of 6" Raised Concrete Median on roadway as specified in the Drawings. Measurement shall include all provisions required to comply with the City of Fort Worth standards. b. Payment for the wark performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per the square foot of 6" Raised Concrete Median on roadway. Payment shall include all necessary materials, labor, testing, equipment, taxes, overhead and profit, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective. 9999.0016 Speed Hump — TL Standard 1. Summary The work covered by this item shall be located as directed on the plans (Park Ridge, approx.. Sta. 206+20 and Evans Ave, approx.. Sta. 103+10, Sta. 109+20, and Sta. ll 8+05) and installed as directed by the City. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth current requirements of TL Standard (see manufacturer reference in plans) or approved equal. Installation shall be in accordance with the manufacturer's recommendations and shall not create ponding or restriction of surface water. 2. Measurement and Payment a. Measurement for this Item shall be by each assembly for Speed Hump — TL Standard installed. Assembly for this installation shall be a minimum of 7'Lx6' Wx3"H on roadway as specified in the Drawings. Measurement shall include all provisions required to comply with the City of Fort Worth standards. b. Payment for the wark performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each of 6" Raised Concrete Median on roadway. Payment shall include all necessary materials, labor, testing, equipment, taxes, overhead and profit, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective. 9999.00171" Asphalt Pavement Type D(DG-D) 1. Summary The wark covered by this item shall be located as directed on the plans (Benbrook Blvd) and installed as directed by the City. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth current requirements, specifications, and construction details whether included in the plans or not. 1" Asphalt Pavement Type D shall adhere to the requirements of City standards. 2. Measurement and Payment a. Measurement for this item shall be by square yard of completed and accepted asphalt pavement in its fmal position for the specified thickness and type. b. Payment for the work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per the following: 2022 Bond Year 3 Contract 19 C1TY OF FORT WORTH CPN 104325 — Addendum #4 99 99 00 ADDITIONAL SPECIFICATIONS Page 4 of 3 i. Shaping and fine-grading the placement area ii. Furnishing, loading, unloading, storing, hauling, and handling all materials included freight and royalty iii. Traffic control for all testing during construction activities iv. Asphalt, aggregate, and additive, v. Materials and work needed for corrective action vi. Trial batches vii. Tack coat viii. Removal and/or sweeping excess material 9999.0018 Remove and Salvage Brick & Stone Sidewalk 1. Summary The work covered by this item shall be located as directed on the plans (Park Ridge Blvd — North — Sta. 201+00 — Sta. 202+50). Prior to removal, Contractor shall provide digital video of location clearly depicting dimensions, existing conditions, lay patterns, joint details, mortar bed, edge treatments, etc. as required to fully capture the existing conditions and be able to reproduce in-kind. Prior to removal, Contractor and City staff shall meet with property owner to coordinate the intended plan to remove, salvage, and reinstall the stone walk. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth current requirements, speciiications and construction details. Workmanship shall be of the highest quality as determined by the Engineer. Remove and salvage materials and protect for installation. Damaged materials to be replaced by Contractor in-kind at no separate pay. 2. Measurement and Payment a. Measurement for this Item shall be by the square foot of Remove, Salvage, and Reinstall Brick & Stone Walk installed in horizontal dimensions. b. Payment for the work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square foot of Remove, Salvage, and Reinstall Brick & Stone Walk installed. Payment shall include all necessary materials, labor, equipment, fees, taxes, overhead and profit, compacted decomposed granite to stabilize setting of stones, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective. 9999.0019 Remove and Salvage Brick & Stone Drive 1. Summary The work covered by this item shall be located as directed on the plans (Park Ridge Blvd — Sta. 201+00 — Sta. 202+50). Prior to removal, Contractor shall provide digital video of location clearly depicting dimensions, existing conditions, lay patterns, joint details, mortar bed, edge treatments, etc. as required to fully capture the existing conditions. Prior to removal, Contractor and City staff shall meet with property owner to coordinate the intended plan to remove and salvage to property owner. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth current requirements, specifications and construction details. Workmanship shall be of the highest quality as determined by the Engineer. Damaged materials to be replaced by Contractor in-kind at no separate pay. 2. Measurement and Payment a. Measurement for this Item shall be by the square foot of Remove and Salvage Brick & Stone Drive in horizontal dimensions. b. Payment for the work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square foot of 2022 Bond Year 3 Contract 19 CITY OF FORT WORTH CPN 104325 — Addendum #4 99 99 00 ADDITIONAL SPECIFICATIONS Page 5 of 3 Remove and Salvage Brick & Stone Drive removed. Payment shall include all necessary materials, labor, equipment, fees, taxes, overhead and profit, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective. 9999.0020 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 the existing concrete steps. Contractor shall coordinate with property owner. Any removal of existing concrete steps shall be to the nearest existing dummy joint, expansion joint 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. b. Payment for the construction of concrete steps shall be total compensation for furnishing andlor 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 the work. END OF SECTION 2022 Bond Year 3 Contract 19 C1TY OF FORT WORTH CPN 104325 — Addendum #4 2024 Specifications Item 104 Removing Concrete 1. DESCRIPTION 2. 3. 4. Break, remove, and salvage or dispose of existing hydraulic cement concrete. CONSTRUCTION 104 � TM Texas DepaRment of Transportation Remove existing hydraulic cement concrete from locations shown on the plans. Avoid damaging concrete that will remain in place. Saw-cut and remove the existing concrete to neat lines. Replace any concrete damaged by the Contractor at no expense to the Department. Accept ownership and properly dispose of broken concrete in conformance with federal, state, and local regulations unless otherwise shown on the plans. MEASUREMENT Removing concrete pavement, floors, porches, patios, riprap, medians, foundations, sidewalks, driveways, and other appurtenances will be measured by the square yard (regardless of thickness) or by the cubic yard of calculated volume, in its original position. Removing curb, curb and gutter, and concrete traffic barrier will be measured by the foot in its original position. The removal of monolithic concrete curb or dowelled concrete curb will be included in the concrete pavement measurement. Removing retaining walls will be measured by the square yard along the front face from the top of the wall to the top of the footing. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "MeasuremenY' will be paid for at the unit price bid for "Removing Concrete" of the type specified. This price is full compensation for breaking the concrete; loading, hauling, and salvaging or disposing of the material; and equipment, labor, tools, and incidentals. Removing retaining wall footings will not be measured or paid for directly but will be subsidiary to this Item. 103 2024 Specifications 105 Item 105 �TM Removing Treated and Untreated Texas Department Base and Asphalt Pavement ofTrensportation 1. DESCRIPTION Break, remove, and store or dispose of existing asphalt pavement, including surface treatments, and treated or untreated base materials. 2. CONSTRUCTION Break material retained by the Department into pieces not larger than 24 in. unless otherwise shown on the plans. Remove existing asphalt pavement before disturbing stabilized base. Avoid contamination of the asphalt materials and damage to adjacent areas. Repair material damaged by operations outside the designated locations. Stockpile materials designated salvageable at designated sites when shown on the plans or as directed. Prepare stockpile site by removing vegetation and trash and by providing for proper drainage. Material not designated to be salvaged will become the property of the Contractor. When this material is disposetl of, do so in conformance with federal, state, and local regulations. 3. MEASUREMENT This Item will be measured by the 100-ft. station along the baseline of each roadbed, by the square yard of existing treated or untreated base and asphalt pavement in their original position, or by the cubic yard of existing treated or untreated base and asphalt pavement in their original position, as calculated by the average end area method or as shown on the plans. Square yard and cubic yard measurement will be established by the widths and depths shown on the plans and the lengths measured in the field. C �_\'1i41�►�� The work performed in accordance with this Item and measured as provided under "MeasuremenY' will be paid for at the unit price bid for "Removing Treated and Untreated Base and Asphalt PavemenY' of the depth specified. This price is full compensation for breaking the material, loading, hauling, unloading, and stockpiling or disposing; repair to areas outside designated locations for removal; and equipment, labor, tools, and incidentals. 104 Rone Engineering Services, LLC. Coring CPN 104325 CPN: 104325 PO-FW020-0000014400 FID 56002-0600430-5330500-104325-001784-9999 Rone Project No.: 14-251586-0 Rone Report No.: 14453892 Date of Service: 8/26/25 Report Date: 8/29/25 Thickness Checks — Coring On this date a representative of Rone Engineering Services, LLC. arrived onsite, as scheduled, to perform HMAC Coring. Please See Below for Locations and Results: Hole # 1 Location: 4851 South Fwy (Enterprise) 0"-3.0" Asphalt 3.0"- 10.0" Concrete (3090 psi) 10.0" — 16.0" Reddish Brown Sandy Clay W/Gravel - Atterberg Limits: LL=20, PL=11, P1=9 Hole # 2 Location: 4821 South Fwy. (Valero Gas) 0"-2.0" Asphalt 2.0" — 9.0" Concrete (2940 psi) 9.0"" —16.0" Reddish Brown Sandy Clay W/Gravel - Atterberg Limits: LL=16, PL=13, P1=3 Hole # 3 Location: 801 E Hammon St. (On South Fwy) 0" — 1.5" Asphalt 1.5"-8.5" Concrete (1900 psi) 2022 Bond Ycar 3 Contract 19 CPN 104325 — Addendum #4 8.5" — 16.0" Reddish Brown Sandy Clay W/Gravel - Atterberg Limits: LL=18, PL12=, P1=6 Hole # 4 Location: 801 Gambrell St. (On South Fwy.) 0" — 1.5" Asphalt 1.5"-8.0" Concrete (1300 psi) 8.0" — 16.0" Reddish Brown Sandy Clay W/Gravel - Atterberg Limits: P1=NP 2022 Bond Year 3 Contract 19 CPN 104325 — Addendum #4 00 I 1 13 INVITATION TO BIDDERS Page I of 3 SECTION 0011 13 1NVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of 2022 Bond Year 3 Contract 19, CPN 104325 ("Project") will be received by the City of Fort Worth via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project unti12:00 P.M. CST, Thursday, September 11, 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, City Council Chamber. 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/nortal/?tab=openOpportunities 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 ar 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 Bonf'�re 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/24 2022 Bond Vear 3— Contract 19 City Project No. 104325 00 I 1 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: Vcndor Rcgistration and Submission [VIDEO] — Bonfirc Vcndor Support (gobon�rc.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Unit I: 8,680 LF 8" PVC Water Pipe 180 LF 8" DIP Water Pipe 180 LF 20" Casing by other than open cut 780 LF 12" PVC Water Pipe 11,040 SY 11" Pulverization 11,040 SY 3" Asphalt Pavement Type D 2425 SY 11" TxDOT Full — Depth Repair CRCP (11") Unit II: 3,210 LF 8" PVC Sewer Pipe 150 LF 8" by Pipe Enlargement 29 EA 4' Manhole Unit III: 124 LF 21" RCP, Class III Unit IV: 17,560 SY 6" Concrete Pavement 13,150 SY 7" Concrete Pavement 50,760 SF 4" Concrete Sidewalk 27,000 SF 6" Concrete Sidewalk 13,800 SY 1" Asphalt Pavement Type D Unit IVA (Alternative): 16,794 SY Pavement Pulverization 16,794 SY 3" Asphalt Pvmt Type D 8,300 LF 6" Curb & Gutter PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre-qualified by the City at the time of bid opening. The procedures for qualification and pre-qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal https://fortworthtexas.bonfirehub.com/partal/?tab=openOpportunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/24 2022 Bond Vear 3— Contract 19 City Project No. 104325 00 I 1 13 INVITATION TO BIDDERS Page 3 of 3 To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes" under the Intent to Bid section. All Addenda will be posted in the Procurement Portal https://fortworthtcxas.bonfirchub.com/portal/?tab=opcnOpportunitics, under the respective Proj ect. PREBID CONFERENCE — Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: Septembe� 2"d 2025 TIME: 2: 00 P.M. Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Proj ect 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. 1:�1. : 1 City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. ADVERTISEMENT DATES First Advertisement: August 20, 2025 Second Advertiseinent: August 27, 2025 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/24 2022 Bond Vear 3— Contract 19 City Project No. 104325 00 21 13 INSTRUCTIONS TO BIDDERS Page 1 of 9 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. DeGned Terms 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, coinpany, 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 arc required to be prequalified for the work types requiring prequalification as per Secrions 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 prequali�ed at the time bids are opened and reviewed may cause the bid to be rejected. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated June 13, 2025 2022 Bond Vear 3— Contract 19 City Project No. 104325 00 21 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 Prequalifcation requirement work types and documentation are available by accessing all required files through the City's website at: https://www.fortworthtexas. �ov/departments/tpw/development/cfw-departments-tpw- contractors under Division 00 - General Conditions and as follows: 3.1. l. Paving — Requirements document located at: https://app-us3.e- builder.net/nublic/bublicLandin�.asax?OS=4d00804b 133b408a85a69323548dda25 1.2. Roadway and Pedestrian Lighting — Requirements document located at: https://app-us3.e- builder.net/nublic/nublicLandin�.aspx?OS=e43c4239775f4b2583552c029c6a1 ed2 3.1.3. Water and Sanitary Sewer — Requirements document located at: https://app-us3.e- builder.net/aublic/aublicLandin�.asbx?QS-4fc66ff8c36c4c029d542d4e55114e8d 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 far 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 prequali�cation, additional requirements for quali�ication 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: 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated June 13, 2025 2022 Bond Vear 3— Contract 19 City Project No. 104325 00 21 13 INSTRUCTIONS TO BIDDERS Page 3 of 9 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 a1L• (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to e�sting 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, explarations, 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. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated June 13, 2025 2022 Bond Vear 3— Contract 19 City Project No. 104325 00 21 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 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 o£ 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 identiiied 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 Ciry 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. 5. Availability of Lands for Work, Etc. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated June 13, 2025 2022 Bond Vear 3— Contract 19 City Project No. 104325 00 21 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 51. 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/ar 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 clariiications shall be posted under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub. com/nortal/?tab=onenObportunities 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 a11 prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated June 13, 2025 2022 Bond Vear 3— Contract 19 City Project No. 104325 00 21 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 71. 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.OSA., 6.OSB. and 6.OSC. of the General Conditions and is supplemented in Section O1 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others i i.' . Tn a�,,,,,-a„r„o ,,;.i. �t,o r;+.,�z �uoin��i�1`�:�� �.J„ �c i�c i n �m i�i.o r;�.. �:e �a� � ,- ��,o r,,,�;,.;r,,.;,.,, „�r��~�y�,, �.,,�;,,o�� .,.,,a�,.,..,,,,,,,os L�«s�s r�•.., �,.,,,.. nn �, �n rn,`lt�7f�h'1�.',�-zir��c�vvnzrcccc i��crc�9�'�i2�-�c2-�cvcr6ii-�-4����0�' ��lc TR/\xIR�' D,-,.:o,.� !`_��!!/�'� �,1,1;�:,,.,.,1 ,.o 0 o.,r� �.,;1,,.-0 �,. ,. ..1.. �l..,ll ,. ,.,70,- ♦l.o R:.7.ao,- ., u„�;.,o�� �,,,,:.., n,.,a;r„r,.o rr„ �c i tic i n ���1, �/.11:4�,,,aoa i,.o�i,,,.;r,. n,.a;�„�,.o �o.''I`✓�/I i 1 �n�m ,.,,a;f;oa .,�. � , �,+�r�.ii,.,.aoi;i.,-.,,-�. ,,,,.io,�„i ,. ,,.i,.,.ao�i�+.r.,.,-,i.ii.,.o�.iftT»��th tl�n n�� 112. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12. L The Bid Form is included with the Bidding Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated June 13, 2025 2022 Bond Vear 3- Contract 19 City Project No. 104325 00 21 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 12.2. All blanks on the Bid Form must be completed and the Bid Form signed electronically or signed in ink and scan. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be afiixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal https://fortworthtexas.bonfirehub. com/portal/?tab=openOnnortunities. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated June 13, 2025 2022 Bond Vear 3— Contract 19 City Project No. 104325 00 21 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconfortning, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated June 13, 2025 2022 Bond Vear 3— Contract 19 City Project No. 104325 00 21 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at https://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 Contractar. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated June 13, 2025 2022 Bond Vear 3— Contract 19 City Project No. 104325 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 Questionnairel (state.tx.usl https://www.ethics.state.tx.us/data/forms/conflicUCl S.qdf � 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 o CIS Form is on File with City Secretary o CIS Form is being provided to the City Secretary BIDDER: McClendon Const Co Inc PO Box 999 By: D Mc lendon Signature: Burleson, Texas 76097 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 Title: President 2022 Bond Vear 3— Contract 19 City Project No. 104325 0o aT o0 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 19 City Project No.: 104325 Units/Sections: Unit 1- Water Improvements Unit 2- Sanitary Sewer Improvements Unit 3 - Stormwater Improvements Unit 4 - Paving Improvements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2,4, Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30,�2021 2022 Bond Vear 3— Contract 19 City Project No. 104325 00 41 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. Auger Boring - 24 - inch diameter casing and less c. CCTV, 8-inches and smaller d. Sewer Collection System, Urban/Renewal, 8-inches and smaller e. Sewer Bypass Pumping, 18-inches and smaller f. Sewer Pipe Enlargement 12-inches and smaller g. Asphalt Paving Construction/Reconstruction (15,000 sqaure yards and GREATER) h. Concrete Paving ConstructionlReconstruction (15,000 square yards and GREATER) I. Sanitary Sewer Manhole/Structure Interior Lining - Warren Coating J. Sanitary Sewer Manhole/Structure Interior Lining - Chesterton Coating 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 450 calendar days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 42. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work fand/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. P�oposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 `If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 2022 Bond Vear 3— Contract 19 City Project No. 104325 00 41 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 andlor modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items Unit 1: Water Improvements Unit 2: Sanitary Sewer Improvements Unit 3: Stormwater Improvements Unit 4: Paving Improvements Unit 4A: Paving Improvements Alternate A(POL) $5,497,226.75 $2, 023, 582.50 $100,794.00 $6,370,266.00 $355,001.00 Total 1: Base Bid (Concrete Units 1,2,3 & 4) Total 2: with Alternate A(POL Units 1,2,3,4, & 4A) $13, 991, 869.25 $14, 346, 87025 7. Bid Submittal This Bid is submitted on �'���"�,.. %,��'�,"""" Resp �tfulfy submi _ B� ♦ �4 � . .,,. • (Signature) Dan McClendon (Printed Name) by the entity named below. Receipt is acknowledged of the following Addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Title: President Company: McClendon Construction Company Inc Corporate Seal: Address: PO Box 999 Burleson, TX 76097 State of Incorporation: Texas Email: dan an.mcclendonconstruction.com Phone: 817/295-0066 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9130/2021 Initial DM !�/j DM ' DM � DM , � 2022 Bond Vear 3— Contract 19 City Project No. 104325 00 32 33 em raorosnc Pogc 1 of 5 secnoN oo az as PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Description Bid Quantity Unit Price Bid Value Item No. Seclion No. Measure Unit 1 - ater Irr��rov�m�t� 1 3311.0{ � 6' P C �Nater Pipe 33 11 12 2 3311.0261 8" PVC Water Pipe 33 11 12 3 3311.0461 12" PVC Water Pipe 33 11 12 4 3305.2005 8" Water Carrier Pipe 33 05 22 5 3305.1002 20" Casinq By Open Cut 33 05 22 6 3305.1102 20" Casinq by Other Than Open Cut 33 05 22 7 3312.3003 6" Gate Valve 33 12 20 8 3312.3003 8" Gate Valve 33 12 20 9 3312.3005 12" Gate Valve 33 12 20 10 0241.1302 Remove & Salvaqe 6" Water Valve 02 41 14 11 0241.1303 Remove & Salvaqe 8" Water Valve 02 41 14 12 0241.1305 Remove & Salva�] e 12" Water Valve 02 41 14 13 0241.1118 4"-12" Pressure Pluq 02 41 14 14 0241.3013 Remove 18" Storm Line 02 41 14 15 0241.3014 Remove 21" Storm Line 02 41 14 16 0241.3015 Remove 24" Storm Line 02 41 14 17 0241.3017 Remove 30" Storm Line 02 41 14 18 3304.0101 Temporary Water Services 33 04 30 19 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 20 3311.0001 Ductile Iron Water Fittinqs w/ Restraint 33 12 25 21 3305.0003 8" Waterline Lowerinq 33 05 12 22 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 23 3312.2001 1" Water Service, Meter Reconnection 33 12 10 24 3312.2003 1"WaterService 331210 25 3312.2004 1" Private Water Service, Relocation 33 12 10 26 33122201 2" Water Service, Meter Reconnection 33 12 10 27 33122203 2" Water Service 33 12 10 2S 0241.1511 Salvaqe 3/4" Water Meter 02 41 14 29 3312.0001 Fire Hydrant 33 12 40 30 0241.1510 Salvape Fire Hydrant 02 41 14 31 0241.1001 Water Line Groutinp 02 41 14 32 0241.1218 4"-12" Water Abandonment Plup 02 41 14 33 3305.0202 Imported Embedment/Backfill, CSS 33 05 10 34 3305.0203 Imported Embedment/Backfill, CLSM 33 05 10 35 3305.0207 Imported Embedment/Backfill, Select Fill 33 05 10 36 3305.0204 Imported Embedment/Backfill, Crushed Rock 33 05 10 37 3305.0111 Valve Box Adiustment 33 05 14 38 3305.0117 Concrete Collar for Valve 33 05 17 39 0241.1400 Remove Conc Valley Gutter 02 41 15 40 3216.0301 7" Conc Valley Gutter, Residential 32 16 13 41 0241.0300 Remove ADA Ramp 02 41 13 42 3213.0507 Barrier Free Ramp, Type P-2 32 13 20 43 3201.0400 Temporary Asphalt Paving Repair (2" HMAC 32 01 18 over 6" Flexbasel 44 3201.0111 4' W ide Asphalt Pvmt Repair, Residential 32 01 17 LF LF LF LF LF LF EA EA EA EA EA EA EA LF LF LF LF LS EA TON EA EA EA EA LF EA EA EA EA EA CY EA CY CY CY CY EA EA SY SY EA EA LF LF $150.00 $75,000.00 120 8680 780 200 20 180 7 36 5 10 12 3 3 20 20 20 20 1 7 8 20 24 165 165 260 1 1 165 7 4 50 13 100 100 500 $102.00 $107.00 $163.00 $151.00 $385.00 $875.00 $2,500.00 $3,200.00 $5.400.00 $125.00 $125.00 $125.00 $275.00 $35.00 $35.00 $35.00 $35.00 $483,500.00 $5,000.00 $11,000.00 $14.000.00 $4,000.00 $400.00 $2,600.00 $60.00 $650.00 $6,500.00 $80.00 $61 000.00 ti825.00 $600.00 $275.00 $150.00 $160.00 $12,240.00 $928J60.00 $127,140.00 $30,200.00 $7,700.00 $157,500.00 $17,500.00 $115,200.00 $27,000.00 $1,250.00 $1 500.00 �375.00 $825.00 $700.00 $700.00 $700.00 $700.00 $483,500.00 $35,000.00 $88,000.00 $280,000.00 $96,000.00 $66,000.00 $429,000.00 $15 600.00 �650.00 $6,500.00 $13,200.00 $42,000.00 $3,300.00 $30,000.00 $3,575.00 $15,000.00 $16,000.00 $55.00 $27,500.00 100 $75.00 $7,500.00 5 $476.75 $2,383.75 16 $515.50 $8,248.00 360 $16.50 $5,940.00 360 $170.00 $61,200.00 5 $350.00 $1,750.00 4 $2,800.00 $11,200.00 10040 $Z6.00 $261,040.00 500 45 3201.0121 4' Wide Asphalt Pvmt Repair, Arterial 32 01 17 LF 340 46 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, 32 01 17 Residential 4� 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, 32 01 17 Arterial 48 0241.1700 Pavement Pulverization (11 ") 02 41 15 49 3211.0601 8" CEMLIME'"" (32 LBS./SY) 32 11 29 50 3212.0305 3" Asphalt Pvmt Superpave SP-D 32 12 16 51 0241.1506 2" Surface Millinq 02 41 15 52 3212.0304 2" Asphalt Pvmt Superpave SP-D 02 41 15 53 0241.0100 Remove Sidewalk 02 41 13 54 0241.0401 Remove Concrete Drive 02 41 13 55 3213.0301 4" Concrete Sidewalk 32 13 20 56 3213.0401 6" Concrete Driveway 32 13 20 57 3213.0403 8" Concrete Driveway 32 13 20 5$ 0241.1000 Remove Conc Pvmt 02 41 15 CTT1' OF FORT �VORTH STAI�UARll COTSTRI;CTION SYECffICATIOr UOCI:Iv1ENT5 2ov�srT19/302021 $185.00 $62,900.00 SY 100 $50.00 $5,000.00 SY SY TN SY SY SY SF SF SF SF SF SY 100 11040 180 11040 1010 1010 820 2200 820 1240 960 500 $50.00 $15.00 $475.00 $31.00 $15.00 $33.50 $2.25 $2.35 $12.00 $15.00 $16.00 $26.00 $5,000.00 $165,600.00 $85,500.00 $342,240.00 $15,150.00 $33,835.00 $1,845.00 $5,170.00 $9,840.00 $18,600.00 $15,360.00 $13,000.00 2022 Bond Vear 3- Contract 19 City Project No. 104325 00 32 33 em raorosnc Pogc 2 of 5 secnoN oo az as PROPOSALFORM UNIT PRICE BID Project Item Information Bidder's Proposal Bidlist Description Specification Unit of gid Quantity Unit Price Bid Value Item No. Seclion No. Measure 59 3201.0616 Conc Pvmt R�qair, Arterial/Industrial 32 01 17 SY 500 $135.00 $67,500.00 60 0241.1300 Remove Conc Curb&Gutter 32 16 13 LF 1040 $8.75 $9,100.00 61 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 1040 $90.00 $93,600.00 62 3217.5001 Curb Address Paintinq 32 17 25 EA 6 $95.00 $570.00 63 3217.0502 Preformed Thermoplastic Contrast Markings - LF 50 24" Stop Bars 32 17 23 64 3217.0502 Preformed Thermoplastic Contrast Markings - 32 17 23 24" Crosswalk 65 3217.2001 Raised Marker TY W 32 17 23 66 3217.2002 Raised Marker TY Y 32 17 23 67 3217.0101 6" SLD Pvmt Markinq HAS (W ) 32 17 23 68 3217.0201 8" SLD Pvmt Markin� HAS (W ) 32 17 23 69 3217. 6" SLD Pvmt Markinq HAS (Yl 32 17 23 70 3217.0402 18" SLD Pvmt Markinq HAE (Y) 32 92 13 71 3217.1004 Lane Leqend Onlv 32 91 19 72 3217.1002 Lane Leqend Arrow 33 05 10 73 3217.2103 REFL Raised Marker TY II-A-A 32 17 23 74 3217.2104 REFL Raised Marker TY II-C-R 32 17 23 75 3292.0100 Block Sod Placement 32 92 13 76 3291.0100 Topsoil 32 91 19 77 3305.0109 Trench Safety 33 OS 10 74 3123.0101 Unclassified Excavation by Plan 31 23 16 75 3110.0102 6"-12" Tree Removal 31 10 00 76 3110.0105 24" and Larqer Tree Removal 31 10 00 77 3305.0110 Utility Markers 33 05 26 78 3341.0103 18" RCP, Class III 33 41 10 79 3341.0201 21" RCP, Class III 33 41 10 80 3341.0205 24" RCP, Class III 33 41 10 S1 3341.0302 30" RCP, Class III 33 41 10 $2 0171.0101 Construction Stakinq (Water) 01 71 23 83 0171.0102 Construction Survey (GPS Redline Survey) 01 71 23 84 3125.0101 SWPPP >_ 1 acre 31 25 00 85 3471.0001 Traffic Control (Water) 34 71 13 86 9999.0001 Miscellaneous Utility Adjustment (Irrigation) 99 99 01 87 9999.0002 Water Construction Allowance 99 99 02 88 9999.0003 TxDOT Type 1 Ramp (TXDOT 531 7015) TXDOT 53'( �n�� 89 9999.0004 TxDOT Embank (FNL)(OC)(TY C)(TxDOT TXDOT 132 132-7006) 7006 90 9999.0005 6" Flexible Base Type D Grade 1-2 (TxDOT TXDOT 247 Bid Item 247 70561 91 9999.0006 Remov Conc (Pav)(TxDOT 104-7001) TXDOT 104 9999.0007 RMV (0"-4") TRT/UNTRT Base & Asph Pav 92 (TxDOT 105-7001) TXDOT 105 93 9999.0008 Conc Pvmt (CRCP) (11 ") (TxDOT 360-7005) TXDOT 360 LF EA EA LF LF LF LF EA EA EA EA SY CY LF CY EA EA LS LF LF LF LF LS LS LS MO LS LS EA Bidder's Application 140 56 28 150 125 1060 50 1 1 50 10 590 60 9260 550 2 2 1 20 20 20 20 1 1 1 5 1 1 1 $62.00 $62.00 $10.00 $10.00 $2.65 $3.50 $2.65 $13.50 $495.00 $245.00 $10.00 $10.00 $7.00 $30.00 $0.10 $150.00 $475.00 $1,900.00 $2,750.00 $200.00 $250.00 $275.00 $300.00 $39,300.00 $21,250.00 $24,550.00 $34,450.00 $10.000.00 $100,000.00 $4,200.00 $3,100.00 $8�680.00 $560.00 $280.00 $397.50 $437.50 $2 809.00 �675.00 $495.00 $245.00 $500.00 $100.00 $4,130.00 $1 800.00 �926.00 $82,500.00 $950.00 $3,800.00 $2 J50.00 $4,000.00 $5,000.00 $5,500.00 $6,000.00 $39,300.00 $21250.00 $24,550.00 $172,250.00 $10,000.00 $100,000.00 $4,200.00 CY 120 $25.00 $3,000.00 SY 3092 $15.50 $47,926.00 SY 29�� $2�.00 $62,517.00 SY 2566 $6.00 $15,396.00 SY 3092 $127.00 $392,684.00 9999.0009 All-WTHER PM TY I(W)4"(SLD)(100MIL) TXDOT 666 94 (TxDOT Bid Item 666 7306) 7306 LF 890 $1.60 $1,424.00 9999.0010 All-WTHER PM TY I(W)4"(BRK)(100MIL) TXDOT 666 95 /TxDOT Bid Item 666 73071 7307 LF 650 $�,60 $1,040.00 9999.0011 All-WTHER PM TY I(Y)4"(SLD)(100MIL) TXDOT 666 96 (TxDOT Bid Item 666 73121 7312 LF 730 $�.60 $1,168.00 Sub-Total Jnit 1 - Water�mprovements $5.497.226.75 Unit 2- SanitarV Sewer Improvements 1 3331.4115 8" PVC Sewer Pipe 2 3331.4115 8" DI Sewer Pipe 3 3331.1102 8" Pipe Enlarqement 4 3331.3101 4" Sewer Service 5 3305.1002 20" Casinq By Open Cut 6 3303.0001 BVpass Pumpinq 7 3339.1001 4' Manhole 8 3339.1002 4' Drop Manhole CTT1' OF FORT �VORTH STAI�UARll COTSTRI;CTION SYECffICATIOr UOCI:Iv1ENT5 2ov�srT19/302021 33 11 10 33 31 12 33 31 20 33 11 10 33 05 22 33 31 50 33 05 22 33 03 10 33 39 10 33 39 20 33 39 10 33 39 20 LF 3760 LF 320 LF 150 EA 102 LF 10 LS 1 EA 34 EA 1 $130.00 185.00 �35.00 $2. 50.00 400.00 $3, 00.00 $9,350.00 $12,500.00 $488,800.00 59,200.00 35,250.00 $ 60,100.00 $4, 000.00 �3, 500.00 $317,900.00 $12, 500.00 2022 Bond Vear 3- Contract 19 City Project No. 104325 00 32 33 em raorosnc Pogc 3 of 5 secnoN oo az as PROPOSALFORM UNIT PRICE BID Project Item Information Bidlist Item No. 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 43 44 45 46 47 48 49 50 51 52 53 54 55 56 Description 3339.1003 4' Extra Depth Drop Manhole 3339.0003 Liner - 4' Sewer MH (Chesterton or Warren Coating) 3305.0107 Manhole Ad'Iustment, Minor 3305.0106 3305.0114 Manhole Adjustment, Major w/Cover 3305.0112 Concrete Collar for Manhole 3301.0101 Manhole Vacuum Testinq 3301.0004 Final MH-CCN Inspection 3301.0001 Pre-CCN Inspection 3301.0002 Post-CCN Inspection 3301.0003 Final-CCN Inspection 3292.0100 Block Sod Placement 3291.0100 Topsoil 3305.0109 Trench Safety 3305.0202 Imported Embedment/Backfill, CSS 3305.0203 Imported Embedment/Backfill, CLSM 3305.0207 Imported Embedment/Backfill, Select Fill Specification Unit of Seclion No. Measure 333910 VF 33 39 20 33 39 60 VF 33 05 17 EA 33 05 14 EA 33 05 17 EA 33 01 30 EA 33 01 31 EA 33 01 31 LF 33 01 31 LF 33 01 31 LF 32 92 13 SY 32 91 19 CY 330510 LF 33 05 10 CY 33 05 10 CY 33 05 10 CY Bidder's Application Bidder's Proposal Bid Quantity Unit Price Bid Value 21 30 35 10 39 39 39 509 4270 4270 350 38 3890 100 100 500 $350.00 $7,350.00 $550.00 $16 500.00 $488.00 $17�80.00 $5,500.00 $515.50 $350.00 $350.00 $7.00 $7.00 $7.00 $7.00 $30.00 $1.00 $150.00 $160.00 $55,000.00 $20 104.50 $13 �650.00 $13,�650.00 $3 563.00 $29�90.00 $29�90.00 $2�50.00 $1,140.00 $3,890.00 $15 000.00 $16 �00.00 $55.00 $27,500.00 3305.0103 Exploratory Excavation of Existing Utilities 33 OS 30 EA 3 $5 000.00 0241.2201 Remove 4' Sewer Manhole 02 41 14 EA 18 �825.00 0241.1400 Remove Conc Valley Gutter 02 41 15 SY 30 $16.50 0241.2001 SanitaN Line Groutinp 02 41 14 CY 3 $1 `b00.00 0241.2102 6" Sewer Abandonment Pluq 02 41 14 EA 8 $L50.00 0241.2103 8" Sewer Abandonment PI� 02 41 14 EA 2 Z50 3216.0301 7" Conc Valle� Gutter, Residential 32 16 13 SY 30 $177.50 3201.04 Temporary Asphalt Paving Repair (2" HMAC 32 01 18 LF 5300 over 6" Flexbasel $32.00 3201.0111 4' W ide Asphalt Pvmt Repair, Residential 32 01 17 LF 200 $150.00 3201.0121 4' W ide Asphalt Pvmt Repair, Arterial 32 01 17 LF 120 $185.00 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 32 01 17 SY 50 $50.00 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 32 01 17 SY 50 ��50.00 0241.1506 2" Surface Millinq 02 41 15 SY 905 15.00 3212.0304 2" Asphalt Pvmt Superpave SP-D 02 41 15 SY 905 $36.00 0241.0100 Remove Sidewalk 32 13 20 SF 230 $3.00 3213.0301 4" Concrete Sidewalk 32 13 20 SF 230 $12.00 0241.0401 Remove Concrete Drive 32 13 20 SF 600 $2.75 3213.0403 8" Concrete Driveway 32 13 20 SF 600 $16.50 3217.5001 Curb Address Paintinq 32 17 25 EA 3 $95.00 0241.1300 Remove Conc Curb&Gutter 02 41 14 LF 40 $12.50 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 40 $92.00 3110.0102 6"-12" Tree Removal 31 10 00 EA 1 $475.00 3110.0104 18"-24" Tree Removal 31 10 00 EA 1 $1,300.00 3305.0110 Utility Markers 33 05 26 LS 1 $2,750.00 0171.0101 Construction Stakinp (SanitaN Sewer) 01 71 23 LS 1 $31,500.00 0171.0102 Construction Survey (GPS Redline Survey) 01 71 23 LS 1 $10,350.00 3125.0101 SWPPP >_ 1 acre 31 2500 LS 1 $24,550.00 3471.0001 Traffic Control (Sanitary Sewer) 34 71 13 MO 3 $34,450.00 9999.0001 Miscellaneous Utility Adjustment (Irrigation) 99 99 01 LS 1 $5,000.00 9999.0002 Sewer Construction Allowance 99 99 02 LS 1 $50,000.00 9999.00012 Brace Power Pole 99 99 12 EA 2 $2,500.00 9999.00013 Remove and Replace Curb Wall 99 99 13 LF 10 $181.00 �ub-Total Jnit 2- Sanitary Sewer Improvements Unit 3 - Stormwater Improvemer�ts 1 0241.3014 Remove 21" Storm Line 02 41 14 2 3201.0400 Tem�orary Asphalt Paving Repair (2" HMAC � 32 01 18 3 3301.0012 Post-CCN Inspection of Storm Drain 33 01 32 4 3305.0109 Trench Safety 33 05 10 5 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 6 3341.0201 21" RCP, Class III 33 41 10 7 0171.0101 Construction Staking (Stormwater) 01 71 23 8 3125.0101 SWPPP >_ 1 acre 31 25 00 9 9999.0002 Stormwater Construction Allowance 99 99 02 CTT1' OF FORT �VORTH STAI�UARll COTSTRI;CTION SYECffICATIOr UOCI:Iv1ENT5 2ov�srT19/302021 LF LF LF LF EA LF LS LS LS 124 $60.00 124 $40.00 124 $20.00 124 $1.00 1 $5,000.00 124 $260.00 1 $4,000.00 1 $24,550.00 1 $20,000.00 $15 000.00 $14�50.00 �495.00 $� 000.00 �2�00.00 �500.00 $5, 325.00 $169, 600.00 $30, 000.00 $22,200.00 $2, 500.00 �z 500.00 $ 3�575.00 $32, 580.00 $690.00 $2�760.00 $1,650.00 $9,900.00 $285.00 $500.00 $3,680.00 $475.00 $1,300.00 z, 750.00 $ 1,500.00 $10, 350.00 �24, 550.00 $103, 350.00 $5,000.00 $50, 000.00 $5, 000.00 $1,810.00 $2,023,582.50 $7,440.00 $4,960.00 $2,480.00 $124.00 $5, 000.00 $32,240.00 $4, 000.00 $24, 550.00 $20, 000.00 2022 Bond Vear 3- Contract 19 City Project No. 104325 00 32 33 em raorosnc Pogc3of5 secnoN oo az as PROPOSALFORM UNIT PRICE BID Project Item Information Bidlist Item No. Bidder's Proposal P I Specification Unit of I Y Descri tion Seclion No. Measure Bid Quantit Unit Price Bid Value Sub-To al Unit 3- Stormwater mprovements $100,794.00 Unit 4 - Pavin� Improvements 1 B 0241.1100 Remove Asphalt Pvmt 02 41 15 2B 3123.0101 Unclassified Excavation by Plan 31 23 16 3B 3211.0502 8" Lime Treatment (32 LBS./SY) 32 11 29 4B 3211.0400 Hydrated Lime 32 11 29 5B 3213.0101 6" Conc Pvmt 32 12 16 6B 3305.0111 Valve Box Adjustment 33 OS 14 7B 3305.0107 Minor Manhole Adlustment, Minor 33 05 14 1 0241.1000 Remove Conc Pvmt (Benbrook Blvd) 02 41 15 2 0241.1100 Remove Asphalt Pvmt (Benbrook Blvd) 02 41 15 3 3123.0101 Unclassified Excavation by Plan (Benbrook 31 23 16 Blvd ) 4 3211.0400 Hydrated Lime (Benbrook Blvd) 32 11 29 5 3211.0502 8" Lime Treatment (32 LBS./SY) (Benbrook 32 11 29 Blvd ) 6 3213.0102 7" Conc Pvmt (Benbrook Blvd) 32 12 16 7 3305.0111 Valve Box Adjustment (Benbrook Blvd� 33 05 14 $ 3305.0107 Minor Manho�e Adjustment, Minor (Ben rook 33 OS 14 Blvd ) 9 3124.0101 Embankment by Plan 31 24 00 10 0241.0100 Remove Sidewalk 02 41 13 11 0241.1400 Remove Conc Valley Gutter 02 41 15 12 0241.0200 Remove Step 02 41 13 13 0241.0300 Remove ADA Ramp 02 41 13 14 0241.0500 Remove Fence 02 41 13 15 0241.0401 Remove Concrete Drive 02 41 15 16 0241.1300 Remove Conc Curb&Gutter 02 41 15 17 0241.0600 Remove Wall <4' 02 41 13 18 0241.0705 Remove and Replace Mailbox - Brick 02 41 13 19 0241.1800 Remove Speed Cushion 02 41 15 20 3110.0111 Site Clearinq 31 10 00 21 3110.0102 6"-12" Tree Removal 31 10 00 22 3110.0103 12"-18" Tree Removal 31 10 00 23 3110.0104 18"-24" Tree Removal 31 10 00 24 3110.0105 24" and Larqer Tree Removal 31 10 00 25 3212.0401 HMAC Transition 32 12 16 26 3213.0301 4" Conc Sidewalk 32 13 20 27 3213.0311 4" Conc Sidewalk, Adlacent to Curb 32 13 20 28 3213.0322 Conc Curb at Back of Sidewalk 32 13 20 29 3213.0321 Conc Sidewalk, Adlacent to Ret Wall 32 13 20 30 3232.0100 Conc Ret Wall Adiacent to Sidewalk 32 32 13 31 3213.0401 6" Concrete Drivewav 32 13 20 32 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 33 3213.0507 Barrier Free Ramp, TVPe P-2 32 13 20 34 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 35 3213.0504 Barrier Free Ramp, TVPe M-2 32 13 20 36 3213.0509 Barrier Free Ramp, Type C-2 32 13 20 37 3217.0101 6" SLD Pvmt Markinp HAS (W ) 32 17 23 38 3217.0103 6" SLD Pvmt Markinp HAS (Y) 32 17 23 39 3217.0201 8" SLD Pvmt Markinp HAS (W � 32 17 23 40 3217.0401 18" SLD Pvmt Markinq HAE (W) 32 17 23 41 3217.0501 24" SLD Pvmt Markinq HAE (W) 32 17 23 42 3217.1002 Lane Leqend Arrow 32 17 23 43 3217.1004 Lane Leqend Only 32 17 23 3217.1016 Preformed Thermoplastic Contrast Markings 32 17 23 44 - Leaend Yield Svmbol 45 32172103 REFL Raised Marker TY II-A-A 32 17 23 46 3217.2104 REFL Raised Marker TY II-C-R 32 17 23 47 3217.5001 Curb Address Paintinp 32 17 25 48 3292.0100 Block Sod Placement 32 92 13 49 3291.0100 Topsoil 32 91 19 50 3231.0412 6' Fences, Wood 32 31 29 51 3346.0008 4" Pipe Underdrain, TVPe 8 33 46 00 52 3349.5005 Remove and Reqlace Inlet Top, 5' 33 49 20 3441.1031 Furnish/Install Audible Pedestrian Pushbutton 34 41 10 53 Station 54 3441.1033 Remove Pedestrian Pushbutton Station 34 41 10 55 2605.3015 2" CONDT PVC SCH 80 (T) 34 41 10 CTT1' OF FORT �VORTH STAI�UARll COTSTRI;CTION SYECffICATIOr UOCI:Iv1ENT5 2ov�srT19/302021 SY CY SY TN SY EA EA SY SY CY TN SY SY EA EA CY SF SY SF EA LF SF LF LF EA EA SY EA EA EA EA TN SF SF LF SF SF SF EA EA EA EA EA LF LF LF LF LF EA EA EA EA EA EA SY CY LF LF EA EA EA LF Bidder's Application 18280 1110 18450 300 17560 18 10 13850 13360 450 230 14375 13150 9 250 20006 145 50 21 35 25000 11790 20 1 4 500 5 2 5 2 70 49130 1580 1000 100 100 27000 29 2 20 8 1 6030 6440 200 60 810 4 4 11 86 10 100 20900 3540 35 100 6 1 40 $15.50 $142.50 $8.00 $437.00 $72.50 $400.00 $500.00 $5.00 $16.25 $283, 340.00 $158,175.00 $147, 600.00 $131,100.00 $1, 273,100.00 $7,200.00 $5, 000.00 $69,250.00 $217,100.00 $200.00 $90,000.00 $450.00 $103,500.00 $8.50 $122,187.50 $77.50 $1,019,125.00 $500.00 $4,500.00 $550.00 $53.00 $3.00 $20.00 $13.00 $250.00 $10.00 $3.00 $8.00 $43.00 $3,000.00 $400.00 $10.00 $575.00 $950.00 $1,450.00 $2,050.00 $1,201.00 $11.50 $15.50 $21.00 $15.50 $75.00 $15.50 $3,000.00 $2.800.00 $4,000.00 $2.550.00 $2.500.00 �2.65 2.65 3.50 3.50 15.00 $ 45.00 $495.00 $2,200.00 $13, 250.00 $60, 018.00 $2,900.00 $650.00 $5,250.00 $350.00 $75, 000.00 $94, 320.00 $860.00 $3, 000.00 $1,600.00 $5,000.00 $2,875.00 $1,900.00 $7,250.00 $4,100.00 $84, 070.00 $564 995.00 $24�90.00 $21 �000.00 $1,550.00 $7, 500.00 $418 500.00 $$7�00.00 $5,600.00 $80, 000.00 $20,400.00 $z, 500.00 $ � 5, 979.50 �17 066.00 700.00 810.00 $12 150.00 �980.00 $1,980.00 $130.00 $10.00 $10.00 $95.00 �7.00 0.00 55.00 45.00 $8. 50.00 $900.00 $450.00 $500.00 $1,430.00 $860.00 $100.00 $9, 500.00 $146, 300.00 � 106, 200.00 $1,925.00 �4, 500.00 $53,100.00 $900.00 $450.00 $20, 000.00 2022 Bond Vear 3- Contract 19 City Project No. 104325 00 32 33 em raorosnc Pogc 5 of 5 secnoN oo az as PROPOSALFORM UNIT PRICE BID Project Item Information Bidlist Description Specification Unit of Item No. Seclion No. Measure 56 3441.1311 5/C 14 AWG Multi-Conductor Cable 34 41 10 LF 57 3441.1322 3/C 14 AWG Multi-Conductor Cable 34 41 10 LF 58 3441.1414 NO 8 Bare Elec Condr 34 41 10 LF 59 3441.1503 Furnish/Install Ground Box Type D, w/Apron 34 41 10 EA 60 3441.1507 Remove Ground Box 34 41 10 EA 61 3441.4003 Furnish/Install Alum Sign Ground Mount City 34 41 30 EA Std. 62 3441.4004 Furnish/Install Alum Siqn Ex. Pole Mount 34 41 30 EA 63 0171.0101 Construction Staking (Paving) 01 71 23 LS 64 3125.0101 SWPPP >_ 1 acre 31 2500 LS 65 3471.0001 Traffic Control (Pavinq) 34 71 13 MO 66 9999•0001 Miscellaneous Utility Adjustment (Irrigation) 99 99 01 LS 67 9999.0002 Pavinq Construction Allowance 99 99 02 LS 68 9999.0014 Modified Barrier Free Ramp, Type M-2 99 99 14 EA 69 9999.0015 6" Raised Concrete Median 99 99 15 SY 70 9999.0016 Speed Hump - TL Standard 99 99 16 EA 71 9999.0017 1" Asphalt Pvmt Type D(DG-D) 99 99 17 SY 72 9999•0018 Remove and Salvage Brick & Stone Sidewalk 99 99 18 SF 9999 0019 Remove and Salva e Brick & Stone Bidder's Application Bid Quantity 40 40 40 2 2 35 30 1 1 7 1 1 1 40 12 13800 300 Bidder's Proposal Unit Price Bid Value $13.00 $520.00 $8.00 $320.00 $15.50 $620.00 $6 000.00 $12 000.00 $3�00.00 $6�00.00 $550.00 $19,250.00 $130.00 $3,900.00 $50 000.00 $50,000.00 $2�550.00 $24,550.00 $34,450.00 $241,150.00 $50,000.00 $50,000.00 $150,000.00 $150,000.00 $3,100.00 $3,100.00 $110.00 $4,400.00 $2,700.00 $32,400.00 $10.50 $144,900.00 $5.00 $1,500.00 9 73 Drivewav 99 99 19 SF 50 $5.00 $250.00 74 9999.0020 Concrete Steps 99 99 20 SF 30 $39.00 $1,170.00 Sub-Total Unit 4- Pavinq Improvements Base �id (Concrete) $6,370,266.00 Unit 4A - Pavinq Improvements Alternative A(POL)� 1A 0241.1700 11-inch Pavement Pulverization 2A 3211.0601 CEMLIMET"" 321b/SY 3A 3216.0101 6" Conc Curb and Gutter 4A 3212.0305 3" Asphalt Pvmt Superpave SP-D �5A 3305.0111 Valve Box Adlustment w/ Concrete Collar 6A 3305.0112 Manhole Adjustment w/ Concrete Collar 7A 3216.0301 7" Conc Valley Gutter, Residential 8A 3123.0101 Unclassified Excavation by Plan Deduct Items 1B thru 7B 02 41 15 SY 32 11 33 TN 32 16 13 LF 321216 SY 33 05 17 EA 33 OS 17 EA 321613 SY 31 23 16 CY 16794 $24.00 290 $451.00 8300 $109.50 16794 $30.00 18 $750.00 10 $900.00 300 $230.00 2500 $129.00 $403, 056.00 $130, 790.00 $908,850.00 $503,820.00 $13, 500.00 $9,000.00 $69, 000.00 $322, 500.00 -$2, 005, 515.00 $355,001.00 Sub-Total Unit 4A - Paving Improvements Alternative A(POL) Bid Summary Unit 1: Water Improvements Unit 2: Sanitary Sewer Improvements Unit 3: Stormwater Improvements Unit 4: Paving Improvements Base Bid (Concrete) Unit 4A: Pavinq Improvements Alternate A(POL) Total 1 Base Bid ( Concrete) Units 1,2,3 & 4 Total with alternate A(POL) Units 1,2,3, 4& 4A 'Note: The City Reserves the right to select either Total 1 or Total 2. CTT1' OF FORT �VORTI I STAI�vARll COnSTRI;C'IION SYrCI1�lCA110� UOCL.MtN 1 S 2ov�srT19/302021 $5,497,22675 $2,023,582.50 $100,794.00 $6,37Q266.00 $355,001.00 $13,991,86925 $14,346,87025 2022 Bond Vear 3- Contract 19 City Project No. 104325 �ERCHANT'S � p� l�i D I N G C� r1r� i'A l� Y�.� ME�c:nA��-rs Bo�oiNU Co.nnPAVY (MuT�.aL) P.O. BoX 14495, DES Mo[�FS, IoWA 50306-3�98 �xo�v�: (8fl0) b78-S171 Fnx: (5l5) 243-3854 ��D 8��� Pt1�Ll� 1N�RK Bnnd Na. N�A KNQW ALL PERSONS BY THESE PRESEiVTS: T�af McClendon Construction Company, Inc. (hereinafter called the Principal) as Principal, and the (hereinaf�er called Surety), as Surety, ars held and �irmly bound to City of Fart Worth, 200 3exas Sireet, Fort Worth, �'X 76102 Merchants Bonding Company (Mutual) (E�ersinafter called the Obligee) in the full and just sum of ( 5% GABP Five Perceni of the Greatest Arr�ount Bid by Principal Dollars good and lawfiuE money of the �Jni#ed States of America, to the payment of which sum of rr-ior�ey well ar�d truiy to be made, the Principal ar�d Surety E�ind themsel�es, their heirs, executors, acfministrators, successors and assigns, jointly and severally, firmly by these presen#s. Signed and daied #his � 8th day of September 2025 THE CONC�9TiUN QF THlS �BLIGATI47N 15 5llCH, ihat, if the Ok�ligee shall mak� any award to the Principa[ f�r GPN 104325 - 2022 Bond Year 3 Contract �9 according to the terms ofi the proposa! or bid made by the Pri�cipal therefore, and the Principa'r shal) duly make and enter into a contract with the Obligee in accordance with the #erms of said proposal or bid and award, and sha91 give bond for the faitf�ful performance thereof with the Merchants Bondin� Comuanv (Mucuai) , as Surety, or with other Surety or Sureiies approv�d by th� Oblige�; or if the Principal shail, ir� cas� of fai9ure to do so, pay to tht� Obligee the darr�ag�s which the Oblige� may suff�r by reas�� of such failure, not exceeding the p�r�alty of this bond, Eh�n this obligation shall be null and void; otherwise it shail be and remain in �ui! force and ef�ect. IN T�STIMONY WHEREQF, ihe Principal and Surety have caused 4hese presents to be duly signed and sealed. +Nifness: YG C AttesE: �r � d.%�itt! LYi � iC,GptfO/1 Connie Williamson, Witness McC ndon onstruciion Company, Inc. �' S� ' 81 By � �/' - . Merchants Company (Mutuat) �y ' f�,�„ ,�� L�.v'*,yr[�.. ,//.[�c�. �rnily Allison MiKeska Attomey-in-Fact COI� 0333 ,211�) M ERC HANT` S� BONDING COMPANY POWER OF ATTORNEY I(nowAll Persons 8y These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATfONAL BONDING, IIVC., both being corporations of the State of lowa, d!b!a Merchants National Indemnity Company {in California only) (herein coltectively 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 ORiz; 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 pertormance 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 Direciors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended Augusf 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 appoini Atiorneys-in-Fact, and to authorize them to execufe on behalf of the Company, and attach ihe seaf of the Company thereto, bonds and undertakings, recognizances, contracts of indemniry 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 o bligations of the Company, and such signature and seal when so used shaH 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 andlor 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 arry 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 wriffen personal notice of such intenf 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 �3th day of January , 2025 • "'������ q'•. � • • • G ' •• .� MERCHANTS BONDING COMPANY MUTUAL) �'�1p'�,po•.,�e;• �O�O�N••-���jA.� MERCFfANT3NAT10NALBONDING,(INC. ���j..Gpii R,q�� pZ �+ • y�oc�P Oqq�qy� • dlbla MERCHANTS NATIONAL INDEMN4TY COMPANY :2:Z _o- v:0: .�.:�' _o_ c++. . , j' 2003 .�c�; : y�, 1933 ��c: ay �� .�� ; ,� .��ti. � : ty''•. . ..� �'��.•' • b,�'' • • 'd - � ki'••.......•�O . .��V��'•: ',\1 • President STATE OF IOWA •'• �` .• � .' COUNTY OF DALIAS ss. •���"""'���' � � � �' � � � On this 13m day of January 2025 , before me appeared Larry Tay(or, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY {MUTUAI) and MERCHANTS NATIONAL BONDING, INC.; and that the seals effixed 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. �,._-_ ----.,A} ,���`�A� s Penni Miller 5 ; •' . " � ' � � r Commission Number 787952 - — �` � • • IVIy Commission Expires � C � �OwP January 20, 2027 -•---_�-"�.---� � �' Notary Pubtic (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 stilt in full force and effect and has not been amended or revoked. In Witness Whereof, f have hereunto set my hand and a�xed the seal of the Companies on this 18th day of September 2025 ,..,.�.,,�,� �. . �� � - ,. •P�10Nq� �•,,. �.• ��NG Cp�•.� ?�?�EtPOR' �0: � �4?0(1P09'•.'Oq'. / ; �:20 J4�'',R;:2 : . 'C, '�,.� :�'.�: //J :Q -o- v�•�" �z:• -o- 0:3� lf/ �v'. 2003 ��; ,y� 7933 : c: Secretary :d' •' � . • :`�6;• •:,s�:' '.,��•••........:�t�.: � •.��y• :; "• \.�.•. POA0018 (6/24j ''•••"�„`•••• • � ' :: • • •' IMP4RTANT NOTICE Ta �btain fr�formatian or make a complaint: You rr�ay contact your insurance agent at t�e telephone n�mber provided by your insurance agent. You rr�ay call Nations Bonding Campany's toll-free ielephane number for inforrnation or to make a complaint at: 1-800-�678-8171 You rnay contact the Texas Department af Insurance to obtain information on companies, coverages, rights or compiaints at: 'E -800-252-3439 Yau may write the Texas Department af Insurance at: P. O. Box 149104 Austin, TX 78714-9104 �ax: (512) 475-'� 771 Web: http:llwww.idi.state.tx.us �-r�ai�: Co�sumerProtectian@tdi.stafe.tx.us PREMiUM AND CLAIM DISPUTES: Should yo� ha�e a dispute concerning your premium or about a claim you sho�ld contact the agent frst. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOE1R POLICY: This notice is for inforrr�ation anly and daes rrot become a part or conditior� o# the attached doc�ment. N�c a�o� ��ia7} 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of � 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 nonresidenYs 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 lowerthan resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. o BIDDER: McClendon Construction Company, Inc By: Dan McClendon �, (Signature) Title: President Date: 9/9 812 02 5 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9l30/2021 2022 Bond Year 3— Contract 19 City Project No. 104325 004511-I BIDDERS PREQUALIFICATIONS Page I 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 Ciry 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 ('� 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 31 st 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 ldentification Number as issued by the Texas 32 Comptroller of Public Accounts. To obtain a Texas Taxpayer ldentification 33 number visit the Texas Comptroller of Public Accounts online at the 34 following web address www.window.state.tx.us/taxpermit/ 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 DiJNS number as issued by Dun & Bradstreet. This number 38 39 40 41 42 43 44 is used by the City for required reporting on Federal Aid projects. The DiTNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 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 ar a certified copy 49 be submitted for consideration. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 2022 Bond Vear 3— Contract 19 City Project No. 104325 0045 I1 -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 liabiliry company. 9 (4) Financial Statements must be presented in U. S. dollars at the current rate 10 of exchange of the Balance Sheet date. ll (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 warking 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" ar"N/A" should be inserted. 38 39 40 41 42 43 44 45 (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 46 3. Eligibility for Award of Contract 47 a. The Ciry shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification far failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The Ciry will issue a letter as to the status of the prequalificarion approval. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 2022 Bond Vear 3— Contract 19 City Project No. 104325 0045 I1 -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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 2022 Bond Vear 3— Contract 19 City Project No. 104325 0o as i z PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 4512 PREQUALlFECATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Distribution, Urban and Renewal, 12-inch diameter and R&D Burns Brothers Inc 4/30/2026 smaller Auger Boring - 24 - inch �/1/111iam J Schultz DBA Circle C Construction 4/30/2026 diameter casing and less CCTV, 8-inches and smaller American Rehab Inspection 1 /31 /2026 Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Bypass Pumping, 18- inches and smaller Sewer Pipe Enlargement 12- inches and smaller r.�},ndn raviny Construction/Reconstruction (95,000 sqaure yards and (_RF�T�D1 Concrete Paving Co nstruction/Reconstruction (15,000 square yards and GREATER) Sanitary Sewer Manhole/Structure Interior Lining - Warren Coating Sanitary Sewer Manhole/Structure Interior lining - Chesterton Coating R&D Burns Brothers Inc Woody Contractors Excel 4 Construction LLC 4/30/2026 4/30/2026 4/30/2026 Texas Materials Inc McClendon Const Co !nc ACE Pipe Cleaning Inc 6/2/2027 2/28/2026 N/A The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: McClendon Construction Company Inc PO Box 999 Burleson, TX 76097 . an McClendon " � ��% Signature) " Title: President Date: 9/25/2025 CITY OF FORT WORTH STANDARD CONSTRUCTION Si'ECIFICATION DOCUMENTS Revised 09/30/2021 END OF SECTION 2022 Bond Vear 3— Contract 19 City Project No. 104325 00 45 26 - 1 CONTRACTOR COMPLIANCE WIT}I WORKER'S COMPENSATION LA,W Page 1 of 1 � 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 2s 27 w8 29 JO JI 32 33 34 35 36 37 38 39 �FO sECTION ao as 26 CONTRACTOR COMPLIANCE WI�'H WORKER'� COMPENSATION LAW Pursuant to Texas Labor Code Section 4�b.096(a}, as amended, Contractor certifies that it provides worker's compensation insurance coverage for all af its era�ployees amployed on City Project No.104325. Contractor further certi�es that, pursuant to Texas Labor Code, Section 406.096(b}, as amended, it will provide to City its subcontractor's certificates of com�liartce with worker's compensation coverage. CONTRACTORa McCEendon Construction Co, inc Dan McClendan By: Company lease Arint) PO Sox 999 Q�j S ignature: ,�! �v� - --�� Address Burleson, Texas 76097 CirylStatelZip THE STAT� OF TEXAS COUNTY OF TARRANT � � (Please Print) BEFORE ME, the undersigned authority, on th�s day personally appeared Dan McClendan , icnown to rne to be the person whose name is subscribEd to ihe foregaing instrument, and acknowledged to me that he/she executed the same as the act atld deed of McClendon Const Co Inc far the purpases and consideration therein expressed and in the capacity therein sta�ed. GIVEN UNDER MY HAND AND SEAL QF OFFICE this 1&�� day of S�pternber , 20 25. � � �, .,. _ . �.. � . . ., . � �� . ' �,' �, �� � �• ���u����J, MiS'l'Y WE�P � ��o°�Y p��%� Nntary Public, State of Texss Not ubl� in an for e�ate of Texas �s: �� �:, , .'4, �o��. �xpir8s 01-09-2026 °;;�of��;� Notary ID 126$38467 � „T,:�: ... �_. � � ENn oF sECTioN CITY OF POKT WORTtf STANDARD CONSTRUCTION SPECIFICAT]ON DOCYJMENTS Revised July l, 201 l ,T.����: President 2022 Bond Year 3— Contract 19 CityProjectNo. Sq4325 00 52 43 - 1 Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT TffiS AGREEMENT, authorized on December 9, 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 19 City Project No. 104325 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 Thirteen Million, Nine Hundred Ninety One Thousand, Ei�ht Hundred Sixty Nine and 25/100 Dollars ($13,991,869.25). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance within 450 Calendar days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 42 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Six Hundred Fifty and 00/100 Dollars ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 2022 Bond Vear 3— Contract 19 City Project No. 104325 005243-2 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 ar equivalent) d. Payment Bond e. Performance Bond £ Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/ar 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 nrovision is specificallv intended to onerate and be effective even if it is alleged or proven that all or some of the dama�es being sought were caused, in whole or in part, bv 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. �FFICIAL RECORD CITY SECRETARY CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FT. WORTH� TX Revised June 13, 2025 2022 Bond Vear 3— Contract 19 City Project No. 104325 005243-3 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 indemnifcation nrovision is specificallv intended to operate and be effective even if it is alle�ed or proven that all or some of the damages being sou�ht were caused, in whole or in part, bv 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 sha11 not consritute a waiver of Ciry'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 Authoriry 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 ar 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 fisca] 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. oFFicia� REcoR� CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 Cy���9xy:»l_1:�1 FT. WORTH, TX 2022 Bond Vear 3— Contract 19 City Project No. 104325 005243-4 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 terins by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. OFFICIAL RECC7RD CITY SECRETARY ciTY oF FoxT woxrx FT. W�RTH, TX STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 2022 Bond Vear 3— Contract 19 City Project No. 104325 005243-5 Agreement Page 5 of 6 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractar 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 1ega11y eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third-Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third-party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on-site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safery precautions. �FFICIAL RECORD CITY SECRETARY ciTY oF FoxT woxrx FT. WORTH, TX STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 2022 Bond Vear 3— Contract 19 City Project No. 104325 005243-6 Agreement Page 6 of 6 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: By: �;�G�'���D Signature Dan McClendon (Printed Name) President 7'ltle PO Box 999 Address Burleson, TX 76097 City/State/Zip 12/19/2025 Date OFFICIAL RECORD CITY SECRETARY CITY OF FORT WORTH FT. WORTH, TX STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 City of Fort Worth By: C���� Jesica McEachern Assistant City Manager O1/23/2026 Date QFORT IlC pFo� �Y�A a'�'° �9�0 Attest: °=° -'° �% .bh� � .1 QC � a d aIIaa ooao d�4 ll Jannette Goodall, City Secretary (Seal) M&C: 25-1098 Date: 12/09/2025 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. �� C h risti a n Ca rd on a,7 ec 23, 2025 08:47:19 CST) Christian Cardona Project Manager Approved as to Form and Legality: . �� Dou�,las 131ack (Jan 13, 202612:30:�� CSI i Douglas W. Black Sr. Assistant City Attorney APPROVAL RECOMMENDED: �il°4.�.... i�,.;.,,� �a�r�� i�rt��r u:,� iz, zoze ie:ai:s� cs i l Lauren Prieur, Director, Transportation and Public Works Department 2022 Bond Vear 3— Contract 19 City Project No. 104325 006113-I PERFORMANCE BOND Page 1 of 2 1 2 3 4 5 6 7 s 9 10 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 61 13 Bond # 101668630 PERFORMANCE BOND � § KNOW ALL BY THESE PRESENTS: § That we, McClendon Construction Comnanv Inc.,, known as "Principal" herein and Merchants Bonding Company Mutual , a corporatc surcty(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 11 pursuant to the laws of Texas, known as "City" herein, in the penal sum of, Thirteen Million. Nine 12 Hundred Ninetv One Thousand, Ei�ht Hundred Sixtv Nine and 25/100 Dollars ($13,991,869.25), 13 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment 14 of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, l5 [['. successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded 17 the 9 day of December, 2025, which Contract is hereby referred to and made a part hereof for all 18 purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories 19 defined by law, in the prosecution of the Work, including any Change Orders, as provided for in 20 said Contract designated as 2022 Bond Year 3— Contract 19, CPN 104325. 21 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 22 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 23 perform the Work, including Change Orders, under the Contract, according to the plans, 24 specifications, and contract documents thercin rcferred to, and as well during any period of 25 extension of the Contract that may be granted on the part of the City, then this obligation shall be 26 and become null and void, otherwise to remain in full force and effect. 27 ?g 29 30 31 32 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. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Tcxas Govcrnmcnt Codc, as amcndcd, and all liabilitics on this bond shall bc dctcrmined in accordance with the provisions of said statue. CITY OF FORT WORTH STAI�DARD CONSTRUCTiON SPECIFICATION DOCUMENTS Revised December 8, 2023 2022 Bond Yeor 3— Contract 19 City Pioject No. 104325 00 G1 13 - 2 PERFORMANCE BOND Page 2 of 2 2 3 4 5 6 7 8 9 1(� 1] 12 13 i4 �s i6 �� �g r9 Zo 21 �� 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 IN WITNESS WHEREOF, the Principai and the Surety �►ave SIGNED and SEALED this instrument by duly authorized agents and officers on this the Fth day of January .2026. ATT ST: I � ' ^r•' (Principal) Secretary� � f�,i.��:j. ,�, _,,,.. ,, , � � ., 11 - ±,: �,:.1 • � • 1 � 11 + - : ' ` // �� / rt � ame and Titke aaareSs: 548 Memoriaf Plaza Ri�rlPcnr� TX 7�fl�R SURETS': Merchants Bandina Comqany Mutual P. O. Box 1 98. Des Moines. IA 50306-3498 �y: ���� - �-��� G��. � Si raatu�`e � Emily Allisan Mi�Ceska, Attorney-��-Fact I�Iame and Title aaaYess: 1023 Canyon Creek Dr. Suite 1 � 0 Temole. TX 76502 f¢ � �1th�{ U" b�tLA�^lff�� Witness as to SuretyC0i1111B WIIIIaf115011 - WlttleSS Telephone Number:254-$99-$681 Emai] Address: em1K@5Ka(CU�CI"ISUC@.COi't'1 '�Note: If signed by an offcer of the Surety Cozx�pany, there must be on file a certif ed extract from the by-laws showing that this person has authoriry to sign such obligat�on. If Surety's physical address is different from its mailing address, both must be provided. The date of the bor�d sha�l not be prior to the date the Contract is awarded. CiTY 01= T=ORT W{JRTH STA�IDARD COI`S'1"RUCTiON SFECiFTCATION �]OCCJ�]ENT5 Revised December 8, 2023 20z2 9ond Year 3— Controct 19 City Project No. 1Q4325 �ERC HAI�T�� S�NDING COMPANY-:. POWER OF ATTORNEY Know A!I Persons By These Presents, that iNERCHAN75 BONDING COMPANY (MUTUAL) and MERCFiANTS NATIONAL BONDING, INC., boih being corporations of the State of lowa, dlhla Merchants National Indemnity Company (in Califorrtia only) (herein coflectively calEed the "Compar�ies") do hereby rriake, constikute and appoint, individually, Allyson W Dean; Ana Owens; Andrea Rose Crawford; Andrew Gareth Addison; Betty J Reeh; Bryan Kelly Moore; Cofin E Canly; debra Lee Moon; Elizabeth Ortiz: Emily Ailison Mikeska; Faith Ann Milry; John R Ward; Nlichael Donald Hendrickson; Monica Ruby Veazey; Pairick Thomas Coyle; Sandra L.ee Roney; Thomas Douglas Moore; Troy Russell Key their true and [awful Akkorney(s)-in-Facf, to sign its name as surety(ies) and to execute, seaf and acknowledge any and all bnnds, undertakings, contracls and other written irtstruments 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 nr proceedings allowed by law. This Pawer-of-Attomey is granted and is signed and sealed by facsimile under and by aufhority of !he following By-Laws adopted by the Board oP Directors of Merchanfs Bonding Company (Mufuaf) an April 23, 2011 and amended August 14, 2015 and April �7, 2024 and adopted by fhe Board of Dir�ctors of N�erchants National Bpnding, inc., on October 16, 2015 and amended on April 27, 2024. "The Presideni, 5ecretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall ha�e power and authority to appoint Aftorneys-�n-Fact, and to authorize them to execute on b�half of the Company, and attach the seal vf the Company thereto, 6orrds and undertakings, recogr�izances, contracts of irodemnity and other writings obligatory in the nature thereof," "The signatur� of any authorized officer and the seal of the Company rnay be affxed by tacsimile or electronic transmission to any Power of Ariorney or Cerlifscation thereof authorizing the execution and deli�ery af any bond, undertaking, recognizance, or other suretyship obligations of the Campany, and such signature and seal when sa used shall have the sarr:e force and effect as though manually fixed." In connection with obligations in favar af tfie Flonda I7epartment of Transpor�ation only, ft €s agreed ihat the power and aut hority hereby gi�en to the Attorney-in-Fact includes any and all consents for the release af retained percentages andlor final estimates on engineering and construcfion contracts required 6y the State of Florida f]epa�tment nf Transportation. It is fully undetstood that consentirsg io the Sfate ofFlorida depar[ment ofTransportatipn making payment of the final estimate to the Contractor andlor its assignee, shail not relieve this surety company of any of its obligations under fts bond. In connection with obligations in favor of t{�e Kaniucky Department of Mighways only, it is agreed that the power and authority herehy given to the Attarney-in-Fact cannat be modlfied or revoked unless prior written personal notice of such intent has been given ko the Cnmmissioner- Departmen# of Highways of the Commonwealih of Kentucky at least ihirty (30) days prior to the modification or re�ocation. In Witness Whereof, the Corr�panies ha�e caused this instrument to be signed and sealed this Zg1h day of Jvly , 2p24 • •` }�(1O,N �r�'• • � � � �''• MERCHANTS BONDING C011APA[VY {MIJiUAL) ���q'''�PO A� �•�' � p��,�p C��'� �• ��RCHANTS NATIONAL BONDlNG, tNC. `��.,G�� R,�'r,.oti _ �.�. G�� �9,,��9��; dlhla MERCHAN75 NATIONAL IidDEMNIiY COMPANY ?a.= -o- v�:b� :�:2 -o- o. : ^�'•. 2003 :��i; � y-.� 1833 = c; ey �� �;y.�� • . ''�?�.•'� .�•.�d'3' .. ,a�'' 1 % President STATE OF IOWA �'•,,� � ��' •' �, � : . �l'• COUNTY OF DALLAS SS. �"""`s � � On this Zgth day of July 2024 , before me appeered Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONnING COMPANY (fNUTUAL) and MERCHANTS NATIONAL SONDING, INC.; and that fhe seals affixed to the foregoing instrument are the Corporate Seals of the Cornpanies; and that the said insirument was signed and sealed in behalf of the Companies by authority of their res�ective Boards of i]irectors, Y=-------� ,'��.. --- —_" � ,�P�SA� S Penni Miller i'f � -��•.� _ ` � '. � � � Comrnission Number 787952 - —� �`` • • My Commission Expires � � O '*,;�� IOwA January 20, 2027 �'�-�-`��`�—�� t�`�`-"`�,�s� • Nofary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING CONfPANY (MUTUAL) and N�ERCHANTS NATIONAL BONDiNG, WC., do hereby cert+fy that ihe above and foregoing is a true and correcf copy of the POWER-OF-ATTORfVEY execu€ed by said Companies,which is siill in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto sat rny hand and affixed the seal of the Corr�panies on this 6th day of January , 2026 . ��R�I��l�! / � � � � � • ,�,�A�(lONq�`��� �.���tiG_CQ�p� PO �• p ' 4 Q�P� '• 9' /„ a�`': c,°R Rq�':2�; ��.�o '�q�;.y�• I�l _z:Z �:d: :ti:2 -o- o:.�: u! -a� -n- v. ,�.— � ' S'• 2003 i�; � y�- i 933 � c: 5ecreiary :t?'. .� � �•, � y. �'.;�V� . . ��,� �'�''�W .Li l,�"a�.. •,W ' . • � '�.: •�� �. POA 00'! 8 {6l24) ''�"•"••"•' • �• • - ���.����� � �+ l� L� � P� � � � �. .t�.�. .h�1 �' IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number pro�ided by your ins�ra�ce agent. You may call Merchants Bonding Company's toll-free felepf�one number for ir�formation or to make a complaint at: 1-800-678-8171 You may con#act the Texas Department of Insurance to obtain information on companies, co�erages, rights or cornplaints at: 1-$00-252-3439 You rnay write the T�xas Department af Insurance at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512} 475-1771 Web: h#tpJlwww.tdi.state.tx.us E--mail: Ccxr}��rn�rP�at�ctian c�-ttli.�#aa�:#�c:u� PREMIUM AND CLAIM DfSPUTES: Should you ha�e a dispute concerning your premium ar about a claim you shoufd contact the agenf first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH 7HIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition af the attached document. S�IP 0032 1'X (9/09) 00 61 14 - 1 PAYMENTBONB Page 1 of 2 1 2 3 4 5 6 7 s 9 l0 ]1 12 l3 l4 15 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 61 14 PAYMENT BOND Bond # 101668630 § § KNOW ALL BY THESE PRESENTS: § That we, McClendon Construction Comnanv. Inc.., known as "Principal" herein, and Merehants Bonding Company Mutual , a corporate surety (suretics), duly authorized to do busincss in the Statc of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the 5tate of Texas, known as "City" herein, in the penal sum of Thirteen Million. Nine Hunclred Ninetv One Thousand. Ei�ht Hundred Sixiv Nine and 25/100 Dollars ($13.99I,86925), lawful money of the United States, to be paid in Fort Worth, Tanrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: 16 WHEREAS, Principal has cntcrcd into a ccrtain writtcn Contract with City, awarded thc ] 7 9 day of December. 2025, which Contract is hereby referred to and made a part hereof for all 18 purposes as if fully set forth herein, to furnish aIl materials, equipment, labor and other accessories ] 9 as defned by law, in the prosecution of the Work as provided for in said Contract and designated 20 as 2022 Bond Year 3— Contract_19, CPN 10_4325. ___ _ 21 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 22 Principal shall pay all rnonies owing to any (and all) payment bond beneficiary (as defined in 23 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Wark under 24 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 25 force and effect. 26 This bond is made and cxccuted in compliancc with the provisions of Chapter 2253 of the 27 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 28 accordance with the provisions of said statute. 29 CITY OF PORT WORTFI STANDARD CONSTRUCTiON SPECIFICATION DOCUMENTS nevised December S, 2023 2022 8ond Year 3— Contract 19 Crty Project No. 104325 0061 14-2 PAYME�T 801VD Page 2 af 2 t IN WITNE55 WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and offcers on this the 6th �ay of 3 January ��� 4 ATTEST: PRINCIPAL: McClend Construction Company, Inc. BY: Signature —� �ti lt,� c C[���,�r� t� Name and Title AddreSs: �� Mer� r� Burleson, � 76024 SURETY: Merchants Banding Company Mutual BY: r G%%���-' /. �1/� �` S�ature � NIA - (Sure[y} Secre�ary 5 6 7 8 9 10 i� 12 Emily Allisan Mikeska, Attorney-�r�-Fact ame -ari . ii � -- Address: P. O. Box 14498, Des Moi�es, IA 50306-349$ � f�J /�.n�ti� L��l1la�Sd.1 Witness as to ,Surety �onnie Williamson - Wtness Telephone Num�er. 254-899-8651 Email Address: emikeska@acrisure.cam Note: If signed by an. officer of the Surety, there rr�ust be on �le a certified extract froirs the laylaws showing that this person has authority to sign sueh obligation. Tf Surety's physical address is different from its mailing address, both must be provided. The date of the band shal[ not be prior to the date the Contract is awarded. END OF SECTION crTv ar �o�T wo�T� 5TAIdDARD CON5TRUCT[ON SPECIFICATIdN DOCUMEiVTS Revised C)ecem6er 8. 2023 2022 8o�d Year 3— Contract 19 City Project No. 104325 .LV� E RC HA� T� BONDING COMPANY,.� POWER OF ATTORNEY KnowAll Persons By These Presertts, that MERCHANTS BON�ENG COMPANY (MUTUAL) and MERCHANTS NATfQNAL BONDING, INC., both being carporations of the State of lowa, dlbla Merchants National Indemniry Company {in Califomia only) (herein caElectively called the "Companies°} do hereby make, constitute and appoint, indi�idually, Allyson W Dean; Ana Owens; Andrea Rose Craw€ord; Andrew Gareth Addison; Betty J Reeh; Bryan Kelly Moore; Colin E Conly; Debra Lee Moon; Elizabeth Qrtiz; Emily Allison Mikes�Ca; Faith Ann Hilty; Jphn R Wartl; MiGhael Donald HendriCkson; MOniCa Ruby Veazey; Patrick Tha€nas 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, under#akings, cantracis and other wriffen instruments in the nature thereof, on 6ehalf of the Companies in their business of guaranteeing the fideliiy of persons, guaranteeing tha performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Aftorney is granted and is sign�d and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Direciors of Merchants Bonding Company {Mutual) on April 23, 2011 and amended August ta, 2p15 and April 27, 202a and adopted by th� Board of Direcfors of Merchants [�lational Bonding, Inc„ on October 16, 2015 and amended on Apri1 27, 2024. "Tt�e Prasideni, 5ecre#ary, Treasurer, or any Assistant Treasurer or any Assistant 5ecretary or any Vice President shall have power and authority to appoint Atforneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company ther�to, bonds and under�akings, recognizances, contracis of indemnity and other writings ohligatory in the nature thereof." "The signature of any auihorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing ihe execution and delivery of any bond, undertaking, recognizance, or other suretyship obligaiions o# the Company, and such signature and seal wher� so used shall have the same force and effect as though manualfy fixed." In connection with obligations in fa�vr af the Florida aepartment of Transparfation only, if 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 Transportaiion. !t is fully understood that consenting to the State ofFlorida Department of 7ransportation making payment of the tinal estimate to the Contractor andlor iis assignee, shall not relieve this s�r�ty company of any of its obligations under its bond. In connection with obligations in favor of the Kentueky Department of Highways only, it is agreed that the power and authanty hereby gi�en io the Attorney-in-Fact cannot be modified or re�flked unless prior written persorsal nptice of suc� intent has been given to #he Gommissioner- Department of Highways of ihe Corr�monwealth of Kentucky at leasf thirty (30) days prior to the motlification or revocation. In Wifiess Whereof, the Companies have ca�ased ihis instrument ta be signed and sealed this �gth day of July , 2p24 � +•"��e�"••, •""`• MERCHANTS BONDlNG COMPANY (MUTf3AL} ''y�P�(�ON,Q� �� , •`��Q,NG C(J�A � MERCFfANTS NATlQNAL BONDlf�iG, INC. r��..GpFI��!?,¢��py,,. �Oy�(�PU���9��,. dlbla MERCHANT5 NATiONAL [N�EMNITYCONlPANY :a.� -o- v:d' :F--:z -o- o: ' � ���� 2003 :��; :y'•� 1933 � c; By �� • ty�-•. •`� : . � • '�Q: � ••�(v. .•r��J� ����ly" w"� ����� Aresidenf STATE OF I OWA •,. .�I .,• • • . � � ' � .• ��+nan�di• • • COUNTY OF DALLAS ss. On this 29t� day of July 2Q24 , befiore me appeared Larry Taylor, to me personally known, who being by me duEy sworn did say that he is President of MERCHANTS BONDING COMPANY (NtUTUAL) and MERCHANTS NATIONAL BONDIfVG, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Corr�panies; and that the saicf instrument was signed and sealed in behalf of the Companies by authority of #heir respective Boards of �irectors, �-�_-�� �--� .� � " � -. �; �iqL . -�.,� � .�P s Penni Miller r' � _ = o - — �--`:� .. Z� r Commission NurnE�er 787952 • • My Commissian Expires � �` � Y r �owA January 20, 2427 -�---��-'��""� � ���"��� , Nofary Pub,`ic (Expiration of notary's cvmmission does not invalidate fhis instrtsment) E, Elisabeth Sandersfeld, Secretary of MERCHANTS BONCII�€G COMPANY (MUTUAL) and MERCHANTS NAiiONAL BONDING, INC., do hereby certify ihat the a6ove and faregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in ful[ force and effect and has not been amended or re�oked. In Witness Whereof, I ha�e here�nto set my hand and affixed the seal of the Companies on this 6th day of January , 2�26 . `��Y����l���. . � � � � � 1� i �•A��onrq��,, .•o�K�.eQ�• , = � �, A ',�• 'EtPo/p• �p �O EtpOq'-•9'� : g: p q' . ; C�.•'4 9 y� 1+ff :�:G �' :2. .y•c� �•.<. :a:2 -o- oi�' •��2 -a- d�: % _ . --� � :� : ZVQ3 : �� • y� 1933 ,: �� S�C!Et2Iy .d'. • �.• a�., •�. :�� . . 6-'•. .:,.�yi•..�. •;`J�,.�•�. � ���'-•f.•'��1•. POA 0018 (6124) "'�"••'•`•'�'' ��' • • " �. � �� ����� � C� � � � � �'i � � �. �,�1,. � � IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the te[ephone number pro�ided by your insurance agent. You may cal{ Merchants Boncfing Company's toll-free tefephone number for information or fo make a complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain informa#ion on companies, co�erages, rights or complaints af: 1-800-252-3439 You may write tf�e Texas Department of Insurance at: P. O. Box 'i49104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http:llwww.tdi.state.tx.us €�maal: Cor�ume�Prot�cti�@tdi_st�t�:tx.,.u� PREMIUM AND CLAIM DISPLITES: Should you ha�e a dispute concerning your premium or about a claim you should cantact the agent first. lf the dispute is nat resol�ed, yau may contact the Texas Depa�tment of lnsurance. ATTACH TH15 NOTICE TO YOUR PDLICY: This notice is for information only and does not become a part or condition of the attached documertt. SI�P 0032 TX (1/09) 006t 19-1 MACI�TENANCE BOND Pagc 1 oF3 1 SECTION 00 61 19 2 MAINTENANCE BOND � Bond # 101668830 4 THE STATE OR TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT � 7 That we McClendon Construction Comnac�v. Inc.. known as "Principal" herein and s Merehants Bondinq Compar�y Mutual , a corporate surety (suretics, if more than 9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 10 or more), are held and firmly bound unta the Ciry of Fort Worth, a municipal corporation created l 1 pursuant to the laws of the State of Texas, known as "City" herein, in the sum of Thirteen Vlidlion,, ]2 Nine Hundred Ninetv One Thousar�d, Ei�ht Hundred Sixtv Nfne and 25r`100 Dollars 13 ($13.991.869.25�, lawful money of the United States, to be paid in Fort Worth, Tarrant County, ] 4 Texas, for payment of which sum well and truly be made unto the City and its successozs, we bind ] 5 ourselves, our heirs, executors, admirustrators, successors a�d assigns, jointly and sevez-ally, �rmTy l 6 by these presents. 17 18 WHEAEAS, the Principal has entered into a certain written contract with the City awarded 19 the 9 day of December, 2025, which Cantract is hereby referrcd to and a made part hereof for all 20 purpases as if fully set fortt� herein, to furnish all materials, equipment labor and other accessories 21 as defined by law, in the prosecution of the Work, inc�uding any Work resulting from a duly 22 autharized Change Order {collectively herein, the "Work") as pro�ided for in said contract and 23 designated as 2022 Bond Year 3— Contract 19, I 04325; and 24 25 WHEREAS, �'rincipal binds itself to use such rnaterials anci #o so construct the Work in 26 accordance with the plans, speci�cations and Contract Documents that the Work is acid will remain 27 free from defects in materials or workmaaship for and during the period of h�o (2) y�ars a#ter the 28 date of Final Acceptancc of t}ae Work by the City {"Maintenance Feriod"); and 29 3� WHEREAS, Principal binds itself to repair ar reconstruct the Work in whole or in part upon 3 i receiving notice frorn the City of the need therefor at any Eime within the Maintenance Period, 32 CITY OF FORT WORTH STANDA2D CQIVSTRUCTCOiV SPECTFiCATION DOCUMENTS Revised September 19, 20z5 2022 eond Year 3— Corrtract 19 Crty Project No. 1{J4325 00 G1 19 - 2 MAI�TENANCE BOND Page 2 of 3 1 2 3 4 5 6 7 S 9 10 ]i 12 33 t4 i5 16 17 18 19 NOW THEREFORE, the conditian of thi� obligation is such ihat if Principal shall remedy any defective Work, for which timely notice was provided by City, to a co�xzpletion satisfactory to the City, then this obligation shall become null and void; otherwise lo remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair ar reconstruct any timely noticed defective Wark, it is agreed that the City may cause any and a11 such defecti��e Work to be repaired and/or reconstructed with all associated costs thereof heing horne by the Principal and the Surety undez- this Maintenarzce borad; a�nd PROVIDED F'URTHER, that if any iegal aciion be filed on this Hond, venue shall lie in Tarrant County, Texas or the United States District Court for the Narthern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successivc recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STA�iDARD CONSTR[1CTlON 5PECIFICAI ION DOCUMENTS Revised September l9, 2025 2022 Bond Year 3— Contract 19 City Project Na. 104325 00 61 l9 - 3 MACNTENAVCE BOND Page 3 oF3 1 IN WITNESS WHEREOF, the Principal and the 5urety have each �IGNED and 5EALED this 2 instrument by duly authorized agents and offcers on this the 6t� day of January 3 . 20 26 4 5 b 7 8 9 ]0 11 ]2 t3 l4 15 16 ]7 �g ]9 20 21 2z 23 z4 25 26 Z7 2s z9 �0 31 32 �� 34 35 36 37 38 39 40 4l 42 A.�'1"ES� �Principal) Secreta / � -� � ; rT'' :�' � ���' - � � ATTEST: PRINCIPA�.: McCI� ar� Cons#ruction Company, Inc. � BY: Signature i S�� ame aad Title Add�ess: 548 Memorial Plaza Burleson. TX 76024 SURETY: Merchants Bondina Camqan� Mutual BY: � � �� �� _ ignature Emily Allison Mikeska, Attorney-ln-Fact Name and Title NIA Ad�-ess: P. O. Box � 4498, (Surety Secretary �es Mo�nes, IA 503QE-�49$ ��P.�« �L �1� ��r�� Witness as to Surety Telephone Number: 254-$99-f3F'if31 Connie Williamson - Witness Email Address: emikes�Ca�a)acrisure.cam *Note: if signed l�y an officer of the Surety Cornpany, there must he on file a cerCitied extract from ti�e by-laws showing that this person has aut�aoriry to sign such obligation. If Surety's physicai address is differeni from its mailing adcireas, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WOR"IH STANDARD CONSTRLlCTiON SPECiF[CATTON �OCUMENTS Revised Sepcember l9, 2025 2022 Bond Year3 —Contract I9 Cify Projed No. 104325 A�ER�H.A.N-TS � B O l�T D I N G C � M I�A l�i Y-„ POWER OF ATTORNEY Know Ail Persons 8y These Presents, that MERCHAN7S BONDING COMPANY (MUTilAL) and MERCHANTS NATIONAL BON�ING, INC., hoth being corporations of the 5tate of lowa, dlbla Merchants Naiional Ind�mnity Company {i� Califnmia only} (herein coileciive]y called the "Companies") do hereby make, constitufe and appoint, individually, Allyson W Dean; Ana Owens; Andrea Rose Cravrford; Andrew Gareih Addison; Betty J Reeh; Bryar� Kelly Moore; Colin E Conly; Debra Lee Moon; Elizabeth Ortiz; Emily Allison Mikes€ca; Faith Ann Hilty; John R Ward; Michael �onald Hendrickson; Monica Ruby Veazey; Patrick Thorr€as Coyle; Sandra Lee Roney; Thomas Douglas Moore; Troy Russeil Key their true and lawful Attorney(s)-in-Fact, to sign ifs name as surery{ies} and io execute, seal and acknowledga any and aEl bonds, undertaKings, contracts and other writfen instruments in ihe nature thereof, on behalf of the Companies in their business of guaranieeing fhe fideliiy of persons, guaranteeireg the performance of conEracfs arsd execufing or guaranieeing bonds and undertakings required or permitted in any actions or proceedings aflowed by Iaw. This Pawer-of-Attarney is granfed and is signed and seafed by facsimile under and by authoriiy oF the folfowing By-Laws adopfed by the Board of Direciors of Merchants Bonding Company (i111utual) on April 23, 2011 and amendad August 14, 2015 and Aprii 27, 2024 and adopfed by the 6aard of Directors of Merchants National Bonding, Inc., on Octob�r 16, 2015 and amended on April 27, 2024. "The President, Secretary, Treasurer, or any Assistanf Treasurer or any Assistant Secrefary or any Vice Presidenf shall ha�e power and aufhority to appoint Attorneys-in-Fact, and to aufhorize them lo execute on behaif of the Company, and attach fhe sea! of the Company fhereto, 6onds and �ndertakings, recognizances, contracts of indemnity and other writings obligatory in the nature ihereof." "The signature of any authorized officer and the seal of the Company may I�e affixed by facsimife or electronic transmission to any Power of Attomey or Certification thereof authorizing the execuiion and deiivery of any band, undertaking, recognizance, ar other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effecf as thaugh manua{ly fixed." In connection with obiigations in favor of the Florida Department of Transportation only, it is agreed that ihe power and aut horify hereby given ta tfie AEforney-in-Faci includes any and all consents for fhe release of retxined percentages andlor final estimatas on engineering and construcfioa confracts required hy the Siafe of Florida Department of Transportation. It is fully understood that cansenfing to the State ofFlorida �epartment ofTransportation making payment of fhe final estimate to the Contractor and/ar its assignee, shaE] not relie�e fhis surety company of any of its obligations under its bond. In connection with o6Eigations in €a�or of fhe Kentucky Department of Highways only, it is agreed that the power and auihority hereby given to fhe A€forney-in-Fact cannoi be modified or revoked uniess prior written personal nofice of such intent has been given to the Commissioner- bepartment of Highways of the Commonwealth of Kentucky at leasf thirty {30) c�ays priar to the mpcEification or revacation. fn �tness Whereof, the Companies ha�e caused this instrument tn be signed and seaied this 29ih day of July � 2D24 • +•'"'��""• .••"'••. MERCHANTSBONUINCsCOMPANYjMi1TiJALj '����10Nq�'��+ `��a��iG CQ�A� MERCHANTS NATIONAt BONaING, INC. _ x:.4j..r'��IQ�R,�' �t : _��,a.�d�Pa.��•q�• dlhlaMERCHANTS AFlONAL.INbEMNITYCOMPANY :�.=G �'�•.�= ; � Cs .�'..c: :�:z :vs �:a fi• • � :Qi -o- o. •ti• -a- �: : � : x i~ 2UO3 :;,�; � d� 1933 :c�: By � ;�� : ,tiJ. :c��•. .•�: • ;, •'��; •,d,i'-.......�':���. �j•••.......•.� , !1j f.. � . Presidenf STATE QF IOWA '•.,, �`i ..�`� '•. � ' • COUNTY OF DALLAS SS. '"+• `+``� • � � � • On this Zgt� day of July 2024 , before me appeared Larry Taylor, to me personally known, who being hy me duly sworn did say fhat he is President o# MERCHANTS BONDING COMPANY (Ml1TUAL) and MERC�ANTS NATIONAL BOiVDI�VG, INC.; and that fhe seals affixed io the foregoing instrument are the Corporate Seals of the Companies; and that the said inslrument was signed and sealed in behalf of the Companies by authoriiy o# their respecEive Boards oF Directors. �,-_� - �� �--� �� ,`P-�tiRL�� Penni Miller �" ����'�`��. " Q� � � Commission Number 787952 ' -- � • • N!y Commission Expires t� ' 1ptNA lanuary 20, 2027 �`"-�-��� i���y � Notary Pubirc (Expire#ion of natary's commission does not invalidate this instrumenij i, Elisabeth Sandersfeid, Secretary of MERCHANTS BQNDING COMPANY (MUTUAL} and MERCHANTS NATIQNAL BOND]NG, INC., do hereby certify that the above and foregoing "ss a true and correct copy af the POWER-OF-ATTORNEY execufed by said Companies,which is still in full farce and e{fect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seai of the Companies on this 6th day of January , 2026 . ��Rf�111�1 �� � ` � � • ♦ ,,,,�P� I O Np�•e .+ ,. �o�c�� ca,�A ; RQ�R�' .o'. : o ��o,y �.9 ► � - y �'O q' �;°�0 9 � • :�-c, �` :Z, �� c� �•.<. ss,�2 -o g'�= �6'•2 1933 �.C� Ses�efary �v•._ 2003 :: �, .ti�. � :: . . �. :d�;/-�.� .. . .•`t��;� • Q%'[•�/.. „ . �;a . %.�y w ••' :i`�+� •���• • 3� a°e POA 0018 {6I24) ��"'"'"''' � � � � � ��������� �������� ������� IMPORTANT NOTICE To obtain infarmation or mak� a complaint: You may contact your insurance agent at the telephone number provided by your insUrance agent. You may cail Merchants Bondir�g Company's toll-free te�e�ho�e number for informatior� or to make a complaint at: 1-800-678-$171 You may contact the Texas Department of Insurance to obtain information on companies, co�erages, rights or complaints at: 1-804-252-3439 You may write the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-� 771 Web: http:llwww.tdi.sta#e.tx.us G �a�l:--Go��rx��r-P�ot�ctiofl�-�t�+:�t�:tr..�i� PREMIiJM AND CLAIM DISPUTES: Shauld you ha�e a c�ispute concerning your premium or abaut a claim you should contact the agent first. If the dispute is not reso{��d, you may contact the Texas Department of Insurance. ATTACH THIS N0710E TO YOUR POLICY: This notice is for informatian anly ar�d does not become a part or cor�dition of the attached docurrzent. SUP OQ32 TX (1109) TH�S ENDORSEMENi' CHANGES THE POLICY. PL�ASE READ IT CAREFULLY. C�U�V i kAtr i 11K'S BL�IN�tT FLEX ADDITIONAL INSURED ENDORSEMENT - FORM A This endorsement modifies ins�rance provided under the foifowing: COMMERCIAL GEN�RAL LIABILITY COVERAGE PART Policy Number C�P 21198860301 Agency Nurnber Policy Effecti�e Date 1/31/2025 Policy Expiratian Date 1/3'! 12Q26 Date Account Number Named Insured Agency � Issuing Company McClendon Construction Company, Inc. Acrisure Texas Risk AdvEsors & Amerisure Insurance Company Insurance S�rvices. LLC A, SECTION !I - WHQ IS AN INSURED is a� i E�, ��Jt�l io add as an additional insured: 1. Any person or.,�ya��fz�tion with whom you ha�e agreed in a"writken agreement" that such person or orgaRizatior� be added as an additional insured on this policy, and any nther person or organization you are required to add as an additional insured under such "written agreement". 2. lf "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 co�erage will apply only for 3� caiendar days following the date the written letier of intent or wriiten work order was issued; and b. �he person or organizaiion is an additional insured only for, and to the extent of, liability arisi�g out of "badily injury", "property darr�age", or "persana� and adWertising injury" caused, in whole or in pari, by your negligent acts or omissions, or the negligent acts or omissions of others wor�ing an your behalf, in th� perFormance of your work as specified in the written letter of intent ar written work order. This co�erage does not apply to liabiliiy arising out of the independent acts or omissions of the additional insured. For the �urposes of the cor►erage pro�icEed by this endorsement, a"written ay�tt�� �����Y' means a written contract or written agreernent that: 1. requires you to include a person or organizatior� as an addtional insured for a period nf tirne during the policy period; and 2, is executed prior fo the occurrence of "bodily in�ury", "property damage", or "personal and advertising injury" thai forms the basis for a claim undet tltis policy. The insurance provided by this endorsemertt do�s not apply to any person or �r�ya�(,�ation that is specifically listed as an addii�onal insured on another endorsement attacl�ed to this pol�cy. CG 73 24 03 23 Includes copyrigh#ed material of the Insurance Service5 Office, Inc., with iis permission Page 1 of 3 B. The coverage provided to any person or organization added as an additional insured pursuant #o Paragraph A.1 is limited as fol{ows: 1. If #he "written agreemeni" specifcally and exckusiveiy requi�es you to name the person or organizatian as an additional insured using the iS0 CG 20 1� endorsement with editian dates of 11 85 or 10 01, or the ISO CG 20 37 10 01 endorsement, t�at person or organization is an additionaf insured, but oniy with respect �o liabiiity for "bodily injury", "properly damage", or "personal and ad�ertising injury" arising out of "yotar wor�C" for that insured by or for you. 2. If the "written agreement" r�quires you to name the person or organization as an additional insured using the 1S0 CG 20 10 and or CG 20 37 endorsemenis without specifically and exclusi�ely requiring the 11 $5 or 10 01 edition dates, that person or organizatior� is an additional insured, but only with respect to liability for "bodily inj�ary", "property damage", or "personal and ad�ertising injury" eaused, in whole or in part, by your acts or amissions or the acts or omissions of those acting on your behalf. 3. lf the "wriiten agreement" requires you ta name the person or organization as an additional insured for operations arising out of your work and daes not specify an ISO additional insured endorsement, that person or organizatian is an additionaf insu�'ed, but onfy with respect to liability for "bodily injury", "property damage", or "personal and ad�ertising injtary" arising out af your acts or omissions, or the acts or orr�issions of others wnrking on yaur behaff, in the performance of your work as specified in the "written agreemer�t". This caverage does not apply to liabiliiy arising out of the sole negligence of the additional insured unless specifically required in t�e "written agreement". 4. If none of the above paragraphs appfy, then t�e person or organization is an additional insured only for, and to the extent of, liability arising out of "bodiky injury", "pra�erty damage", or "personal and advert9sing injury" caused, in whole ar in part, by your negligent acts ar omissions, or the negGgent ac#s or ornissians of others working on your behalf, ir� the perFormance of your work as specified in the "writter� agreement". 7his coverage does not apply to liability arising out af #he independent acts or om�ssions of the addttional insured. Wowe�er, the insurance afForded to such additional insured only applies to the ex#ent �ermitted by law. C. The insurance pro�ided to an additianal insured under this endorsement daes not apply to: "Bodily injury" or "property damage" included in the "products-compfeted operatiar�s hazard" uniess the "wri�ten agreement° specificaliy requires such co�erage {including by specifically requiring the CG 24 1 Q 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 co�erage by the "written agreement". 2. "Bodily injury", "property damage", or "personal and ad�e�ising injury" arising out of an architect's, er�gineer's, or surveyor's rendering of, ar failure to render, any professional services, including but not limited to: a. The preparing, approving, or failing #o prepare or approve: (1) Maps; (2) Drawings; (3) �pinions; (4) Reports; {5} S u r�eys; (6} Change orders; CG 73 24 03 23 fncludes copyrighted material of the Ins�rance Services Office, Inc., with its permission Page 2 of 3 {7) Design specifica#ions; and b. Supervisory, inspection, or engineering services. D. The limits of insurance that apply to the additiona! insured are the least of those specified in the "writien agreement" or declarations af this policy. Co�erage pro�ided by this endorsement for any additior�al insurecf shall not increase the applicable Limits of Insurance shown in the �eclarations. The limits of insurance that apply to the add�tional insured are indusive of, and not in additian to, the Limits of Insurance shown in the Declarations. E. With respect to the .,�u�,ay� pro�ided by this endorsement, SECTION IV — CUiV��uitrCl:�AL GENERAL LIABILtTY COlVUIy iU�Y'3, Paragraph 4. Other Insurance is deleted anci replaced with the following: 4. Other Insurance. a. Co�erage pro�ided by this c��c;u,5������(� is excess o�er any other �alid and collectible ins�rance a�ailable to the addi�ional insured whether: {1) Primary; (2) Excess; (3) Continger�t; or (4} On any other 6asis. In additton, this insurance is excess o�er any self-insured retentions, deductibles, or capiive retentions payable by the additionai insured or payaF�le by any person or organization whose co�erage is a�ailai�le to the additional insured. Howe�er, if the "wriften agreement" requires primary and non-contributory coverage, this ins�arance will be primary and non-contributory relati�e only to th� other insurance a�ailable to the additional insured which covers that person Qr organization as a Named Insured, and we wil! no� share with that oiher insurance. For any other insurance a�ailable ta the additional insur�d where that person based on the terms specifi�d in �aragraph 6. Method o# Sharing below. b. Method of Sharing If all the other insurance permits contribution by equal sF�ares, we will follow this method afso. Under this method, each insurer contributes equal amounts until it has paid its appiicable Eimit of insurance or none af #he loss remains, whichever comes first. If any a� the other insurance do�s not permii contribution by equal shares, w� will contribute by limits. Under this method, each insurer's share is f�ased on the ratia of its applicable limit of insurance to the total appiicable lirnits of insurance of aii insurers. CG 73 24 D3 23 Inciudes copyrighied ma#erial of the Insurance Services Oifice, Inc., with its permissian Page 3 of 3 NAMED I�[SURED: McCfendon Cor�struction Campany, Inc. POLfCY NUMBER: CPP 2119886Q301 THIS �N�ORSEMENT CHANGES THE POLICY, PLEASE READ ET CAREFULLY. TEXAS C4NTRACTOR'S GENERAL LIABiLITY EXTENSION ENDORSEMENT I TABLE OF CONTENTS Pac�e � 1. Additional Definitians 9 2. A qreaate Limits Per Loca�ion __ 3. Aqgreqate Limits Per Pro�ect 4. Blanket Contractual Liabil�ty — Raiiraad5 5. Broadened Badily Inju _ Coveraqe fi. Broadened Knowfedqe�f Occurrence � 7. Broadened Leqa1 Lialaility Co�eraqe Far Landlord's Business Parsonal Praperty � 8. Braadened Liability Coverage For damage To Your Produci And Your Work � 9. 6raadened Who Is An Ensured 1 p. Go-Emplayee Bodily lnjury Co�erage for Managers, Supervisors, Directors or Officers [see pro�ision 9, Broadened Who ls An lnsured, paragraph 2.a.(1�] 11. Contractual �iability — Persanal And Advertising Enjury � 12. Damage To Pre�ni5es Rented To Yau — Speci�c Perils and Increased Limit _ � 13. Designated Com leted Pro�ecis — Amended L9mits af Insurance � 14. Extended Notice�f Ca�cellation And Nonrenewal � � 5. Incidental Malpractice Liabilit_Y � 16. Increased Medica! Pauments Limit � 17. Mobiie Equipment Redefined � 18. Nor�awned V��atercraft � 19. Product Recall Expense � 20. Property Damage Liability -- Alienated Premises � 21. Property Damaqe Liability — Elevators And Sidetrack Agreements ( 22. ProperCy Damage Liability — Property Laaned To The Insured Or Personai Properry In The Care, Custady And Cor�iroi Of The lnsured � 23. Reasonabfe Force — BodiEy Inj�ry or Property Damage � 24. Supplementary Payments I 25. iransfer Of Riqhts {Blanket Waiver Ofi Sufarogation} I 26. Unintentional Failure To Disclose Hazards Includes copyrighted material o# Insurance Services �ffice, Inc. 7 6 3 1� 8 7 70 3 � 3 7 11 8 6 7 9 3 2 2 2 2 10 3 8 � $ � CG 70 63 0417 Page 1 of 11 This er�dorsement modifies insurance pro�ided under the fol[owing: COMMERCiAL GEN�RAL LIABI�ITY COV�RAGE FORM Under SECTION f— COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY, paragraph 2. EXCL11510NS, provisions 1. through 6. af this endorsem�nt are excess o�er any valid and collectible insurance (including any deductible) a�ailabEe to the insured, whether primary, excess or contingent (SECTfON IV — COMMERCIAL GENERAL LIABIL.ITY CONDii10NS, paragraph 4. Other InsuranCe is changed accordingly). Provisions 1. through 6. of this endorsement amend the palicy as follows: '�. PROPERTY DAMAGE LIABIL,ITY — ALf�NATED PREMISES A. Exclusion j. �amage to Property, subparagraph (2] is deleted. B. The following paragraph is deleted fram Exclusian j. D�mage to Property; Paragraph (2) o# this exclusion does not apply if the premises are "yaur work" and were never occupied, rented or held for rental by you. 2. PROPERTY DAMAGE LIABILITY — ElEVATORS AND SlD�TRACK AGREEMENTS A. Exclusion j, Damage to Property, paragraphs (3}, (4), and {6} do not apply to the use o� eie�ators. B. Exclusion k. Dam2�ge to Your ProduCt daes not apply ta: 1. The use of elevatars; or 2. L�abiliry assumed und�r a sidetrack agreement. 3. PROPERTY �AMAGE LIABILITY — PROP�RTI( LQANED TO THE INSUREQ OR PERSONAL PROPERTY tN THE CAFiE, CUSTODY AND CONTROL OF THE INSUR�D A. Exclusion j. Damage ta Property, paragraphs {3} and {4) are deleted.. B. Co�erage under this provision 3. does not apply ta "property damage" that exceeds $25,OOd per occurrence or $25,000 annual aggregate. 4. PRODUCT RECALL EXPENSE A. Exc�usion n. Recall pf Products, Work or Impaired Property does not apply to "product recaif expenses" that you incur for the "ca�ered recali" of "your producY'. 7his exceptian tfl the exciusion does r wl dN�tl y lu "}.�� ut,lu�,l F Ci.aII cnfrc� ��ca" � caulli� �y (i vi � F: 1, �ailure of any products to accomplish their intended purpose; 2. Breach of warranties of fitness, c�uafity, durability or performance; 3. �.oss of custamer approval or any cost incurred to regain customer approval; 4. Recfistribution or replacement of "your praducY', which has been recalied, by like praducts 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. Asbestas, including loss, darr�age or cfean up resuliing from asbestos or asbestos containing materials; 8. Recalf of "your praduct(s)" that have no known or suspected defect solely because a known or suspected defect in another af "your product(s)" has been found. B. Under SECTfON III -- LIMITS 4F INSURANCE, paragraph 3. �s replaced in its entirety as follows and paragraph 8. is added: 3. The Prnducts-Completed Operations Aggr�;gate Limit is the mos# we will pay far the sum of: Includes copyrighted material of fnsurance Services OfFice, Inc. Page 2 of � 1 CG 7U 63 U4 f 7 ! �. Damages under COVERAGE A BODILY INJIJRY AND PROP�RTY DAMAGE LIABILITY becaus� of "bodily injury" and "property damage" included in th� "products-cornpleted operatians hazard" and b. "Produci recall expenses". 8. SubjEct ta paragraph 5. above [of the CGL Coverage Form], $25>Ofl0 is the mast we will pay for all "product recal! expenses" arising out of the same defect or ti�fl�S�� ��y. 5. NONOWNED WATERGRAFT Exclusion g. Aircraft, Auto or Watercraft, paragraph (2} is deleted and re�laced with the following: [This exclusian does not apply to:] {2j A wai�.nu�dit yuu �� nat own that is: (a) Less than 76 feet Eong; and (b) Not bei�g used to carry any persan or �roperty far a charge; 6. BLANKET CONTRACTIJAL L[ABILITY - RAILR�ADS Under SECTION V— DE�INITtONS, paragraph c. of "Insured Contract" is deleted and replaced by the fallawing: C. Any easem�nt or license agreement; UncEer SECTIQN V— DEFINITIONS, paragraph f.(1) of "Insured Contract" is deleted. 7. CONTF�ACTIlAL LiABILITY - PERSONAL AND ADVERTISING INJURY Under SECTI4N i- COVERAGE B., paragraph 2. �xclusions, paragraph e. Contractuai Liability is deleted. 8. SL�PPI.EMt�vi�1�Y NAYN���V'�� Under SECTION I- SUPP�.EMENTARY PAYMENTS - COVERAGES A AND B, paragraph 1.b. is deleted and replaced with the fallawing: 1. b. Up to $S,OOfl for cast of bail bonds required because of accidents or traffic law violations arising out af t�e use of any �ehicle to which the Bodily Injury Liability Caverage applies. We do not ha�e to #urnish these bonds. 9. BRDA�ENEf] WhiV Iti AIV IIVSUFitU S�CTION II - WHO IS AN INSUR�D is de[eted ar�d replaced wit� the fallowing: 1. lf you are designated in the Declarations as: a. An ind9vidual, yot� and yuur s�ouse are insureds, but only with respect to the conduct of a business of which you are the sofe owner. b. A partnership or �v�r�t v�� ilare, you are an insured. Yaur members, your partners, and their spouses are also �nsureds, but onEy w9th respect to the conduct of yaur business. C. A limited [iability company, you are an insured. Your mem�ers are also insureds, but anly with respeet to ti�e conduct of your business. Your managers are insureds, but oniy with respect to their duties as your managers. d. An organization atlter than a partnership, joint venture or limited liability corrEpany, you are an insured. Your "exec�ti�e officers" arcd directors are insureds, but only with respect to their duties as your officers or directars. Your stockholders are also insureds, but only with respect to their liabili#y as stockholders. includes capyrighted material of I� �,u+a� �u� Services 04fice, Inc. CG 70 63 0417 Page 3 of 11 2. Each of the fallowing is also an insured: a. Your °�olunteer workers" only while performing duties related to the conduct of your business, or your "emplayees," other than either your "executive officers," {if you are an organization other than a parCnership, joint vent�re or limited liability company) or your managers {if you are a limited liability compa�y), but only for acts vvithin the scope of their employment by you or while performing duties related to the conduct of your busi�ess. Hawever, nane of these "em�foyees" or "valunteer workers" are insured for: (1} "Bodily injury" or "personal and advertising ir�jury": (a) To you, ta your partners or members (if you are a partnership or joint venture}, ta yaur members (if you are a limited liability campany), to a co-"employee" wh91e in the course of his or her employment or performing duties related io the conduci of your business, or to yaur o#her `wolunteer workers" while per#orming duties related to the conduct of your business; (b} 7o the spouse, child, parent, brother ar sister of that co-"employee" or volunteer worker as a consequence of paragrapl� ('i}(a} abov�; {C) Far which there is any ob{igation to share damages with or re�ay someane else wF�o must pay cEamages because of the injury describeck in paragraphs {i)(a) or (�a) above; or {d) Arising aut o# his or her providing or failing to provide professianal health care ser�ices except as provided in Provision 10. ofi this endorsement. Paragraphs (�)(a), (1)(b) and (1)(c) above do not appfy to yaur "emplayees" who are: (i) Managers; (ii) Supervi5ors; (iii) Directors; ar (IV) Officers; with respect ta "bodiiy injury" to a co"em�loyee". {2) "Property damage" to property: (a) Ownad, accupied or used by; (b) Rented to, in the care, c�stody or control of, or aver which physical corttrol is being exercis�d for any purpase by you, any of yo�r "employees," "volunteer workers", any partner or rnember (if you are a partnership ar joint �e�ture), or any member {if you are a lirnited liabifity campany). b. Any persan (other than your "employee'" or "valunteer warker"), or any organizatian while act�ng as your real estate manager. C. Any person ar organization having praper temporary custody of your property if you die, but only; (1) Wiih respect io liability arising out af the maintenance or use of that properry; and {2) Until your legal represen#ative has been appointed. d. Yaur legal represenfiative if you clie, but only with respect to dutfes as such. That representative wi11 ha�e all your rights and duties under this Co�erage Form. e. Your subsidiaries if: (1) They are legally incorporated entities; and (2) You owr� more than 50% of the voting stock in such subsidiaries as of the effecti�e date of this p�licy. If such subsidiaries are not shown in the �eclarations, you must report them to us within 180 days of the ince�tion of your original policy. includes copyrighted materia! of insurance Services Office, Inc. Page 4 of 11 CG 70 63 0417 f, Any person or organization, including any manager, owner, lessar, morigagee, assignee or recei�er of premises, to wham you are obligated under a written contract ta pro�ide insurance such as is affarded by this palicy, but only with respect to liability arising out of the ownership, maintena�ce or use of that part of any premises or land leased ta you, incEuding camrr�an or public areas ab�ut such premises or land ifi so required in th� contract. However, no such persan ar arganization is an insured with respect to: (1} Any "accur�ence" that takes place afier you cease to occupy or lease that premises or land; or {2) Struct�ral alterations, new construction or demolition operatians performed by or on behalf of such person or organiza#ipn. g. Any state or political subdivision but only as respects legal liabiliiy incurred by the state or political subdivisiar� solely because it has issued a permit with respeci to operations performed by you or on your behalf. Hawever, no state or politica� subdivisian is an ir�sured with respect to: (1) "Bodily injury", "property damage", "personaf and advertising injury" arising out of aperations performed for the state or municipality; ar (2) "Bodily injury" or "property damage" included within the "products-campleted aperations 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 pra�ide insurance such as is afforded by this policy, but only with respect to their liability arising aut of the maintenance, operation or use of such e�quipment by you or a subcontractor on your behalf with your permission and under yaur supervision. Flowever, ifi you have entered into a constr�ction contract subject to Subchapter C of Chapter 151 of Subtitle C of Title 2 of ihe Texas Insurar�ce Code witi� the additional insured, the insurance afforded to such person(s) or orgar�ization(s) anly applies to the extent permitted by Subchapter C of Chapter � 51 0� Subtitle C of Title 2 of the Texas lnsurance Code. No such person or organiza#ion, however, is an insured with respect to any "occurrence" that takes place after the ec�uipment lease expires. i. Any architect, engineer, or surveyor engag�d by you under a writ#en contract but anly with respect ta liability arising o�at of your premises or "yo�r work." Howe�er, if you have entered into a canstruction contract sub�eci to Suk�chabter C of Chanier 151 of Subtitle C of Titie 2 af the Texas Insurance Cade with the additional inst�red, the insurance afforded to such person onfy applies to the extent p�rmitted by Subchapter C of the Chapter 151 of Subtitle C af iitle 2 of the Texas Insurance Code. No architect, engineer, or surrreyor, howe�er, is an insured with respect ta "bodily injury," "property damage," or "personal and advertising injury" arising out of the rendering of or the failure to render any professionai ser�ices by or for you, incluciing: (1) The preparing, appro�ing, or fai{ing to prepare or ap�rove maps, drawings, opinions, reports, surveys, change orders, designs or specifications; or (2) Supervisory, inspection, or engineering services. This paragraph i. does not apply if a separate Adcfitional lnsured endorsernent 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 organiza#ian as a Named Insured, and we wi�l not share w�th that other insuranc�. 3. Any arganization you newly acquire ar form, other than a partnership, joint venture or limited liability company and over which you maintain ownership ar majority interest, will qualify as a Named lnsured if there is no other similar insurance available ta that arganization. Mowever: a. Coverage under tnis provision is ai#arded only unti! the end of the policy period; b. Coverage A daes not apply to "bodily injury" or "property damage" that accurred before you acquired or formecf ihe organization; Includes copyrighted material of Insurance Ser�ices Office, Inc. CG 70 63 0417 page 5 flf 11 C. Coverage B daes not apply to "personal and advertising injury" arising out of an offense committed before you acquirecE or formed the o�ganization. d. Coverage A does not apply to "praduct recall expense" arising out of any wi#hdrawal or recall that occurred befare you acquired or farmed the organization. 4. Any person or arganization (referred to below as vendor) with whom you agreed under a written contract ta pro�ide insurance is an insured, but only with respect to "bodiky injury" or "property cEamage" arising out of "your procEucts" that are distributed or sald in the reguiar course of the �endor's business. However, no such person or organization is an insured with respect to: a. "Bodiiy injury" or "property damage" for which the vendor is obfigat�d ta pay damages by reason of the assumption of [iability in a contract or agreement. This exclusion does nat apply to liability tor damages that the vendar would ha�e in the absence of the corttract or agreement. b. Ar�y express warraniy unauthorized by you; C. Any physical ar chemical change in "your producY' made intentionally hy the vendar; d. Repackaging, except w�en unpackec� soiely for the purpose of inspection, d�monstration, testing, or the substitution of parts under instr[actions from the manUfacturer, and then repackaged in the original container; e. Any faikure ta make such inspections, adjustments, tests or servicing as the �endar ktas agreed to make or normally undertakes to make in the usuaf course of business, in connectian with the distributian or sale of "your products"; f. Demanstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the "yaur product", g. "Yaur products" which, after distributian or sale by yau, have been labeled ar re[abeled or used as a container, part or ingredient of any other thing or substance by or for the �endor. h. "Bodily injury" or "praperty damage" arising out o# the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalfi. However, this exclusion does no# apply to: {i) The exceptions contained in sub�aragraphs d. or f.; or (2) Such inspections, adjustmenis, tests ar servicing as the vendor has agreed to make or normally j/ } j 1�� . _i __ __ _i I_.. ...a:..V.. ,iah rh....i:..4..:h�,}i...-. .. .-.I.. GI IUGI LGLf�GJ lv I I ICa11G 111 L � `� af the products. This paregraph 4. does not apply to any insureci person or organization fram which you have acquired "your praducts", or any ingr�dient, part, or container, entering inta, accompanying or cantaining "your products". This paragraph 4. also daes not apply if a separate Additional Ensured e�dorsement, pro�iding liability ca�erage far "bodily injury" or "property damage" ar�sing 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 arganization is an insured with respect to the conduct of any current ar past partnership, jaint venture or limited liability campany that is not shown as a Named lnsured in tF�e Declarations. �0. INCIDElVTAL MAL�'RACTIC� �IABILtTY As respects provision 9., SECTEON ll — WHO IS AN 1NSURED, paragraph 2.a.(�}(d} do�s not appfy to any nurse, emergency medical technician or paramedic employed by you to pro�icEe medicaf ar paramedical se�vices, provided thai ydu are not engaged in ihe business or occu�ation of pro�icling such services, and your "ernpioyee" does not ha�� any ather insurar�ce that would alsa cover claims arising under this provision, whe#her the other insurance is primary, excess, contingent or on any other basis. Under SECTION III — LIMITS OF 1NSURANCE, provisions 1�. 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 projec#s away frorr� premises owned by ar rented to you_ knciudes copyrighted material of lnsurance Services Offic�, Inc. Page fi of 1 i CG 74 63 0417 12. AGGREGATE L[MiTS PER LOCATION The General Aggregate Limit applies separately to �ach of yaur locations, but only when required by written contract ar written agreement. As respects this provision 12., your [ocatians are premises you own, rent or use invoiving the same ar connecting lots or premises whose connection is interrup#ed only by a street, roadway, waterway or right-of-way af a railraad. However, your locations do not include any premises where you, or others acting on yaur f�ehalf, are perfarming construction operations. 13. INCREASED MEDICAL PAYMENTS LIMITS A, SECTION III -- LIMITS OF INSURANCE, paragraph 7., the Medical Expense Limit, is subject to ail the terms of SECTION Ifl — LIMITS OF INSl1RANCE and is the greater ofi: 1, $10,o0d; or 2. ihe ar�ount shown in the Declarations for Medical Expense Limit. B. This pravisian 13. does not appfy i� COVERAGE C MEQICAL PAYM�N7S is excluded either by the pro�isions of the Co�erag� Form or by encforsement. 14. DAMAGE TO PREMISES RENTED TO YOU — SPECiFIC PERILS AND INCR�ASE� LIMI7 A. The word fiire is c�ranged ta "specific perils" where it appears in: 1. The last paragraph af SECTION I— COVERAGE A, paragraph 2. Exclusions; 2. SECTION IV, paragraph 4.b. Excess Insurance. B. The Limits of Insurance shown in the Decla�'ations will apply ta all damage proximately caused by the same event, whether such damage results from a"specific peril" or any combination of "specific perils." C, The Damage To �remises Rented To You Limit described in SECTION III �--� LIMIT$ 4F INSURANCE, paragraph fi., is repfaced by a new limit, which is the greater of: 1. $1,000,000; or 2. The amount shown in the Declarations for Damage �o Premises Rented To You Limit. D. This provision 14. does not apply if the Darnage To Prerriises Rented To You Limit of S�C710N I— COVEFiAGE A is excluded eiiher by the pro�isions of the Coverage �orm or by endorsement. E. "Specific Perils" rneans fi�'e; Iightning; explosian; windstorrri or hai�; smoke; aircraft or �ehicles; riot or civil comrnotian, vandalism; leakaae from fire extinauishinq �auiqment; weiqht af snow, ice or sleet; or "water damage". "Water damage" means accidentat discharge or I�akage of uvater or steam as the direct result of the breaking or cracking af any part ofi a systerr� or appliance containing water or steam. 15. BRQADENED LEGAL LIABILITY COVERAGE F4R LAN�LORD'S BUSIN�SS PERSONAL PROPERTY Under SECTION I— COVERAGE A BODILY INJURY ANC} PROPERTY DAMAGE LIABILITY, 2. £xCluSions, j. Damage to Proper#y, the first paragraph following paragraph (6) is deleted anc{ re�alaced with the following: Paragraphs (�), (3) and (4) of tt�is exclusion do not apply to "�raperty damage" {ather than damage by fire) to a landlord's business personal property that is subject to, or part af, a premises lease or rental agreement with that landlord. The most we wili pay for darrtages �nder this provision 15. is $10,OQ0. A$250 deductible applies. Under S�CT'fON !V — COMMERCIAL GENERAL LIABILITY CONDiTIONS, provisions 16. through 18. of this endorsement amend the policy as fallows: lncludes copyrighted material of Insura�ce Servic�s �ffice, Inc. CG 7U 63 0417 Page 7 of 1� 16. BROADENED KNOWLEDGE OF OCCURRENCE Under 2. Duties In The Event Of Occurrence, Offense, Claim, Or Suit, paragraph a. is deleted and repiaced and paragraphs e. and f. are added as follows: a. You must see ta it that we are notified as soon as practicable of an "occurrence" or an otfense, regardless of the amount, which may result in a claim. Knowledge of an "occurrence" or an offense by your "empioyee(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, natice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesse5; and (3) The nature and Iocation 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 soan 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 "yaur producY' 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 lass under the insurance. i7. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Paragraph 6. Representations is deleted and replaced with the following: 6. Representations By accepting this policy, you agree: �. "[he statements in thP Declarations are accurate and complete; b. Those statements are based upan representations you made ta us; and c. We have issued this policy in reliance upon your representations. We will not deny coverage under this Coverage Farm if you unintentionally fai{ to disclase all hazards existing as of the inception date of this policy. You must report to us any knawiedge 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 af Rights Of Recovery Against Others To Us is deleted and replaced with the following: 8. If the insured has rights to recover ail or part of any payment we have made under this Coverage Farm, 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 wark" was commenced under a letter of intent or wark 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 CANCELLAT14N AND NONRENEWAL lncludes copyrighted material af Insurance Services Office, inc. Page 8 of 11 CG 70 63 0417 Paragraph 2.b. of A. Cancellatiar� afi the COMMON pOLICY CONDITIONS is deleted and replaced with the fallowing: b. 60 days before tl�e e�fecti�e date of the cancellation if we cancef far any other reasan. linder SECTION IV — COMMERCtAI� GENERAL LIABILITY CONDITiONS, Paragraph 9. Wher� We Do Nat Renew is deleted and replaced wi#h the following: 9. When We Do Not Renew a. We may elect not to renew this policy except, tha# under the provisions of the Texas Insurance Code, we may not refuse to r�new this palicy solely because the policyhalder is an elected of�icial. b. If we elect not ta 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 nonrenewai, at least Fi0 days before the expiratian date. [f natice is rnailed or tEelivered I�ss than 6� days before the expiration date, this palicy will remain in effect until the 61 st day aiter the date an which the notice �s mailed or delivered. Earned premium for any period ofi co�erage that extends beyond the expiration date will be compuied pro rata based on the pre�ious year's premium. C. If no#ice is rrEailed, proof of maiiing will be sufficient proof of notice_ d. The transfer of a poficyholder between admitted companies within the same ir�surance graup is rtat cansicEered a refusal to renew. 20. MOBILE EQUIPMENT R�DE�IN�D Under SECT14N V— �EFtNITIONS, paragraph 12. "Mobile equipment", paragraph f. (1) does not appiy to self-propelled vehicles of less tF�an 1,000 poUnds gross vehicle weight that are r�ot designecf far highway use. 2�. ADDITIONAL DEFENITIONS 1. SECTION V— DEFINITIONS, paragraph 4. "Ca�erage territory" is repiaced by the #ollowing definition: "Coverage territary" means anywhere in the world with respect to liability arising aut of "bocEily injury," "property damage," or "personal and advertising injury," including "personal and advertising injury" offenses that take place through the Int�rnet or similar electranic means of commu�ication provided the insur�d's responsibility to pay damages is determined in a settlerr�ent to which we agree or in a"suit" on the merits, in the United States of America (inciuding its territories and possessions}, Puerto Rico and Canada. �. OCOTION�-�`— DCFltdl�#6k� ;� e.,r�,.�►a�. � � z� � "Covered recall" means a recall made necessary because yau or a government body has determined that a known or suspected deiect, defiiciency, inadequacy, or dangerous condition in "your product" has resulted ar wi44 resul# in "bodily injury" ar "properiy damage". "Praduct Recafl expenses" �nean only reasonable and necessary extra costs, which result frorn or are related to the reca{I or withdrawal of "your producY' for: a. Telephane anct telegraphic communication, raciio or tele�ision announcements, camputer time and newspaper advertising; b. 5tatianery, env�lopes, production of announcements and pos#age or facsimiles; c. Remuneration paid to regular employees for necessary overtime or authorized trave] expense; d. Temporary hir9ng by you or by agents designated by you af persons, other than your regular employees, to �erForm n�cessary tasks; e. Rental of necessary additianal warehause or stprage space; f. Packaging af or transpartation or shipping of defecti�e procfucts to the location you designate; and g. Disposal af "your praducts" that cannot be reused. Disposal expenses do not include: (1) Expenses ihat exceed the original cost of the materials incurred to rnanufacture or proce5s such product; and Incfudes copyrighted material of Insurance Services Office, Inc. CG 70 63 0417 Page 9 of � 1 (2) Expenses thai exceecf the cost of normal trash discarding ar dispasal, except as are n�:cessary to a�aid "bodiiy injury" or "property damage". 22. REASONABLE FORCE — BODILY INJURY OR PROP�RTY �AMAGE Under SECiION I— COVERAGE A., paragraph 2. Exclusians, subparagraph a. Exp�cted Or I�tended Injury is delet�cf ancf replaced with the follawing: [This insurance does not apply to:] a. Expected Or Intended Injury `Bodily injury" or "property damage" expected or intended fram the standpoint of the insured. This exclusion does not apply to "bodiEy injury" or "property damage" resulting fram the use of reasonabfe force ta protect persons or property. 23. BROADENED LIABILITY COVERAGE FQR DAMAGE TO YOUR PRODEICT AND YOUR WORK A. Under S�CTION 1— COVERAGE A., paragraph 2. Exclusions, exclusion k. Damage to Your Produc# and exclusion I. D�mage to Your Work are deleted and replaced with the fallowing: [This insurance does not ap�ly to:] k. Damage ta Your Praduct "Property damage" to "your praduct" arising out of it or any part of it, except when caused by or resulting from: (1) Fire; (2) Smake; (3) "Coliapse"; �r (4) ExpEosion. For purposes of exclusion K. above, "collapse" means an abrupt falling down or caving in of a building or any par# af a bui{ding with the result that the building or part of ihe building cannot be occupied for its i�tended purpose. !. Damaqe to Your Wark "Property damage" to "your work" arising out of it or any part of it and included in the "products-completed operations hazard". ihis exc[usion does nat apply: {1) If the darnaged wark or the work aut of which the damage arises was perfarmed on your behalf by a subcontractor; or {2) If the cause of loss to the damaged work arises as a r�sult of: (a) Fire; {b� 5moke; (c) "Gollapse"; or {d) Explosion_ �or purposes of exclusian I. abo�e, "cvl[apse" means an abrup# falling down or caving in of a building or any part of a building with the result that the building ar part of the building cannot be occupied fqr its intended purpose. B. The following paragraph is added to SECTION Ill — LIMITS OF INSURANCE: Includes copyrighted material af Insurance Ser�ices Office, Inc. Page 10 ot 11 CG 70 63 Q417 Subject to 5. above [of the CGL Coverage Farm], $100,0�0 is the most we will pay under Coverage A for the sum af damages arising out of any one `bccurrence" because of `property damage" to "your praduct" and "your work" that is caused 6y fire, smoke, callapse or explosion and is included wEthin the "product-completed operations hazard". This sublirr�it does not apply to "property damage" ta "your work" ifi the damaged work, ar the work out of which the damage arises, was perFormed an your behalf by a subcontractor. 24. BROADENED BODILY INJURY COVERAGE Under SECTfON V— DEFINI71QN5, the definition ot "bodily injury" is deleted and replaced with the fallawing: 3. "Bocfily injury" �. Means physical: (1) Injury; {2) DisabiGty; (3) Sickness; ar (4) �isease; sustained by a person, including death resulting from any of these a# any time. b. Includes mental: (5) Anguish; (6} lnjury; (7) Humiliation; (8) Fright; or {9) Shock; directly resulting from any "bqdily injury" described in paragraph 3.�. c. All "bodily injury" described in paragraph 3.b. shall be deemed to ha�e occurred at the time the "bodily injury" des�ribed in �d�a��aFln 3.a. occurred. 25. DESIGNATED COMPLETED PROJECTS — AM�NDED LtMITS OF INSURANCE When a written contract or written agreement between you and another party requires project-s�ecific limits af insurance exceeding the limits of this policy; A. for "bodily injury" or "property damage" that occurs within any policy periad for which we pro�ided coverage;and B. for "your work" performed wit�in t�e "products-completed operation hazard"; and C. for which we pre�ious{y issued Amendment Of Limits �f Insurance (Designated Project Or Premises) CG 71 94 either cEuring this palicy term or a priar policy term; and D. that designated project is now complete; the lirnits of ir�surance shown in the CG 71 94 schedule will replace the limits of insurance of this policy for the designated project and wilt continue to apply for the amount of time the written contract ar written agreement requires, subject ta the state statute of repose of the project location. �fhese limits are inclusi�e of and not in additian to the replaced I�mits. Inclucl�� uuNy� �ghted material of Insurance Services �ffice, Ine. CG 7I} 63 Q4 17 Page 11 of 11 NAMED lNSUR�17: McClendon Construction Corrtpany, Inc. POLICY NUMBER: CA 2119$85030� COMMERCIAL AUTO CA 71 65 U9 14 THIS ENDORSEM�NT CHANGES THE POLICY. PLEAS� READ IT CAREFULLY. DESIGNATED INSURED - PRIMARY NON-C�NTRIBUT4RY COVERAGE WHEIV REQUIRED BY INSURED CONTRACT OR CERTIFICATE This endorsement maclifies insurance provided under the SUSlNESS AUTD C�VERAGE FORM The provisions of the Caverage Form apply unless changed by this enc�arsement. ihis endorsement identifies person(s) or arganization{s) who are "insured" under the Who Is An lnsured Provision of the Coverage Form. This endarsement changes tf�e palicy on the inception date of the policy, un�ess another date is shawn 6elaw. Endors�ment �.fFective: Countersigned By: 1/31/2025 Named lnsured: McClendon Canstruction Company, (nc. (Authorized Representaiive} (No entry may aNNcd� aLOVe. If 50, information to complete this endorsement is in the I]eclaratians.} i� �� :_L:r:i. n_....�,....., n /�.........,.... A lAli�� lo An lnc��roe'i iC �mnnrEeri ?n ar'Ifi• I . JGIi�iV13 — � • � • ' - Any person or organization with whorn you ha�e an "insured coniract" which requires: i. that person or organization to be added as an "insured" under #his policy or on a certifcate of insurance; and ii. this policy to be primary and nan-contributory to any Eike insurance avai[able ta the person or organization. Each sucl� perso� or arganization is an °insured" for Liabiiiiy Coverage. They are an "insured" onky if that person ar organization is an "jnsured" ur�der in SEC710N it of the Coverage Farm. The contract between the Narned Insured and the persan or organization is an "insured contract". 2, Sectian kV — Business Au#a Conditions, B. General Canditions, 5. Other Insurance, �aragraph d. is defeted and repfaced by the following #or the purpose of this enu.��u�G����� �: only: When co�erage pro�ided under this Co�erage Forrr� is also pro�ided under another Cov�rage Farrrt or poiicy, we will provide co�erage an a primary, nan-contributory basis. Inc�udes copyrighted material of Ins�rance Services Office, Inc. with its permission_ NAMEQ INSURED: McClendon Construction Gompany, Inc. POLICY NUMBER: CA 2�198850301 ihEs endarsemen# modifles [nsurance {rrovided ur�der the C31iSI[��SSAUTO Ct�1f�f�RG� �'Ot��4 Vi�lih r��pect ta nouerage provided by l�t�s endnrserrtent, the provtslvns of the Co�rage Forrn apply untess rnodl@ed bythe er�dorsernent, Tf�e prQtnEum f4rlhis endorsament is $�25t� . ov �* �. Any organiza#[on you r►ewfy aaoquire nr forrrt� other than a parkf�ershlp, IQlnf venture ot Ilmited Ilablllfy c�rnpa�y, and over v�rhlch you mafntatn nwnership nra maJnriiy inleres4, will qugtliy es a Narnec! fnsured, Havi►ever, ('I) Goverag� undarthis provls� �s �fforded pnly untll it�e end �f i�te poficy p��ioc4; (�j �nver�ge does not apply ta uacdcient�` �r "ioss" that oc�urred before you aoquired or fomned the organ[z2kttnn, antl (3� Cqrrera�e tiaa� not spp[y to art arga�lzatkn�t that ]s ar� "lnsur+�d" undar anyoiher pollcy nr +Npu[d be an "insureci" but for its terminaf�ors ar tt�e sxftmusfing of its �irnit ni lnsurancq. e. Any'employee �ys��rs Usittg: �'I) R covered "auta" you do not o�r�n, hlre �r t�Qrccwu, or a caver�d "autop nnt owned 6y lfte'e�'lpioyeeR or a member o€ hla �r i�►er t�usehpld, vs�il� periarming dutl�s related ia ihe oorxiuct o# your busl�ess nr your persatu�i affalrs; or ' (2) An "a�ta" hired car rented Under a caniract ar a�raement In ihat "amp[ayee's" narne, �+vlth your pa�Esslon, w�lle pe�farming duk�es refat�9to the aondut� aFyour business, Howrever, your "ampirayes" daes nflt quallfy as an fr�sure� unrler lhls paragraph €�j Whlle using a covered "aufo" re�tedfrom ya�a orfrom ar�ymembe�af#tte "er�Qloyee'�" hcyusehafd, f, Your mem6ers, �f yrou ar� a Nrrai#ed f�ab11[fycampany, while using a ac3vered "autc�" yo� do not own, ��►�a �r f�orraw and whlte p��iarmir�g du3ies rel2�fed ia fhe cohduct of yaur b�slness or yaur personal atfalrs. ...... ,. ., . _. . .. _ . � . . . � ihls provision daes ncrt gpply: ('1} Un[ess ihe wriiten cnntraotor ag►eernent is exec�teai or fhe pemis�t Is l�aued pr[or ta fha'bodiiy InJury" css' "Pmi�estY damacje"� (2j Tn any pers�n or arg�niza�tor� inal�ded as �r1 Insured by an endorsement nr in the Qedsr�ftor►�; or (3� 7a any lessor of "autps" unless; (a� The Eease �gresrneni requires you lo provlde dir�et primary in�tranca �or tha lessar; (h) 'fhe "aui�" F� Eeesed wlihout a d�yer, arid Incl�des copyrlghtted maisrlal of Insur�nca 5erv[cea Of€ice, Inc. CA 71 '38 'I9 �9 Fage 1 of 5 THES L��fDOR,3EMENT GHAAfGES TH� POLtGY. PL.�A� R�AD 1TCAREFt1U,Y, {cj Th� teas� had nat explred. Le��ed "autos" r.aysr�d under ihls pravisinn will be cQnsidered covereti "autos" you ow�i and not e�overec� "aUt4S" ynu f'ifr�. h. Any I�gai[y lne�arparat�ei ar�snlzetion or subsldiary in wk�lctti yau awn mar� than 5U°b uf !he voflr�g stocic ot, fha effectiv+e date a# this aridarsemen#. Thls provis[on daes nr�# a�ply ic� "k�ndify f�Jury" or °properiy damage" far wvhl�h an "�nsured" ks also �n insured unde� any ot�rer aufom�bits �oHcy or woulrN t� an {nsurer� u�d+ar s�ch � pafksy� bu� for �ts termlt1a11or� or th� sXhausllon o# iL� Ilmlts oflnsurance, �ittless �t�ch pnilcy V�tas wrlfteh tn �pfy speraficalfy In exr:e�oithis pali�y. 2. �OY��tAG� EX7`�h1SI0NS - &tIPi�L�M�I'�ARY PAYMENTS llnder Sectlo�t !1- L.11�lB1L17Y COIt�l�GE, A.2.a Supplament�ry Payments, para�raphs (2) and (4) are deiatsd arxi r$p{aced asfolluv�rs: �Zj Up ta $�,5�U farl�e cost of barll bQ►�ds (fnciurilr� bonds fvrrelated #rafFlc law vlolafit�ns� requ[re�f because oi �� "acGicient" �ve cQver. 1iVe do not �+te to furnlsh ii�e�e banas. (4j A� I r�rasonable �per�es incum�d by tfle °�nsr�rad" al �r requ�ssk incEudin9 ac[ual ivss of eamthgs up 10 $�O(? a day beca�se oF flme off irom wcrk, 3. AM�NDELI ��LLl7W EAIiPL�YEE EXGL,USlC�N Elr�der SECTIO�! 1� - LiAB1Ll'1'Y GC?VEl3AGE� B. EXCL[1510�[S� Para9raph 5. Fsilaav �mplcayee Is dafated and repfaes� bylf'ie FQifowing; �. fetlnw �mpinyee "Badiiy inj�ry" to: a. �y%llow "er�pinyeeF oPil� "insurec!" ar�sing ou! of and In the a�rse of the fellaw "eYnpinyee's" ennpivyrr�eM ar whlle perFc7rtning du�tes reiaied to the conduct of your bus�ness. H�wer, this e�calusion �es rmt app[yf� ynut empi�yees"1ltatare affJcars, rnanagers, supsrvlsors �rabove. C�verage is excess aver �ny+alhet' �o1lec�lbie Insurance. b, 7he spause, chlid, p�rsnt, hrother or�lsiert�f that feflaw ampioyee° es a�nsequer�e of peragraph a.�e�, 4y HIRE�iAU'fC? AHYSICAL #IAHIA�E CUVERI�G�AND L4SS t�� USE El(P�N$E A. Unti�rB��TldM 111- P�IYSICAL �AW9AGECOVER�tG�, A. COVERAGE, ihe fdfawin� is added: Ifanyof ya�r avurled cavened "au#os" are t:avered f�r PhysicaE D�ernags, w� wfll F�'v�ide PF�yslcal Dam�ge ccrrrsrage tv "aufvsa that yvu or your "empfayees" hire ar bnrra►nr, anderyour r�am� ot the "empkayee's" nam�, f�r �he �,urpns� of doing your vsiork. We i+arif! provide �average equal �01he btvadast physica! dam�ge caverags appilc�ble ta any ccc�+er�d "�uto" shovur� In the De�t�f�tlans, �terri'Ti�rae, 5�h�c[ule of Coi►ered AutosYou Quvnt csr an any endorsgmenEs amendtng thla sehedule. R, under S�CTIDN !I I- PHYSICAL ��MAG� Ct)1F�CtAG�, A.4. Caver�ge �xtensle►r�s. paragraph b. Loss Cfi`Use �xpenses is deleEed and replaaad with fhe F�iawlr�q: b. Loss Df Us� �xpe�ses Far Hires! Autn Physlcal t3�m�ge. we u�ill pay er�penses for vvhi�h an pinsured" b�comes IegaNy re$ponsibie io payfvr Ivss of use of a �ehicle ranted orhlted Nrlthou� a� driver, under awditen re�rtal contracf or agraamant. We wifi p�y far lass c�f use �x#�erlses if eaused by: ('f� Oth�r than catllsion, oniy Ifthe Cledarallons indEaale thal Comp�h�r�slwe Cor►erage Is provlded fOr St�y CBVePed "aUto"; lneludes copyrl�hted materlal vf tnsurance SeraEces Oitice, Inc. P�e 2 Of 5 CA 7� 181't Q9 �2� Spectfled Causes of t..osst onlylfihe Declaratlons indleafe ihat Speclfl�d Causes of L.ass Cpvsr�ge is prn�rided farar�y aovered "av#a": c,r (3� CoUlsEans only ifthe Dsclara#�ons fndPCate fhat CoA�sian Co+lera�e is pro�kded for a�y covared "al.�to". Howe�er, the mosi wa v�if! payfar any expans�s for Inss of uae Is $30 per day, to a rn�xlmum af �2,d0[I. C, under 5ECT[Q►�[ Iv— BU5IN�SS Atli'� CU�1pITldNS, 8. General Cond�a�s, �. �ther Insrurance, paragta�rh b. !s replaced hylhe Aollowlru�; b. For F{fred Auto �'hysla�l Damage, the foll�uir�g are deamad to he c�vered'autos" you own, 9. Arty covered "a�ta" ytxa leass, hire, nent or bor�w; and 2. Any corr�ered a�sto" hlred or r!anted t�y ynur "emp[oyaes" ur�der � contrac# in that Indlvfdual "er1'�ployee'�" nam�, W[tt� your�ermissir�, wh#[e perForming d�tles rselaled tn fhe cenduct �f yot�r b�tsiness. How�ver, any "auig" that is ieesed, hired, rer�ted or borrovyted u�l1h a drlve� fs rtot a ac�r�eted "auko°, r►or fs any•`a�to" you hlre Tircym eny af yQ�r "ernP{oyees"r �artners (iF ynu ar� a parfnershl�j, mernbers (IP you are a Iimited fEabll�tycnmpanYl, or matnbers nfiF�nEr ltc�usef�alds. 5. 1.OAN 4R LEASE GAp CDVERI�GE i�nder SE�TiON II[—PHYSICAL DAt11�AGE �OVF.�AG�, A. �OVERAGEF tha foilawir�� is atfd�d, If a covered "auto" is owt�ed t�r feassci and tf �e provlde �hysiesl []amage �over�e on it, wewil! �y, in fhe ever�t of a covered iotal "loss", any ur�paid amount due o�t fhe l�se or lo�n far a co�ered °�uto", less; (aj The amnunt pald uriderthe �hysicalDarnage SeGftQn ofthe pallcy; and: (b) Any: ('3) Overdua �sass or [oan paymer�s Including pena�lies, interes[ or oa�tef cf�arges raesufling frdm overdue peymeMg af ihe 1lma nf tl'ie "loss"; 42) Finenelal penal�es lmposed und�ra leaseforexs�ess�ve us�, abnormal wear andtearor hlgh mileage; (3) Cnsts for exfendad warrantles� Credlt �ife Ingur�nce, H�alt�►, Rocldant or Dlsablli�y lnsurance ptu�hased uvliH fhe �oar� ar lease; (A�) Seaurltydepasits not reFunded by a IF:ssor, and (5) Carry�ver halancas irom pravlous loans ar leases, s, REMTAL REIMBURSEM�NT Under SECTIC�{d Ili - PF1Ya1CAl. QAl41�tGE CAVERRG�. A.�. Govsrage �xten9�a�� paragraph a. Transpar�atinn �xpenses is deleted and replae�� i�y #Y+e fs�lowing: a. Trans�orta�ion �xpe�ses (1� t�le will pay up to $75 par day ta � tna�inn�in o€ $2,OOD for krarisportation expense Inc�red by you hecause of covared "loss , V6F� wlll pay oniy far thtsse covared °autns" €nr whlch yau carry Golilsfion Ga�terage ot efther Cc�mPt�hens€v� Cavera�e ar Specff#ed Causes of lnss Cov�r�ge. We will i�Y far lranspnrtailon ex�enses lneurred dt�iing t#�e parfod beginning 24 �zaura after the covened "los�" and endin�j C9�2�(IIBS& Qf t�l� �]QIIG�S BX�if�11aRF WP1Bf1 G39 CUV9FQd "auia is returned #o u�e vr w� payfol' its "lass", This rx�verage !s In addltbn to ihe otherWlse applicai�te coverage yau have nn a cgvered "�ulo"_ N� deducikbles �RFEY t� ti�Es �3overage. ln�fud�sc�PYrl�hted mafa�laf of insurancs Servlr�s C1f�ce, Inc. CA 77 �181'! �9 Page 3 of 5 4� Thls couerage daes nn# apply whlEe there Es a spare or resenre "a��a" avallable to ycx.i'for ypuC aperatian. 7. AIRBAGC4V�RAG� ilnd�r SECTIbN E11 � PHYSfCAL DAMAGE, p. �e�CCi,I�SIt�A1S. paragr2�ph 3. is defefed arid re�Eaaecf by tha %Ilnwing: 3. We will not �ayrfor"foss" caused kryarresuli�tt� From any�fthe folfawing uniess caused byalFter `lass° th�tis cuver�d bythls i�surance= ("�) INe�r and tear, fraszing, rnech�n��i ore}a�rlcal breakdawn. Ho�trever, ihfsexalusl� doas not [ncfude the c�scl�ar�e of an airbag. (2) 8lowouts, puna#ures or otnar road darrta�e #a tl�s. 8. ��AS$ R�PAiR—WA#V�ROF D�DUCTIBl.E Section il� —PHYS�CAL �r4MAGE CAIIEI�tGE� D. t)eductlbEe Is atr�ended ia add tMe followkn�: Na deductible ap{a[fss in gtass c�mag� ff the giass Is rep�lred r�fFterthan t��rlaced. S. C4t.61S1('}N C4'UERAGE-1f1�AIVERBF ��i�UC'iIBL� under S�clion III � PHYStCAL �AMAGE CDII@RAG�, [1. aeducilble Is amendad ta add the iollowing: Wl�en'�here ia a loss tc+ yaur ccwened "auta" fnsured fnr Cr,lllston Coverage, na deduc�t�le wl[I gppiy ff the �oss was caused by a rr�ll�slon wllh another "au[o" Insurred by us, 10. K�1�WLEDGE OF AC�[a�NT E�nc�er S�C'f1QN 11f -��s��v�� a�ra cti�Qi7�toros, A. l.oss Carrci�tians' 2. Dutfes tn �'he Ever�t {� Accid�n�, Cl�im, Suit Or F.oss, paragraph a. is deie�eci �d repl�c�� hy tlre fio3lawing: �. You must sae ta i� thatwe are r�c►ittl�d as sc�R as pracllcabla of ari �acc�dent", cla{m. "suit" o� �toss". Kno�tlsdge af an "a�ident", cE�rr�, '�svlt'or "loss" byyaur "employees" shali not� in itself, constltute kreouufedge ta you urtless one af yc3ar �attners, axecutivea#fl�ers, directors4 �rtanagars, o�' ��ttbers (�f yau are a Ikmited Ilabll�tycotnpartyj has kn�wtledge af tl�e "accldenY', �laim, "suit'° or "Eos� , Notice shou�d include: hk� I��YY�YMIIP1�411 �_y�Ma`_o���lJ�rLI��YI��w1Y��wt�w�..A; (2) The °Insured's" natne and �ddrgss; and (3) To tha exient Pnssibls, t�e name� �hd addressea of arty injured persons arrd wltr�e�s�s. � Under ��CTIC3N 11t - BLISINESS A4]TO CaNDIT1i1C�S. A. Lnss Coridhions paragraph �. Transfer Df Rights C�# Rer.overy Agai�lst Others Ta US Is cEeleted and r�placed by Ehe Talio+nring: � T�ar►sfe�r Oi Rfgh�s Qf Rect��ery A�alnst i�hera To Us lfiany persan or af�grrizatlan ta or#arwhor� we rr�lce psyment �rnder'thls Cor�erage Fortn kt�s �Igh�s W reenv�r damages fram a�othar, thoss �ights at� transferced to us. ihat perscm or org$nl�aflon mu�t dv everyti�Er►g necessary ia sac�are our rEghts and �tusi dcs nvthing a[tar "a�dsienr' or "Eoss" ia lmpalr ihem. Ffov�ever, lfthe "lnsurecY' haswah►ed rlghts ta reccs�er Shro��h a wrliten c.4r�t�act. e�r if y�our worlc �nras cc�mtrianced under a leller of Pnterrt or wark arder, subject t�a a st�se�sr� red�c�lan in wtltlng ►Evl[h cust�r�rs whose attstnrr�aiy cnnlracts re4ulre a walver, �nre wai� eny righl vF rscuvery vve may have underth�s Coverage Farrn. Includas capyrtghled rnateriat of lnsr�rance Services C]fflr,�, Inc. p�qe �L oi 5 CA 7�i 18 'I'� 09 72. UNlNTENTIONAL FAIl.[�R� Td DISGLdSE �IA�ARpS t►ndar S�Ci�diV IV - B1151NESS AI]TO C�NT?�'CIONS , B_ Genaral Ccnditlans , paragrap� Z. CoM�e�tlrneni, MI�r8p�3SSntation O�' Ff a�d [s arr�ended by the addiiian oF tha foE[nwlr�q: ►Itle will nni deny cnverage under this Coverage �arm If ynu uninfet�llsanaliy fall ta dlsclnse �I! haz�rt�ds exEsfing as oF the incepl+on date aF th�s �af��y. You must report to us any knovyledge of an error ar arnissloh in your represeNatians �s socn as pFacticabie a� fts d�soor►ery. Thls prnvlston doas riat a�'e�t our rtght to caftect additfonal prem�um or exerdse aur d�i�t af canr.etE�tfon or n�n-renes�val. � � Wh�n required by avHiten confr�ci o� wrltten agra�mer�t, tha da�nlilan af °tnsured cxmtr��t" is amended as fbilnws: ' ---- The excepfion cantained in paragrapk� H.3. r�laEing to cunstruclior� or demniilion �peratfons on or wll�In �(; feet c�f a ratiraad; and ^ Paragraph H.�. ai'a dafet�d with r�xpect to the use af a cn�ered "sufo" En operations �or, or ��`ecttng, a rallr4ad, !ncludes capyrlghted matar6al af Ins�sance Servlces afRce, inc. CA 7'E 9� 17 09 Page 5 of 5 WURKERS COMPENSATfON AND EMPLOYERS LIABILI7Y INSURANCE POLICY WC 42 03 04 B (Ed. 6-14) TEXAS WAIVER OF OUR RIGHT 70 RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only ta the insurance provided by the pokicy because Texas is shown in Item 3.A. of the Informatian 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 �nly wiih respect ta bodily injury arising out of the operations described in the Schedule where yau are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirec#iy to benefit anyone not named in the Schedufe. The premium for this endorsement is shown in the Schedule. Schedule 1. (} �� � Specific Waiver Name of persan or organizatian Blanket Waiver Any person or organization for whom #he 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 preparaiion of the policy.� Endorsement Effective 1/31/2025 Policy No. WC 2119888Q301 Endorsement No. WC 42 03 04 B Named Insured: McClendon Construction Company, Inc. Premium Insurance Company -Amerisure Insurance Company WC 42 03 04 B (Ed. 06-14) Countersigned by Copyright 2014 National Councif on Compensatlon InsuranCe, Inc. All Rights Reserved. NAMED INSURED: McClendon Construction Company, Inc. POLICY fVUMBER: WC 21198880301 Namber at' C?ays Nottce For any statutorily permitted reasan other than nanpaymertt of pramium, the number af days required for noEice Qf cancellation is fncreased to the number of days shown In the SaheduEe above. If this policy is canceUed by us we wiEl send the Named lnsared and any party listed in tt�e toltowing schedule notice of cancelfation based on the numb�r af days natice shown abave. SCHEDULE Nalne of Person or Organization ihe Name of Person or Organizatlon is any person or organlzation hotd�g a certificate af lnsurance issued ior you, provided the certificate: 7. Ftefers to this policy; 2. States that natice of: a. GanceElatlon; b. IVnnrenewal; or c. Mater�ai change reduc�ng or resiricting coverage; will be provided to that person or arganization; 3. is in effect at the time of the: a. CanceUation; b. Nonrsnewat; or c. Matarial change reducing ar rastricting ooverage; and 4. Is on file et your agent or }�roke�'s o�iae for ihis policy. A�ailing Addresa The Mailing Address is the address shown for that person or organ�za#ion in that ceriificate of insurance. IL 70 45 05 07 - BLiCT TNt5 ENbOR5EAAEN7 GHANGES 7HE Pt�LlCY. PLEASE READ tT CAREFUlLY. NAMED tNSURED: McCtendon Construction Company, {nc. PQLICY NUMBER: CPP 21198860301, CA 21198850301 & CU 2119887Q302 THIS ENDQRSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. N4T10E OF CANCELLATI ON, NONRENEWAL OR MATERfAL CHANGE - THIRD PARTY This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM BUSINESS AUTQ PHYSICAL DAMAGE COVERAGE FORM COMMERCIAL GENERAL LIABILiTYCOVERAGE FORM COMMERCIAL UMBREtLA LIAB{LITY COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM TRUCKERS COVERAGE FORM Subject to the cancellation provisions of the Coverage Form to which this endorsement is attached, we will not: 3. Cancel; 2. Nonrenew; or, 3. Materially change (reduce or restrict) this Coverage Form, except for nanpayment of premium, until we provide at least 3 o days written notice of such cancellation, nonrenewaf or material change. Written notice will be to the person or organization named in the Schedule. Such notice will be by certified mai� with retum receipt requested. This noiification 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 ta 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 napiiity ol any icind upon us. This endorsement does not entitle the person or organization named in the Schedule to any benefits, rights or protection underthisCoverage 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 no#ice o#: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting caverage; 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 I1.70660714 Flores, Sophia From: Sent: To: Subject: Lisa Lawson <Ilawson@merchantsbonding.com> Friday, January 9, 2026 10:31 AM Flores, Sophia RE: Verification of Bond# 101668630 This email is from an unknown sender This is the first time you are receiving an email from this sender. Hi Sophia, Yes, this is a valid bond. The information below is correct. Thanks! Lisa Lawson � Sr. Contract Underwriting Account Specialist Merchants Bonding CompanyT"' street 6700 Westown Parkway, West Des Moines, IA 50266-7754 mailing P.O. Box 14498, Des Moines, IA 50306-3498 direct (515) 558.8765 toll free (800) 678.8171 web www.merchantsbondin�.com MERCHA�TS�, Bo�ai�rc con��AN�r COMMON 5E1�5E �Uli� i S' 51i�fCE 1933° From: Merchants Bonding Info <Info@merchantsbonding.onmicrosoft.com> Sent: Thursday, January 8, 2026 2:43 PM To: Lisa Lawson <Ilawson@merchantsbonding.com> Subject: FW: Verification of Bond# 101668630 From: Flores, Sophia <Sophia.Flores2(a)fortworthtexas.�ov> Sent: Thursday, January 8, 2026 2:41 PM To: Merchants Bonding Info <Info@merchantsbondin�.onmicrosoft.com> Cc: Fields, Nicholas S <Nicholas.Fields@fortworthtexas.�ov> Subject: Verification of Bond# 101668630 Report Suspicious J CAUTIOI� :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. H e l lo, The City of Fort Worth requires bond verification before a contract can be executed. We have received the following bonds from McClendon Construction Company, Inc.: Bond # 101668630, in the amount of $13,991,869.25, issued by Merchants Bonding Company Mutual for City Project #104325, 2022 Bond Year 3— Contract 19. Please confirm that the bonds and corresponding amounts are valid so we can proceed with awarding the contract to McClendon Construction Company, Inc. If this is not the right bond verification address, please provide for Merchants Bonding Company Mutual. Thank you, FOR�"��RTH::, Sophia Flores Contract Compliance Specialist Transportation & Public Works Office 817-392-2026 100 Fort Worth Trail, Fort Worth, TX 76102 CONNECT WITH US. � '� � C3 F�RT` ��RTH� City Secretary's Office Contract Routing & Transmittal Slip COntraCtOr'S Name: McClendon Construction Company, Inc. Subject of the Agreement: Authorize execution of a contract with McClendon Construction Company, Inc. in the amount of $13,991,869.25 for combined street paving improvements, stromwater improvements, and water and sanitary sewer main replacements for the 2022 Bond Year 3- Contract 19 project (City Project No. 104325) M&C Approved by the Council? * Yes 0 No ❑ If so, the M&C must be attached to the cont�act. Is this an Amendment to an Existing contract? Yes ❑ No 8 If so, provide the original contract nurnbeY and the amendinent number. Is the Contract "Permanent"? *Yes � No ❑ If unsuNe, see back page foN permanent cont�^act listing. Is this entire contract Confidentiial? *Yes ❑ No 8 Ifonly specific info�mation is Confidential, please list what information is Confidential and the page it is located. Effective Date: 12/09/2025 Expiration Date: 12/09/2030 If �different from the approval date. If �applicable. Is a 1295 Form required? * Yes 8 No ❑ *If so, please ensure it is attached to the appv�oving M&C or attached to the contract. Project Number: Ifapplicable. 104325 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes 0 No ❑ Contracts need to be routed for CSO nrocessin� in the followin� order: L Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. A1lison Tidwell (Form Fi11er) *Indicates the information is required and if the information is not provided, the contract will be returned to the department. Permanent Contracts Advanced Funding Agreements Architect Service Community Facilities Completion Agreement Construction Agreement Credit Agreement/ Impact Fees Crossing Agreement Design Procurement Development Agreement Drainage Improvements Economic Development Engineering Services Escrow Agreement Interlocal Agreements Lake Worth Sale Maintenance Agreement/Storm Water Parks/Improvement Parks/Other Amenities Parks/Play Equipment Project Development Property/Purchase (Property owned by the City) Property/Sales (Property owned by the City) Property/Transfers (Property owned by the City) Public Art Sanitary Sewer Main Replacements Sanitary Sewer Rehabilitations Settlements (Employees Only) Streets/Maintenance Streets/Redevelopment Streets/Repairs Streets/Traffic Signals Structural Demolition (City owned properties) Utility Relocation Water Reclamation Facility Water/Emergency Repair Water/Interceptor Water/Main Repairs Water/Main Replacement Water/Sanitary Sewer Rehabilitation Water/Sewer Service Water/Storage Tank F�RT��RTH� Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: 10425_2022 Bond Year 3- Contract 19 M&C: 25-1098 Date: O1/08/2026 CPN: 104325 CSO: DOC#: To: Name Department Initials Date Out 1. Sophia Flores TPW - Review �- O1/12/2026 2, Christian Cardona TPW-Approver � O1/12/2026 ��„����,�, �„�� � 3. Donnette Murphy Risk-Approver �� O1/12/2026 ��„ 4. Patricia Wadsack TPW-Approver ��� O1/12/2026 5. Lauren Prieur TPW — Signer x�• O1/12/2026 6. Lorita Lyles Legal - Approver �1.L. O1/13/2026 7. Douglas Black Legal-Signer , K� O1/13/2026 8. Jesica McEachern ACM-Signer � O1/23/2026 9. Katherine Cenicola CSCO-Approver ��� 01�26�2026 10. Jannette Goodall CSCO-Signer � O1/26/2026 �� � tt��oo�� 11. A1lison Tidwell CSCO-Form Fi11er ••�- O1/26/2026 12. TPW Contracts TPW DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES �No RUSH: ❑YES �No SAME DAY: ❑YES ❑No ROUTING TO CSO: �YES ❑No Action Required: ❑ As Requested ❑ For Your Information � Signature/Routing and or Recording ❑ Comment ❑ File NEXT DAY: ❑YES ❑No ❑ Attach Signature, Initial and Notary Tabs Return to: Please notify TPWContract(�a,fortworthtexas.�ov. Thank you!