Loading...
HomeMy WebLinkAbout061867-A1 - Construction-Related - Contract - Burns & McDonnell Engineering Company, Inc.CSC No. 61867-A1 AMENDMENT No .1 TO CITY SECRETARY CONTRACT No. 61867 WHEREAS, the City of Fort Worth (CITY) and Burns & McDonnell Engineering Company, Inc., (Design-Builder) made and entered into City Secretary Contract No. 61867, (the CONTRACT) which was authorized by M&C 24-0386 on May 14, 2024 with a project budget of $41,800,000.00; and WHEREAS, the CONTRACT involves design-build services for the following project: Everman Parkway Extension; and WHEREAS, it has become necessary to execute an amendment to the CONTRACT to establish the guaranteed maximum price, inclusive of the Design-Builder's fees of 3.5% for construction and 0.750 of general and administrative costs based on the cost of work. NOW THEREFORE, CITY and Design-Builder, acting herein by and through their duly authorized representatives, enter into the following agreement, which amends the CONTRACT: l. The CONTRACT is amended to establish the guaranteed maximum price in the amount of $39,385,469.00. 2. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. EXECUTED and EFFECTIVE as designated Assistant City Manager. APPROVED: City of Fort Worth � Jesica McEachern Assistant City Manager DATE : 02/10/2026 City of Fort Worth Design-Build Agreement Amendment Revised: January 28, 2021 Page 1 of 3 of the date subscribed by the City's Design-Builder Burns & McDonnell Company, Inc. S�o-1-�- CIarK for Paul Fis�her Smtt Clark for Paul Fischer (Jan 76, 7076 11:1 �:70 CST) Paul Fischer, P.E. Chief Operating Officer DATE : O1/26/2026 Engineering OFFIGIAL RECORD CITY SECRETARY FT. WORTH, TX APPROVAL RECOMMENDED: �a.u,e...a. �rwwt Lauren Prieur (Feb 5, 2026 17:08:44 CST) Lauren Prieur Director, Transportation and Public Works Department 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�..zt� K�:6� Fanta Kaba, P.E. Sr. Project Manager APPROVED AS TO FORM AND LEGALITY: . ������ Douglas Black (Feb 6, 2026 13:49:56 CST) Douglas W. Black Assistant City Attorney ATTEST: A � � Jannette S. Goodall City Secretary �,dpUO�n4� �".�.o� �oR���d�0 � o p� P p�o °=d o d pP � � �n o � �' �a�a� �'EXA54pp� QUU44 M&C: 25-1140 Date: 12/9/2025 QFFICIAL RECORD City of Fort Worth Design-Build Agreement Amendment Revised: January 28, 2021 Page 2 of 3 CITY SECRETARY FT. WORTH, TX Description of the GMP City of Fort Worth Design-Build Agreement Amendment Revised: January 28, 2021 Page 3 of 3 FORT WORTH� 9/17/2025 To: Burns & McDonnell Engineering Company, Inc. Attn: Andrew Reid, PE 13737 Noel Rd, Galleria North Tower 1, Suite #700 Dallas, TX 75240 From: Raul E. Lopez, P.E. Program Manager, TPW Capital Delivery Subject: Limited Notice to Proceed Project Name: Everman Parkway Extension Project Number: 103271 City Secretary Number: 61867 Dear Mr Reid: TPW is excited to have reached mutual agreement with Burns & McDonnell on the project's Guaranteed Maximum Price (GMP) in the amount of $39,385,469.00 during my virtual meeting with you on 9/5/2025. Thank you and your team for the hard work in reaching this milestone. This notification serves as your Limited Notice to Proceed (LNTP) for the construction phase services of the Everman Parkway Extension improvements in the amount of $26,000,000.00. This NTP is limited to that figure, which is below the GMP amount, to remain within the authority granted by the design-build contract authorization by City Council via M&C 24-0386 on 5/14/2024. The amount is net of (exclusive of) preconstruction services and Early Work Packages No. 1-3, as shown in the table below. Contract Capacity Released to Date (inclusive of this LNTP) Pre-Con Services Fee + EWP No. 1-3 $8,218,264.00 This LNTP $26,000,000.00 Total $34,218,264.00 I At this time, the existing purchase order will be increased to reflect the additional capacity of $26,000,000.00 and a total amount of $34,218,264.00. TPW will seek authorization from the City Council for the balance of the GMP that remains outside of the Council's authorization for FORT WORTHo this contract: $5,167,205.00. Upon approval by City Council, a notice to proceed will be issued for the balance of the GMP. Per the construction schedule submitted with the latest GMP proposal, the substantial completion date is September 8, 2027. The desi�n builder shall submit a proiect schedule with updates for Citv review on a monthlv basis. The schedule shall meet the requirements of Article 6.04 of the General Conditions. ����� R�ul E. Lopez, P.E. Program Manager Transportation & Public Works Department cc: Iskal Shrestha, P.E. — Project Manager Lissette Acevedo, P.E. — Senior Capital Project Officer Transportation & Public Works Department BURNS �M�DONNELL,.� � September 8th, 2025 Iskal Shrestha, P.E. Sr. Project Manager City of Forth Worth Re: Executive Summary- Extension of Everman Parkway City of Fort Worth Project No. 103721: Guaranteed Maximum Price Proposal for Construction Phase Services Dear Mr. Shrestha: This Executive Summary highlights our recommendation to award this Work under City Project No. 103721 and constitutes a Guaranteed Maximum Price (GMP) submittal under our Agreement with the City executed August 20, 2024 ("the Agreement"). This proposal is valid until September 9th, 2025. Scoae of Work Design-Builder solicited proposals from 101 potential subcontractors and received twelve proposals. Subcontractors were prequalified where required by the City of Fort Worth. The attached bid tabulation compares the best value shortlisted subcontractors. 2. Efforts for Site Management are described in the attached CMCI (Site Management). The Parties previously entered into certain Early Works Packages pursuant to the Agreement for Design- Build Services, such Early Works Packages Dated September 12, 2024, May 19, 2025, and June 25, 2025. The terms, scope, and price of all Early Works Packages, upon execution of the Guaranteed Maximum Price Amendment, shall be subsumed fully into, and become a part of the Guaranteed Maximum Price Amendment, and the cost of such prior Work will be reflected in the total Guaranteed Maximum Price. Attachments included with this submittal include: - Executive Summary - GMP Proposal Summary - Clarifications and Assumptions - CMCI (Site Management)-Onsite Construction Servies - Construction Engineering- Professional Services During Construction - Bid Tab Summary - Bid Tabs - Subcontractor Quotes - Subcontractor City Prequal (Paving & Electrical) - Basis of Schedule - Baseline P6 Schedule - Risk Register (Qualitative and Quantitative) - Supplemental Risk Register Information - Supplemental Design Progression Information - Issue for Bid Plan Set (incorporated by Reference) 777 Main Street #2500 \ Fort Worth, Texas 76102 burnsmcd.com BURNS �M�DONNELL�„ � - Thefirst$424,500oftheunspentDesign-BuilderContingencywillnotbesubjecttosharedsavings and will return 100% to the City. Unspent Contingency above $424,500 will remain subject to the agreed 50/50 split. Pr000sal Evaluation For each bid evaluated, a total of 70 points were available for price evaluation, 10 points for schedule, and 20 points for qualifications which included a review of safety, experience, and innovation, as approved in the Subcontractor Selection Plan. Burns & McDonnell requests approval of $39,385,469 to proceed with the Construction Phase as detailed in the attached Proposal Summary. Approval of this proposal will commence Construction Phase Services as defined in the Agreement Sincerely, Design-Builder Burns & McDonnell Engineering Company, Inc � �� � Scott Clark, PE Senior Vice President Executive-In-Charge City of Fort Worth Signature: Name: Title: Date: 777 Main Street #2500 \ Fort Worth, Texas 76102 burnsmcd.com Guaranteed Maximum Price Proposal PROPOSAL SUMMARY City of Fort Worth Extension of Everman Parkway ITEM 1 2 3 4 4.1 4.2 4.3 4.4 4.5 4.6 4.7 4.8 4.9 5 6 7 8 9 BURNS �M�DONNELL ISCOPE MOBILIZATION SITE MANAGEMENT RAILROAD FLAGGERS SUMMARY OF WORK S-0155 Traffic Control S-2650111umination S-3120 Earthwork S-3210 Paving S-3217 Pavement Marking & Signage S-3232 MSE Walls S-3290 Restoration S-3480 Bridge S-3340 Storm GEOTECH, CMT, SURVEY, TCE ACQUISITION AND STAKING PROFESSIONAL SERVICES DURING CONSTRUCTION COMMUNITY ENGAGEMENT/ PUBLIC INVOLVEMENT PERFORMANCE&PAYMENTBOND BUILDERS RISK INSURANCE SUBTOTAL CONSTRUCTION 10 UPRR INSURANCE 1.0% 11 GENERAL LIABILITY INSURANCE 0.7% SUBTOTAL CONSTRUCTION + INSURANCE 12 DESIGN-BUILDERS CONTINGENCY-RISK 13 DESIGN-BUILDERS CONTINGENCY- DESIGN PROGRESSION TOTAL CONSTRUCTION PRICE 14 DESIGN-BUILDER'S FEE 4.25% 15 OWNER ALLOWANCE TOTAL FEES & ALLOWANCE TOTAL PROPOSAL COST (Construction & Engineering Services) PREVIOUSLY SUBMITTED September 8, 2025 COST � $283,467 $4, 086,186 $100,000 $125,700 $760, 915 $2,920,943 $3,366,437 $683,534 $3,276,605 $684,425 $6,645,233 $2,454,578 $407,050 $400,000 $10,000 $273,003 $232,972 $26,711,047 $267,110 $186,977 $27,165,135 $1,312,000 $924,500 $29,401,635 $1, 249,569 $516,000 $1,765,569 $37,167,205 ITEM ISCOPE I COST � 1 ENGINEERING PHASE 1(DESIGN T0 70%) $2,195,464 2 EARLY WORKS PACKAGE 1(PRECON PHASEALTERNATIVESANALYSIS) $$40,000 3 EARLY WORKS PACKAGE 2(SITE PREPARATION) $356,861 4 EARLY WORKS PACKAGE 3(SANITARY SEWER, IFC DESIGN) $4,825,939 TOTALPREVIOUSLYAPPROVED� $8,218,264� TOTAL GUARANTEED MAXIMUM PRICE� $39,385,469� PAGE 1 OF 1 Extension of Everman Parkwav - Clarifications and Exceptions Clarifications: The following items provide additional clarifications regarding the scope of work included in our proposal: 1. Subcontractor and supplier bids received on April 8, 2025, are valid for a period of 120 calendar days from the date of receipt. This proposal does not include provisions for rebidding or cost escalation in the event that Owner authorization is delayed beyond September 4, 2025. 2. Post-contract modifications to the scope of work are subject to re-evaluation and potential repricing, as subcontractors may have secured material pricing based on specific quantities or may have already released permanent materials for fabrication or delivery. 3. Work Package S-3290 — Restoration, due to the absence of complete bids for this scope, the estimated value is based on historical cost data and current industry standards, as referenced in the bid documents. 4. S-3340 Storm is priced to include final inspection and cleanout of the stormwater system within project limits upon completion of the full scope of work and submission of the associated CCTV inspection footage. Should the City of Fort Worth require additional CCTV inspections and/or further cleaning beyond what is included, such work may be subject to additional pricing and will require a formal change order. 5. Trenches and excavations for underground utilities, including but not limited to drainage and sanitary infrastructure, will have suitable trench and excavation bottom conditions to accept and support the work as designed, consistent with the Issue for Bid Contract Documents. Improvements to the subsurface and physical conditions that are required to facilitate installation will require a change in Contract Price, Contract Time, or both, consistent with the general conditions of the Contract. 6. In accordance with Article 13.03 — Tests and Inspections, the City of Fort Worth will engage an independent testing laboratory to perform all required onsite testing. Burns & McDonnell shall provide a minimum of one (1) business day advance notice of readiness for all inspections, tests, or approvals. 7. Burns & McDonnell has budgeted up to $100,000 in the cost of work for TCE (Temporary Construction Easements). Any costs exceeding this amount will be the responsibility of the City of Fort Worth. 8. Burns & McDonnell has been granted exclusive rights to utilize the adjacent City of Fort Worth property, from Rosedale Spring Ln south to project limits, not limited to material storage and the temporary borrowing or spreading of excavated soil. Upon completion of such activities, Burns & McDonnell shall restore the affected areas to the existing or improved condition. 9. Traffic control shall remain in place at the daily conclusion of work at the discretion of Burns & McDonnell and in accordance with applicable City of Fort Worth ordinances. 10. Item replaced with item 17.b. 11. Railroad flaggers are considered a required Assigned Subcontractor by a Third Party to Burns & McDonnell as part of the UPRR Right-of-Entry agreement. All delays caused, or arising out of, by this Assigned Subcontractor shall be subject to an equitable adjustment in Contract Time and Contract Price in accordance with the General Conditions. 12. Vibration monitoring is excluded. 13. Railroad Protective Liability insurance premiums are impacted by market forces, local conditions, schedules and durations, and other components that are outside the direct control of Burns & McDonnell. Therefore, it is impossible to provide a spot price and quote support for this premium as it fluctuates as required by UPRR to facilitate the obligations of the Right-of- Entry Permit. Burns & McDonnell purchases Railroad Protective Liability as part of our complete construction portfolio, and we are able to provide a rate of 1.0% of Cost of Work as defined in the Contract Documents. 14. Burns & McDonnell anticipates receiving the Right-of-Entry Agreement from Union Pacific Railroad (UPRR) on or before December 1, 2025, contingent upon the firm's good faith efforts to secure the agreement by that date. 15. The proposed schedule and pricing are contingent upon receipt of all City provided access to the Work. Any revisions or additional requirements imposed by permitting authorities after submission of this proposal shall constitute a change in the Scope of Work. In such cases, adjustments to the contract price and schedule will be negotiated accordingly. 16. An Owner's Allowance has been established for the following items per discussion and agreement with the City of Fort Worth and Design-Builder. Any costs that exceed the revised Design-Build Contingencywill be the responsibility of the city and covered through the applicable Owner's Allowance or via Change Order. a. GMP Proposal Summary Line #7: Community Engagement / Public Involvement — reduced overall budget to $10,000. b. GMP Proposal Summary Line #3: Railroad Flaggers — reduced overall budget to $100,000 and moved $341,000 into the Owner Allowance at the request of the city. c. Risk Regiester Item #4 under the Guaranteed Maximum Price (GMP): Inclement Weather — removed $106,000 from the risk register and placed a reduced amount into the Owner Allowance of $50,000. d. Risk Regiester Item #27 under the Guaranteed Maximum Price (GMP): TCE Acquisition — removed $65,000 from the risk register and placed equal value into the Owner Allowance for $65,000. e. The Allowance (DRIVEWAYS — 2@$30k) has been allocated in the Owner Allowance for a total of $60,000. Assumptions: The following items have been assumed in our Guaranteed Maximum Price: 1. GMP proposal is based upon the Scope of Work as identified in the Issued for Bid (IFB) Plans dated January 2025 and as was uploaded to the Owner's E-Builder documentation portal in advance ofthe bid process. A copy of these plans can be downloaded from the E-builderwebsite or provided by Design-Builder separately. 2. Any contingencies or allowances specific to the Owner are not assumed within this proposal unless specifically identified and shall be provided separately by the Owner. 3. Any conflicts associated with gas lines or any utility not identified on the Issue for Bid plans are expressly not assumed in this proposal. The basis of design and the Guaranteed Maximum Price (GMP) do not accountforthe presence, alignment, or impacts. 4. This proposal assumes no extensive dewatering methods such as well points, deep wells, or continuous dewatering systems. Dewatering is limited to standard pumping of up to 2 inches during work hours. Groundwater monitoring and any additional dewatering measures beyond this scope are not included. 5. Burns & McDonnell has not included any upgrades or modifications to existing manholes, vaults, or waterline infrastructure not explicitly shown in the bid documents. No sanitary or water line modeling has been performed; pipe sizing has been determined and directed solely by the City of Fort Worth. 6. This proposal does not include pricing for ongoing or routine maintenance activities such as mowing, weed control, crack sealing, or repairs to existing roadway structures, except as specifically identified in the contract documents. 7. No replacement of existing residentialfences is assumed unless damage is solely caused bythe Design-Builder. This includes fences that are already in poor or deteriorated condition within the TCE and Project limits. `�BURNS ��.MSDONNELL R1TIinAR.PF?ATl.!1lFL1P. s�re Maoaqemeovi ceoerai cooa�eoos - Estimate Builtlup - -- i---� --_ qn../cmavM =.�:/i.airiauarsname °" ' Ex��/r mMwte n • ... . .e SlyvXlollon AM�.^�� .u/i.ervie.:i'.n.m. a s x�r�ry � � I Inme f;�'�i'.e K�'.e i�a���nR. I��i�inEi.im Printed 9/3/2025. 1 13 PM Page 7 of 2 �BURNS �MeDONNELL _ E _ - � s a 6 n � p Q � Site ManagemenU General Conditions - Estimate Buildup - Home Office Adminis[rafian / Managemen[ - - - - -- - - Sen'ior anagemenl - - - - -- QualitVi`/ianager _ _ _ _ __ � _ __ i4tlmin - - � - ---- - --- Estima[inRLead - - -- ProlectControls-Cost Total CDB G ome �ice Labor Site �ce --- - �-�- - ]0 I 23 - 1 Cons�ruc[ionSi[eManager - - - - iT� - z/I �rtesafe�yaHeaimi�specro. - - - - 3/ - 1 Quality -- - -- - )00 23 - 2 FieltlAvm 560 � 1 Cans[ruc[ionProlectlNana¢cr Tota COB �ield Laior I I I I- I NelocaLionLr.pen5e BMcDSmallSupplies&ConzumablezChargesTotal v2aEcisaEoricNoiES: Homeox��esm.,i _T�aco�,,,meaeie,iioi.�.,e, asi �. ��r m, ,a�.��o�,�m.,nir,iiioi,a,s, s�i IFToaai smco recn cna.se HomeOfficeExpenses I vrsoiE[rSaEaFiCNorrs: I Total Home Office Eapenses Regional Hrs/ To[alWeeks UOM TOWIHours BurdenedRa[e BiIIRMe Level To�alBillable Offire Week Revenue MR 40 10.0 wk 396� $ 26848 Nrojectmanager $ 106,952 NTR 40 10.0 wk 398 5 20882 qual-iryManager 5 83,196 DFW 40 19.9 wk ]9J $ 122.64 Pro�ectControlsCoordinator 5 9J,]10 KCM 40 2.2 wk 8] $ 192.25 Sr.Es[ima[or 5 16,649 NTR 40 19.9 wk ]9J 5 2220J ProleRControlsManaRer 5 lJ6`28 2.4]] $ - - 5 481,8�3 I ROffcedl I Week ITo[alWeeksl UOM I TOWIHours BurdenedRa[e BiIlRate Level TotalBillable Revenue NTR i0 99.6 wk 4,980 $ 2060� Superin[entlen[ 5 1,025,8]] NTR i0 249 wk 1,245 � 13].3Q On-S'iteSafety5pecialis[ 5 1J0,9J1 Nlli �0 S� wk )60 $ 20882 QualltyManaRer $ 54,251 rviii �0 99.6 wk 4,980 $ 128.39 NssistantConstrucllonManager $ 639,318 DFW �0 996 wk 3,9A� $ 225A0 Construc[ionMana¢cr $ 89J,903 15A4] - - 5 2.]88,321 AL/ItC - 3,0�0 $ - InternalCost- Consumables TotalBillable UOM TOWIHours Consumables Charge-Client Revenue Chare�= qafe n�: z,a�/ 5 dzo 5 s.9s 5 zqeaa hrs u,aa� 5 e.zo 5 e.m 5 9s,na y 5 izo,ai� Regional UOM Q[y [os[perUni[ TotalBillable Offire Revenue $ FieldOfficeCost PROIECTSPECIFICN0TE5. I Regional I I Ou�dtiOn I UOM I Qty I COStp¢�Unitl Owne�zCostl Offire f'%"1 Ou[side Serviees ConsideredAbwe the Line- May Ge line i[ems in jhe EPC Estimate Field OKce Facility ConsideredAbove the Line- May be line items in Fhe EGC Es[imate IiMCDOf(icelra'ilers NTR 25 1�S �,500 iw�b/o�m�br.���iers rvra i ea il5 zs,000 Field oflice UHlitles Considered Above [he Line � May be line i[ems in /he EGC Estlmate Water / Holding Tanks Plu mbing of Off�ice Trailer ro Holiding Tanks Temp Water Hookup Temp Elec Service to SI[e Temp Elec Trailer Hook-up Temp Elec Usage �umpsters Field Offces Offlce Supplies Ice, Water, & Cups Off'ice Furniture Cleaning Service Pos[age Fed-Ex lobslte Meetings Field OKce Elec[ronics �VeriryTech Feelnclusionsl Hatspats Multi-Function V rirter/ Copier/Scanner Fieltl Vehicles On Ste Pickup Trucks Fuel for Onsite P ckup Trucks & Mules & Carts Mules & Carts FieldSicingCondiiions�VerityOwnerorDirectCostlnclusion) �onsideredAbove[heLine-Maybeline�[emsin rne evC esamaie Storage Trailers / Conex Boxes Portable Toilets Wash Sla[ions Qualily lesfing Dunng Construction Dewatering Slreet5weeper Field Safety & Fire Expenses Employment Posters Safety PPE OSHAExpense/SDS Books Firs[ Ald Expense lob Sign Fire Extingu'ishers I To[al Fieltl Offite [orts Total COB Field Labor ro�ai emco re�n ena.ge TotalField Office Corts GRANDTOTALCONSTRUCTION MANAGEMENT NTR NTR NTR NTR NTR NTR NTR NTR NTR NTR NTR NTR NTR NTR NIN NTR NTR NTR NTR 25 1 IS 1 Is 1 e 25 25 mo 25 mo 25 25 25 mo 23 mo 25 ea/mo 25 ea/mo 25 m 23 23 mo 1 year 1 Is 25 mo i5 mn 1 ca 1 ea � S i,mo � S z,soo i5 1 S 25,000 S $ 15,000 i $ �,000 1 $ 500 1$ 11�$ fJ$ IS 1��$ fs �S 3 $ 50 �$ 5 1,450 IS �so ] S 1,000 i15 soo � 5 iso 6 S 135 1 $ 1,500 $ 500 I S 1,500 1J $ 150 i S 15,000 �$ 300 J 5 1,500 � S 1,Z50 25I5 85 hrs 2,4JJ hrs 15,44J Total Billable Revenue 5 is�,sao 5 as,soo 5 30,000 $ 2,500 5 5 zs,000 $ 15,000 $ 25,000 $ 12,500 $ $ 5 $ 5 $ $ $ 3,]50 $ $ �2,500 5 e�,soo 5 zs,000 5 5 5 $ $ 5 $ $ $ $ $ $ 5 � n,soo 22,500 20,250 3],500 34,500 34,500 150 15,000 ],500 3),500 1,250 2.125 696,025 � Pnnted 9/3/2025; 1:13 PM Page 2 of 2 Bums & MCDonnell Engineering Company, Inc. Everman Parkway PDB Phase 11 - CPS Fee Estimate�'� � �g co�svucuo�: ....o..�,e. �� �� BIDTABSUMMARY � BURNS Project: Extension of Everman Parkway September3,2o25 � M�DONNELL. � — _ � E U - - _ _ - U - U U � U _ � � U 3 �j E m LL s m a � � z � � � U � � r _ Bid Package GMP Value BOLD NUMBERS CARRIED IN GMP Earty Works 2 C&G $ 162,567 $ 162,567 $ 1�9,674 5-3300 Utilites $ 1,885,576 $ 1,885,576 $ 1,935,807 $ 1,994,960 5-265011Wmination $ 760,915 $ 76Q915 $ 862,375 $ 864,118 5-3120 Earthwork $ 2,920,943 $ 3,561,938 $ 2,920,943 5-3210PavingandSiteConcrete $ 3,652,922 $ 3,366,437 $ 3,947,676 5-3217MarkingandTrafficSignage* $ 632,482 $ 484,003 $ 331,121 $ 148,480 $ 324,990 5-3232RetainingWalls $ 3,276,605 $ 3,276,605 $ 3,105,136 $ 3,222,907 S-3290 Restoration $ 684,425 $ 976,515 $ 684,425 5-3340 Smrmwater Utilities $ 2,454,578 $ 3,067,910 $ 2,454,578 $ 3,990,812 $ 2,543,997 5-3340 Bridge $ 6,665,233 $ 6,665,233 $ 8,859,406 $ 7,312,596 *Marking and Traffic Signage package is split out to two selected subcontractors based on bestvaWe evaluation BID TABULATION: 5-265U Illumination Projec�:eEx�ension ofEverman Parkvsy Ieean EleclrlcallLumine� I Pwce evawanox �o ro�ms I qry uoM iotal aia Level qry �PRICE EVALUATION � OBILZATION 5 A � VPE�E9TAL EA S �93000d I Qf50 8 �30.1000d a650 90 �i� � Bo �B) oO.aJ � Heo(INBAFFIEF� - 35.aJ � RMISC eo.oU � COINSULnTED ELEGCONDR g 15P366.]5 � UNDBOXIYFEB.WIAPRON 1, e � UNDBOXIYFEB - � C110N BOX � RNI9H/INSTALLTYPE33AARM 5 � � RNI9H/INS�ALLDUALTYPE33AARM 5 � � DLIGHiINGFI%TURE SS IIGHTING FIXTURE - WYNIOLFUM FOUN�ATION TY 3 5 B, PN� e FIlRNISHiINSTALLROWAYILLUMTYIBPOLE _0 FA 314439000 Yes 30 �TOTFL BqSE BID 4 �q9.5o'9 �5 Ipl �ry uam iou� �ry I,ef^CeauainCazto�woikifprnrerline(5TA1]S�CONSiA o Ls 5 - no 0 �3]�00)ismmovea by a�neis � muluqe workpacke8es 0 L6 S No 0 � RRFB-ReUanguYar RapiO Fhsning Bea�nn �Solar) S Gi.131 O(1 � IN9TPLLFlllM91GNGROUNOMOUNT 25 E4 5 1.Y150U No � IrvialIALUM9IGNONEHISiINGP09T A.O(f I REMOVESIGNFANELnNDP051 4 E4 8 GOOU No IB�o� EXISTINGSTREEfNAME 2 Eq g 250.00 No I I �rora� seienea a�e.�aces a . I �TOTPL BASE BIO PLUS ALTERNATIVES E; 49.659 ]5 �BiE er ers M1ing entlinslnllinB�M1e ReaangJarRapitl FlasM1in9 con(9dar)Indutling butno�li�leleaaamblaas�-larpw✓er � L9 S 459.131 00 No s emu(BEAN)c oFravea w p � Brtl9e Grountlin8� UPRF i L6 8 �9,985 No I o�a� 5 IT I S �BURNS �MLDONNELL. CopPellConziruchon Co.lnc � UOM Tolal Bitl Level 5 8 Ea 6 aR,0000U S �aa.t500U 0.011 5.011 0.011 0.011 0 0ll 5 3 5 6 � $ 9�5,80000 Yes b 86i3�5C11 uom i ma� { L9 S - No EA EA EA £ 862,3]500 5 - 5 - I entBantls 450% u S 1 450s� Yes 064b -82� Yes �ao�usieoaassaoaVm S �so.saa.eol E esz,»s.00l � � scoae 70.0 61.8 IBofM1EBitltlers SamepOuroauon-Neutral �� Poinis � ean Eleclrical«UOM B) Comment COPPeIIConsiruchaUOM. nc ommen I �ry a �ry s I � � ao.o ,�Ks io.a �K� ���.��o�� �� I s�oaE I auaurpanoxsevuuanoN oo: BeanElMricel(LuminB) cmnmico�:o-�n�o�co.i�� � IsarErvPa,s�ra�i aPo��h � iR uaaas�ooaia.�me�z FVG 1.afi AVG 25] RNCW�b�IcssNanl qVG -58 AVG 0,]4 I scoae Pass Pass IE%PERIENCE 10Goinis � �FeanpMricallLumne�F� ID�DFn�A�ILfMbµP�ulkf � I I �aolevam��xocnoncemaela�edscopeoiwa� ear) io eav) �o j �au i ic �sole ror aro�ed ar) � ic-(10 m Ico nr�a��� or..omda�a ��o� �ia ma.� s� a,i� �, � I sco 10.0 10.0 I IrvNovanox laroin�s es0ectrical�wmine� ppeneonztrunfoneo.lnc I I � isuommeaouPsionsiaequ�sioret niaaaors eax� - ore�iom�> � �m�e ces�er.e�ndv�ocess ma.) orefioma.� Iv�oo�avEauemeeves s�o�iiomax� v smre�iomax� o I I sco 0.0 0.0 I vnwu.inknwnnoimwrunwuMn r,ssr.n aw�i��eean0ecvmzi0.ummer� .� a�,;�����eneoo u uoeu.m�. �� �ware ewer P P j lin� i�aiori q o v� q a � Iva�iie I I I � Pass Pendfng I I requalneaoncomrass ra:vcan M:i�wmi�e� o o� j ,` � �� s°`" I , �� = s �„I��n i �Pending Pass oalrvesummnrsr � I aeanpenriczll�uminel I aae����nruc�lonto.lnc I IPr� 3 -�elue�ion) Rank Rank �n ' ��u - ey (Pa Fa1) �Uu �pua i ica i.ins �pi i icA inns COFWnGre-qu:li�ied lo� I�t��nnns-mnPA�� Pomm�A Pass i'" F��.�s�aaE' so.o I a,.s I aE � s�MMaRr �a�,��m;�a, � �o. �� � ,M"" ���,aE��a�ded � s �. s� �. ` s � B,'� a� �a , M�aE aa=�ed o� a � M�waE �=�ed o� a,a Add���o��M�,aE�a«o��aeeadd����aske� s .,o � ° - AJJiti ��MBE Price - Atltliti ��MBE Pnce � 01tl Vvlue 5 �6 Bitl Vnlue 3 8623]5 00 uste nce 8 7s � nP us2 nce $ 8823]500 I FtldrtionalAtlM/WBEBasetlonBitlll y60% Atltlihonal°n/.tlMIWBEBasMonBitlp pOGh RequesteE Reques�ee BID TABULATION: Pro�ect:eExtension of Everman Parkway IPRICE EVALIIATION I D91L'ATION I SVJPPP�InstallBMain�enance� I s�ea�P,eaa�ao,�on��go��wooi=ia�-a�e�P,aP� I Rerra�aismewaik I Rerra�enonRamp I Rertave Gua�dnil �Typa 3� I Salva�geGete I kerrr�veLoP�a1leL�a�r6knl;uuer I kerrpve �U Lure (n(ek I u��ass�naa E.�e�aeo� �v aia„ I nPPYan I RipRap nAllLayerseneGeo(ebric I s r} L3ytlown II Tenar�Geolabnco�SimilarforT�mporaryFatlWn IITOTAL BASE BID Il�l�emates I ougnGadeONLvroB"BelowBo��omo�Pavemen�antl ways I fFlaxbaseuntlerPavementantlDrivawa�is I soilPlecemerilantlGretling I+Olneremwetlbyo�M1%rserf � '12�+OO�aSTA val ot Tempo�ery Access Road and �aytlown wiN GeoBritl or EquNalent I �etluctlormul001eworkpaokzpes ITOTAL Selec[etl plmma�es r9TAL BASE BID VW 5 NLTERNATIVES �A aae� nme�: p,��an mse wau mome�r siao Irorn� amae, naa�.: � uanox ra;m. ieom e�aae�: same o�,am�- ue�o-ai � SCORE GURl1FICATION4EVALURTION MGoiMs iR Ne�s m o� i�s ma� z k NeeotooelessiFanl � � ERIENCE �Cu i ie a veia o or �_ � NoM1 ��onsWotlon orOomole�etl � u R q orqen�iaetians �I��e�,� �e �����s�.d�dd �r�ce� �a�oosea v�nioe� aw� �wa eran , ewer ����uminauon �Pav g I in I Ivrcouaur�ea an eomrnss 5-3120 Earthwork `�BURNS 1�MEDONNELL. ICoppellCansirucllonCo.lnc I c aon onracling pry IIOM To21 Bitl Le�el pty IIOM Total Bia Level 5 .. i 5 199,1853) e 8 5 es s S n�6 s ,e�ooa �3�o s 2� en s z�,a000a a en S 60 8 t,50000 yes 60 $ , 00 0 S 0 $ EA 8 �,00000 yes 3 EA $ 6,03563 9Y 8 29,52000 yes $ 33.8�960 SF 8 0 yes 6Y 5 1],OB]40 Yea � $ 0 Il Yes 5 - 8 ' , J yes 5 s o dJ yes 5 & o dJ yes 5 641.65800 - - a IrJ yes 51,0]5.53832 If Yes 5 .. OOIf Lez 000 5 m000 sv a so,00000 v=s iooao sr 5 soaoo.00 ves $ 3541,93/50 $ 2,8881621i 0 SV S - No 1]210 SV $ 50,42 No S - SY 8 � 650.31I 0 CY $ - No '1904 CY $'14224789 No 1 L9 S - No t LS 8 - No 0 9Y S - Na 10000 SY 8 - No 'I LS 5 - Ilo 'I iS 5 - No _ s asa�sa�se s z,aee,�ez�d s - �aof �! s �az�eae� no a a - os4i ro s . aa� vas i�ova io s aneo�� v_s a.wi.sa�s I s z.szo.saz.si I 57.7 70.0 Cappell CoreM1uction Co. Inc cfing pty IIOM Commen[ piy IIOM CommenK 9 WKS cin s WK[, f _ y ,oposal nsk �0.� �0.� z9a zza AVG 27 AG 203 nvc, Pas o.in Av� Pas a�_ SCoppell < nztruction Coulnc � MCMaM1on ConVac4ng I - Pe. (Snb axl � ..c rel'In axl :,_ 0aorei0r�rdx� 10 Scare(10rt-uJ iJ �0.� �0.� c e��o ex� I 10 Sc�reiOnaxl � 5.0 �FaO eoppelleonsbuctloneo.lnc N/A �can covnen co�n,��u� co. i�� i� i nss a�s Pass P .�re (' 0 r ax) swr��io���� o 6.7 tlng N/A Pass � �a� e ��i.,a o�7 .,. , ; � �s�,o �� � �o(�a � � �-,�yt'a re�p �s zu rAuai��������o�� coM.�e,�fe� Pa�s P�ss ��,�������o��-���o�a�o� F��a��oRE a�, `Pass a���=d � aE � s�MMaRr �oaae�� �e�.�,����o� �o. ��� i`,�" M,�aE ����dad � ar ko,� tl�, a �e � 3 sa° s3�s� �`��, d�,aE �� e°""a�a�s 5 , _oo� , add���o�a�M,�aE������d�addad�fa�ke�� � � - , ad o�a�MaEP;�. B ad o�a�MeEP;�e � - i �a��e � 35a°�°°u �a��e � AtlulstetlGrice 836s1,93]5o qJu'stetlGrice 5]Y10.9419� IAdJNonal%MIWHEBaseEonBiJttRequestetl a30/o Pdtlitional%MM1NBEBasetlonBitlttReques[etl J.00h BID TABULAl10N: SJ210 Paving antl Si[e Concrete ` Rwemee�3.zozs e.��ma�va� v i\�RlKDONNELL. YIOYOI�� Pa� o� �oM .o�a�s�od� a�d�<..� o�. �eM � i � v 6 ao � s�s� i s � i za�,.�i oss� ' eYm�te,a�. saoJ�� 59fi��% i °�mM�z' a o.��i ooa.�� i . -' �5�� Saa� i moeavMa� i ,am�a,� �sd� oaoo � �P�a � ,� , G� a.aU i e a6���1 oa:�J � � � ,�� a,�J i e�� zs�� o:aJ i �nma�� d� o.oJ i Mo�sup zae � s , oC .ea � �F s »,ioo.od ve. i i i i,o,a�ense eio s a oeo ass,! s 3 ssoz�a� iA� �,� �e. �e,.� �,. �e. �e„� � � ,af s.aU i ��m� soJ i o �.ma��nA,���s-s,A�3�.a<� , ss! a , . aou No � �oat�.o.ma�nA,�,.�s.s.A�..oa� , �s a�k��ee No , �s s Ss,00a.00 No Iam o, ,os.<e�.�,A,o»za� � �s :�,aa,.,� No , �s : z,,aoa.ao No � �3, � �s�mo�aa oma,s. ^e�s. ,a.00ros,a o �s s _ No , � s m.zs� tio � oaa�tt,�,m��m�.o P e a �s s _ No , � s m.zs� tio a�o���eMa�����,o�aF�. sa�us�> ' �,s sF: 66,,aAoo Y� ,s�a,��o,Me�„�a��n�,� ' anore ' , �.s � oo .� � ss�oP�M,MARKiNOHAsau� e�zo �F a z�.�s� No � Ie su� i vMr maRarvo HnsM eceo �r s ao,wz No I Ie r�anavMTwawN�Hnsryv] ieco �f s 6aoi Na I Iasi�a�uTlruRaNOMnSNJ) �g6o Lr s 9, Na I Iiesu�i�MiMARarvcrvAE�w� ib'a Lr 5 I,St Na I I 3o Lr 5 sa69Ql Na I I ' coMRA6rMNRKINo6-2a dao LF s ao.t� No I - a aL u�ra�� ��r������ , � �I � a� EREo � �o��,�o��M�aNro�o� ����=aea�-� .,s � !.o.a�s.�K..aA�.��...� s �=a�=soo�, _ �z�aov ! �rora�a.=Ea�oP��=a�.Ea�..��= o�s� ass� � �ao,�=,o-aA=Ea��m,��ao�� „o� �. ;;,6�;3�0;� �� o�� � =,�,�6,;� �.s ; � s rz ]0.0 , I 59.]� 3B I —� co e iaoneiaa.�ssem.o�re�io�.rv���rel oN Wm cemtl.e �o ws Lomavon I I scoaE 6.1 10.0 I _� oun�ilcniloxs [va��aipx EivPasslFa�l aPoin�s I I I iNre]moekssJiant � � I I I I I n rveeasbbekssmanx � � I I I H k � I I rveeaiace ssmen I I nvo o,c nvo o.5a I I scow= Pa� I if��lr��d���e���w�;e$llFoeo�w„k �o�5oemasi Pe�soeka�i i i�o nti���o�o,�om��aa ��no�,a.� ,o s�o,enom�.� � i s=oAE �o.o io.o u�� , ,o�e�� "fi�a��o�, i i=�oo�a���.�w�, s�o�anom�.� o s�o.<nom�.� o i I s� sa i.� I i Rea���d Po.�ass R.a��,.a Po�.ss i nv �, w i I��� ��e wequ � Pass ves Reau�rea Pass YP9 I � �n �es 66 aoepe�nve vee 66 �epec.e � Pentling Pentling I _I I =Cecnc e' e.v400n> xanx aanx I I�=�� I lo��., evrva. Fam I In� I !�° ���a�o�,.�oMP�ss "e° FHa�=�o�r 'a=;"° � `;;a"� j � E..s�MMAA. M�eE„���aee�a� ���,�� . "'"9 so� soo�a"' . �,o� _'°I ; o0 Aoa�oo��M,�eE�a���a�adoedRa=K� � Ae��s,<dP„�. , �3=s,��o� � Ae��„eeP,��e s3sa,s,s�al Iadd„b� R�a��s4a e�e�am zsasti I.na�,�o� R.a����e o�a�a� 000� I BID TABULATION: 5-3217 Marking & Signage ♦BIJRN$ Project: Entensiono(EvermanParkxay s.,�.me..�.zozs � MSDONNELL. eanOecVIwI�5lnageOnly� MCMaM1on�ShipingOnty� rwce evawanory ar m m�ai am �e�ei aev uwa m�ai am �e�ei �awce evawanory IMaai�u.iory �s s - �o � RRFB L� 80.3�3�Otf � LS 6 50,49b` Yes � IN9�TNpLLyEA�W�Mry9p�IGryN�G�5F�OUN�pMOIINT � E0. S ��YeS i �sLUF�i�MARkfRG'A��(� c en a aad ves r s asszu � MnRwNCHasm s oo3zea � aRKimc Hns m�n - o� ou PVMT Is � e'SLDFVMTMnRKINGNnS(W� LF � t9"SLDPVMiMARKINGNAE(W) LF � 24"SLDPVMiAMR10NGHAE(W) 30 LF S 5a890 Yes IA9rICGONTRAeTMNRKING9-24" 400 5 30.13 Yes I a o! I i ERasEomnRUEaTvn-aa s eeeU � FLRN6E�MARKEFTYIFC-R 6 6�(f '���� �� ����� soo �F s; a�, oo e= , i� NE �,� H ow s _ �o � � �TOTqL&14E&D 54124550(! 5 , 26 �Aherple�tesu �`/ unm iou� �n uom iou� � joea�dr�mw�da�o��p�d�eas�������nuum�in �s s - vss a �s s - No I I I �TOTaLselecleaHMemahz S - 8 - I { I�ee P�U6FLTERNFTNES 5 4R456 5 195,506 �& � REMWE&ITTONSAN�MARKERS S - - � sARqNOHnsfYl 5 - - � L'+.NELEOEND�uBLEARROW 5 - 5 - � L'+.NELEOENDYIEL� 5 - 5 - � Reloca�e6is1ing9�ree�NameBhes ] EA S R500a es 5 - � InnallAlumSgnonExisLiqPon ta EA S 4.im00 ves 5 - I � S n En 5 �.]]393 Yes 1IILNMOwONuvICL - �TOTqLBiEtlerAdtlxs 5 a�9A0(! 5 iT/39L I I i aemo�a��e a va�me�r eo�as— � so�� „ s ves i iar. „ res �APIUSTE�&15E&� S 484.002]51 S 199.53t.901 � � SCORE 47.0 70.0 I _I seNEou�E Evawanory can De�blallsmaae onlv) o� (so-iqna onlv) ary uom commen aN M uom eommen iBom aieaers sarre ouration -Neutal NKs � ✓N(s � I _� I 5.0 5.0 � I scorsE I oununcnnorvseunwn,rox :oro�m e�,�o.nHvnsi�ag.om» MCMaFon�StrlpingOnly) Rr Neaa�oeeiau�na�a �aia rveeas�ooeie:smanz ' R Ner� to be less tnan � 2020 � scoRe A G Pass a98 I E%PEPoENCE fOPoi�ts BxnrElaclncalNl3nagaOny) sihle 5 ore � I �I � f ✓�/oM1 �I it' � .�o�, �m,P�, �.,o �.(i ,a ia.o ixrvovnnory � eie.+n�ai �smaye o�y� �$}fmin �ri,anRvations �(lo eex�/ � �� e orvei ui mmss re( 0 ax�l m,000�,�Eu���� o,e,,oR,azii o 1.7 �ualReavnlM14lrymFortwoMM1 Fail nElectncal�sinageonty) i i i I i I I I I 4ea I I Avc � Pass 0� s> MCManon (sNpna onlvl eo hle XJJ � � � ,. � ,� � m�=i i ia.o o� Is�n '�v odvl ef�omeax1 I e�,oma.� i anoma.v � i 5.0 I rrequa�nieo an u�mrwsn I GYIMPn blal�s C.iNP4 SlaWs � � Pass Pass I LORNGSUMMFRT nElectnca1�5inageOny) on�5triqngO�iy) �Prl _ Evaluatlon� Rank Rank I$�he]ulelutli��GC I ' _ AY lificauons-Sxitey �PabFa�il) I tions-Expenence rI fim IV�l N�eore-Innovaoon � � So I�+y�fi�eo�:-eowvare-q�eniee IUu�icaoons-cnmvn55 '.o 0 , F��a�s�odn s�, �i � � � MIWBEASIIMMARY BeanElecirical(SinageOnN) � �5 oO�iv) � i rw,vdt i�u�aao �� drG s. miwee v �. n s�d %�V' �E i ��oe�avnme�� b ae � emvm�. � % MANBE Bazetl on &d 0.�0%� � Y. MhNBE Bazed on Bid � AtltlitionelM^:v3=]tatcouldbea40e0neske4� - - � Ftl ice HJ ice I s a 2i5 S�9e,vii4 i usteavnce s aea,oaz�s usteaPnce sise,s3tia I Aa o al'°hmIWeEBaseeon Raa o el'%mNY6EBaseaon aieXRequezlee �'��� eiaMRequertea o.00Ye BID TABULATION: 53232 Retaining Walls Project: Extension of Everman Parkway September3,3025 PRICE EVALUATION ]0 Poinh � �PRICE EVALUATION � MabilrzeM1on � Embankmen[(MSEBac�IlRemforecetlZone) � MSE Retainin9 Wall � MavisVip � Pipe Underdrains � AnftGreffitiCoeting(TPIII) � EmbankmentinnonreinPorcetlzones � I �TOTAL 6NSE BI� �AI[ernates IBacMi18 Rough Grade Easf AbuMent to STA 136+9A.00 I DeduR in Cost oi Work rf pawer Une (STA 12I+pp to STA 13J+pp) is removetl by o�M1ers. IC22t RaAlnstallation IDeductfor muXiple v✓ork packagas �TOTAL SelecteE Nternates I �ia1q� BASE Blo a�us a�iEarvaiNES �Bidder Adders TM1ere is a po�en�ial to save $9].000 if �ve can Wilim IM1e atllacen�sitlewalk/concre�e paving antl efimina�e�M1e Gedicetetl momenf sleb �TOTAL BidderAdders I Pcrtormance8 Pavmen�Bonds" �ADJUSTED BASE BID i SCORE SGHEDULEEVALUATION fOPoints � �Both 0idtlers Same Oura[ion -Neutral I I SCORE �BURNS �MSDONNELL Goppell Consiruction Lo.lnc I Urban Infraconsiruchon �M9E) Qry UOM Tohl Bitl Level O�y UOM Total Bitl Level 1 LS $ 355 000.00 Yes LS $ 320,000.00 Yes 12600 CY 8 041,800.00 Yes 19098 CY $ 1,041816.00 Yes 20]84 SF $ 124],000.00 Yes 20]J8 SF $ 1.26],458.00 Yes 35 CY $ 288]5.00 Yes 35 CY $ 2],650.00 Yes 1400 LF $ 12,fi00.00 Yes 1395 LF $ 40,455.00 Yas 22404 SF $ 3],525.50 Yes 20])8 SF $ 62,330.00 Yes 30000 CY $ 8]0,000.00 Yes 0 CY $ - Yes 5 2 992 880.50 0 LS $ No 0 LS $ - Na 1262 LF $ 210,]54.00 Ves 1 LS $ - Na 8 210,]54.00 $ 320363450 $ $ 3�58,]13.00 i 1 LS $ - 1 LS $ (40,000.0� No 0 LF $ - t L6 $ (220.000.0� Na 8 8 3.159,]13.0 � 8 0.64% % 8 20,503.26 Yes 2% % $ 63.190.2G' Ves $ 3,]26,13I.]6 � S 3,322,9a].26 � 67.4 67.4 Goppell Gonstruction Go.lnc Oty UOM Lammenis 26 WKS Provitladin e�mee a�oao:ai 10.0 OUA4FIGATIONSEVALUATpN lOPain�s I CoppellConslructionGo.ln< ISAFETY PasslFail 0 Poinis ear Rafe 2023 3.]] 2.0] DART Nced to bo less �Fan 1 2021 OAO AVG �S5 2023 5.65 rRia Nooa:�o ne �s: ma� z zozz z.o� 2021 0 00 HVG 25] 2023 0.]4 EMR'. Neetl to be less ihan 1 2022 0.]5 2021 0.]4 HVG 0.]4 � scoae Pass � 5<F . - o EXPERIENCE 10Points GoppellGanatuctionRLOVllnco � Pos;ible J 5 ore �Re evan[Expenencaln Relatetl 6cope o�Work ore( a a( �Quafilieds�HqvallapebrPro�ect ore(ta ax) �ConarucnonorCom0letetl ore(10 ax) i0 ISCORE Sc 10.0 INNOVATION 10Points GoppNlGonstruc[ionGo.lnc Possible Sco�e Submltled puestionslRequesisforClenfcations Score(10 mev) 10 in Design-Build Process Score (14 max) 5 Pr1opos1eG VE AltemeM1vas Score (�O max7 5 ISCORE 6.� Pre-uualifetlwithCilvofFortNbrih PasslFail [,pqppJlGonsvuctjnJ�ssessnc � Requiretf I F� �Wa�cr antl Sewer �Illumina[ion �Panng � � N/A IPrequali(edonCOMPA55 PasslFail CoppHlGonsvuctionCo.lnc I I InCOMPA55 5[aNs � Yes I Complete IPass ISCORING Sl1MMARY I Goqpgll Gona4uctio C� i Inc � s�o,e �a � �a���a 0����ama cc eonwa�m�) aza �SCM1etlule 10.0 �Quel'itice[lons-Safley(Pass/Fel� Pass �Quetl(ice[ions- Experlence 10.0 IQualificanons - Innovation 6.] IQuafifica[ions-COFW Pre-queLfled N/A IOualifica[ions - GOMPA55 Pass Urban Intncanstruction (MBE) pty UOM Leveledto otM1er 26 WKS bitlders-verdyfor risk 10.0 IUrban Infraconshuction �MBE) ear Rate 2021 i.fi8 2.59 2018 1.03 AVG 1.90 202� 2.95 2020 3.33 2019 1.43 AVG 2.3] 2021 0.89 2020 0.]1 2019 0.]3 AVG 0.]8 Pass U%ban In(raconatruc�q o�MBE� Pas'ible � I ore(10 aa')I t� 10.0 Urba Inhaconshucti�r�MBE� Possible Score(10mex) 10e Score(10 mex) 6 Score (10 max) 0 $.Q UrqyrinM1aconstr4GryonIMBE1 RaquneG I F� ess Url� rin(raconstruction�MBE� In COMPA55 Sta�us Yes Camplete Pass I Ur�rinfraconahu`Qn�MBE� Swre �ank fi].4 10.0 Pass m.a 5.0 � � FINALSGORE gq� I 924 � MIWBE°oSUMMARV � LoppellGonsVuctionLo.lnc ' UrbanlniraconzFuction�MBE) M/WBEInclutletlinBiQ� ScopeMIWBEVaIue $ 40,OOOAU ScopeMIWBEVaIue 5 3,222.90]26 BidValue $3224,13].]S 9idValue $ 3,22290]26 °/ MIVJ6E Basetl on 6itl 1.24°b % MIWBE Basetl on 9itl AtltlilionalM/WBE�M1a�coultlbeatltletlRaske4 Htljus�etlMIWBEVaIue $ 260,000.00 6aseMIWBEVaIue $ 3.222,90].26 AtltlitionalMBEPrice $ 52,46].1� AtltlitionalMBEPrice $ - BitlValue $3224,13].]b�% 9itlValue $ 322290]2fi Atljus[edP�ice $32]6,fiO4.94 Atljus[etlPrice $ 3,222901.2fi Atltli�ional°hMANBEBasetlonBitl 954b Atltli�ionalhMIWBEBasetlon �pp00% I( Requeshtl Bid if Requested BID TABULATION: 5-3290 Restoration Project Extension of Everman Parkway September 3, 2025 N/A ICoppell Construction Co.lnc I RuppeN Lantlscape I PRICE EVALUAl10N ]0 Poinis Qty UoM Total Bid Level Oty UOM Total Bitl Level �PRICE EVALUA710N � M091LZA110N 1 LS $ 95,000.00 Ves 1 LS $40�11.30 Ves � Top Soil 51506 SV $ 618,000.00 Ves 8,364 CV 8468 384.00 Yes � BlockSod%acemeM 7340 SV $ 88,080.00 Ves 2,675 SV $26482.50 Yes � Seedmg-Hydromulch 11600 SV $ 23,200.00 Ves 47508 SV $42,75720 Yes � Seedirig-SolRetentionBlankets 11600 SV $ 58,000.00 Ves 0 SV $ - � RrverRock 2885 SF $ 14,425.00 Ves 2,885 SF $15,030.85 Ves � Decomposed Granite 2600 SF $ 15,600.00 Ves 2,5]0 SF $16,705.00 Ves � Mowing 1 EA $ B4OOO.DO Ves 1 EA $3.191.81 Ves IVegetative Watering 1 LS $ 50,000.00 Ves 24 ea $62.112.00 Ves �TOTAL BNSE BID $ 9]0,305.00 $ 6�5 3]4.66 ' �Altema�esClearing ��� uom iota� ary uorn iota� I ueductin�os[otworxnpowe��ine(�iH � LS S - No 0 LS $ - No 12]+00 m STA 137i00) is remavetl bv others � Deductfo�m4tipeworkpackages 1 LS $(2.500.00} No 0 LS $ - No � MowStnp 32 CV $ 2].150.00 No � LF $ - No II ITOTAL Selec�etl Al�ema�es $ - $ - I ITOTAL BNSE BID PLUS ALTERNN7IVES $ 970,305.D0 $ 675.374.6ti � Bitltler Atltlers �OHsite parking Fee and Tezlura Fee $ - 1 LS $ 1200.00 No �Pertomacebonditrequiretl $ - 0.8 °% $ 9.60 No ITOTALBitltle�Atlders $ - $ - � � � 0.64� W $ 6,209.95 Ves 134h � $ 9,050.01 Ves A�JUSTEO BASE BID $ 976,514.95 8 684,424.68 � scoae 49.1 70.0 ISCHEDULE EVALUATION '10 Poin[s Coppell Cons��uc�ion Co.lnc RupPerl Lantlseape Qty UOM Comments Q[y UOM Commen�s �8o[h8itltlersSameOuration-Neutral 8 WKS NOSchedule 8 WKS NOSchedule IProvided Provided � SCORE 10.0 10.0 _� �llA4FICATIONS EVALUATION 10 Polnts SNFETY Pass 1 Fail 0 Poin�s DART Need to be less ihan 1 ITRIR- Needs �o be less than 2 EMR Need to be less than 1 SCORF � E%PERIENCE 70 Poinb Ralevant Expenenoe m Releted Soope of Work ��ualifed StaftAvaiable for Prolect �Conshuction or Comoleted 2023 3T1 2022 2.0� 2021 0.00 AVG 1.95 2023 5.65 2022 2.07 2021 0.00 AVG 25� 2023 0.74 2022 0.75 2021 0.74 AVG 0.�4 Pass Coppell ConsWetlonaCouilnco Possible Score Boore (10 marJ 10 Boore (10 ma ) 10 soo�e�iomex� �o 10.0 � Possible � Score �Submi�[ed0uesbons/RequastsforClanf'iaahons Score(10maxj 10 �IMeracnve in DesignBultl Process Score (10 max) 10 Froposed VE Al�ematrves Score (10 max) 0 SCORE s.% �Water and Sewer �Illuminahon �Paving I P�e-quafi�ietl on GOMPA55 PasslFail Copp� In COMPASS � Ves I ISCORINGSUMMARV I Copp� Score �Price (Indudng GC Evaluation) 49.1 �sonea�ie io.o �Quaor�am�s-sanevcaa�Fa�q aass �Q�arr�c�o� - e,oe��e��e � o.o �Q�arrcaeor�-i��o�aro� 9.� �OueG(caHoris-COFW Pre-quenfied N/A IQuali(wtions - COMPA55 Pass � HNALSCORE �5� ��BURNS \\INS�ONNELL 2024 0 2023 0 2022 0 AVG 0.00 2024 0 2023 1.67 2022 0 AVG 0.56 2024 0.89 2023 0.86 2022 0.71 AVG 0.82 Pass RuppeM Landscape Possible Scon Saore �10 max 10 9aore (10 mex) 10 soo�e�iomex� io 10.0 Possible � Score Saore (10 max) 0 Score (10 max) 0 Score (10 max) 0 �.� Ruppen Landscape Requi�ed Possess N/A Status InCOMPASS 5[a[us Approved No NotStahed Pass Pending Sco�e 70.0 io.o aas io.o o.o N/A Pendlnq 90.0 I BID TABULATION: 5-3480 Bridge Project: Extension of Everman Parkway � Bi7RNS Sep[ember 3, 2025 �t+l�DONNELL. ICoppell Lonatruc�ion Co. Inc I lJrban Infraconst�uc[ion (MBE) �PRICE EVALUATION � MOBILZATION 1 LS 5 SSOODD00 Yes LS $ ]00,00040 Yes � CEMENTSTABILIZEDABUTMENTBACKFILL 4]4 CV $ 132,]2�.00 Ves 4]4 CV $ 118500.0a Ves � DRILLEDSHAF"f(iSIN) 36 LF $ 15,66000 Ves 36 LF $ 5,400.00 Ves � DRILLEDSHAF"f(421N) 1110 LF $ 632.90000 Yes 1110 LF $ 211,500.00 Ves � CLASSGCONCRETE(ABUT�(HPC7 101 GV $ 111,100.00 Yes 10� GY $ 141,A00.00 Ves � CLA3SCCONCRETE(CAP)(HPC) 213 GV $ 202,360.00 Vea 213 GV $ 288,200.00 Vea � CLASSCCONCRETE(COLUMN)(HPC) 225 CV $ 2�0,0�000 Ves 225 CV $ 210,000.00 Ves � REINFORCEDCONCRETESLAB(HPC) 55296 SF $ 1,548.28800 Ves 5529fi SF $ 1431,696.00 Ves � BRIDGE MEDIAN (HPC) 3232 SF $ 4848�.00 Yes 3232 SF $ 60,OSO.Sfi Ves � APPROACHSLAB(HPC) 166 CY $ 121,18�.00 Ves 166 LS $ 124,500.00 Ves � PRESTRESSEOCONCRETEGJRDER (TXfi2) 6891 LF $ 2,239.51500 Ves 6891 LF $ 2,]56,400.00 Ves � srRucTuw(CS}EEC(t�(s�NCk�R1DbEs szz �e s za,esoaa res szz �e s as.seo.aa res � RAIL (TV C221) 1566 LF $ 2]4i05�.00 Ves 1566 LF $ 313,2�0.40 Ves � RAIL(TYC4�2)(HPC) 1636 LF $ 449.900.00 Ves 1636 LS $ 490.800.00 Ves � e'CHAINLINK,ALUMINUM 256 LF $ 38A��00 Ves 256 LF $ 24,320.00 Ves � SEALED EXPNNSION JOINT!(41N)(SEJ-M) 2�8 LF $ 54,5��.00 Ves 218 LF $ 61 040.0a Ves � CONCRETERIPRAP(SLOPES) 102 CV $ 51,0�000 Ves 102 CV $ 51,000.00 Ves ITOTALBASEBID $ 6,564,I63.00 $ ],166,996.56 �AI[ema[es utv uorh iotai utv uom iotai I Deduct in Cas[ of Wark if pawer line (STA 12l*00 to STA � �5 $ - No 1 LS $ (40,000.00) No 13]t00) is removed by o[hers. � Detlu<t for multiple work packages 1 LS $ - No 1 LS $ - No � Pot Holing 1 LS $ 3,000.0a Ves �TOTAL Selec�etl /al�ema[es $ - $ 3,000.(�� �TOTALBASEBIDPLUSALTERNATIVES g 6,564,]63.00 $ ],169,996.Sfi �eitltlerAtltlers � DBE � MBE 100% LS $],166,996.Sfi Aleatlylnprice � Guardrail �TOTAL Temp Access antl Laytlown $ - $ - � � I Pe�(�omance & PaVment Bonds "' �.60% h $ 42 014.08 Yes 2% % $ 142,599.93 Ves �ADJUSTEDBASEBID 5 6,606,1]].48 $ �,31],596.49 SCHEDULEEVALUATION � � � � SCORE 10 Poinis SCORE pUALIFICATIONSEVALUATION 20Poinis �SAFETY Pass I Fail I�ART. Need [o be less [han 1 ITR IR. Neetls to be less [han 2 IEMR Ncetl�obeless�hani I 0 Poin[s SCORE Experienoe in Rela�etl Scope ot Work StaffAvailablefor Pro�ect ,o� o. comoie�ea �suommed auesoons i aeques�s ror aanrcaoons �Interadive in Design-Build Process IPr000setlVEAltemanves _ �Wa�cr and Sewcr �Illuminahon �Paving 70.0 63.2 I 1 Coppell Constru<tion Co. Inc Urban Infraconsiru<tion (MBE) aty UOM Comments aty UOM Commenis 52 WKS ProvitletlinBridge 35 WKS Proposal 6.7 � 0.0 Coppell Lons[ruction Co. Inc Urban Infraconsiruc[ion (M9E) Vear Ra[e Year Ra[e 2p23 3.]] 2024 1,68 2022 2.0] 2023 2.59 2021 0.00 2022 1.43 AVG '1.95 AVG 1.90 2023 S.fiS 2024 2.35 2�22 2.0] 2023 3.33 2021 0.00 2022 1.43 AVG 2.5] AVG 2.3] 2�23 0,]A 2024 489 zoza o.�s zoaa o71 2021 O.Ia 2022 0.]3 HVG 0.]4 AVG 0.]e Pass Pass vMIiIGATIONPUNREaulv�: MIflGAl10NPiANREO�IRE� SCoppellConstructionCo.lnc UNanlnfraconstruction(MBE) Possible Sco�e Possible Sco�e Soore (10 max) 1a Soore (10 max) 10 Score (10 mex) 10 Srnre (10 mex) 10 soore�ioma.� io sao�e�ioma.� io 10.0 10.0 score�iomex7 ta score(iamex) to Score (10 mex) 5 Soore (10 max) 5 Score (10 max) _ 5 Srore (10 mex) 0 6.7 $.� NIA NIA PreyualifietlonCOMPA55 PasslFail CoppellCons[ructionCo.lnc UNanln(ra<ons[Nction�MBE) InCOMPASS Sta�us InCOM11PA55 5[atus � Ves Camplete Ves Pending SR �eview � Pass Pending �Price (Inclutling GC Evaluation) ]00 93.2 �Schetlule 6.l 14.0 �puali(cations-6afley (Pass/Fail) Pess Pass �Qual�i(cations-Expenenoe 10.0 14.0 �Qualificalions - Innovation 6.] 5 4 ��ualiflcalions-COFW Prequalifled N/A N/A I�ualificalions - COMPASS Pass Pending FIN/aLSCORE 93.4 I 88.2 BID TABULATION: 5-3340 Starmwater Utilities Projec�: Extension of Everman Parkway ,BUR�S p ee,a,:oz: �#9�DONNELL INortM1 Tercas Contrecting I Jeckzon Conztruction ra�eeevawnnoN �oro���� � pry UoM To�al 91dLevel O�y IIoM To�al �PRICE EVALUFTON � OBII.'_A710N � ]a RCP, GLA96111 5 �s - ., � 6a5 8 �29.000.00 642 8 .]]p.00 � $ $ � 24��6ET�iCPIPE III $ 00[i � E2WLET t0 EA S �90,000.00 Yes �0 EA 5 �50000.00 � 4opROPINLET $ � 6'MANNOLE � EA 8 30,00000 Yas 3 EA 5 42.00000 I6 EXTRA �EPTH MANHOLE 0 VF S ' COF p Pe 0 VF 5 - � S � HEAOWALL, BOXCULVERT 2 EA $' 300.000.00 Yes 30] CY 5' 3t928000 I �S'u�eceO�PendGrubbing��inRootl%ainfor9oxCuMehantl �2 qC S 4&0000a Yes 0�5 AC 5 39.00000 rn ells) � Fno�fee\men�ProtecAo iprsp � �TOTAL BaSE BID �alt mates Isurl Rq�in Flootl %ainforRiprap� I 13� ramov �bb negerl�ine�ST i2�+00to STA u0a��s d byot Ioeeudlor mWtiplevaork p3ckages I nnalRipRep nnel Excava�lon ror RipRap �TO eJ Ntemates �To LeqSEBIDPL115ALlERNATNEs �e�aae.aaae�. � .. RMIFRE�eYCONV � INLETPROTECTIONFORSTORMINLET6&JBOXS IRUBBEROA6KETJONT90NRCP � SOUARE JUNCTION BO%ES IN LIUE OF 6' � C32� GALV 9TEEL RAII Irvc � SWPPPatltli�ionalltem� � Trencn Sa�ety � one i Inle�s(orPaver � an ainance on I Alovian�ce-Tempnonhol��ulve�s Allovience-2"Lea udskbVnderBoxculvert � o�i nc - nosion Coniml�o pro�ect�in place otRiprep �TOTAL BiJJe�Rtltlers � r entBantls �no��sTEo ea3E BIGaV � I xeou�eevawnnoN �� IBo M1 eiaaers same ourmion -rveutrm I pua4Flcn�loNs Evn�IlaipN �spFETY Pass/Fail II)nHl Neen a telessmen� ITRIR Nmtls�o belessiM1an 2 IEMF Neetl �o oe less �M1an'I 320 SF $ &32000 Ves 320 SF 5 48000J S 2.a3a.a9a.oa 25 A9 �S 120.0oo0a t L9 S � 000.0a) .300 SV $ 89i.800.00 S (50 0 oa) a z.aea.aso.00 s S Sno�an � LS 8 2.000 00 i LS S LS S (10,000 00) S $ � LS S 35,000.00 10 EQ $ 2�.000.00 LG $ 5 $ 1 L9 $ 25,OOQ00 Bld Lev 1 yes yes yes yes yes yes yes yes yEs yes 8 2,52.i.56o.ao No 22 Ac 5 14aaooaa No No 1 L6 5 (0.26� No Yes 1 LS 5 (0.2a) No no C5484 SF 5 638.48�3.0[r No 5 6 252a5o]Oo No INo No � 66°h � S 3].588.04 S 2.aaT.0�s.00 SCONE )0.� E%PERIENLE 'IOPainR I �Relevan�Experiencein Releteo Smpe ofWork �Dualilietl 6�a1lAvaihpeforPro�ect I(:o sWcnonorC pl etl INNOVRTON 10PainK I robposea ouDesignBuiltli=rocessr:,arifcaiio�s E I�ametrves Norl� Terces Con[racting pry uoM Comments 10.0 Ie NohhTexasLan[ncti�ng I 30e3 ' I I AVG 0Si sco Pass suEn��TexasCP�ry �oul�reeo sible N Pe (� o oia(10 � '10 SCO �0.0 s<o E n'� n3��orn re... �o���y I IscoaE 8.3 p�aa�ein�mwnnenvmrorcwonn v�:rren q o rylrnre.a� � i � io� asses � N/A IPrequalifWonCOMPR33 PasslFail TexasConncling I InWMPASS I„M1 alus � Yc.s Missiry �usin�s� �ou� � Pas ' oxwcsumnwar � Honnre.e:eo��reai�s �� ae�k �c, �e U�d�a�w cc E�ai�aeo�i Fs�naa�ie � �n�ai�n�no�ssewv(aa sFa�p azs �va on�auons -[-.per�ence n�aon�oo�s-i��o�aeo� s�a � �o�on���o��-coFw ar�a�aunea a i� a�eon�no�s-comaass � FINHL SCORLI 98.3 5 - 0]3Yo h 5 �8.4366� S 2,sY3,a%Ss 67.3 Jeckson Conrtrudion pry uoM eomments 9.0 Ie JacksonConslruclio�n I R021 215 Fail a.l �oe Scar�(iC zx) 0 � �.Q s�o,e,���,,l�ko��o� ,� 3.3 aa�x o� co aonass I I I i N/A � on Conz ruc on � Y �Jiek P�m]in,�e�uulv Re.rvc.�i I Pending I � o� co� � a I a rea Pe�a��o I 89.i S-2650111umination Item ITEM DESCNIPTION No. ASE BID 1 MOBILZATION 2 FURNISH/INSTALL ELEC SERV PEDESTAL 3 2" CONDT PVC SCH 80 (T) 4 2"CONDTPVCSCH80�6) 5 2" COND PVC SCH 80 (IN BARRIER) 6 2" COND (RM) 7 N021NSULATEDELECCONDR 8 GROUND BOXTYPE B, W/APRON 9 GROUNDBOXTYPEB 10 IUNCTION BOX 11 FURNISH/INSTALLNPE33AARM 12 FURNISH/INSTALLDUALTYPE33AARM 13 LEDLIGHTINGFIXTURE 14 LED UNDERPASS LIGHTING FIXTURE 15 RDWYILLUMFOUNDATIONTY3,5,6,AND8 16 FURNISH/INSTALLRDWAYILLUMTYI8POLE Bean E(ectrica( LLC Everman Parkway-168734 Subconiractor8id Deiailed Price Breakdown QUANTITY UNIT UNITPRICE SUBTOTAL$ 1 2 4,650 400 1,265 70 19,155 25 0 11 19 22 41 3 22 30 LS EA LF LF LF LF LF EA EA EA EA EA EA EA EA EA $43,807.00 $ $14,650.00 $ $28.00 $ $42.00 $ $19.00 $ $64.00 $ $7.85 $ $2,040.00 $ $1,844.00 $ $1,334.00 $ $824.00 $ $824.00 $ $1,084.00 $ $1,891.00 $ $2,578.00 $ $4,813.00 $ Bid Package i.D.7.A-S-2650 BIDDERS COMMENTS /NOTES Bid based off preliminary for review only plans. Dated 1/14/2025 '.00 �*Addendum2 1.00 � l00 � 1.00 � l.00 �*Addendum2 �.00 � �J5 � l00 � � 18,128.00 I� Addendum 2 716.00 Bid based off preliminary for review only plans. Dated 1/14/2025 � Bl IPerformance & Payment Bonds** I 1.5o°/o � % � �$ 11,z45.o5 � TOTALLUMP-SUMPROPOSALPRICE*=I $ 760,914.80 I 5-3217 Marking and Traffic Signage Bean Electrica( LLC Everman Parkway-168734 Subconiractor8id Detailed Price Breakdown Item ITEMDESCkIPTION QUANTITY UNIT UNITPRICE SUBTOTAL$ No. BASE BID � 1 WSTALLALUM SIGN GROUND MOUNT � 2 INSTALL ALUM SIGN ON EXISTING POST � 3 REMOVE SIGN PANEL & POST � 4 RELOCATE EXISTING STREET NAME BLADES � 5 � 6 �I �o � I 25 EA 517 14 EA 296 4 EA 100 2 EA 125 Bid Package 1.D.8.A-S-3217 BIDDERS COMMENTS/NOTES eia nasea orr preummary ror reviewonry pians. vacea viaizuze $ 250.00 � $ - � $ - � $ - � $ - � $ 17,719.00 Bidbasedoffpreliminaryforreviewonlyplans.Datedl/14/2025 I Bl IPerformance&PaymentBonds** I 1.5o°/o � % � �$ 265J9 TOTALLUMP-SUMPROPOSALPRICE*=I $ 17,984.79 I B/D ALTERNATES (For work as authorized by Contractor) Item No. ITEM DESCRIPTION Furnishing and installingthe Rectangular Rapid Flashing Beacon a1 (Solar�1ncWding but not limited m all parts, grounding, push huttons, etc. to have a complete assemblies solar power system � A2 BRIDGE FENCE GROUNDING AT UPRR � � � � Quanciry unic uniivrice � sub<o�ai$ �COMMENTS/NOTES 1 LS $ 459,131.00 $ 459,131.00 Bid based off preliminaryfor review only plans. Dated 1/14/2025 1 �5 �$ 19,985.00 $ 19,985.00 �Bidbasedoffpreliminaryforreviewonlyplans.Datedi/14/2025 � $ - � � $ - � � $ - � � $ - � " Pricing: A6ove pricingro be all inclusive of complete scope of work, based on al( provided project documents. "' Bonds: Enter6ond rate in the Quan[iryColumn. Represents the bond premium to provide 100� Paymentand PeAormance Bonds forthe fWl base price. � BURNS �M�DaIVNELL E�erma� Parkway Extension 1.C. — RECEIPT �F B1D D�CLJMENTS SECTIDN 'l.C. — RECEEPT aF BID D�C[JMENTS We hereby aGknowledge that we have received all 8id Dacuments listed f�r the abaveyre€erenced Subcontract R�P: Dacument SECTIaN 'i.A. — 6f❑ R�QUEST SECTIDN 1.8. — lNSTRUCTI�NS T� 6f DDERS SECTi�N �.�. — RECEfPT �F B!❑ DaCLJMENTS SECTI�N 1.D. — B�D F�RMS SE�TI�N 1.0.'�.A- B�D PRfCE BREAKDaV11N SECTlQN 1.D.� .B — SCOPE �F UV�RK SECTIDN 1.E. -- TIME & MATERIAL RATE SHEET SECTI�N 2 — CDNTRACT DRAWING515PECiFIGRTIONS SECTfQN 3 — �MGQ 5{JBCDNTRACT AGRE�MEf�fT �SAMP��} gMC❑ HEALTH & SA�ETY PLAN BMC� C�NSTRUCTION QIJALITY A55LJRANC� �RAM�WORK '�� Ai� Dacurnents Re�ei�ed �._: ❑ate Received �3119f 2�25 �311912D2� o���.��z�z� �31191Z�25 031�.912��5 03/19/2025 031�912a2� Q31i�12�25 �3/19�2Q25 fl3119IZ�25 03�19�2D25 , All dacuments otF�er than thase idenfified aba�e ha�e been teceived. 041�$12o2s 5ignatu e ❑ate VP vf Sauti�west Re�ian Titfe Bean Efectricai, LLC. Company Page 1 a� 1 � BURNS �M�D�NNELL sECT�oN �.o. - BID FORlVI C�MPANY NAME: Bean Electricaf LLC CaMPANY AdDRESS: 82� E. Enon A�e, Fort Worth Tx. 76�4fl P�INT aF CONTAGT: Ja�an Hess C�NTACT EMAIL: lason.hess@lumin8.com PHON� NIJMBER: 8I7-56�.-74�❑ The foflowing Bid Packages have �eer� assembled far pricing: Everman Parkway Extensfvn 'I.Q. - gID FaRM Bid Packags 1.17.1.A - 5�3120 Earthw�rk - Bid Rrice Breakdawn Bid Pa�kage 1.D.'I.B — 5-3z20 Earthw�rk — 5cape of WoriC Bid Pacicage 'I .�.2.A — 5-33�4� 5tvrmwat�r Utiiities — Bid Pr��e Breakdvwn Bid Package 1.D.2.B — 5-334Q S#armwater �tilities — 5cop� of Work Bid Package 1. D.3.A — S-3�� D Paving and 5�te Cancrete — Bid Price 6reakdov►+n Bid Packag� 1.D.3.B — 5-3210 Pa��ng and 5ite Cancrete — 5cv�e �# Work Bid Pa�ka�e 1.0.4.A — 5-348� �ridge — Bid Price �rea{cdawn Bid Package 1.D.�,g — 5-348Q Bridge — Scope of Wvrk Bid Package �. D.S.A — 5-3232 Retaining Wa�ls — 6id Price Breakd�wn 8id Packags �.D.S.B -- 5-3232 Retaining Walls — S�ope af Worf� Bid Pacfcage 'f .D.7.A — 5-2E54 Ell�rnination -- Bid Price Breakdawn Bid Package 1. a.7.8 — 5-265� f I€uminati�n — 5cope of Work 6id Package 1. D.B.A — 5-3217 Marking and Traffic 5ignage -- gir� Price Breakdown Bid Package �.D.8.6 — 5-3217 Mar�cing and Traffic 5ignage — 5cop� af Work Bi� Pa�kage '� .0.9.A — 5-329� Restoratian �- Bid Pric� Br�akdown Bir� Package 1. D.9.8 — 5�32�� Restaration — 5�ope af Wark Each of the abo�e referenced Bid Packag�s incl�de their own individual Scape of Work sheet and Bid Price Breakciov+m sheef. Ali pac�Cages must be bid in their entirety, witF� ail af #�e associafed Scope �f Work items in�lu�ed in the respecti�e {�ac�age. 'E, PRICE�S} �.�. Pl�ase compfete the Bid Pr�ce BreaKcEown. Su��tir�tractor shall note thaf the pri�ing �reakdawn re�u�ste� is for a���unting and inforrnational purposes anly. Wark will be awarded accarding io indiviciva� an� combined sca{�es vf work on a Lump S�am �asis. Bid Proposals shall bE �ro�ided on a unit price �asis ta furn€sh all labar, materials a�d equipm�nt necessary ta �omplete th� work shown in the bid dacumenfs ir�cluding all taxe$ on materia�s a�d lai�ar. 2. S�PPL.EMENTAL 1NSTRUCTfaNS 2.1. 8ids shouid be �alid �ar ane-h�ndred and twenty [�2a) days from 6id tum in da#e. �.2. Bidde�s �roposal shalf 6e hased on a maximurn 1�-hour day during dayligi�f hours, IUlanday through Friday. Wark autside af fhose times must be submi#�ed far prior apprvval ta assure prnper sup�rv�sifl� is availab#e 2.3. gidder will be �'eq+�ired to coordina�e a sequen�e of wvrk and ir�stal(a#iar� with other su�cantractors. Sean �lectrical LLC 5U6C�NTRACTOR ALJ H�RIZED SiGNATLlRE 04�08�2�25 DATE Page 1 of 4 �BURNS �MGD�NNELL 2.4 �.5. 2.6. 2.7. �.8. 2.9. �. "� �. �.'� '� 2.'f 2. �.13. 2.'€ 4. Everman Parkway Ex'tensivn '[.�. — 61D FqRM 8idders si�ail pravide tt�eir own cleanup for the fulf duration vf th� aba�e r�afed s�a�e vf wvrk incfudir�g: 2.4.1. Lab�rers, site cleanup and any other toals an�i equipment as required maintaining debris arzd minimizing litter a� rela#ed tv this scvpe af work. Dumpsters are to b� pro�ided by Burns � Mc�vnnell in size a�nd quar�t�ty as nee�ed. 5ub�ontra�tor is tv provids all labor and equipm�nt fvr mavi�g de�ris to the dumpsters. 5eparativn af debr:s is nat req�ired: Suhcontractor shal� pra�i�e flaggers as necessary tv facilitate safe ma�ement of equipmer�t. Suhcar�tractors sha�l be responsibfe far their ow� access to their work. Subcantractors shatl prv�ide a deta�fed list af ex�eptians andlvr clar�catior�s with pro�osa�. 5�rvey will nat be pr�vided by the Contrac�or. Subcontrac#or st�a11 b� responsible for al! SUN�]l, �ayaut and constructian staking ta faciiitate aach indi�idual s�ope of Wark pa�kage. C3amage io ad}acent pra�erties and access roads: Any damage caused ta adjacent pra�erties or ac�ess raads is ta be repaired by the sub�ontractar respansible fvr the dama�e. fterf-�s incfude but are nat lirn�ted to: ru�tir�g of raads ar�d ditcl�es, f�nce damage, darr�age to signs, damage to culverts ar }�eadwalls, SWPPp, manholes �existing vr new}, undergr�und utilities anri tv trees will requi�-e repair or replacement if damaged during �41�Stt'U�tIQf� 21C�EVitl@5. ❑ust Control: Gontractor will be responsi�le to irmiting dust development at the canstruc#ion site and to keep exc�ssive dust from becoming an �ssue for dri�ers. Refer to sampl� Subcontract for special nv-wark dates and G�FW vbserved hvlidays. Material testing and inspectio�s are f�y other5. Contractar will he r�spon5ible for scheduling and caordinating t#�e rrtateria! t�sting. 2. � 3. �. AI! inspectians needed are �a give notice tv C�ntra�tvr by 9am tt�e business day �r+or. 2.'f3.2. A!I products suppli�d sha�l confarm ta spe�ifcations pro�ided. A tax-exempt �er�ificatian will he provided upan execution �f t€�e Subcon#ract Agreement 3. SCHEDULE AND 5E[�UENCING 3.�. 7he following cor�siderations shouid be addressed w�en esta�lishing duratior�s f�r the constructi�n sc�tedule: 3.1. �.Aniicipated Worf� start date is �E11312D�5 3.1.2.A11 bid packages: 3.1.�.'[. All War{t im�acts t�e E�erman Parkway construction and must be com�leted as defiined in each �id package. Liquidated damages will �e er�fnrced, reference sample 5ubcon#ract Agreement 3.1.2.�. A calen�ar completivn �ate must be su�mii�ed in the bid form. 1...�quidated damages as listed �elaw will be enforced based ❑n tl�e date i€sted in th�e hid form. 3.1.Z.3. Continuous ar�d cnnsistent qro�ress t� c�mr�lete the Vilor€c must be made daily 3.2. Wark shall he in accar�ance with the A�reemenf. Safur�ays wilf be availa�le far wea�her ar impact make-up warlt when ap�roved in ad�ance by Cor�tractor. 5uf�contractor shall {if ne�essary ta meet the schedule�, increase �ts week�y wark schedule, at nv �ast t� Cvntrac#or or awr�er. No nighttime cc�r�struction will be allawed unless approved by Bea� Electricaf l.LC SLIBC�NTRACTOR A!l HflRIZED �IGNATLJRE o41o�I2��S DATE Page 2 of 4 ��BURNs \�.MI�D�NNELL Eaerman Parkway Extensivn 'i.�3. — 61D FQRM 4. PERF�RMANCE 8 PAYMENT 6DND 4.1. At its sole vp#iar� Contractor reserves the righ# to request 5ubcantractar to furnish Perfo�-man�e and Payment 6vnds ar an irrevaca�le Letter af Credit, in a farm a�ceptable to Cantr��tvr, as a conc4itian of a Subcontracf Award ar a# anytime a'�er award af a 5ubcor�tract Agre�rnent. 5ub�ontractar ta include c�st to pr�cure bonds ar a fetter of credit. Please incl�de an the bid form t�e �r�miur�-� to #urnish Performa�ee 8� Paymer�# Bvnds #vr this Wvrk. 5. QUALIF'lCATEDNS STAT�MENT 5.'i. As part nf t�te �aid r�view, Subcontract�r is fa st�brr�it a shork qual�ications statemert� that w�ll includa the fallawir�g: 5.1.1. S��rt intradu�tian of company and �rief discussion of company history. 5.1.2. List af simiiar Qr related ty�� projects in which 5ubcantractar p�rfarmec! same ❑r relat�d sr.ope of wark. Pravide at Ieast 3 examples. Exam�les will include: 5.9.2.1. Project Name 5.'(.2.2. Bri�# description af o�erall praject. 5.1.2.3. Brief descri�tion of Subco�fracfor's scape of servi��s on referer�ced project. 5.1.�.4. T�ta! proje�t cast and cast of Subcontractar's scvpe (This daes nat have t� be exa�t but shvuld be re�resentativej. 5.�.2.5. Date of praject completior�. 5.Z.2.�. Name o� client or C�r�tractor fvr which fhe work was pertarr�s�. �Inciude r�ame and contact informati�n}. 5.2. Resumes for: 5.�.'1. Pro�ect Manager �.2.�. Project S�perintendent 5.2.3. Pr�ject Foremart �if ap�licabEe} 5.2.4. Safety Manager assign�d t� this project. 5.3. Proof of at�ility tv 8ond: lncfude ietter frarn banciing agent confrming bQnding �apacity. 6. C�MPANY STFtLICTI]RE 5ubcantract�r operates as a corparation incorporated in the Sta#e af Tex�s 5ubcor�#ractor �i�er�se num�er is �7979 5ubcan#ractor operates as a �a-pa�tnership. Names af �artrters: �IA 5u�cantractor operates as ar� indEviduai �oing business under the trade name a�: NIA Bean �lectrica� LLC SUBCDNTRACT�R AIJT �REZED SIGNATURE 04��812025 QATE Page 3 of 4 � BURNS �M�D�NNELL T, SUBC�NTRAGTE❑ ITEMS Please list Lower-tier 5u�cantractors �a 6e utiiized in fhe wark: Name of Suh. S. ❑nsiie Pvint of Cvntacts Eyerman Paricway Extensian �.o. - a�❑ FaR� Genera3 descrip#ion vf work tQ be s�bcantracted Pfease fist the plar�ned arrsite poinf af contact�s�. Jasvn Hess Drew Newton Neii �ake Bean Electrical LLC SiJBC�NTRACT�R jasan.hess@lumin8.com drew.newton @�umin8.com neil.lake(a7lumin8.com AU H�RlZE❑ SfGNATURE 04��SJ2�25 DATE Page 4 of 4 �BURNa �M�DaNNELL Ext�nsian af E�erman Parkway 'l.D,7.6 — 5-265D Illumir�atiori -- 5cape of W�rk Bid Pa�kage 1.D.7.g — 5�2fi5a [[luminati�n -- Scope af V�Iork Furnish aEl n�c�ssary labvr, rr�aferial, e�{uipment, and inGid�ntals ta perform ihe Work. The r�ajar scape of Vllork in thi� praj�ct includes, b�t are r�ot fimited tv, the fallowing: WQRK SUMMARY 'f . Prov�d� a complete antf functior€ing e[e�trical street iighting system far the Praject. 2. Furnis�, ex�v�t3on, inst�l�, arrc� backfill as required far canduit installation. Conduit ta be installed p�r the Contract Docurn�nts. 3. All backfill s�all meet the re�uired Maisture ❑ensities and Cam#�action testir�g for ea�h lift as its insialf�d to propased grade. 4. Electricaf Contractar ��C} to gratect all existirtg �r r�ew areas af work nat to be replaced. This s�alf inc�ude altemati�e means for cvnduit ir�stallation alang sid�walks and ar under roac�ways. 5i�ould sidewa�k, roadway pavemer�i, lantiscaping, �tc. need #o be remove� in order to pert�rm s�o�ae af work the replacement and restoratian af the area shali be suhsidiary to #he E�ectrical and �igF�tfng 5�flpe of work. 5. E� to coordina#e wii� aif �antractors ❑n for access #v �verlapping work. �'or conduits aiong the bridge sfructure, EC tn caardinate witF� th� 5tructures Cvntra�tar ta ensure cond�aits are installed priar #o �lacernent vt cancrete for finished scope. a. Nate for tF�e fssue for Car�sfr-uctian (fFC} Piar�s the condui# wilI r�at he i�sta!!ed in tf�e handrai! and will �e piaced in the britfge sidewalklshared use path. EC bid to include the �anduit as if it were to rur� in the si�lewalklshared use pati�. 6. �urnish ar�d ins�all car�duit expansion joints as necessary for the iaridge canstruction. 7'. Furr�ish artd i�stall afl necessary ancf�vr E�oits assemblies necessary far [�ridge illumi�ation. It will �e necessary to caordinate with StruGtures Contractor ta ens�re 8. 9. 1�. 11. 12. 13. �4. �5. pro�er placement. Drill, furnish and ir�s#all Streetlight fou�tdatiorss, p�fes, lighf fixtu��, e#�. for a complete assembly. The EC shafl furnish and install all stub auts, rebar, graundir�g rods, etc. per fhe Project RequiremeRfs and afi sF�afts must ba ins�ected prior to concre#� piacement. Furnis� ar�d instalf a!I required cor�duit [ex�aosed, embeddeci, buried, ��c.}, jur�ctios� boxes, graund 6oxes, aprons, etc. per ti�e Coniract Dvcumerrts in the materials as specifed �y ti�e Plans and Specifiratiar�s. Pro�ide alI rtecessary grou#ing af base plates, supports, etc. that is associated with this 5cope of Wark. FUrnish and install foundations as r�quired per al[ electrical equipment ar�d poles. Pro�ide all ret�uired connections and #ermir�ations as r�ated, even if not indica#ed within the Contract ❑o�uments. Ail permifting ar�d tesfir�g nacessary to perfarm the WQrk sha�l be included. Provide As- BuiEt as required per Praject 5pecifications. Furnish and install eiec#rica] service psdesta�s. 5u�can#ractvr tn caordinate and pra�i�e for permanenf power and meters as re�uir-ed for the pro�e�t. Caardinat� with Burns & Mc�onnell, the City af �ort Vllorth, 8ilf� FC'��1C}ilSE' L�tllftl�5, c']5 f]EC255�C]I. Transfer the permar�ent system into the �wner's name and biZling system as soon as required. EC s�ali be and remain for the duration of #he Prvject a prequalified Electrical Cantractor with the Gity af F�rt Worth. Page 1 of 3 � euRNs �M�D�NNELL Extertsian nf Everman Parkway 1.Q.7.8 -- 5-2650 �1luminat�on — S�vpe af Work ADD ALTERNATiVE 1. Furnishing and "€r�sialfing the Rectangular Rapid Flashing Beacvn {5vlar} assemblies including bui not limited to a�f parts, graundir�g, push butfans, etc. to ha�e a co�nplete solar pawer system. 2. Dec�uct in cvst af work if existing powerfines {apprax. Sta127 — ap�rax. Sta �37J are rerr3aved �y ❑thers. CLARlF'ICATIONS 'I . In th� Contract Drawings and 5pecifications, fhe use of "Contractor" shall mean "Su bcontra�torlBic��er". 2. From Sta 127 �o Sta 13i an the north side of Everman Raao�, there is �n existing pawer iine that is NDT ta he removed and !S L�VE. C�nstru�tivn ac#ivities arvund pawer lines shaff be irr campliance with QSHA standards and hy Burns � M�Dannell Health & Safety P[an. G�N�RAL fNF�RMATEQN 2. 3 Na tem�orary ser�ices ar� provided at the cvnsfructian site. Bidders will �e res{�ansible fo�' pro�idir�g all tem�arary �ovv�r, temporary water and ternparary I€ghting as needed to p�rform the scope of work. Burns & McD�nnell wiil provide t�mporary toiiets for use attsite. Excess cancre#e or Gvncret� cieanetf from equipme�t must b� colle�ted and dispased of pro�eriy. ❑o not p#ace disposed �oncrete pn ar bury on sike. Wash water is nat a�ailal�ls, and bicider will be respQnsible fior praviding wasY� water as r�eeded. Containment of wash water and dispasal is ti�e respansihility af the bidder. Bidder is nat ta stray anta ar perform any woric on adjace�t prape�ties r�at current[y wit�ir� fhe pubfic R�W ar pravided temparary co�str�rction easements_ 4. Perfarm expi�ratory exca�ati�n as necessary to perform t�� sca�e �f work. 5. 5ubcontra�tor will be responsible to identify and cor�firm field �o�atians o€ any exis�ing utilities, ca���s, pipelir�es ❑�- ather �auried utilities lacafed wit�in the wark zone. It wi[I be fhe responsihility of Bi�ders to execute fhe work without �amage ta this exist�ng ir�firastr�cture. Subcantractor will hear the cost of the repasr or replacement af any damage ta �xist�ng �atilities d�e tQ #heir aciivities withi� ihe construction area. 6. 5ubcontractors wi�h any cor�crete scope will be require�# to estahlish, maintain and r�mo�e �ot�crete washoufs througha�t tl�e Ii�Fe o� th�eir �cope. Upon scope cample�ion, cQntractors wi€I remo�e af� washouts and return the area to its orFginal concfi#ion. a. Nv was�out can be l�cate� within fhe flaod pfain. 7. Ail 5ui�contractars will be required to U#iliz� the Procore website for submissian of R�'I's, Su#�mittaf Ir�formation, Cantractor Repvrts, and Daily [,.vgs, etc. Access ta the Burns & McOonne�l prvcore we�site wi€1 be mada availahle by the Prajec� 5#aff ance the CQntracf has k�een exec�a#ed. 8. Provide dust cantrol as re�uired. 9. Acknow�edge and �onsider the gevtechni�a� report ir��lUded ir� �f�e Cantract Dacumenfs. 10. Pro�ide sur�ey an�i �ay�ut for all wor�C included under this scape. Design Builc{er fo pro�id� survey car�tro[ paints priar ta co�nm�ncement of work. Page 2 of 3 �BURNS � M�D�N NELL 11 i2 �3 14. 15. Exfension �f E�erman Parkway �.O.7.B — 5�2650 lilumination -- Scape of Waric 5ubcon#ractar shalf provFde at least 48-hr natice to fhe Design Buii�er for ar�y deiiveries, equipment vr materiaf, prior to arrival at the jo� site. Privr to starti�g work, Su�contractors are �equired tv prvvide work �lans detai[ing their steps required fo� �onstruction of af! work i#�ms. The waric plans shall inclu�e th� tap saf�ty and quality i#ems along with a detailed list of the steps to pe�Forrn fhe wvrk and shall be s�abmitfed 1 week priar ta wark comrr�encing. Pravide and maintain any safety measures �PPE, vet�icle safety lights, backup alarrr�s, barricades, etc.} fos- the safe executian of the work and as required by Burns & Mc[]onnell HsaftF� & 5afety Plan ar�d UPRR. Pro�ide r�dfine markups and As-Built Iocations and e�evativns af afl wark installed within this wark pacicage €n an industry standard format de#ailing surveyed lin� and grade of aIl installed work at intervafs not to ex�eed 50 linear feet ar more deEaiied, as n�cessary. 5uk�cantractor ta �rvvic�e �er the spec�ficati�ns al! scope spec�fic awner trai�ing, sta�up, �ammissia�ing and 0&M Manuafs as req�rired. Page 3 of 3 S-3120 Civil Item I ITEM DESCkIPTION No. BASEBID 1 MOBILZATION 2 SWPPP (Install & Maintenance) 3 SurfaceprepandGrubbing(inFloodPlainforRiprap) 4 RemovalSidewalk 5 RemoveADARamp 6 Remove Fence 7 Remove and Salvage Gate 8 Remove Concrete Pavement 9 RemoveAsphaltPavement 10 Remove Concrete Curb & Gutter 11 Remove 10' Curh Inlet 12 Unclassified Excavation by Plan 13 EmbankmenthyPlan 14 RipRap Stone Protection All Layers and Geofabric 15 TemporaryAccess Road and Laydown 16 RemovalofTemporaryAccessRoadandLaydown 17 TensarGeofabricor5imilarforTemporaryRoad McMahon Contracting, L.P. Everman Parkway-168734 Subcontractor8id Detailed Price Breakdown QUANTITV UNIT UNITPRICE SUBTOTAL$ 1 1 12 1370 2 60 1 820 980 550 1 11411 25350 7276 10000 10000 10000 LS LS AC SF EA LF EA SY SY LF EA CY CY SY SY SY SY $ 149,185.37 $ $ 91,125.00 $ $ 20,006.18 $ $ 3.07 $ $ 502.54 $ $ 20.55 $ $ 6,035.63 $ $ 41.28 $ $ 17.43 $ $ 14.83 $ $ 1,189.83 $ $ 18.94 $ $ 25.31 $ $ 147.82 $ $ 24.09 $ $ 11.15 $ $ 5.03 $ 149,185.37 �*Addendum2 91,125.00 I 240,074.16 � 4,205.90 � 8,356.50 Bl IPerformance&PaymentBonds** I 1.10/ � % � �$ 31,780241 TOTAL LUMP-SUM PROPOSAL PRICE =I $ 2,920,892.87 I Bid Package 1.D.1.A-S-3120 BIDDERS COMMENTS /NOTES BID ALTERNATES (For work as au[horized 6v Contractor) Item I No. ITEMDESCRIPTION Quanury unit unicarice A1 Rough Grade 9llLY to 8" Below Bottom of Pavement and Driveways 17230 SY �$ 2.93 $ A2 Furnish 8" of Flexbase under Pavement and Driveways 17210 SY �$ 25.43 $ A3 Topsoil Placementand Grading 1904 CY �$ 74J3 $ Deduct in Cost of Work if power line (STA 127+00 to STA 137+00) is removed A4 byothers. 1 LS $ AS RemovalofTemporaryAccessRoadandLaydownwithTensarGeogridor Equivalent 10000 SY $ As DeductformultPi lework ackages 1 LS � $ A7 InstallMSEWaIIMoment�lab 1301 LF �$ 101.61 $ " Pricing: A6ove pricingro be all inclusive of complete scope of work, based on al! provided projec[ documents. "" Bontls: Enter6ontl rate in the QuantiryColumn. Represents the bond premium to prov�de 100%Paymentand Periormance Bonds forthe full base price. sueto�aig �COMMENTS/NOTES 50,425.30 I 437,650.30 � 142,247.84 I *Addendum2 *Addentlum 2 - �'Addendum 2 132,194.61 �AddedperDiscussionsasopfion S-3210 Paving and Site Concrete Item ITEM DESCRIFTION No. BASE B/D 1 M081LZATION 2 CommericalLimeSlurry 3 S"LimeTreatment 4 S" Flexbase (MSE Reshicted Zones) 5 10" Concrete Pavement 6 6" Stamped, Colored Concrete 7 Raised Concrete Median 8 4" Concrete Sidewalk 9 8" Concrete Driveway 30 Barrier Free Ramps (TY C-3) 11 Barrier Free Ramps (TY M-2) 12 Barrier Free Ramps (TY M-3) 13 Barrier Free Ramps (TY P-1) 14 Barrier Free Ramps (iY R-1) 15 6" Cancrete Cur6 & Gutter 16 Monolithic Median Nose 17 4" Mountable Curb 18 TruckApron 19 ManholeAd�ustment 20 ValveBoxAdjustment 21 Rall(TYC221) 22 MeterboxAdjustment 23 MowStrip McMahon Contracting, L.P. Everman Parkway-168734 Subcontractor Bid Detailed Price Breakdown QUANTITY UNIi UNITFRICE SUBTOTAL$ 1 319 12718 4492 is�oi 4254 23540 n2soo 1790 4 7 1 3 1 iozoo 11 835 6950 5 6 1301 1 286 LS � $ 358,565.00 $ TN � $ 376.65 $ SY � $ 4.62 $ SY � $ 25.43 $ SY � $ 103.96 $ sF � S si.a� S SF � $ 21.87 $ SF � $ 6.73 $ SF � $ 13.78 $ EA � $ 4,252.50 $ EA � $ 3,037.50 $ EA � $ 3,037.50 $ EA � $ 3,037.50 $ EA � $ 3,037.50 $ LF � $ 3.33 $ EA � $ 3,252.82 $ LF � $ 65.71 $ SF � $ 21.87 $ EA � $ 3,963.74 $ EA � $ 568.75 $ LF � $ 239.54 $ EA � $ 7,075.50 $ LF I $ 58.71 $ 358,565.00 � * Addendum 2 120,151.35 � 58,757.16 � 114,231.56 � * Atltlendum 2 17 3,037.50 � 33,966.00 � 35,781.02 � 54,867.55 � 51,996.50 � 19,818.70 I 3,412.50 � 11,641.54 � 7,075.50 � 16J91.06 �`Addendum 2 Bl Performance & Payment Bonds** 1.loWo I % I I$ 42,61212 I TOTALLUMP-Sl1MPROPOSALPRICE*=I $ 3,934,822.80I Bid Package i.D.3.A - 5-3210 BIODERS COMMENTS / NOTES BID ALTERNATES (For work as authorized by Coniracior) Item No. ITEMDESCRIPTION Quantiry Uni� unitPrice SubrotalE COMMENTS/NOTES ni ropsoii isoa cv � S �a.n $ iaz,zazsa � n2 Metal Beam Guard Fence 600 LF �$ 54.65 $ 32,808.00 � A3 8"Rexbase(inlieuofALL8"Lime) 17200 SY �$ 25.43 $ 437,396.00�*Addendum2 A3 Complete Demo (STA 136+55-STA 136+94) 1 LS �$ 6,885.54 $ 6,885.54 � A4 Complete Demo (STA 137+pg-STA 142+50) 1 LS �$ 16,327.88 $ 16,327.58 � A5 Complete Demo (STA 305+48.69 -STA 107+2p) 1 LS �$ 21,OS7.12 $ 21,087.12 � Deduct in Cast of Work if power line (STA 127+00 ta STA 137+00) is removed A6 by others. 1 LS $ - $ - a7 Deductformultipleworkpackages 1 LS �$ - $ - � " Pricing: Above pricrngto be all incWsive ofcomp(ete scope o/work, based on al(providedpro�ect documents. *" Bonds: EnterbondrateintheQuantiryCoWmn. Represen[sthebondpremiumtoprovide100�PaymentandPertormanceBondsfortheluflbaseprice. S-3217 Marking and Traffic Signage ltem /TEMDESCR/PTION No. BASEBID 1 MOBILZATION 2 RRFB 3 INSTALL ALUM SIGN GROUND MOUNT 4 REMOVESIGNPANELANDPOST 5 6" SLD PVMT MARKING HAS (W) 6 6" SLD PVMT MARKING HAS (Y) 7 6" BRK PVMT MARKING HAS (W) 8 S" SLD PVMT MARKING HAS (W) 9 18" SLD PVMT MARKING HAE (W) 10 24"SLDPVMTMARKINGHAE(W) 11 THERMOPLASTIC CONTRASTMARKINGS-24"CROSSWALK 12 LANELEGENDARROW 13 LANE LEGEND ONLY 14 REFLRAISEDMARKERTYII-A-A 15 REFLRAISEDMARKERTYII-C-R 16 REMOVEfi"PVMTMARKING 17 REMOVE 18" PVMT MARKING 18 REMOVELANELEGENDARROW 19 THERMOWORDVIELD � Bl �Pertormance & Payment Bonds** BID ALTERNATES (For work as authorized by ContractorJ McMahon Contracting, L.P. Everman Parkway-168734 Subcontractor8id Detailed Price Breakdown FEFERENCE I QUANT/iY I UNIT I UNITPRICE I SUBTOTAL3 1 0 0 0 8120 8680 1850 7960 160 30 400 24 8 20 110 610 130 0 4 LS EA EA EA LF LF LF LF LF LF LF EA EA EA EA LF LF EA EA 50,495.40 3.46 3.46 3.46 4.25 15.80 18.23 75.33 297.68 297.68 10.33 10.33 2.67 7.90 443.48 50,495.40 I"Addendum 2 28,095.20 30,032.80 6,403.00 33,830.00 2,528.00 546.90 30,132.00 7,144.32 2,381.44 206.60 1,136.30 1,628.70 1,027.00 1,773.92 SUBTOTAL:� $ 197,359.58 I 1.10% I % I $ 2,170.96 TOTALLUMP-SUMPROPOSALPRICE'= $ 199,530.54 Bid Package 1.D.8.A - S-3217 BIDDER S COMMENTS / NOTES Item No. ITEMDE��RIPTION Re/erence Quanury umi u�na.��e s�nmiaig COMhteNTS/NOTES Deduct in Cost of Work if power�ine ( fA 127+00 to STA 137+00) is removed A1 byothers. 1 LS $ - $ - *Addendum2 q2 Deductformultipleworkpackages 1 LS $ - $ - 'Vricing: Abovepricingtobeallinclusiveofcompletescopeolwork,basedonallprovidedpiojecttlocuments. ""Bonds: EnterbontlrateintheQuantiryCofumn.Representsthebondpremiumtoprovide100�PaymentandPertormanceBontlsfortheiullbaseprice. �BURNS �M�a�NNELL E�erman Parkway Extension 'I .C. — RECEIPT aF BI� ❑�CLIMENTS SECTIflN 'I,C. - RECEIPT �F BID ❑QCUMENTS We herehy a�knowledge that we have received all Bid Dacuments 6isted for the aba�e-referenced Subcontra�t R�P: ❑ocument SEGTION �.A. - BID R�QIJ�ST SECTIflN 1.8. - INSTRUCTI�NS T� BID�ERS SECTEflN 9.C. - RECEIPT �� BI❑ D�CUNiENTS SECTl�N 'I.a. - BI❑ FORlVlS SECTiflN 1.�.1.A- B4D PRiCE BR�AKD�WN SECTI�N 1.D.1.B -- SC��E QF W�RK S�CTI�N 1.E. - TIME & MAT�RIAL RATE SHE�T S�CTIaN � - C�NTRACT DRAWINGSlSPECIFICATIDNS SECTION 3- BMC� SUBC�NTRACT AGRE�MENT {SAMPL�} BMC❑ H�ALTH & SAFETY PLAN BMC� CaNSTRUCTIaN qUALITY ASSIJRAhtCE FRAMEWORK ❑ All Dacuments Re�eiv�d �ate Receiued �3/��[/,� .�/1���� � I��%j -�'tj�"���� 3 /� � Izs -� `����zs ��l�t�zs� 311 �/z5 ,� Ir ��� �����Z� ����� �/1�-/a.s ����%L.� ❑ All ❑ocuments ather ti��n-�oss id ntified ab�ve have heen received. � r_ -- -/- /- � �j �' _ 7 C�C f , [ � c� d r�, s ^Signafure Date �C,a�t i�ur�r►�1 n� � - f r�s�c.���-�- Title � ���1' LRY�o� �arv`L�p�GTlnl _� L� Cnrrs�arty � Pa�e 1 af 1 �� BUF�NS N1�DONNELL Everman Parkway Extensivn 'i.D. — BI❑ FDRM SECTIDN "I.D. - BI❑ F�RM CQMPANY NAME: Y�� I���AI'�c]e� ��n��r�G�'„�i ] �-.P COMPANY ADORESS: 30i� �n� �rr �i�c� • �rc�N� 1`r�►r►� ��7� `T 505� PaINT QF CflN7ACT: �c.rs�} G'�t,rur+',i s C�NTACT EMAIL: SC.oi-� C o7 Wrz»,dh� ca„.ira�-i►�g.. Cnr., U PH�NE NLJM6ER: �t �,� - .'�1, �i - � �D7 The following Bid Pa��Cages ha�e �een assembled for pricing: Bid Package 1,0.1.A- 5-312Q Earthwork- Bid Price Breakdawn �id Package 1.D.1.8 - 5-31 �fl �arthwork - Scope of Wark Sid Package 1.[7.2.A- 5-334a Stormwater Uti[it�es- Bid Price Breakdawn Bid Pac4tage 1. Q.�. B-- 5-334� StQrmwater Utilities - Scap� of Work Sfd Package 'i.0.3.A - 5-3�14 Paving and Site Corscrete - Sit� Price Breakdawn Bid Pa�kage �. d.3. B- 5-321 D Paving and Site Concrete -- 5cope o# Work Bid Package 1.�.4.A - 5-348� Bridge -- Bid Prtce Brsakdown Bid Package �.�.4.B - 5-3480 Bridge - 5cape of Work Bid Pa�kage 1.�.5.A -- 5-3232 Re�aining Walls - Bid Price Breakdown Bid Package �.D.S.B - 5-3232 Reta�ning Wa[Is - 5cope �f Work Sid Package 1.�.7.A - 5-2650 [Iluminaiion -- Bid Pri�e Breakdown Bid Package �.�.7.8 -- 5-265� illuminatian - Scape of War�t Bid Package 1.�.8.A - 5-32�7 Marking and Tra�Fic 5ignage - 8id Price Breakdawn Bid Package �.�.B.B - 5-3217 Marking and TratFic 5ignage -- Scope of Woric 6id Package 1.D.9.A - 5-329� Restoration - Bid Prics Breakdawn Bid Package �.0.9.B - 5-3�9b Restoration - Scape of Wark Each of the abo�e referenced Bid Pac4cages inciude their own individual Sco�e of Work sheet and 6id Price Breakdown sh�et. AA pa�kages must be bid in their enttr�ty, with all of the assaciated 5cope of Vllork iterrzs included in #he respective pa�kage. 1. PRICE�S] 1.1. I�lease corr�plete th� 6id Price greakdown. 5ubcontrac�ar shall nate that fhe pricing hreakdown requested is for ac�aunting and inforrrsational purposes only. Work will be awarde� according to individual and combined scopes of wark an a L.ur€�p 5urn basis. Bi�€ Prapasals shall be provid�d on a unit price basis ta furnis� all labor, materials and Equipment necessary to complete the work shawn in the bid doG�ments including all taxes ❑n materials and labor. 2. SUPPLEMENTAL INSiRLJCTI�NS 2.1. sids should be valid far an�-hundred and twenty (120} days from 6id turn in date. 2.�. Bidder's prapasal shafl be based on a maximum 11-haur day durir�g daylight hours, Manday through Friday. VIlork autside af thos� times must b� submitted far prior approval to assure proper supervision is available 2.3. Bidder will be required to c�ordinate a sequen�e �w and instalEation with other subcantractars. �_ G � -� d�7 i'�z� r��.��ura �?�r+�ir�[.�',,.� � i..�_--- __ � � 5 SUdCDNTRACT�R AVTHC]R!Z D 51 TURE DATE Page 1 of �4 � BLJRNS �M�DQNNELL 2.4. 2.5. 2.6. 2.7. 2.8. �.9. �.�o 2.1� 2.12 2.�3 2.14. E�erman Parkway Extensian � .o, - B�o �oRM Bidders s�afl provide iheir own c;eanup far the full duratian af the a�ove noted scope of work inciuding: 2.4.�. Laborers, site cleanup and any othertools and equipment as required maintairsing de�arts and mtnimizing li�ter as related ta this scope of wark. ❑umpsters are to �e pravided by 8urns & McDonnell in size and quantity as needed. Subcontra�tar is ta provide ail labor and equipment for moving debris to the durnpsters. Se�aratian af d�bris is not required: 5ubcontractor shall provide flaggers as necessary ia facilitate safe mavement of equipm�nt. Subcantractors shall be respansi�le for their own access to their work. Su�acantractors shall provide a d�tailed fist of exceptians andlor cla�ifiGations with proposal. �urvey will not be provided by the Contractar. Suh�ontractor shall b� responsible for a!I survey, lay�ut and cons#ruction staking #o fa�ilitate each indiuiduai scope af Work package. Damag� ta adjacent properties and ac�ess roads: Any damage caused to adjacent praper�ies or access raads is ta be repair�d by the sub�ontractor resportsiiafe for �he darr�age. Items ir►clude but are not limited to: rutting af roads and ditches, fence darnage, damage to signs, da�nage to culverks or headwails, SWPPP, manhales �existing or new}, undergro�nd utilities and t� trees wilf require repair vr repla�ement if darr:aged during construction a�ti�ities. Dus� Cantrol: CQntra�tor wi41 be respor�si�le ta limiting dust de�elopm�nt at the construction site and ta keep excessive dust €rom l�e�oming an issue for drivers, Refer to sample 5ub�antract for special no-wark dates and C�FW observed halidays. Material testing and inspections are by ofhers. Cantractor wiil he responsible far sched��i�g and ca�rdinating the material testing. 2.13.�. Ali inspecti�ns needed are ia give noti�e to Contractor by 9am the 6usiness day priar. 2.13.2. All produ�ts supplied shall canform to specificatians provided. A#ax-exempt certification will be pravided upon executian af the 5ubcontract Agreement 3. SCH�l7lJLE AN❑ SEf,�IJENCiNG 3.�. 7he foll�wing �onsiderations should be addressed when establishing durations for th� 3.2. canstructian schedule: 3.1.1.Anticipated Work start date €s �61131�D25 3,1.2.A11 bid packages: 3.�.2.1. All Wark impacts ti�e E�erman Parkway construction and must be com�ieted as defined in eacE� bid package. L.iquidated damages will be enforced, referen�e sample Subcantract Agre�ment 3.�.2.2. A calendar cample�ion dat� must be suhrriifted in the bid farm. Liquidated damages as listed belaw will be enforced based on the date 1ist�d in the bid farm. 3.1.2.3. Cantinuous and ��nsistent progress to camplete the Work must be made daily Work s�rall be in accardance with the Agreement. Saturdays will k�e available for weath�r or impact make-up work when approved in advance by Contractor. Suhcontractar shall [if ne�essary ta meet the schedule}, increase its weekiy work schedule, at nn cast ta Cantractor or Owner. Na nighttime construction will be allowed unless approved �Oy � � ,� �`- y'�a��a�•� �Ja���^�G-�`► LP � �- SLJBC�NTRAGTOR � AIJTH�Ri�ED 51GNATLJRE �- � -��a5 ❑ATE Page � of �4 � BURNS �M���NNELL Everman Parkway Extensivn �.o. - eia FORn� 4. PERFORMANCE 8� PAYMENT B�NO �1.�. At its sale aption Canfractor reserves the right t� request 5ubconiractor to furnish PerFormance and Payment Bonds or an Irrevacable Letter of Credit, in a#arm acceptaiofe to Contractor, as a candition af a Subcor�tract Award �r at anytime after award �f a Subcnntract Agreement. 5ub�ontractor to include cost to pracure bonds ar a letter of cr�dit. Please in�lude an th� bid farm the premium to furnish Perforr�ance & Payrnent Bonds far fhis Vllork. 5. I�UALIFICATIDNS STAT�MENT ;�7�'�' � Tr���'� � 5.1. Rs part of the bid r�view, 5u�contractar is #o submit a short qualificat"sons statement that will includa the follawing: 5.1.1. Shorf introductian of company and hrief disc�ssion af �ompany histary. 5.1.�. Lis# of similar or related type pro�e�ts in wi�ich Subcontractor p�rtormed same or related s�ope vf work. Provide at least 3 exarr�ples. Examples will snclude: 5. � .2. � . Project Narr�e 5.1.2.2. Brief description of o�erall project. 5.1.2.3. �rief description af 5u�contractor's scope of servtces on referenced project. 5,1.2,4. Total proj��t cost and cost of Sui�cantractar's scope {This does not i�av� to be exact hut should be representative]. 5.1.2.5. Date of project completian. 5.1.2.G. Name of client or Contractor far which the work was pertorrr►ed, �lnciude name and contact information}, 5.2. Resumes for: 5.2.1. Praje�t Nianager 5.2.2. �raject 5uperintendent 5,2,3, Project Fareman (i€ applicable} 5.2.4. 5afety Manager assigned to this praje�t. 5.3. Provf af abiiity to Bond: fnclude letter from banding agent confirming bonding capacity. 6. C�MPANY STRLJCTL�RE 5ubcontra�tor operates as a corporation incarporated in the 5tate af ���CS 5ubcantra��or License number is 5uf�contra�tor operates as a co-partnership. Nam�s af partners: �1 . � G��. (�U rn,rn r r�[a C ����'t S yvzc,s�`- �y f U Subcontractor operates as an individual doing business under the trade rsame of: �G ,� � � �- 'f''�.°'� � � �� :�._�� }- u c__'� ti r��r, � j--� ---.--.�� � � - SUBCaNTRACT�R AUTH�RlZED SIGNATLJRE ��� � r�d � 5 DATE Page 3 of 4 � BURN� �M�D�NNELL 7. SUB��NTRACT�DITEMS E�erman Parkway Extensifln 1,0. — BID F�RM P�ease list Lower-tier Subcontra�tors to be utilized in the wark: Nair�e of 5ub. General description of work to be subcantra�ted .' r ���:$ � .s C�rvc�e-�� �,s►GrP.�� '1""��el� 8. Dnsite Point of Contacts Please [ist the planned ansite point of contact�s}. �� tL' 1'+1 ti C� ! l YA�C[.� 1' laf N��� 1` tj �G' I`fj Irr L�nN�.A.I{;2 JfA j�r?rin►�•�+� L� ' — _.� �� y�� t { /} ! l �.t`�bn} ��c�+� l' e<.�•t�,� , �..E _ �� �� � Sl1BC�NTRACT�� ALJTH�RIZEE] SIGNATURE �-�� ��o��� DATE Page 4 of 4 McMahon Contracting and Construction, LLC dba McMahon Contracting, LP 3019 Roy Orr Blvd Grand Prairie, TX 75050 Phone: (972) 263-6907 Website: mcmahoncontracting.com Introduction and Brief History: McMahon Contracting was founded in 1993 with a vision to provide exceptional construction services to the North Texas community. In October 2001, McMahon Contracting was purchased from its original owners, Shawn and Jayce McMahon by two employees. Scott Cummings and Chris Young were both project managers for McMahon, and they have over SO years of experience in heavy civil construction combined. Over the years, we have grown from a small operation to a leading contractor in the North Texas region, specializing in heavy highway construction, excavation and stabilization, utility installation, concrete structures, and paving. Our commitment to excellence and innovation has earned us numerous awards and recognition, including Texas Mutual's safety award far four consecutive years. We have successfully partnered with TXDOT, municipalities in the DFW area, and private developers to bring their visions to life. Our experienced team is dedicated to completing projects on time and within budget while maintaining the highest standards of safety and quality. We take pride in our meticulous attention to detail and our ability to adapt to the unique challenges of each project. Similar Projects to Everman Parkway: 23-010 Innovation & Ed Wilson Owner: Forney ISD & Gallagher Construction Contact info: Chris Pressnell/214-972-9397/cpressnell@gallaghertx.com Total Value: $2,495,145.00 Completion Date: April 2024 Description: This job consisted of over 14,000 SY of 8" paving with a roundabout. We used one of mobile batch plants for the paving on this project as well. 22-031 Hudson Drive Extension Owner: City of Sachse Contact info: Corey Nesbit/469-429-4792/cnesbit@cityofsachse.com Total Value: $1,966,157.43 Completion Date: May 2023 Description: This job had 3600 SY of street paving with the removal and disposal of the old road. There was also 5757 SY of parking lot and removing and replacing sidewalk. 22-009 Trinitv Boulevard Owner: �ity of Fort Worth Contact info: Mitch Aiton/682-715-9424Jmitchellaiton@fortworthtexas.gov Total Value: $3,354,215.22 Completion Date: October 2024 Description: Thisjob consisted of 39,430 SY of 10" concrete paving on a very busy thoroughfare in Fort Worth. There were delays in thisjob by the city of Fort Worth. McMahon Personnel to be used for Everman Parkway (resumes attached) Project Manager: Jeremiah Brooks Project Superintendent: Sergio Gonzalez Safety Manager: Osvaldo Gonzalez �,�� — - _� �._ -- --- - ,yt� _— :„.,� �� --- ���- :� Aprii 7, 2025 Re: M�Malian ContR•actii�g, Ll'— Bond l�efei•ence Letter Tn Wha�n It May Concern: VVe a��e pieased to write this ietter on behalf of otir vaitte�l c]i�ist, McMahan Cantracting, LP. �wer the last several years, M�Mahon Cot�tractin�, LP has prQ�en ta Ue a leader ii� their industry. Tl�ey ]zave the capacity tn hnnd si3igle pra�ects in excess af $35 miflion with $I5a iniflian in a��re�;afe backings, McMahos� Corttracting, LP has � histaiy af �ompleti��g prajects ��� tir��� ar ahcad Qf sclZedule with superiar war�nanship and we would be t��ppy t� respaiid to any reasUna�le req►�est far this fi�ie cvnstru�tiaxi �a�npatay. The surety's appro�al of such a request wauld be canditianeci upaii applicat�le w�derwriting consideratians at tl�e tinle ufthe t�ond reqUest. This letter is ri�t an assumption �I. liability. We have issuec� this letter only as a boit�iin� refez�eitce requested by our client. McMahon Cantractir�g, LP's surety coinpany is �[lesffteld Insurance �ompany, which is rated "A {Ex�el�ent) XV" by AM Besi ratiizg ser�ice a��d is tlie recagni�ed leader i3� rating p��opertylcasualty coa�ipanics, Westfield �nsurance Company appears nn the De�at�tment of th� Treasury �ircu�ai 570 as one af tliQse "Cainpanies Haldiz�g Certificates af Authority as Acceptable Sisreties an T'ederal I3ands artd Acceptable Reinstirin� Companies." We hi�hly ��ecann�nend McMahnr� Co��tra�tir�g, LP foa� yUur ��ext prajecl. Since��ely, n � � � � .��de Porier I'artr��.�� 2255 R�dge Road, 5iaite 333 5outhwest ftegion Ra�kwall, Texas 75087 www.�aldwln.�om :� �.��_ �4'j;' .. \Lj� .�� ���;- � . � � �, .:. i ; _ C�NTACT 3419 Roy Orr Boulevard Grand Prairie, Texas 75Q5fl 817-6�9-5Z93 jerem iahl�@mcma h anco ntra cting. com www, mcma hon �vnt�'arti ng,ca m sun�MARY Degreecf CstimatorJProjett Manager with 2�+years of experienCe in the hea�y ci�il and muni�ipal public worEcs constructian industry working with loeal and international eontraciing eompanies skilled at estimating, planning, managing, stf�eduling, and effettiWeiy monitoring hea�y civil impro�ement �roje�ts. Interaction with various go�ernrnenta{ a�encies, subcontracted carnpanies and operations to ensur� an time quality construction of heauy �ivil i�nprQ�ements witf�in bud�et. �KILLS JEREMIAH �R��K� PR�.lECT MANAGER EDUCATION / CERTIFZCATI�NS California Stat� L�riiversiEy of 5an 8ernadino � San F3er��adino, California Bacheiors Qegree Construction Management Citrus C.arnEiiunity Cc�!lege � Gle��dora, California Asso�iates Degt�ee Pulalic Works Construction and Public Works Inspe�tion ❑SHA 10, �NV433, CQN815 EXPERIENGE June2�23 - Preser�l 5lcyline arive Pa�ing & Qrainage Reconstruction {Town East Baulevard tn Peachtree Roadj, City of Mesquite, Texas � Contract Value $12,5a4,4�r.95 J Paving, prainage & Water Impro�ements � 97�In Camplete June 7._�23 - April 2�2�s 1Q`�' Street Pa�ing & Waterline Reconstruction �N A�enue ta Jupiter Raad} � City of Plana, Texas / Cnntract Value $13,�39,3E1A9 � Pa�€ng, nraina�e & Water Impro�emer�ts � 57 �/o Complete 5eptember 2073 - �'rescnt Mis�ellane�us Intersection Emprovements �7 lacations}� City oF Frisca, Texas � Cantraet Value $9,253,809.58 j Pa�ing & 5torm Drain Replacement � 27°/o Complete D�:taber 20Z3 - Present Esters Raad Pa�ing & tJt[lity Impravements � City af irving, T7( � Cnntract Value $17,OQ8,752.45 � Paving, Qrainage & Water Impro��ments J 4�/o Camplete June207.] -.�u1y2�22 Plan, Implement, Direct and Scheduie City vf i]enton -- Band Package I& I! -Var[ous 5treet5 {29 Streets} Reconstruction Praject / Constru�tian oF �lea�y Highway 8e Civil City of Denton, Texas f Cqntract Value $11,4DO,O�D.�a � HMAC Pa�ing, [3rainage & Water DOT, Airport and Marine Projects � Improvements j 100 Ja Complete impro�e�nents ineluding; Minor Bridges, Piles, bredging, Earthwork, Exca�ation, Grading, Sidewalk, C& G, Asphalt and �ecem�er 2D14 - May 2415 Concrete Paving, Wet &[]ry Utilities, 5an Sern�rdinp Assaciated Governrr►ents (SANBAG) - Tippecanae - Interchange EleCtriCai, Traffie 5ignals, Street Lights, Reconstruction Project � Caunty of San Qernardina, Cali'fornia � Contr�ct Value Striping, Signage, I�ar�dscaping, etc. $14,OOa,DOD.OQ j 6ridge Widening, f-IMAC & Concrete Pa�ing, TrafFic 5ignals, Ele�trica! Conduits, prainage & Water impra�errtents � 1flD Q/o Complete REFERENCES [A�ailable upan request] � �. � � �� ." ��'�' , �: ''i.�.5 :./�.,�, , V. .+ :. ,l �':f"�� -'� �14. �' ' ` :�~ •:•��:'t'=�,�� � t k- i '�`� 'c'' "'-�,�►�' ;'� { 5 T ' . � i �N� �� � �4 .! � ! -, `' � � _ ,• r�_ �� �� �: _---�: � �ONTACT 3019 Ray Qrr Bouievard Grand Prairie, Texas 7505D 214-414-6641 sergiog@mcrti a hnn cQntracti ng.cam www. mcm a honco nf racti n�.co m SUMMARY Manages a[l repnrting foreman and a wor{�farce comprised af laborers, equipment aperatars, and Fareman. 5eniar Project Superintendent is responsible forthe o�eralldire�tion, performance, caordination and e�aluation af in-fi�ld produ�#ion. Carries o�rt managerial responsibilities in accordan[e with campany's palicies and guidelines. Responsibilities inclt�de inter�i�wing, i�iring and training employees, planning, assigning and direeting work, appraising perFormance, rewarding and dis�iplining emplayees and addressing ar�d resolving problems. SI�ILLS ➢ Caardiriates resaurce usage with th� airectar of Dperatiar€s. ➢ an internal jahs cornmunicates any cost, schedule, or quality affe�ting occu rrenees with the responsi6le Project Manager. ➢ Heips direct �h� Underground LJtility, 5tructure, Irrig�tion and Pa�ing ct'ews. Y Monitors and mociifies performance standards for dire�t reparts and appra�es modifications fnr other departmental emplayees. �ER�-I� � � 11T�ALE� SENiOR PR�JECT SLJPERINTENDENT EDUCATZaN / CERTIFICATI�NS aSHA 3�, �SHA 3Q Fall Protectian, Manlift, CRP 7raffic Wark Zone, ENV432, CON816, MNT4�5, Tx�DT MOT EXPERIENCE octobe� zal� �resenr Trinity Bauievard Phase I�IH 82p to Salada TraiEj � City of Fart Wprth, 7exas J Subcantractor to 5! Lauis � Contraci'Value $3,362,412.52 j Pauing Insta!€ationj 59°Iv Camplete .l�ane 20Z3 - Present �0'h 5treet Pa�ing & Waterline Recan5truction � N Avenue to Jupiter Road} � Ciiy of Plano, Texas � Cantract Value $13,439,361.�9 � Paving, Drainage & Water fmpravements / 98 °Io Complete October 2423 - Present Sfluth Beitline Reconstructian, City Qf Coppell J Contract Value $18,319,034.55 � 99�Ia Complete j Paving & UtEiities Se�t�mbr�r 2[}23 • Present MiseelEaneaus Intersection Improvements [7 Locationsj� Gty of Fris�o, Texas � Contract Value $9,253,8�9.58 � Pa�in� & 5torm Drain Replacement ��8°In Complete July 2023 - �c�obeE 2�7_3 pond Rest4ratian �or Thweat Park J City of CQppell, Texas � Contract Vaiue $414,041.52 � Pand Grading, Erasian Cantrol, Orainage Contral & Drop 5tructure � 10��/o Comp[ete REFERENCES [A�ailable upon request] �,� �'� ; ' �y � .: � �� � „�„� _ s�.�� d. 's �� - .y � � ' ��.. � � ' {-.``'" � _ h#:�.:. a s�...� * C�NTACT 3419 Roy �rr 8aulevard Grand Prairie, 7exas i505{] 46J-628-87�4 osva ld a@ m cma f�an cvntra cti n g. co m wwU�. mcma hancoritratti ng,ca m SUMMARY An aceomplish�d safsty professional with a reputation For maintaining hi�h safety ree.ords. Esta�lish safety rules and cades of practice and monitor and implement health and safety p�'ograms and practiees. Consist�nt[y a�liieve safety gaals by establishing, maintaining and managing effeeti�e 6usiness reiationships at all le�els of the ar�anixation, More than 27 years Qf manageriai and aperatianal experien�e. ❑utcome-driven, self-rr�oti�ated, efficient and highly etliir.aL Skilled in deveiapEng reiakiariships and prabEem solving. 6ilinguai in �nglish and 5panish. SKILLS �n canjunction with owners de�elaps, and implementsafety procedures, incentives and prd�rat�s, that will help minimi�� accidents. Confers with projPet persannel to pravide Jobsite 5afety inspectians and to resol�e probl�rrtis in all aspeets af the praject duringcle�eiopment, and constru�tion, Hold safety meetings with each erew on�e a month. � ��TALD � ��11TZALE� SAFETY DfRE�T�R EDCJCATXDN � CERTIFIGAT�aNS QS�tA 30, IJTA Specialist 5af�ty & Neaitl7, UP Union Pacific Property Access, Work �ane 5��ety, �lagger Training, Suspicion nf Al�ohal & arugs 7rainin�, CSH�, 55H Constrt�ction and General In�ustry, aSHA 10, QSHA 51� Standard forConstruction fnriustry, nSf�A 5��, dSH�I 51.1, 05HA 310, OSHA 3Q95, �5}-kJ� 3].1�, QSHA 52I, DSEIA 22G4, �SHA 27_50, F! RST AIC] & Cf'R, C�L �.icense _��PERIFNC�;F - -- --- C7etoher �D77 - [?ecem�er 2a23 Eldorada Parkway 8e Custer Road Intersection �[3ridge lir�pra��ments � City af McKinney, TJL & H-E-[3 LF Cornf�ined CanCract / Contract Value $3,353,1.3�.53 � Pa�ing, Bridge Sfructure lnstallation J 10��In Complete 5eptemher z��3 - Febru��ry 2024 North Riverside Drive Phase 4�5hi�er Road ta Nnrth Tarrant Parkwayj / City vf Fort Worth, 7exas � Cnntract Vaiue $7,�74,521.54 � Pa�ing Water arainage 5ignal & 5treet Light Imprflverr�ents � 10D°Io Compiete 5eptemL�er 2423 - iN�rch 202�I B5W Goldeh Gate - Bayior, 5�ott & White Raving � City of Fris�o, Texas � Contratt Value $795,479.50 � Paving Installation � i0�°Io Complete �ctoher?.023 - Present Eubanks Lane, City of Wyiie, 7exas ] Contract Value $2,995,545.86 � Pa�ing & Water Instaliation J 3�/o Complete February 20�4 - Apri[ 202� Keller Hicks Road [From Lauren way ta L15 377j Pa�ing Water grainage Signai $e 5treet Light Impro�ements � City af Keller $e City af Fort Warth, Texas � Contract Value $7,2I9,452.25 f Pa�ing Water �rainage 5ignal & 5treet Light Impra�em�nts � 20 fl/o Complete Septemher 1023 - Present McMillen Road Impro�ements {McCreary Road ta Country Ciuh Road} � City of Wylie, Texas � Cantract Value $19,��2,&E1,94 � Pa�ing, �rainage & Water Empro�ements J 22QIo Camplete REFERENCES [Available u�Qn request] . . `'� . '�.�;.. <,� �`���- Extension of Everman Parkway 1.D.3.A S-3210 Paving and Site Concrete— Bid Price Breakdown SECTION 1.D.3.A S-3210 Paving and Site Concrete — Bid Price Breakdown � � � � � � `. Page 1 of 1 5-3210 PaVing and Site Cancrete I �m fiEMDFSC�NPTION Na. 8FSF8f0 I MG6ILZA":ON Z Camnerlcat!�me5lurry 3 3" ilme Tr23if*�0�' 4 8"Flexpase;FfSEResirl�[^tl2'CneS] 5 io" Cor.creca Pavemen s s" Stamoec� Colo:ed Concre:e 7 Ra3sed Concsete Me01an 8 4" C01CrQie SidaLvslk 9 B" Concr9te artuervdV 10 6arrlerF�ea�ampsfFYC•31 11 Barrler:reesiamRs[YYM-2] 12 BarrlerFree Ramps �N M•31 I3 Barcler Free Rasnps I7Y P-i1 I4 98rrICr Fre¢ Ramps [N R-Si 35 6•• ConcretC Curo & Gune: 16 MOnpl�nlc Med3an Nose :7 a" Mountaule Curh 18 huCkApraA 19 t9anhoEeAdlustmenc 2� V21v060xAdlustme�tt 2i RaH�TYC22k1 22 Me:erLwxAtllusc.ment 23 Mow Sr.lp � 61 �Pertormance6 Peyment9GnCs•• 81a AL7ERNATES {Far wark as aufhorJrsd 8y Contracm�j MeMahan Corrtracfrng, L.P. Ec�erman Aarkway-168734 Su6contracta� 8id Aetalied Prlce 8reakdo�rh QUAMITY I lfNff UN1fARlCE SLBl[1TAi5 1 Si9 127F8 4492 1579I 4254 26S4B 42600 1790 a 7 I 3 1 ia�oo li A35 6495 S 6 ^_361 1 266 LS � SY SY SY SF SF SF SF � EA EA FA EA� LF F.4 E' SF EA EA LF EA LF � S 353.5B5.�G �, S 353,565.P0 ' Adtlendum 2 i S 376.65 5 120.151.95 S 4�62 S 58,757.tfi S 251t3 S 114,23a.5B ,' Aeder.tlum 2 S 10.3•96 S i,892,275.% I s si.a� s sa.oaass ' S 21.87 S 58�.793.76 S 8.?3 5 2B6.fi8A.00 S 13.78 8 14.866.2G s a,zex.su s v,oso.ua S 3,037-57 5 21,38250 S 3.R37.56 $ 3,R37-50 $ 3,637.50 5 9.172.5U S 3,7l7.SQ 3 3,037.Sfl 5 3.33 S 33.966.D6 S 9,252.82 s as,�as.o� S 55.71 S 5d.8fi7.85 5 21.87 5 142,Q45.65 $ 9.963�7d S 19,818.7fl $ 65&75 $ 3,412.50 $ 239�54 3 311,Bd1.56 S 7.076.60 $ 7.075.50 $ 58.71 S 1fi.791.06 • AdCendum Z Se3B10TR4 $ 3,9AS,d31.78 ] 1.1tl4S � % $ 43.395.35 T67RLLIlMP.SIFM R9PD5ALPRICE•n S 3,986,427.T4 8 id PaC E[Age 1.[].3.A - 5-3230 BlA�FAS COMMfNI51N0IES nem p�o. Y7FypE5cp�pr�pN Or.miq um� Wmonn s•,e�ewx CDMHENfS/NOTES AL Tppsell S9C: CY S 7d.71 S k42.247•8d P2 MetalBeamGuartl.=ence 60Q LF S 56.68 5 32.80BA0 A3 8" FlezEase p n Ue4 D�BLLB" lJme} 16874 SY S Z6.4S 5 4Zg,}u5.92 • Adeend�m2 �43 CCm7€eSeRemvf5TA13L�55-STA136-441 . LS S 6.B85.S4 S 6,885.5A Aa CpmP:etB CEttiO �5Tp I37+28 •5TA Sd2•501 E LS $ 36,327.86 S I8,327.BB R5 CDrtiplCt2�Bmof5TA105•68.E9-SFAla7+2C? E LS 3 31.087.'A2 S 21,P87.12 R6 �gduct In �u5t of Workif power llne [SA17.7+OOtv Sl'A 137+OQy ls remuyed hyaihefs. i LS 5 • S - A7 �educt fOr muEdpl4 W9rk p3CkaHe° 1 LS S • S • , Arkt+iQ: AWveprYC7l+gfoA88lfMtNs�V2alcvmel=195LO�LVWO11�CeSedena:fp+o�de7A�'"[C�[�mErt1S. ' 8onds: Fr.rernondlafemrReC�uannryCefo.nr. RepresenfsrneEvndWemlumtpp.•pNde1�G45Faymen:ancPe�lorrnarrce8w+usN�UMlwfaaSeArlca• • ., , � _ ! • Extension of Everman Parkway 1.D.3.6 — S-3210 Paving and Site Concrete — Scope of Work Bid Package 1.D.3.B — S-3210 Paving and Site Concrete — Scope of Work Furnish ail necessary labor, material, equipment, and incidentals to perform the Work. The major scape of Work in this project includes, but are not limited to, the following: Work Summary 1. Furnish and install all traffic control, concrete and steel railing and road paving, including but not limited to stamped and colored concrete medians, concrete pavement, driveways, curbs, sidewalks, and shared use path, etc. as required by the Plans and Specifications. 2. Paving Contractor (PC) shall be responsible for the installation and maintenance of the general site traffic control as shown in the plans and in accordance with Texas MUTCD. Additional or scope specific traffic control outside what is shown in the plans shall be the responsibility of that specific wark package to install and maintain. 3. Provide a complete subgrade system of either lime stabilization and or flex base as shown in the contract documents. Civil Contractor (CIVC) shall turnover the Rough Grade from there the PC shall lime stabilize or place Flexbase were required. a. Note PC shall verify grades and note any deficiencies prior to the rough grade acceptance to Burns & McDonnell. Once rough grade is accepted and turned over by the CIVC it shall be maintained by the PC until pavement is completed. Any issues needing to be repaired shall be on the PC at no additional cost. This includes active dewatering and ensuring positive drainage while subgrade stabilization and paving is underway. 4. Rough Grade shall be defined as follows: a. Rough Grade under Paving and Medians: i. In areas where Lime Stabilization is to be used, Rough Grade shall be to bottom of pavement (±0.10-in}. The Rough Grade elevation shauld be continued through the median. ii. In areas where Flexbase is to be used, Rough Grade shall be 8inchs bellow bottom of pavement (±0.10-in). Rough grade for medians shall remain at the bottom of pavement elevation (±0.10-in). b. Rough Grade under sidewalks i. Rough grade under sidewalks shall always be bottom of sidewalk (±0.10- in). c. Rough Grade under driveways i. In areas where Lime Stabilization is to be used, Rough Grade shall be to bottom of driveway pavement (±0.10-in). ii. In areas where Flexbase is to be used, Rough Grade shall be 8inchs bellow bottom of driveway pavement (±0.10-in) from the roadway tie-in to 12-inches from back of curb. For the remaining driveway limits, Rough Grade shall be to bo#tom of driveway pavement (±0.10-in). d. Green Spaces i. Rough grade shall be 2-inches below top of grade (±0.10-in). e. Roundabout i. Rough grade shall be to bottom of hardscape (±0.10-in). Page 1 of 6 . . ,� T. . � • � 7 8. 9. 10 11 12 13 14 Extension of Everman Parkway 1.D.3.B — S-3210 Paving and Site Concrete — Scope of Work Due to the straps for the MSE, Lime Stabilization is not allowed and Flexbase shall be used instead. Areas that require Flexbase due to MSE Restrictions are as follows: a. Sta 116+78.83 to abutment West of UPRR. b. Sta 133+20.74 to abutment East of UPRR. Along East Abutment, MSEC shall backfill and rough grade under paving and sidewalk from the Eastern abutment to Sta 133+20.74. Backfill within roadway will be responsibility of MSEC due to limits of the necessary structural backfill zone for the earth reinforced straps. CIVC to own cut and fill to rough grade for roadway, sidewalks and driveways from Sta 133+20.74 to Sta 136+94.00. Form, place, finish and cure the new roadway pavement including but not limited to the reinforcing steel„ construction and expansion joints including baskets, dowels for curb and gutter, sawing and sealing ofjoints, etc. a. Note the bridge deck pavement will be the responsibility of the Structural Contactor (SC) including the area from STA 121+00.08 to STA 129+17.91. The subgrade leading up to the approach slab will fall on the PC to pertorm stabilization measures in preparation for pavement. SC shall form, place and finish the concrete pavement up to the expansion joint, then PC to drill and dowel in along with providing the expansion joint and sealant as necessary for the pavement connection at STA 121+00.08 and STA 129+17.91. b. For the construction of the new pavement limits from STA 105+48.69 to approx. STA 107+80. Note that this portion of Work will impact the main thoroughfare for the Parkway Elementary School. The PC shall not interfere with the school and acknowledges the work will be constrained to the summer months outside of the active school year. If the PC elects to machine place the roadway pavement, additional excavation and re- embankment for slipform machine will be the responsibility for the PC. The CIVC will backfill the rough grade below pavement and sidewalk elevations. From there, PC shall create necessary means of access for equipment and machinery. PC shall be responsible to restore all areas back to rough grade. PC to protect and maintain utilities and storm inlets from damage or debris. Note that any night work or mass placement shall be requested at a minimum of 1- week advance notice for approval with the City of Fort Worth and Burns & McDonnell. PC shall furnish and install mountable truck aprons and roundabout mow strip including but not limited to subgrade stabilization, rebar, concrete, doweling, etc. Form, place and finish all driveways called for in the Plans and Specifications. Coordinate with CIVC to ensure subgrade is turned over at a rough grade for final subgrade prep by PC. Form, place and finish all curb and gutter along medians, pavement edges, splitter islands, etc. that tie-into the new and/or existing roadway alignment. Form, place and finish all sidewalks and shared use paths outside the bridge structure including but not limited to the fine grading of subgrade, reinforcing, concrete, finishing, expansion and construction joints, sawing and sealing, etc. per the plans and specifications. a. Note the SC shall form, place and finish the sidewalk up to the expansion joint at STA 121+00.08 and STA 129+17.9, then PC to drill and dowel in along with Page 2 of 6 .. ". r � � . ,- ,. . � • . 15 16. 17 18 19 20 21 ��� 23 24. Extension of Everman Parkway 1.D.3.B — S-3210 Paving and Site Concrete — Scope of Work providing the expansion joint and sealant as necessary to connect the remaining sidewalk. Construct all ramps and pedestrian crossings to be compliant with the latest ADA requirements. The system shall be complete of subgrade preparation, rebar, concrete, fiinishing, detectible warning surface, etc. as required in the Plans and Specifiications. Form, place and finish maintenance driveway, ramp and access gate per Maintenace Ramp and Gate Detail along the box culverts as shown in the plans. PC to provide all subgrade stabilization, concrete, rebar, etc. as necessary per the plans and specificatians. Coordinate with CIVC to ensure subgrade is turned over at a rough grade elevation, as determined above. Note this scope of work cannot be completed until the headwall are complete. a. Maintenance driveway shall be 8" thick. Along the East End of the Project from STA 136+94 to STA 142+50.04 the Paving Contractor will be responsible for the completed scope, including but not limited to the grading, forming, placing the new alignment, sealing, and backfilling as necessary to provide the dedicated turn lane and median access for successful drive. a. PC shall own traffic control per the Traffic Control Plan in the Contract Documents. Saw and seal all pavement joints before opening to traffic. Abide by the Contract Documents for saw cutting, sealing and caulking the pavement as soon as can be accomplished without damage ta the pavement, regardless of time of day or weather conditions. After hours work to be submitted for approval in advance. In general, the Marking and Signage Contractor (MSC) to provide all roadway striping and directional arrows for the new pavement. PC to do a final street sweep, including the bridge structure, prior to turning over the roadway to the MSC. PC to form, place and finish the C221 railing along the top of the MSE retaining walls and Headwalls as shown in the Contract Documents. Note that the MSE and Drainage Contractors shall provide rebar stirrups for future embedment into the new railing to be utilized by the PC as well as temporary railing to protect the fall hazard until the permanent railing is ready for installation. PC shall remove and dispose of the temporary railing simultaneously with the installation of the new railing. a. Note that the Structures Contractor (SC) shall furnish and install the Metal Beam Guard Fence along the southeast bridge approach slab. PC to coordinate with the SC for the transition of the railing from C221 along the MSE Walls to the Bridge Structure. PC shall provide the expansion and or splice joint as required between the two structures as detailed in the TxDOT combination rail details and per specifications. PC shall quickly remave forms, debris, excess concrete waste, etc. from back of new concrete to allow access for the Landscaper to embank and place topsoil. Prior to Landscaper placing soils, PC shall remediate any voids or honeycombs per the project specifications. Drainage Contractor and Sanitary Sewer Contractor shall raise new manholes to finished grade, once completed and handed over, the PC shall presume responsibility to maintain grade and not damage structure. Should damage occur, it will be the cost of the PC to repair and readjust the structures to the proper elevation. Page 3 of 6 BURNS Extension of Everman Parkway i�C�QN�i LL 1.D.3.B — S-3210 Paving and Site Concrete — Scope of Work 25. Where existing valves, manholes, or structures are encountered, it shall be the responsibility of the PC to adjust to finished pavement grade prior to new concrete placement. a. PC to account for the following Manholes, valve risers, and meter box that will fall in the paving, median or sidewalk and will need to be adjusted to match final grade. i. Manholes-5 ii. Valve risers — 6 iii. Meter box - 1 26. CIVC shall backfill roadway and embank into the future Hemphill alignment at 4:1 Max transition from rough grade to existing grade as shown on the plans. PC shall furnish and install the road base transition from Everman to Hemphill North and South upon completion of the roadway pavement. 27. At the Transitions from Everman to Hemphill North and South PC shall furnish and install the low-profile concrete barriers with reflectors prior to roadway being opened to through traffic. a. PC to also furnish Typ. III barricades that are to be behind and additional to the low-profile concrete barriers with reflectors. 28. Paving Contractor shall be and remain for the duration of the Project a prequalified Paving Contractor with the City of Fort Worth. ADD ALTERNATIVE 1. Furnish and install topsoil along back of curb, sidewalks, all green spaces, etc. up to the Temporary Construction Easement (TCE). 2. Furnish and install the Metal Beam Guard Fence along the southeast bridge approach slab. 3. Furnish and Install 8" of Flexbase in lieu of lime stabilization for extents of project. 4. Demo, saw cutting and dispose of all existing concrete from approx. Sta 136+55.00 to Sta 136+94.00. 5. Demo, saw cutting and dispose of all existing concrete from approx. Sta 137+29.00 to approx. Sta 142+50.00 as shown in Contract Documents. 6. Demo, saw cutting and dispose of all existing concrete and asphalt from Sta 105+48.69 to approx. Sta 107+20.00 as shown in Contract Documents. 7. Deduct in cost of work if existing powerlines (approx. Sta127 — approx. Sta 137) are removed by others. CLARIFICATIONS 1. Additional or scope specific traffic control outside what is shown in the plans shall be the responsibility of that specific work package to install and maintain. For scope specific traffic control plans (TCP), Contractor shall furnish all materials to perform tfie work including a stamped TCP provided by a third party Engineer in the State of Texas. RII Driveways shall be 8" thick From Sta 127+00.00 to Sta 137 on the north side of Everman Road, there is an existing power line that is NOT to be removed and IS LIVE. Construction activities Page 4 of 6 �. . �. `- � • Extension of Everman Parkway 1.D.3.B — S-3210 Paving and Site Concrete — Scope of Work around power lines shall be in compliance with OSHA standards and by Burns & McDonnell Health & Safety Plan. 4. In the Contract Drawings and Specifications, the use of "Contractor" shall mean "Subcontractor/Bidder". GENERAL INFORMATION �� 3 4 5 0 0 No temporary services are provided at these construction sites. Bidders will be responsible for providing all temporary power, temporary water and temporary lighting as needed to perform the scope of work. Design Builder will provide temporary toilets for use onsite. Excess concrete or concrete cleaned from equipment must be collected and disposed of properly. Do not place disposed concrete on or bury on site. Wash water is not available, and bidder will be responsible for providing wash water as needed. Containment of wash water and disposal is the responsibility of the bidder. Bidder is not to stray onto or perForm any work on adjacent properties not currently within the public ROW or provided temporary construction easements. Perform exploratory excavation as necessary to perform the scope of work. Subcontractor will be responsible to identify and confirm field locations of any existing utilities, cables, pipelines or other buried utilities located within the work zone. It will be the responsibility of all Bidders to execute the work without damage to this existing infrastructure. Subcontractor will bear the cost of the repair or replacement of any damage to existing utilities due to their activities within the construction area. Subcontractors with any concrete scope will be required to establish, maintain and remove concrete washouts throughout the life of their scope. Upon scope completion, contractors will remove all washouts and return the area to its original condition. a. No washout can be located within the flood plain. All Subcontractors will be required to utilize the Procore website for submission of RFI's, Submittal Information, Contractor Reports, and Daily Logs. Access to the Burns & McDonnell Procore website will be made available by the Project Staff once the Contract has been executed. Provide dust control as required. 9. Acknowledge and consider the geotechnical report included in the Contract Documents. 10. Provide survey and layout for all work included under this scope. Design Builder to provide survey control points prior to commencement of work. 11. Subcontractor shall provide at least 48-hr notice to the Desing Builder for any deliveries, equipment or material, prior to arrival at the job site. 12. All temporary shoring and or trenching shall be designed, signed, and sealed by a licensed Texas Professional Engineer. 13. Prior to starting work, Subcontractors are required to provide work plans detailing their steps required for construction of all work items. The work plans shall include the top safety and quality items along with a detailed list of the steps to perform the work and shall be submitted 1 week prior to work commencing. 14. Provide and maintain any safety measures (PPE, vehicle safety lights, backup alarms, barricades, etc.) for the safe execution of the work and as required by Burns & McDonnell Health & Safety Plan and UPRR. Page 5 of 6 S ., . � � <. � • Extension of Everman Parkway 1.D.3.B — S-3210 Paving and Site Concrete — Scope of Work 15. Provide redline markups and As-Built locations and elevations of all work installed within this work package in an industry standard format detailing surveyed line and grade of all installed work at intervals not to exceed 50 linear feet or more detailed, as necessary. Subcontractor to provide per the specifications all scope specific owner training, startup, commissioning and O&M Manuals as required. Page 6 of 6 �� BUF�hIS h►��DQNNELL ��erman Parkway �xtension 'I .E. -- TIME 8 MATERIAL RATE SHEET SECTI�N 1.E. — TIIVIE & 1VIATERiAL RATE SHEET CDIVIPANY NAIVlE: j'��� 1�.�.�'1q�.1 r,orv"L 1rct���n] � L P .. CQMPANY A��RE55: 3U1°� 1�6 �7r�r l�s� v�i.• �'� ��,�e.� . t"rc�if�� - t� - �viNT o� coNTac�: 5��4 �.�,mms �r� s C�NTACT EMAIL: Sc.o���. 7 r►'�Ci+^�,�ln„sc�.�r�rec-�'i►a-5 • Crsw1 PHONE NUMBER: 4'7�-' �� 3 y[� �a''r U �`�"� `?S�SD From time t� tirne, it may becom� necessary ta pertarm Wark fhat is nat part of Subcantractor's SGope of Work, as set farth i� the Sub��ntract Agreement. Wiien additional it�rrzs of Work �as described above} be�ome necessary, it is Contractor's optian ta determine which farm of c�mpensation should �� used to reimburse 5ub�ontractor (such as lump sum or unit price, ar on a"time and material" basis}, Shauld it hecome necessary to pro�eed on a"time an� material" hasis, Sui�contractor sha31 be reimbursed at the €allowing rates: I. A. Hourly labor �ost in a��ordance wifh the individual employee's base wage rate. The base wage rate is the first shift stra�ght time houriy raie exclusfve af fringe benefits, payroll #axes and insurance, o�erfime premiurrzs, shift differential, overh�ad, and profit. The base wage rat�s quated shall be by wage classifccations use�1 by 5ub�ontractar and shall represer�t the a�tual base wage rate paid to the individual employee. Subcontractor's invoic�s shall be supported [�y certifsed payrvlls to verify these rates. The sam� conditiQns shall apply for avertime and s�ift work premium wages. B C ❑ E F Fringe bene#its shall be quated as a percentage of the ?�ase wage rate and the prem�um wages, and this percentage shall represen# the actua! fringe benefits paid to the emplayee. Sub�onfractor's invoices shail b� suppQrted k�y certified payrolls to �erify this percentage. Subcontractor sf�all quote a fixed percentage of the base wage rate and the premium wages far payrofl taxes and insurance. Sufacontractor's invoices shalf be supparted by certified payrolls to �erify this percentage. Su�acontra�tar shall �uate a fixed percentage af the base wage� rate and the premium wages far small toals and �or�surna��e supplies. 5ubcontractor shall quote a fixed per��ntage �ar all supervisian, starting at and includinq the foreman lev�l, and to in�lude ar�y and all ather supervision and non-manual emplayees. Subcantractar shall quote a fixed percentage of the bas� wage and the premiurn wages for overhead and prafit. 1, ��erhead shall include: {a} salari�s and ber�efits af 5u��antractor's executive affrcers, and any and all other home office andlor branch affice pers�nnel directly or indirectly associated with andlor warking ❑n the proj�ct; {b} expenses incurred in car�junction with 5ubcontra�tor's main afFce, bran�h oftice, �r otl�er fa�ilities �including, but not necessarily fimit�d to: expsnses for real estate rentals or purchas�s, accaunting, payrall, purchasing, expediting, engineering, legal anct data pfOC�'.SS1fkC�} SEiVIC25, telephone, telegraph, affice furniture, oifice equ�pment, interest for ca�ital emplayed ar mar�ey laorrawed, assaciation m�mbership fees andlor fund �ontributions}; and �c} any and all ather aciministrativ� expens�s of any kind required Page 1 of 4 �� �URNS �►.\M�D�NNELL E�erman Parkway �xtension �I .E. — T111flE & {IlIATERIAL RATE SHEET to perform the Work (including bonuses ar any type of incentive payments to supervisory andlor non-supervisory personnel}. il. _� percent � TB�°/o}, added ta invoices tless discounts} for all overhead and prafit for material pu�chased by Subcontractnr, wifh any applicable sales andlar ��se taxes and any appli�abie freigh# Gosts then added and ider�tified. III. �'r percent � TBD°Io}, added to 5u6contractor's su�-suhcantractor's invoice far all averhead and profit. NOTE: In no instan�� can a sub-subcor�tractar charge in excess of 5ub�ontractor's unit price{s} (wh�re appGcable}, "tEme and rr�aterial" rates build-up, percent of mark- up far materials, or Sub�ontractar 's #hi�dWparty equipment rental�sj; nor can a sub-subc�ntractar charge more than se�enfy-fi�e percent (75°/Q} �f th� rates given in the latest Blue Boak Rates '�ar awned equipm�nt, or as set forth in Item IVo. "V", below. iV. _�? r� _percent f T6D°/o}, t❑ be added ta invaice (I�ss any discounts}, for thi�d �arky rental �quipment, including fuel, ail, lubri�ants and maintenance, overhead, and profit. Any associated #ransportation costs to and from th� site associated with "time and materiaf" Wark will be reirnhursable at Su�con#ractar's cost. V, 5ubcontractar-owned equipment will be reimbursed in accordance with 5ubcor�tracfor's Equipm�nt Rental Rate Schedule; but �n no case shall the hourfy, weeicly, or monthly rates stated therein exceed seventy-five percent �75°/0} af the rates given in the latest r�zvision of Blue Sook ar the prevailing rates in the area, whichever is less. 5�bcontractor-owned e�uipmer�t rental rates are in�lusive �f all fuef, oil, lubricants, and maintenance cos�s. Any associated transportation costs to an� #ram the site associated with "tim� and material" Wark wifl be reimbursable at 5ubcontractor's cost. Paga � of 4 �� BURIVS �I�DQNNELL VI. Hauriy gase Wage Rate {40 hrlwk� ..�, `'�_ � �� �.. -�.� pJ �Ir- - .3 � /�r .3.� �r-��- �� ,3 3 ���✓ .����i�v �� ���� 3� �B �I� � -�5.�✓ -�`f p�i�� , Wage Classificafion Complete 5ectian VII af this farrr� for quotes requested above ar provide internal dacumentation that Satisfies ihe intent af the req�ested inforrnatian helow. Time and Material Rates 5heet - Base Wages, Premium Pay, and IVlarkups far Fringes, Payr�ll Burdens, Tn�ls and Supplies, Super►►ision and O�erhead and Profit. E�a�..,.._ l, �..r- �s�",ll� � ��..:/ C.cm, _ .t, �, ..r l.._..,• �--� �..tl�.r .�.. _ G�I,�� ��� �.,• � I'h ► �c� r�r I��- � �] � P`� e�t..�,.s.r..../ ! ��i�l.ti..! ����w,r/ �...�,, � f� � Everman Parkway Exterssion 'I.E. — TIME & MATERIAL RATE SHEET Haurly Q�ertime� Premium .�� ��' - ,`�y `s� - ��- ? � �—d rr � y 9 �. ,5' 1 8 �f — Gz'�'` ����� �� � � 5�— �' �— *Premium P�rtion af wages anly. �rinqe B�nefits .�" �'� �,s"�� Percent of base wage rate Percent af premium partian af wages or+ly Pavroll Taxes and Insurance _� B�a Percent of base wage rate �- ��� Peresnt of premium partian of wages anly Tools and Constructiar� Supplies r��a Percent of base wage rate ��s�o P�rcent flf premium portion of wages only Supervision / �� / �'o ❑verhead and Profit Ir9 �� ���a Percent of base wage rate Percent of premium partion of wages only P�rcent of base wage rate Percent of premium portian af wages only S h ift* Differential Premium � � � � � � � Q � � Page 3 af 4 �� B U R N S ��erman Parkway �xtension �►.\M�D�N NELL 1.E. — TIME 8� MATERIAL RATE SHEET VA. The actual basis for d�termining both which costs are reimbursable, and haw those reimbursa�ie �osts sha41 be cqmputec€ and bi�led, are as follvws: A. Subcontractor shall submit daily, for signafure i�y Cantractar's Representative, the fo�lowing: 1. Lahor: Daiiy Tim� Distributian Sheet showing project number, date, �mplayees` r�ames, la�or classification of �ach employee, haurs wark�d by ea�h employee, and a�ri�f description af the Wark perfarmed. Also inciuded sha�ld be any materials ar billab�e tools that may be utilized andlar consumed in pe�forming ih� Work. 2. 1111aterials: Vendors' i�voices, delivery tickets, etc., all clearly marked with the carrec� pro}ect numb�r and signed by an authorized Contractar Representative. 3. 5u�-subcontractor[s�,: lnvoic� andlordaily time sheets. All sub-suhcont�actars must be apprave� by Contractorl0wner prior to start of Vllork. Ail sub-subcor�iracta�s"'time and material" rat�s (sub-subcantractors' "time and material" �ates and pereent markups �annat exceed Subc�ntra�tor's rates and rriarkups, as stated in the General Conditions} andlor Lurnp Sum Pri�e must b� reviswed and approved by Contract�r prior to the start of any Wark. 4. Equipment: "Daiiy Equipment Use Farrn" shawing equipment descriptian, equipmer�t identification numbers, haurs worked, and a brie€ description af th� Work performed. AA biEl3ngs for third-party equipment rentals shall be accompanied by a signed copy of the equiprr�ent vendor's invoice. 5ubcantractor shall r�ot add or remave equi�ment frorn the project without prior writt�n appro�al from Cantractor's Representative. ��i��.�au [�a.,,��rq,�,'�'r � 5worn ta rrie and subsc �hed in my preser��e Subcvntractor � thi� c� � d�y of -�-�Y j� , 2Q�. -_ - - - � � � % l Rutharized Signature 5f ature af Natary Public `: �o t�. U��, �ry„ ..r �"�`�•r5 ��� � Notary Public In and For the 5tate af: Title � Y ---�� l � i�� My �ommissiar� Expires: ��� i r�- � a��-p � +"""'�• Y�SENIA GONLAIES -`o�"�v a�c = �$: . �� �fotary Pu61ic, 5tate a1 Texss ;p:�.•i�_ C'omm. �xpires a2-12-2fl2B ''';�Oi,;;` lVutary I❑ 129582593, � Page 4 af 4 5-3480 6ridges Bid Pr,ce 8reakdawn x.11.4ra - 5-3480 rrem I No. ..� .,.:i.• �. ,.i i N�V�SI'Cikil�n7 2 CEM,�fV�SfABELI�E�{���,JJNiENTBACI(FILL 3 _..n«�ci� �nkr � � i� �jp r a �R3�CE��H�F� i4,��w� � r���Si���cR�r�=ABu�;lH�l ' fi G�.lU1�i�u �.Ul`�..rtt i E {LAPp{�j��j � �u�,ss GcaNG��T� r �1.5JJ�y1,��Pc� : 8 REINFA}�4�JF%GivGl��� SiAB (HPC} � ' g �1�+��PEP1� �r���,) � iQ APP$OACH SiAB fHPC1 � 11 � ;,rs.,, � �.�....�+...]J��,.��e ��: ��o�,('(, (�n� �;� SJ,ql��7U{�p.�,�jEEL{MISC 6N-BRIOGF] 23 RAIL (TY C221) ld RA1L �TY C402}{FIpC) _ 15 8' CNAIiJ LINI(,plUMINlJM 2$ SFALE� E �•, �, w• _�...i 4���. �� i�SEJ-MJ i7 C�Ryreie REpran El �Per[arman�E: & PaS�nent Bands" Evermarr Aarkway-1&8734 Subconira�tar Bid I�etai[ed Price 8reakdowrr QtIRN717Y 111Y1� flNI7PRICE Sf16TOTAi� � �, J L5 $ ( a74 {�Y � �� LF �� � 7� 1� G,F I i ioi �v � S i ?13 �Y � $ ��� �Y 1 � 55296 �� �� 32�i _ Sf I i _ _ �� cr � 6891 LF � azz � � 1,5�6 LF $ l i��6 �,F $ ��`� �t $- ?�$ LF S 1� , ,�y $ � 0.004s ,OOSi.00 $ 5SU,dOQ.flU 280.00 $ 132,720.l10 435.00 $ 15,SB0.00 asv.00 ; a�x,9oo.00 ,noo.00 $ iii,iuo.vn 95fl.00 $ 202,35G.6D ,200.6Q $ 270.00U.�FI 28.4Q $ 1,548,288.Ra xs.00 S as,cao.ua 73Q.00 S 121,S8fl.U0 325.0o E �,23s,575.p0 so.vv S za,ss�.ov 175.00 $ 274.�54.�a 275.Oa $ d49,9f1U.UG 150.00 $ 38,40U.Q6 25U.9G $ 5d,5D6.Qa soo.aa S �s,ovo.aa sus�rarA�:� � % $ 767RLLUNP�UM?ROPOSpI.pRICf"= $ — BffJDERS CQNi�lENTS IhfOTF5— " Adden dum 2 � I B10 AL TERN,4TE5 jFnr wnrk as aui7►nrlred 6y Cormactnr} Item _hpj ITEMOFSCR1PiJQN quans:y u�n un�i Wi�e 5uhtma�5 C.� �. :i� .�� � �. : � P2d�► ..,, ,.us,. u, .. tirR �r ppwer io1� �5 in e[�+uV ro s fA 137+pOrfS feRldVetl 6y - - � -•-• •• _���.—•----. k2 � _ 9tryer5, _ _ _ ; �s S - A2 ,pequc[ for mEfittpfe wQrk pack�gP.s 1 L$ � • � - MSEWAlC ' Prfcing. ,W�ve �JliLYr�g ia tfE att �nc�usive al .. ,,i � ,.�. .nlvpfi[, hasedon alt psovided prnjeCt dpCumen[s. " 9onds: Ente�hoqdrale in tke Quantr�yCpfulnn. ReprP� .. .,,, �.., p. �. r..L� ��..•�.i��i,�e,1� ol i,,,•�,riur+r,arnx�.,wrdsfarihefu!!L•aseprire. 5-3232 Retaining Walls giG P���cage 1.1]-5.A - S•3232 Item Na. 7 SE 8IU .i:..�.,��i ON �'verma� Parkway - Y fi8734 Subcnntractvr 8id Qetaited Price 6reakdawn I QfIAN7lTY r�Nrr f/lYlTpR7CE suararac 5 T h76f]iiiY�tjR�l _ � F�i}trankment {MSE BackEfll Reir.;,,; r:�� Fu���:, MSF. Retainln W2ll a rwowsrriR _ 5 Pipellnderdralns s An��-�r�!fit ,pat�ng(rPill} 7 �r$ra�e { f mhankment r . .:ed zone5j I J 1z� 2fl7$�f 35� IdQ� _ , ��A5�4� 3�U0� l,S �Y �� �i �,f sF �Y � I i0d.� $ 280,flQD.00 ` Ad�j�r�durn 2 47.OD '� 592,20�.pQ ' Addendum 0. 65.[IQ $ i,35p,964.0� �56.OQ 3 �S,75a.fla I 10.00 $ 14,60a.U0 i 2.25 $ 5�,dU9.Q0 � as.00 � x,asn,asoo.00 's • ndd�nArJm � • Addenclum ' Ad#endurf�g ' A�ldend�m k S - 5 - s _ i �..�.i,. ..� i .. i �:� . ... f � $ - -- �- • - . _ . � - � - � . . • •- — I - . -• - - • - •' 51167tlTA�: S 3�347.819.6U g� Pe�tii,,,;�,i,,�u r,�v�nent$an�s�• o.aass � � -- � - — — i � - �n��iuo�o 30TRLLIIMP-SllMPROPOSRI.YRECE+=I T 3,3$7,319.Ga � ALTERNRT£S {�'ar work as au[horfied by Centractorj Item No. lTEM�ESCRfPT[QH q�ae�y tlnir unlSP�4cr ai i,�cr„���, r,c�.g.•, �rac,t �asfa�4ifngnt co ��,l�r�}.uy� T LS -- - � QeduGt in Cost of Work if pawer Eine RS�A l��+pp ta S'fA;3730py is removed nyaT�g�s- L �s � (�,�1 Raflinstalla(�pn 12f�. �.F ; 175.Oa A4 Jenu�[ �qrJnuttipl2Work paCka s j LS � - 1 I ' PNring: ABove pncing [o ne a!! Inclusrv8 o1caR�ptete scape oi �+�1R,�aaserr aharf pravrdedprojecr documents. '' Bo�ds; Entardand ra[e7n the QuantityCafumn. Represerrts aha 6ano,. ��...� i., .. �si'e 1a044 Payment.anrl PBRarmance 8orrds fa�lhe hr[itrase price. svntoi�f; _ __Ifl.�'(f�FEMTS/NOTES $ - �Adtlendum;+rINCLL10E01NOTHER�ACKAG�1 a ' l $ 22D,85p.�10 fPLANS/Na'f�'SSNRWANSSTRkNLASWEii. 0 �BURNS �M�DDNIVELL E�erman Parkway Ex#ensivrt 'I.�. — RECEiPT �F BID ❑�CUMENTS SECTlON 1.C. - RECEIPT �F giD D�CI�MENTS We h�:reby acknawfedge tha# we have receivsd all Bid C3acumenis listed far th� abpve-referen�ed 5ubcan#rac# RFP: oa�um�nt SECTIDN 1.A. — B[� REQUEST SECTION 1.B. —lNSTRLJCTI�NS TD B1DO�RS SECTl�N 1.C. — RECEiPT QF Bla �OCUMENTS SECTIQN 1.D. — B1D F�RMS S�CTf�N 9.D.�.A- Bi� PRlCE BREAK�QVIIN SECTI4N 1.�.1.8 -- SC�P� ❑F WDRK SECTIQN 'f .E. — Tf M� 8� MATERIAL RATE SHEET SECTI�N � — CONTRACT DRAWfNGSISPECIFICATI�NS Dat� Received ��1�'� ���� 3�! ��LS .��C �1�� �����z� ��� .�1��z� ���Izs . ,, . , � ►. SECT1flN 3— BMCa SLJBCdNTRACT AGREEMENT (SAMPL..E} ���� �'��- BMCD HEALTH & SAFETY PLAN ��r�� BMCD C�NSTRUCTI�N QUALITY ASSURANCE FRAM�W�RE{ 3�I�i 2� �' Ali Docurr�ents i�eceived �J All ❑ocum�nts a#her than thase identified ab�ve have �een re�eived. � � ���--� J' � %� A: w ��r.y,✓�' - ��ignature �—'� r�,���-- o�t�- r�' �, ��-� Title � �,� i'461d S � � ��y ,J ,' ,f�€����; � (��5r�r�r �rr� �7. Com�any Page 9 of 'i * BLlRNS �M�a�NNELL SECTIQN 1.[]. - 81D FORM C�IVIPANY NAME: ���� ��j ; _. ��r:��-r►-��.cr��,-�C�c1 C�. �.� �r� E►�errnan Parkway Extension �.D. — Bi0 FpRM CQMPANY A�DRESS: � � � 1lJ �j � S� �e�4�'t- �, , `�-� `�Z€r� S PDlNT �F C�NTACT: ��t�� 1 ���� CaNTACT EMAIL: SC�t--4�a7 C.��L� Cv�t�-�-- c��vt.. PHC]NE NUMSER: ��t� --�y,j -3�c�[ The following Bid Packages have �eer� assemhled for �aricing: B�d Package 1, �.1.A — S-3� 20 Ea�thwork — Bid Price Breakdown Bid Package �.D.1.B — 5-39�Q Ea�ti�work — Scope of Work Bid Package 1.D.�.A — 5-334� 5tormwate� Utilities — Bid price Br�akdawn Bid Package 1. a.2.6 — 5-3340 5#arrrtwater �tilities — Scop� o� Work Bid Package 1.D.3.A — 5-32� a Pa�ing and Site Cancrete -- Bid Price Brea�Cdown 8id PaGkage 1.�.3.8 — 5-321 a PaUing and Sit� Car�cre#e — 5cope of Work Bid Package 1.d,4.A — 5-348� Bridge — Bid Prir,� Breakdvwn Bid Packag� 1.0,4.B — 5-348C1 Bridge — SGqpe o# Work Bic! Package 1. �.S.A — 5-3232 Re#�ining Wails — Bid Pri�e Breakdov�m Bid Packa�e 1.0.5.8 — 5-3232 Retair�ing Waits — Scope of Work Bid Package 1, D.7.A — S-2E54111uminaiion — Bid Price greakdown BEd Package 3.D.7,B -- 5-285� fllumination — Scope of War[t Bid Pacicage '�.D.B,A — 5-3217 Marking and Tr�ffic Signage — Bid Pri� grea[tdown 6id Pacicage 1.�.$,6 — S-3217 Marking and Traffic Signage — Scope af Wark Bid Package 1.�.S.A — 5-3290 Restarati�n -- Bid Price Brealcdawn Bid Pa�kage 1,�,9,B — 5-329a Restoration — Scop� of Wark Ea�h af the aE�ove referenced Bid Packages include their own in�fNidua! 5co�oe of War1c sheet and Bid Pri�e Breakdawn sheet. All packages must be bid in their entirety, w�th all otthe associated Scope af Work items in�luded in �he respective pac€cage. 'I. PRiGE[5y 7.1. Please �ornplete #he Bid Pr�ce Bseakd�wn. Subcantracior s�all note that the prEcing breakdowr� requested is for accounting and inf�rmational purpases arrfy. Work will he awarded ac�ording ta in�ividual and �orrtbined scopes af work on a Lump Surrz �asis. Hid Proposals shall be �rovided on a unit price basis ta furnish all labor, mat�rials and equipment nec�ssary to Gamplete the wor�c shawn in the hid dacuments �ncluding all taxes vn materials and lahor. 2. SLJPPLEMENTAL 1N5TRUCTi�NS 2.1. Bids shou{d be valid for �ne-hundred and twenty {120) days #rprn Bid turn in date. 2.2. Bidder's praposal shall be �ased an a maximum 11-hQur day during daylight hours, Manday thro�gh Ffiday. Work o�tsi�e of fhose times must be submitted for prior appraval to assure praper supervisifln is available �.3. Bidder will he required #a cfl�rdinate a seqt�ence of work and installation with other subcantractors. r�'v � -���r' su�cvNTRacTo� /'r � � f��. .wJ�; =1::,.r . -"AUTHDF��ZE❑ 51GNATURE ��� ��� ' ' DATE Page 1 of 4 �BURN� �N1�DaNNELL 2.4. 2.5. z.s. 2.7. 2.8. 2.9. Z.�D 2.11 2.�2 2.13 2.14 E�►erman Parkway Extension 'f .D. — BIO F�RM �idders shall pravide their awn cEeanup for the full duration of the abo�e noted scvpe of work including: 2.4.1. Laborers, site Gleanup and any oth�r tools and equipment as required maintaini�g debris and mir�imizing li�ter as related to this s�ope of wvrk. I7umpst�;rs are to 6� provided by Bufns 8� McDonneli in size and quantiry as needed, Subcontractar is to provide all labar and equiprr�ent far moving debris ta t�� dur�ps#ers. 5�paration of delaris is not require�- Sub�antractor shall provide flaggers as necessary tQ fa�iiitat� safe movement nf equiprnent. 5ubcontractors shali be respansible #�r #heir own acc�ss to tF�eir work. S�b�ontractors shalf provid� a detailed fist of exceptions ar�dlor clarifications with proposal. 5urvey wiil no# be provided �y the Contractar. SuhcontraGtor shali he responsi��e for ali survey, layout and constr��tion staking #n faciiitate each ir�diwi�ual scope of Wvric package, ❑amag� #a adjaceni properties and acc�ss rva�s: Any damage ca�sed #o adjacent prop�:rties �r access roads is #fl be repaired by the subcontra�tor responsible for the darrtage. �tetns inciude but are not iimited #o: ru�ting vf raads ar�d ditches, fen�e damage, damage ta sig�s, damage to culverts or h�adwalls, SWPPP, manhales {existing or new}, �ndergraund uti�ities and ta trees will �equire repair vr repla�ement if damag�d during car�stru�tivn ac#ivities. �ust Control: Cantractar w�ll be responsFble to iimiting dust de�elopr-ner�t at the c�nstruction site ar�d ta {ceep excessive dust from becorr�ing ar� issue for drivers. R�fer to sample 5uhconiract for spe�ial no-work dates and C�FW observed ho�idays. Material #esting and inspections are by others. Cantractor will }�e res�onsibie far scheduling and caardinating the ma�eriaE testing. 2.13. �. All i�spectia�s ne�ded are to give notice tv Contractor by 9arn the kausiness day priar. 2.13.2. Ali products suppliec� shafl �onform to specifications pravided. A tax-exempt cert�'icatian wi11 he provi�€ed upon exe�uiion of the 5ubcontract Agreement 3. SCHEC]llLE AND SEQIJENCING 3.1. The f�llowing cansi�feratinns shouid be address�d when establishing durations far the constr�ction schedule: 3.1.1.Anticipated Wark start dat� is 4611312�25 3. � .2.All �id pa�kages: 3.'�.2.1. Ail Work impacts t#�e E�erman Paricway cor�struc#ian and musf be �omp�eted as de#ined in ea�h bid packag�. �iquidated darnages will be enforced, reference sampi� Subcontract Agreemer�t 3.1.Z.2. A calendar completion date must �e submittecl in the bid form. Liquida#etf darnages as listed belaw wiil be �nforced based on th�: date iisted in the bid f�rm. 3.1.�.3. Continuous and consistent progr�ss ta com�iete the Wnrk must be made daily 3.2. Work shall be in accordance with the Agreement. 5aturdays will be avaifa�le for weath�;r or impact rnake-up worit when apprav��i in ad�anc� by Cantra�tor. 5ubcon#ractor shall (if nscessary to meet the schecfule}, increase its weekly wor�c sc�edule, at no cost to Contractor or Dwner. Nr� night�irri� �onstru�tion will be al€awed unless apprqved hy �,� � 7i�� 1 SLJ�LDNTRACTOR , �� ��,-:� 4 AUTH�RtZED SIGNATURE .�!'� � : � ,-- ' �� []ATE Page � of 4 � BURNS �M�D�NNELL E�erman Parkway Extensivn 1.0. — BI❑ F�RM 4. P�RF�RMANCE & PAYMENT BQN� 4.1. At its sole aption Contractvr reserves the righf to r�quest Subcvntrac#ar ta furnish Per�orrr�an�e and Payment Bonds or an Ir�evocable Le#ter af Cretiit, in a form a�ceptable tp Contractor, as a co�dition of a Sub�Qr�tract Award pr at any#irt�e after award of a 5ut�con#ract Agreement. Subcantcactor #o include cost ta procure bon�s or a letter of credit. Please include on ih� �id form the premium ta fi,�rnis� PerFvrman�e & Payment Bor�cfs for this Work. 5. [,�VALI�iCATiflNS STATEMENT 5,1, As part of the bid review, Sut�contrac�or is fo suhmit a short c{uafifcatigns stat�ment tt�at wifl in�lude the following: 5.1.1. Short irstr�ducti4n of company and bri�f dis�ussian af company history. 5.1.2. List of sirniEar or related type proj�cts in which Suhcantractor perForr�red same or related scope of work. Pra�ide at least 3 examples. Examples will include: 5. � .2.1. Projec# Name 5.1.2.�. Brief description vf averall pro�ect, 5.1.2.3. Brief description af 5ubcantractor's scope of sen►ices on referenced praj�ct. 5.1.2.4. Tatal projec# cost ar�d cosi of Subcontrac#or's s�ape (This daes not have to be exa�t but should be representative}. 5.1.2.5. Date of proje�t compGetion. 5.1,2.�. Name of client or Contractflr for whi�h t�e r�ark was {�erforr�ed. �include name and conta�t in3armatian}. 5.2. Resumes far: 5.2.1. Pro;ect Mar�ager 5.2.2. Project Superintenclent 5.�.3. Project Foreman (if applicable} 5.�_4. Safety Manager assigned to this praject. 5.3. Praaf of abiiity io H�nd; [n�iude ietter from honding ag�nt confirming bonding �apacity. 6. C�MPANY 5TRIJCTLJRE Subcontractor opera#es as a �orporation incorporated in the Stafe pf P l�r`� �'`.� 5uhcontracta► License number is A;��� r i,� 5ubcontractor operates as a ca-partnership. Names of partners: S�hcontractor o{�erates as an individual doing husin�ss under the trade name of: ���� � �'-� r.� � � , SUBCQNTRACT�R �� ��� � .� � . V• G AUTHQRIZED SlGNATURE .�,!f��r _ DATE Page 3 of 4 �� BURNS '��.M�D�NNELL T. SUBC�NTRACiE01TEM5 �lease list Low�r-tier SubcflntraG#vrs to be utilized in the work: Name of Sub. E�erman Parkway Ext�nsion 'I,a. — gla F�RM G�:neral descriptifln of work ta be su�coniracted �' � i�-T�i�-�.i�� � �� 8. ❑nsiie Point �f Cnnta�ts Please list the planned onsite point of cantact(s}. ��� � ���_.��� � r� � ��� - ���� SUBC�NTRACT�R ALJTH�RIZED 51GNATllRE DATE Page 4 of 4 � BURNS �M�D�NNELL Everman Parkway Extens�on 'i.E. - TIME � MATERIAL RA,TE SHEET SECTIaN 1,E, - TINtE & MATERIAL RATE SHEET r �' ] CDMPANY NAME: f:.. � f:;�?�.'i" ,_.y�.a,�-���=��� ( o. .�.�c COMPANY ADORESS: r'�o �a x G� .S,v■ �T �a � 7d Z�r,� POINT 4F CDNTACT: �r�.�ir �'�� C�NTACT EMAi�: �i'��� C1 �+���,,.� ���a PH�NE NUME3ER: J `��f � y ���f � ���' �- �`� r :'�> :� From #ime ta time, ii may become r�ecessary to perfprm Woric tha# is nat pa�t of 5ubcantr2�ctar's S�n}ae of Work, as set forth in the 5uhcontrac# Agreerr�ent. When additEonal items of Wark tas described abov�} become necessary, it is CQntractor'S DptlD�l t� determEne whicfz fnrm of �ompensatior� should be used to reimburse Subcantractor �such as lump sum ar unit price, ❑r fln a"time and maierial" i�asis}, Should �t h�came necessary to proceed on a"time and mat�rial" basis, Subcontractor sF�all be reimbursed at the follaw�r�g rates: I. A. Ho�riy �ahar cost in acco�dar�ce w�th the individual empioyee's base wage rate. Th� base wage rate is the first shi�t straight time hourly rate excfusiv� of fringe benefits, payroll taxes and insurance, ove�t�me premi�ms, shift differ�:ntial, overhead, and proft. The bas� wage rates quoted shall he by wage classi#ications usec! by Subcontractar and sha�l represent the actual base wage rate paid to the individual empioy��. 5ubcan#ractar's invotces shafl be supported �y �ertified payrolls ta ve�ify these rates. The sa�ne conditions shall apply for overtime and shift wqrk premium wages. B. �ringe benefts shall be qunted as a��rc�ntage of th�: base wage �ats and the premium wa�es, and tl�is percen#age shali repr�sen# the actual fringe benefts paid to the emplayee. Subcvntractor`s invoices shal� b� supparted �y certified payrvlls to verify ihis percentage, C. Suhcontractar shalE qUo�e a fixed percentage o# the base wage rate and the premi�m wages for payrofl taxcs and insurance. 5ubcantrac#or's f�voices shal! #�e su�aported by certified payrolis to �erify this per�entage. Q �. F Subconirac#or shall quate a fxed percentage flf the base wa�� rate and the premium wages far smail toals and consurrzable supplies. Sui�contra�ior shafl t{uate a fixed percentag� for all super�ision, starting at and inciudinc� the f�remar� level, and to include any and aU at�er supervisian and non-manual empfayees. Su6contractar shal! r�uote a fixed percentage of the base wage and #he premium wages for overhead and �rofit. �verhead shall include: {a] salaries and benefits vf 5ubcontracto�`s executive officers, and any and all other ho�e �ifce andlor branch office personnel directly �r indir�ctly associated with andlor warkir�g an th� project; {�} exper�ses in�urred in cflnjuncti�n with Subc�ntractor's main affice, brar�ch office, ar ather facilitiss �inciuding, hut not n�cessarily limited to: expenses fnr real estat� rentals or purchases, accounting, payrall, purchasing, exper�i#ing, engineering, lega# and da#a prflcessir�g services, t�l�phane, telegraph, affrce furniture, affice equipment, in#erest for capital empioyecf ar money barrowed, association membership fees andlar f�nd cor�tributions}; and �c} any and aA vther administrative expens�s af ar�y kind required Page 9 vf �i � BURN5 �MCD�NNELL Everman Parkway Ex#ertsion 1.E. — TlIIIIE S� MATERIAL RATE SHEET to p�rform the Wnrk �inciuding bonuses ar any typ� of incentive payments #v supervisory andlar non-sup�rvisary per5annel}. � � ����. percent { TgD°/o}, added to in�oices {I�ss discounts} far all overhead and prafit for material purc�ased by Subcvnt�actor, with any applicab�e sales andlar us� taxes and any applicable freight costs #heR added and identified. ��' S percent � TB�°Io}, added ta Subcontractor's sub-subcantrac#or's invaic� fflr all overhead and proft. ND7E: In r�o instance can a su�-suhcontra�tflr ch�arge in excess af Subconfractor's uni# �rice(s} {where ap�licable}, "time and material" rates b�iEd�up, percent af mark- up for materials, or Su��ont�actor 's third-pa�ty equipment rer�tal(s}; nor can a sub-suhc�ntractar charge mare than se�enty-fve percent �75°/0} af the rates given in the latest Blue Book Rates for owned equipm�nt, o� as sei farth in Item No. "V", �elow. IV. �� °� percent { TBD°/o}, ta �ie added to invQice [less any discounts7, for third parry r�ntal equipment, ir�cluding fuel, vil, kubricants and main#enance, overhea�, and profit. Any assr��iated transportat�fln costs #o ar�d fram th� site asso�iated with "tirr�e and ma#erial" Wflrk wil! i�e reimb�rsable at 5uhcontractor's cvs#. V. Subcantractor-owned equipment wi{I be reim#�urs�d in accQrdance with 5ubconfra�iflr's �qui�ment Rental Rate S�hedule; but in no case sha�l th� hourly, weekky, or ma�r#hiy rates stated therein exceed seventy-iEve p�rcent [75°/0] af the rates giv�n in the latest revision af Blue E3ook or the prevailing rates in the area, whichever is I�ss. Sub�ontractor-awned equipment rental rates are inclusiue of ali fuel, vil, lubricants, and maintenance cnsts. Any assaciated transportation cos#s ta ar�d �rom the site assflciated with "'time and materiai" Work wi�l be reimbursa�l� at S�b�ontractor's cost. Page � of 4 �BURNS �M�D�NNELL E�erman Parkway Ex#ensian 9,E. — TIME & fVIATER�AL RATE SHEET C�mplete 5ection VIl nf this f�rm far quvtes requested abo►►e or �ro�ide i�t�rnai documentation that satisfies ti�e inteni af the reauested infvrmatinn belaw. VI. Time and Material Rates Sheet - Base Wages, Pr�miurn Pay, and Markups for �ringes, Payrnil gurdens, Taols and 5upplies, Se�per�ision and Q�erhead and Prvfi�. � Hourfy Base Hourly �►►er#ime* � 5hift* Wage Wage Rat� Pr�rtzium 17ifferential Classification �44 hrlw�Cy ��`ut ��crdf�f�--- J�r s-G' �: �!5 `- ���. p�.o�r'� s o.� (s3"c�� 3,� .•`� ��"o � S►�� d /.����. �� �,�. � � � r���.�� �� �� � � 'Prerrtium Portion af wages anly. Frinqe Bet�efits �•'`� � Percent of base wage rate ��r«- P�rcent of premium po�tian af wag�s oniy Pa�rali Taxes and Insuran�e ���' ��� Percer�t af base wage ra#e �� Percer�t of premium portion vt wages only Tools and Construction 5uonfies �� Perc�nt of base wage rate �.� Percent of premium portion af wages only 5upervisian �`� Percent of base wage rate ���- Percent of premiurr� p�rtian af wages anly ��erhead and Praf�t r?, �' E I�G Percent af base wage rate Percent vf premium partion of wages onfy Pre�nium 0 Page 3 of 4 ��� V�� S E�verman Parkway Extensinn M�DL7NNELL '�.E. —TIME 8� MATERlAL RATE SHEET Vlf. The actual basis far determining both which casts ar� reimh�rsable, and �ow those reimbursable costs shall be cflmputed and biEled, are as fvllows: A. SubGontractar shal! submit daily, for signafure by Contraotar's Representative, the following: 1. Lal�or: Daily Tim� �istribution Sheet showing project num#zer, date, empioyees' narr�es, labvr classifiication o# each employee, hours worked by each empioy�c�, and a l�rief descriptior� of ihe Wark performed. Also in�luded should be any materiais ar hillab�e tovis that may he utilized andlar cansum�d in performing the Work. 2. Mat�rials: Vendars' invaices, deli�ery tEcicets, etc., all ciearly rr�arked with the carreci pr�ject num�Oer and signed by ars autharized Contrac#or Rep�esentative. 3. 5ub-subcontractor[sl: lnvair� andlqrdai�y time sheets. Aff su�-subcvntractors musi �e a�pro�ed by Contra�torl�wner priar ta start of 1Nark. All s�b-subcontra�tors' "time and material" raies (s�b-s�b�an#ractors' "time and ma#erial" rates and percer�t markups �annot exceed 5ubcontractar's raies and ma�cups, as stated in the Generai Conditionsy andlar �ump 5um Price must be reviewed and approved hy Cantrac#or prior to the start af any Work. 4. Equipment: "Daily Et�uipmen� LJse Fvrm" showing �quipment description, equipmen# id�ntifiration numbers, hours worked, and a brief d�scription af the Work performed. Ail billings far thirc�-party eqUipment rentaEs shall be accampanied by a signed �apy of the equipment vendor's ir�vaice. Suia�ontrac#or shall rt�t add ar rerr�o�e equiprnent from #he pr�ject without prior wri�ten appr��al fr�m Gontractar's Representative. .' �, �. ���� � � �. { r ��it�i��/lF��� _ 5ubcontractar� - .- , ; - �:.� ,....- - ,� -- �,. - _�--. ._Authorized, 5igriatuFe .• � c'� - c .`4 Ti�tr� ,�� �N�o�w cu�rc �� IVOS►rY !� �130569990 � * My Cammissian Expfres r�,«r► � �, taxa � 5worn�o rr�e and subscribed in my pres�nce this ��$ day �f �Z , 2� �� , � :'' ��� .,.�����'� ` Sf�nature of N��ary Pub�i� Natary Pubii� In and For ihe S�ate af: �� � My Camrnissian Expires: �r` ���� Page 4 of �4 5-3290 Restoration Item ITEM DESC2IPTlON No. BASEBID 1 MOBILZATION 2 TopSoil 3 BlockSodPlacement 4 Seeding-Hydromulch 5 Seeding-SoilRetentionBlankets 6 RiverRock 7 Decomposed Granite 8 Mowing 9 Vegetative Wa[ering RuppertLandscape Everman Parkway-168734 Subcontractor8id Detailed Price Breakdown QUANTITV UNIT UNITPRICE SUBTOTAL$ 1 8,364 2,675 47505 0 2,885 2,570 1 1 LS CY SY SY SY SF SF EA LS $ 40,711.30 $ $ 56.00 $ $ 9.90 $ $ 0.90 $ $ - $ $ 5.21 $ $ 6.50 $ $ 3,191.81 $ Bid Pricing Breakdown 1.D.9.A- S-3290 BIDDERS COMMENTS / NOTES 711.30 �*Addendum2/IncludesProjectManagementandUPRRTraining �2,757.20 � - �Noquantitiesreceived .5,030.85 � .6,705.00 I 3,191.81 � 2,588.00 �Perwateringevent B1 Performance & Payment Bonds*`- 1.34% I % I I$ 8,221.61 I TOTALLUMP-SUM PROPOSALPRICE'=I $ 624,072.27 I BID ALTERNATES (For work as authorized by Contrector) Item No. ITEMDESCRIPTION Quanury unu umtPnce suomtaiS COMMENTS/NOTES Deduct in Cost of Work if power line (STA 127+00 to STA 137+00) is removed A1 byothers. 1 LS $ _ $ _ "Atldendum2 A2 Deductformultipleworkpackages 1 LS � $ - � A3 MowStrip LF �$ - $ - �"Addendum2 " Pricing: A6ove pricingto be all inclusive ofcomplete scope of work, based on al! provided pro�ect documents. "" Bontls: Enter6ontl rate in the QuantiryColumn. Represents the bond premium to prov�de 100%Paymentand Periormance Bonds ior rhe iull base price. � BURNS �M�DONNELL Everman Parkway Extension 1.C. — RECEIPT OF BID DOCUMENTS SECTION 1.C. - RECEIPT OF BID DOCUMENTS We hereby acknowledge that we have received all Bid Documents listed for the above-referenced Subcontract RFP: Document SECTION 1.A. — BID REQUEST SECTION 1.B. — INSTRUCTIONS TO BIDDERS SECTION 1.C. — RECEIPT OF BID DOCUMENTS SECTION 1.D. — BID FORMS SECTION 1.D.1.A- BID PRICE BREAKDOWN SECTION 1.D.1.B — SCOPE OF WORK SECTION 1.E. — TIME & MATERIAL RATE SHEET SECTION 2 — CONTRACT DRAWINGS/SPECIFICATIONS SECTION 3— BMCD SUBCONTRACT AGREEMENT (SAMPLE) BMCD HEALTH & SAFETY PLAN BMCD CONSTRUCTION QUALITY ASSURANCE FRAMEWORK � All Documents Received Date Received 4.11.2025 4.11.2025 4.11.2025 4.11.2025 4.11.2025 4.11.2025 4.11.2025 4.11.2025 4.11.2025 4.11.2025 4.11.2025 ❑ All Documents other than those identified above have been received. /��v�a�Y�� Sigriature Proiect Estimator Title Date 4.11.2025 Ruppert Landscape Company Page 1 of 1 �� BU R N S Everman Parkway Extension M�DONNELL NOT REVIEWED BY OPERATIONS 1.D. — BID FORM SECTION 1.D. - BID FORM COMPANY NAME: Ruppert Landscape, LLC COMPANY ADDRESS: 7115 Treaschwiq Rd. Sprinq, TX 77373 POINT OF CONTACT: Kevin J. Harrell CONTACT EMAIL: kharrell a(�,ruppertcompanies.com PHONE NUMBER:���i11705-�i7�7 The following Bid Packages have been assembled for pricing: Bid Package 1.D.1.A — S-3120 Earthwork — Bid Price Breakdown Bid Package 1.D.1.B — S-3120 Earthwork — Scope of Work Bid Package 1.D.2.A — S-3340 Stormwater Utilities — Bid Price Breakdown Bid Package 1.D.2.B — S-3340 Stormwater Utilities — Scope of Work Bid Package 1.D.3.A — S-3210 Paving and Site Concrete — Bid Price Breakdown Bid Package 1.D.3.B — S-3210 Paving and Site Concrete — Scope of Work Bid Package 1.D.4.A — S-3480 Bridge — Bid Price Breakdown Bid Package 1.D.4.B — S-3480 Bridge — Scope of Work Bid Package 1.D.5.A — S-3232 Retaining Walls — Bid Price Breakdown Bid Package 1.D.5.B — S-3232 Retaining Walls — Scope of Work Bid Package 1.D.7.A — S-2650 Illumination — Bid Price Breakdown Bid Package 1.D.7.B — S-2650 Illumination — Scope of Work Bid Package 1.D.8.A — S-3217 Marking and Traffic Signage — Bid Price Breakdown Bid Package 1.D.8.B — S-3217 Marking and Traffic Signage — Scope of Work Bid Package 1.D.9.A — S-3290 Restoration — Bid Price Breakdown Bid Package 1.D.9.B — S-3290 Restoration — Scope of Work Each of the above referenced Bid Packages include their own individual Scope of Work sheet and Bid Price Breakdown sheet. All packages must be bid in their entirety, with all of the associated Scope of Work items included in the respective package. 1. PRICE(S) 1.1. Please complete the Bid Price Breakdown. Subcontractor shall note that the pricing breakdown requested is for accounting and informational purposes only. Work will be awarded according to individual and combined scopes of work on a Lump Sum basis. Bid Proposals shall be provided on a unit price basis to furnish all labor, materials and equipment necessary to complete the work shown in the bid documents including all taxes on materials and labor. 2. SUPPLEMENTAL INSTRUCTIONS 2.1. Bids should be valid for one-hundred and twenty (120) days from Bid turn in date. 2.2. Bidder's proposal shall be based on a maximum 11-hour day during daylight hours, Monday through Friday. Work outside of those times must be submitted for prior approval to assure proper supervision is available 2.3. Bidder will be required to coordinate a sequence of work and installation with other subcontractors. SUBCONTRACTOR AUTHORIZED SIGNATURE DATE Page 1 of 4 � BURNS �M�DONNELL 2.4 2.5. 2.6. 2.7. 2.8. 2.9. 2.10 2.11. 2.12 2.13 2.14. Everman Parkway Extension 1.D. — BID FORM Bidders shall provide their own cleanup for the full duration of the above noted scope of work including: 2.4.1. Laborers, site cleanup and any other tools and equipment as required maintaining debris and minimizing litter as related to this scope of work. Dumpsters are to be provided by Burns & McDonnell in size and quantity as needed. Subcontractor is to provide all labor and equipment for moving debris to the dumpsters. Separation of debris is not required.- Subcontractor shall provide flaggers as necessary to facilitate safe movement of equipment. Subcontractors shall be responsible for their own access to their work. Subcontractors shall provide a detailed list of exceptions and/or clarifications with proposal. Survey will not be provided by the Contractor. Subcontractor shall be responsible for all survey, layout and construction staking to facilitate each individual scope of Work package. Damage to adjacent properties and access roads: Any damage caused to adjacent properties or access roads is to be repaired by the subcontractor responsible for the damage. Items include but are not limited to: rutting of roads and ditches, fence damage, damage to signs, damage to culverts or headwalls, SWPPP, manholes (existing or new), underground utilities and to trees will require repair or replacement if damaged during construction activities. Dust Control: Contractor will be responsible to limiting dust development at the construction site and to keep excessive dust from becoming an issue for drivers. Refer to sample Subcontract for special no-work dates and COFW observed holidays. Material testing and inspections are by others. Contractor will be responsible for scheduling and coordinating the material testing. 2.13.1. All inspections needed are to give notice to Contractor by 9am the business day prior. 2.13.2. All products supplied shall conform to specifications provided. A tax-exempt certification will be provided upon execution of the Subcontract Agreement 3. SCHEDULE AND SEQUENCING 3.1. The following considerations should be addressed when establishing durations for the construction schedule: 3.1.1.Anticipated Work start date is 06/13/2025 3.1.2.A11 bid packages: 3.1.2.1. All Work impacts the Everman Parkway construction and must be completed as defined in each bid package. Liquidated damages will be enforced, reference sample Subcontract Agreement 3.1.2.2. A calendar completion date must be submitted in the bid form. Liquidated damages as listed below will be enforced based on the date listed in the bid form. 3.1.2.3. Continuous and consistent progress to complete the Work must be made daily 3.2. Work shall be in accordance with the Agreement. Saturdays will be available for weather or impact make-up work when approved in advance by Contractor. Subcontractor shall (if necessary to meet the schedule), increase its weekly work schedule, at no cost to Contractor or Owner. No nighttime construction will be allowed unless approved by SUBCONTRACTOR AUTHORIZED SIGNATURE DATE Page 2 of 4 � BURNS �M�DONNELL Everman Parkway Extension 1.D. — BID FORM 4. PERFORMANCE & PAYMENT BOND 4.1. At its sole option Contractor reserves the right to request Subcontractor to furnish Performance and Payment Bonds or an Irrevocable Letter of Credit, in a form acceptable to Contractor, as a condition of a Subcontract Award or at anytime after award of a Subcontract Agreement. Subcontractor to include cost to procure bonds or a letter of credit. Please include on the bid form the premium to furnish Performance & Payment Bonds for this Work. 5. QUALIFICATIONS STATEMENT 5.1. As part of the bid review, Subcontractor is to submit a short qualifications statement that will include the following: 5.1.1. Short introduction of company and brief discussion of company history. 5.1.2. List of similar or related type projects in which Subcontractor perFormed same or related scope of work. Provide at least 3 examples. Examples will include: 5.1.2.1. Project Name 5.1.2.2. Brief description of overall project. 5.1.2.3. Brief description of Subcontractor's scope of services on referenced project. 5.1.2.4. Total project cost and cost of Subcontractor's scope (This does not have to be exact but should be representative). 5.1.2.5. Date of project completion. 5.1.2.6. Name of client or Contractor for which the work was perFormed. (Include name and contact information). 5.2. Resumes for: 5.2.1. Project Manager 5.2.2. Project Superintendent 5.2.3. Project Foreman (if applicable) 5.2.4. Safety Manager assigned to this project. 5.3. Proof of ability to Bond: Include letter from bonding agent confirming bonding capacity. 6. COMPANY STRUCTURE Subcontractor operates as a corporation incorporated in the State of Subcontractor License number is N/A Subcontractor operates as a co-partnership. Names of partners: Kno�ne TPxaS Subcontractor operates as an individual doing business under the trade name of: SUBCONTRACTOR AUTHORIZED SIGNATURE DATE Page 3 of 4 � BURNS �M�DONNELL Everman Parkway Extension 1.D. — BID FORM 7. SUBCONTRACTED ITEMS Please list Lower-tier Subcontractors to be utilized in the work: Name of Sub. General description of work to be subcontracted TBD TBD N/A N/A N/A N/A 8. Onsite Point of Contacts Please list the planned onsite point of contact(s). TBD TBD N/A I�/A N/A N/A SUBCONTRACTOR AUTHORIZED SIGNATURE DATE Page 4 of 4 � BURNS �M�DONNELL Extension of Everman Parkway 1.D.9.B — S-3290 Restoration — Scope of Work Bid Package 1.D.9.B — S-3290 Restoration — Scope of Work Furnish all necessary labor, material, equipment, and incidentals to perform the Work. The major scope of Work in this project includes, but are not limited to, the following: WORK SUMMARY 1. Provide and install all site landscaping including but not limited to, topsoil, sodding, seeding, plantings, and hardscape as required per the Plans and Specifications. 2. Landscape Contractor (LC) shall furnish and install topsoil along roadways, driveways, medians, bridge and sidewalks out to the extent of the Temporary Construction Easement (TCE). Topsoil shall conform to City of Fort Worth (COFW) specifications. 3. LC to provide any additional topsoil preparation as required by the Contract Documents. Note that if any fine grading is needed, the LC will be responsible for the finish grade prior to seeding or placement of sod. 4. Furnish and install sod as shown in the plans. Sod to be placed between back-of-curb and sidewalk, inside medians, and a minimum of 2-foot behind sidewalk unless adjacent to headwall or MSE wall. In areas adjacent to MSE wall or Headwall, LC shall furnish sod from back of sidewalk to face of wall. 5. LC shall not cover any ground boxes, handholes, etc. or disturb utility markers during installation of sod. Sod shall be placed around light poles and those existing structures for a clean finished product. 6. Any areas not specified to be sod shall be re-established (minimum 70% coverage or as specified) with seed. The LC is responsible for re-establishing vegetation within all areas disturbed by construction activities up to the TCE. 7. Furnish and install soil retention blankets as necessary to establish vegetation up to 8. 9. 10 11 12 the TCE limits. LC shall provide and source their own water for use on all sodded, seeded or hydro mulched areas and perform maintenance mowing until vegetation is established per specifications and accepted by the City. Use water that is clean and free of industrial waste and other substances harmful to the growth of vegetation. If watering is still occurring at the time of active traffic, LC shall provide all necessary measures to perform work around live traffic within the project limits. LC to prevent damage to vegetation, slopes, utilities, structures, and other amenities. Repair any damage areas within the right of way up to the TCE. Provide and document a licensed pesticide applicator for the treatment of insects, diseases, animals, and vegetation in conformance with the Texas department of Agriculture (TDA) in the appropriate use category. Furnish and install hardscape within the roundabout. LC shall take-over from an accepted rough grade. As necessary perform finish grade work and compact the subgrade prior to install of the weed blocker/filter fabric, decomposed granite, crushed limestone, river rock, etc. Samples of hardscape medium shall be submitted for approval prior to installation. a. Note the Paving Contractor shall furnish and install the mow strip and stamped colored concrete. Page 1 of 3 �BURNS �M�DONNELL CLARIFICATIONS Extension of Everman Parkway 1.D.9.B — S-3290 Restoration — Scope of Work In the Contract Drawings and Specifications, the use of "Contractor" shall mean "Subcontractor/Bidder". GENERAL INFORMATION 1. No temporary services are provided at these construction sites. Bidders will be responsible for providing all temporary power, temporary water and temporary lighting as needed to perform the scope of work. Design Builder will provide temporary toilets for use onsite. 2. Excess concrete or concrete cleaned from equipment must be collected and disposed of properly. Do not place disposed concrete on or bury on site. Wash water is not available, and bidder will be responsible for providing wash water as needed. Containment of wash water and disposal is the responsibility of the bidder. 3. Bidder is not to stray onto or perform any work on adjacent properties not currently within the public ROW or provided temporary construction easements. 4. Perform exploratory excavation as necessary to perform the scope of work. 5. Subcontractor will be responsible to identify and confirm field locations of any existing utilities, cables, pipelines or other buried utilities located within the work zone. It will be the responsibility of Bidders to execute the work without damage to this existing infrastructure. Subcontractor will bear the cost of the repair or replacement of any damage to existing utilities due to their activities within the construction area. 6. Subcontractors with any concrete scope will be required to establish, maintain and remove concrete washouts throughout the life of their scope. Upon scope completion, contractors will remove all washouts and return the area to its original condition. a. No washout can be located within the flood plain. 7. All Subcontractors will be required to utilize the Procore website for submission of RFI's, Submittal Information, Contractor Reports, and Daily Logs. Access to the Burns & McDonnell Procore website will be made available by the Project Staff once the Contract has been executed. 8. Provide dust control as required. 9. Acknowledge and consider the geotechnical report included in the Contract Documents. 10. Provide survey and layout for all work included under this scope. Design Builder to provide survey control points prior to commencement of work. 11. Subcontractor shall provide at least 48-hr notice to the Design Builder for any deliveries, equipment or material, prior to arrival at the job site. 12. Prior to starting work, Subcontractors are required to provide work plans detailing their steps required for construction of all work items. The work plans shall include the top safety and quality items along with a detailed list of the steps to perform the work and shall be submitted 1 week prior to work commencing. 13. Provide and maintain any safety measures (PPE, vehicle safety lights, backup alarms, barricades, etc.) for the safe execution of the work and as required by Burns & McDonnell Health & Safety Plan and UPRR. 14. Provide redline markups and As-Built locations and elevations of all work installed within this work package in an industry standard format detailing surveyed line and Page 2 of 3 � BURNS �M�DONNELL Extension of Everman Parkway 1.D.9.B — S-3290 Restoration — Scope of Work grade of all installed work at intervals not to exceed 50 linear feet or more detailed, as necessary. 15. Subcontractor to provide per the specifications all scope specific owner training, startup, commissioning and O&M Manuals as required. Page 3 of 3 � BURNS �M�DONNELL Everman Parkway Extension E. - TIME & MATERIAL RATE SHEET SECTION 1.E. — TIME & MATERIAL RATE SHEET COMPANY NAME: Ruppert Landscape, LLC. COMPANYADDRESS: 7115 Treaschwia R�d� s r��ing., TX 77373 POINT OF CONTACT: Kevin �. Harrell CONTACT EMAIL: kharrell(a�ruppertcompanies.com • : ::: . .� From time to time, it may become necessary to perform Work that is not part of Subcontractor's Scope of Work, as set forth in the Subcontract Agreement. When additional items of Work (as described above) become necessary, it is Contractor's option to determine which form of compensation should be used to reimburse Subcontractor (such as lump sum or unit price, or on a"time and material" basis). Should it become necessary to proceed on a"time and material" basis, Subcontractor shall be reimbursed at the following rates: A. Hourly labor cost in accordance with the individual employee's base wage rate. The base wage rate is the first shift straight time hourly rate exclusive of fringe benefits, payroll taxes and insurance, overtime premiums, shift differential, overhead, and profit. The base wage rates quoted shall be by wage classifications used by Subcontractor and shall represent the actual base wage rate paid to the individual employee. Subcontractor's invoices shall be supported by certified payrolls to verify these rates. The same conditions shall apply for overtime and shift work premium wages. B. Fringe benefits shall be quoted as a percentage of the base wage rate and the premium wages, and this percentage shall represent the actual fringe benefits paid to the employee. Subcontractor's invoices shall be supported by certified payrolls to verify this percentage. C. Subcontractor shall quote a fixed percentage of the base wage rate and the premium wages for payroll taxes and insurance. Subcontractor's invoices shall be supported by certified payrolls to verify this percentage. � E. F Subcontractor shall quote a fixed percentage of the base wage rate and the premium wages for small tools and consumable supplies. Subcontractor shall quote a fixed percentage for all supervision, starting at and includinq, the foreman level, and to include any and all other supervision and non-manual employees. Subcontractor shall quote a fixed percentage of the base wage and the premium wages for overhead and profit. Overhead shall include: (a) salaries and benefits of Subcontractor's executive officers, and any and all other home office and/or branch office personnel directly or indirectly associated with and/or working on the project; (b) expenses incurred in conjunction with Subcontractor's main office, branch office, or other facilities (including, but not necessarily limited to: expenses for real estate rentals or purchases, accounting, payroll, purchasing, expediting, engineering, legal and data processing services, telephone, telegraph, office furniture, office equipment, interest for capital employed or money borrowed, association membership fees and/or fund contributions); and (c) any and all other administrative expenses of any kind required Page 1 of 4 � BURNS �M�DONNELL Everman Parkway Extension E. — TIME & MATERIAL RATE SHEET to perform the Work (including bonuses or any type of incentive payments to supervisory and/or non-supervisory personnel). II. UNKWN percent ( TBD°/o), added to invoices (less discounts) for all overhead and profit for material purchased by Subcontractor, with any applicable sales and/or use taxes and any applicable freight costs then added and identified. III. UNKWN percent ( TBD°/o), added to Subcontractor's sub-subcontractor's invoice for all overhead and profit. NOTE: In no instance can a sub-subcontractor charge in excess of Subcontractor's unit price(s) (where applicable), "time and material" rates build-up, percent of mark- up for materials, or Subcontractor 's third-party equipment rental(s); nor can a sub-subcontractor charge more than seventy-five percent (75%) of the rates given in the latest Blue Book Rates for owned equipment, or as set forth in Item No. "V", below. IV. �NKWN percent ( TBD°/o), to be added to invoice (less any discounts), for third party rental equipment, including fuel, oil, lubricants and maintenance, overhead, and profit. Any associated transportation costs to and from the site associated with "time and material" Work will be reimbursable at Subcontractor's cost. V. Subcontractor-owned equipment will be reimbursed in accordance with Subcontractor's Equipment Rental Rate Schedule; but in no case shall the hourly, weekly, or monthly rates stated therein exceed seventy-five percent (75%) of the rates given in the latest revision of Blue Book or the prevailing rates in the area, whichever is less. Subcontractor-owned equipment rental rates are inclusive of all fuel, oil, lubricants, and maintenance costs. Any associated transportation costs to and from the site associated with "time and material" Work will be reimbursable at Subcontractor's cost. Page 2 of 4 � BURNS �M�DONNELL VI. Everman Parkway Extension 1.E. — TIME & MATERIAL RATE SHEET Complete Section VII of this form for quotes requested above or provide internal documentation that satisfies the intent of the reauested information below. Time and Material Rates Sheet - Base Wages, Premium Pay, and Markups for Fringes, Payroll Burdens, Tools and Supplies, Supervision and Overhead and Profit. Wage Classification UNKWN *Premium Portion of wages only. Frinae Benefits Hourly Base Hourly Overtime* Shift* Wage Rate Premium Differential (40 hr/wk) Premium UNKWN Percent of base wage rate Percent of premium portion of wages only Pavroll Taxes and Insurance UNKWN Percent of base wage rate Percent of premium portion of wages only Tools and Construction Supplies UNKWN Supervision UNKWN Overhead and Profit UNKWN Percent of base wage rate Percent of premium portion of wages only Percent of base wage rate Percent of premium portion of wages only Percent of base wage rate Percent of premium portion of wages only Page 3 of 4 `� B U R N S Everman Parkway Extension M�DONNELL 1.E.—TIME & MATERIAL RATE SHEET VII. The actual basis for determining both which costs are reimbursable, and how those reimbursable costs shall be computed and billed, are as follows: A. Subcontractor shall submit daily, for signature by Contractor's Representative, the following: 1. Labor: Daily Time Distribution Sheet showing project number, date, employees' names, labor classification of each employee, hours worked by each employee, and a brief description of the Work performed. Also included should be any materials or billable tools that may be utilized and/or consumed in performing the Work. 2. Materials: Vendors' invoices, delivery tickets, etc., all clearly marked with the correct project number and signed by an authorized Contractor Representative. 3. Sub-subcontractor(s�: Invoice and/or daily time sheets. All sub-subcontractors must be approved by Contractor/Owner prior to start of Work. All sub-subcontractors"'time and material" rates (sub-subcontractors' "time and material" rates and percent markups cannot exceed Subcontractor's rates and markups, as stated in the General Conditions) and/or Lump Sum Price must be reviewed and approved by Contractor prior to the start of any Work. 4. Eauiament: "Daily Equipment Use Form" showing equipment description, equipment identification numbers, hours worked, and a brief description of the Work performed. All billings for third-party equipment rentals shall be accompanied by a signed copy of the equipment vendor's invoice. Subcontractor shall not add or remove equipment from the project without prior written approval from Contractor's Representative. Ruaaert Landscaae. LLC. Subcontractor �o�.�.� ��. _���_,,.a.�.� P�uthorized Signature '•- u.• Sworn to me and subscribed in my presence this day of , 20 Signature of Notary Public Notary Public In and For the State of: My Commission Expires: Page 4 of 4 5-3340 Stormwater Utilities Item ITEM DESCR/PTION No. BASE 8/D 1 MOBILZATION 2 24" CLASS III RCP 3 36" CLASS III RCP 4 42" CLASS III RCP 5 24" SET HEADWALL 6 10' TY II CURB INLET, STD 7 4' STD DROP INLET W/ APRON 8 6' SQUARE JUNCTION BOX 9 6' EXTRA DEPTH MANHOLE 10 8'SQUAREJUNCTIONBOX 11 8 BARRELL - 8X8 BOX CULVERT 12 TXDOT PW HW, CULVERT (372 TOTAL LF OF WALL) 13 SURFACE PREP / GRUBBING (FLOOD PLAIN RBC & HW) 14 ENDTREATMENTPROTECTIONRIPRAP B1 IPAYMENTANDPERFORMANCEBONDS Everman Parkway-168734 Subcontractor8id Deiailed Price Breakdown QTV UNIT UNITPR/CE SUBTOTAL$ 1 LS 796 LF 645 LF 165 LF 2 EA 10 EA 2 EA 2 EA 0 I N/A 1 EA 260 LF 2 EA 1.2 AC 320 SF BID ALTERNATES (For workas authorized byContractor) Item ITEMDESCRIPTION No. A1 DEDUCT FOR MULTIPLE WORK PACKAGES A2 CCTV FOR STORM IF REQ BY COFW A3 INLET PROTECTION FOR STORM INLETS & 1BOX5 A4 RUBBER GASKET101NTS ON RCP A5 4' SQUARE JUNCTION BOXES IN LIUE OF 6' A6 SURFACE PREP AND GRUBBING ( FLOOD PLAIN FOR RIPRAP ) A7 DEDUCTCOSTIFPOWERLINEREMOVEDBYOTHERS A8 C221GALVSTEELRAILING $ iis,000.00 $ 140.00 $ 200.00 $ 250.00 $ 3,000.00 $ 14,000.00 $ 10,000.00 $ 15,000.00 $ 30,000.00 $ 5,598.00 $ 150,000.00 $ 40,000.00 $ 26.00 SUBTOTAL: S $ $ � $ $ $ $ $ $ $ $ $ $ $ 115,000.00 111,440.00 129,000.00 41,250.00 6,000.00 140,000.00 20,000.00 30,000.00 30,000.00 1,455,480.00 300,000.00 48,000.00 8,320.00 2,434,490.00 I 1.56% I % I $ 38,000.00 TOTAL LUMP-SUM PROPOSAL PRICE* _ $ 2,472,490.00 QTY UNIT 1 LS 1 LS 1 LS 1 LS 1 LS 2.5 AC 0 NA 1 LS UNIT PRICE $ (50,000.00) $ 5,000.00 $ 2,000.00 $ - $ (20,000.00) $ 48,000.00 $ - $ 50,000.00 SUBTOTAL $ $ (50,000.00) $ 5,000.00 $ 2,000.00 $ - $ (20,000.00) $ 120,000.00 $ - $ 50,000.00 Bid Price Breakdown i.D.2.A-S-3340 BIDDERS COMMENTS / NOTES * Addendum 2 RUBBER GASKET 101NTS EXCLUDED RUBBER GASKET101NTSEXCLUDED RUBBER GASKET101NTSEXCLUDED EXCLUDES PIPE RUNNERS NON RECESSED TY II INLETS NOTAPPLICABLE COFW SPEC COFW REQ CUSTOM DETAIL CASTIN PLACE MAX 372 LF OF WALL INCLUDED INCLUDES BLUE HATCHED EXHIBIT ONLY QTY NOT SHOWN BIDDERS COMMENTS / NOTES STORM STRS ONLV, EXCLUDES PW HWALLS TO BE DISCUSSED INCLUDES RED HATCHED EXHIBIT ONLY NOTAPPLICABALE ' Pricing: Above pricing [o be all incWsive of comp(ete scope of work, based on all provided project documents. " Bonds: En[er6ond ra[e in [he QuantityColumn. Represents the bond premium to provide 100% Payment and Pertormance Bonds for the ful! base price. � BURNS �M�DONNELL Everman Parkway Extension 1.C. — RECEIPT OF BID DOCUMENTS SECTION 1.C. - RECEIPT OF BID DOCUMENTS We hereby acknowledge that we have received all Bid Documents listed for the above-referenced Subcontract RFP: Document SECTION 1.A. — BID REQUEST SECTION 1.B. — INSTRUCTIONS TO BIDDERS SECTION 1.C. — RECEIPT OF BID DOCUMENTS SECTION 1.D. — BID FORMS SECTION 1.D.1.A- BID PRICE BREAKDOWN SECTION 1.D.1.B — SCOPE OF WORK SECTION 1.E. — TIME & MATERIAL RATE SHEET SECTION 2 — CONTRACT DRAWINGS/SPECIFICATIONS SECTION 3— BMCD SUBCONTRACT AGREEMENT (SAMPLE) BMCD HEALTH & SAFETY PLAN BMCD CONSTRUCTION QUALITY ASSURANCE FRAMEWORK ►� � Date Received 03-19-2025 03-19-2025 03-19-2025 03-19-2025 03-19-2025 03-19-2025 03-19-2025 03-19-2025 03-19-2025 03-19-2025 03-19-2025 All Documents Received ACKOWLEDGE ADDENDAS 1, 2, 3, 4 All Documents other than those identified above have been received. ,/ / �-� � Signature ` � - ESTIMATOR Title 04-08-2025 Date NORTH TEXAS CONTRACTING, INC. Company Page 1 of 1 � BURNS �M�DONNELL SECTION 1.D. - BID FORM COMPANY NAME: NORTH TEXAS CONTRACTING, INC. Everman Parkway Extension 1.D. — BID FORM COMPANY ADDRESS: 4999 KELLER HASLET RD, KELLER, TX 76244 POINT OF CONTACT: NICK DARANI - PROiECT ESTIMATOR CONTACT EMAIL: NICK@NTEXCON.COM PHONE NUMBER: 817-430-9500 The following Bid Packages have been assembled for pricing: Bid Package 1.D.1.A — S-3120 Earthwork — Bid Price Breakdown Bid Package 1.D.1.B — S-3120 Earthwork — Scope of Work Bid Package 1.D.2.A — S-3340 Stormwater Utilities — Bid Price Breakdown Bid Package 1.D.2.B — S-3340 Stormwater Utilities — Scope of Work Bid Package 1.D.3.A — S-3210 Paving and Site Concrete — Bid Price Breakdown Bid Package 1.D.3.B — S-3210 Paving and Site Concrete — Scope of Work Bid Package 1.D.4.A — S-3480 Bridge — Bid Price Breakdown Bid Package 1.D.4.B — S-3480 Bridge — Scope of Work Bid Package 1.D.5.A — S-3232 Retaining Walls — Bid Price Breakdown Bid Package 1.D.5.B — S-3232 Retaining Walls — Scope of Work Bid Package 1.D.7.A — S-2650 Illumination — Bid Price Breakdown Bid Package 1.D.7.B — S-2650 Illumination — Scope of Work Bid Package 1.D.8.A — S-3217 Marking and Traffic Signage — Bid Price Breakdown Bid Package 1.D.8.B — S-3217 Marking and Traffic Signage — Scope of Work Bid Package 1.D.9.A — S-3290 Restoration — Bid Price Breakdown Bid Package 1.D.9.B — S-3290 Restoration — Scope of Work Each of the above referenced Bid Packages include their own individual Scope of Work sheet and Bid Price Breakdown sheet. All packages must be bid in their entirety, with all of the associated Scope of Work items included in the respective package. 1. PRICE(S) 1.1. Please complete the Bid Price Breakdown. Subcontractor shall note that the pricing breakdown requested is for accounting and informational purposes only. Work will be awarded according to individual and combined scopes of work on a Lump Sum basis. Bid Proposals shall be provided on a unit price basis to furnish all labor, materials and equipment necessary to complete the work shown in the bid documents including all taxes on materials and labor. 2. SUPPLEMENTAL INSTRUCTIONS 2.1. Bids should be valid for one-hundred and twenty (120) days from Bid turn in date. 2.2. Bidder's proposal shall be based on a maximum 11-hour day during daylight hours, Monday through Friday. Work outside of those times must be submitted for prior approval to assure proper supervision is available 2.3. Bidder will be required to coordinate a sequence of work and installation with other subcontractors. NORTH TEXAS CONTRACTING, INC. SUBCONTRACTOR � - �' ` _ �,�. AUI� RIZED SIGNATURE 04-08-2025 DATE Page 1 of 4 � BURNS �M�DONNELL 2.4 2.5. 2.6. 2.7. 2.8. 2.9. 2.10 2.11. 2.12 2.13 2.14. Everman Parkway Extension 1.D. — BID FORM Bidders shall provide their own cleanup for the full duration of the above noted scope of work including: 2.4.1. Laborers, site cleanup and any other tools and equipment as required maintaining debris and minimizing litter as related to this scope of work. Dumpsters are to be provided by Burns & McDonnell in size and quantity as needed. Subcontractor is to provide all labor and equipment for moving debris to the dumpsters. Separation of debris is not required.- Subcontractor shall provide flaggers as necessary to facilitate safe movement of equipment. Subcontractors shall be responsible for their own access to their work. Subcontractors shall provide a detailed list of exceptions and/or clarifications with proposal. Survey will not be provided by the Contractor. Subcontractor shall be responsible for all survey, layout and construction staking to facilitate each individual scope of Work package. Damage to adjacent properties and access roads: Any damage caused to adjacent properties or access roads is to be repaired by the subcontractor responsible for the damage. Items include but are not limited to: rutting of roads and ditches, fence damage, damage to signs, damage to culverts or headwalls, SWPPP, manholes (existing or new), underground utilities and to trees will require repair or replacement if damaged during construction activities. Dust Control: Contractor will be responsible to limiting dust development at the construction site and to keep excessive dust from becoming an issue for drivers. Refer to sample Subcontract for special no-work dates and COFW observed holidays. Material testing and inspections are by others. Contractor will be responsible for scheduling and coordinating the material testing. 2.13.1. All inspections needed are to give notice to Contractor by 9am the business day prior. 2.13.2. All products supplied shall conform to specifications provided. A tax-exempt certification will be provided upon execution of the Subcontract Agreement 3. SCHEDULE AND SEQUENCING 3.1. The following considerations should be addressed when establishing durations for the construction schedule: 3.1.1.Anticipated Work start date is 06/13/2025 3.1.2.A11 bid packages: 3.1.2.1. All Work impacts the Everman Parkway construction and must be completed as defined in each bid package. Liquidated damages will be enforced, reference sample Subcontract Agreement 3.1.2.2. A calendar completion date must be submitted in the bid form. Liquidated damages as listed below will be enforced based on the date listed in the bid form. 3.1.2.3. Continuous and consistent progress to complete the Work must be made daily 3.2. Work shall be in accordance with the Agreement. Saturdays will be available for weather or impact make-up work when approved in advance by Contractor. Subcontractor shall (if necessary to meet the schedule), increase its weekly work schedule, at no cost to Contractor or Owner. No nighttime construction will be allowed unless approved by NORTH TEXAS CONTRACTING, INC. SUBCONTRACTOR �,�; ���. AUTI�RIZED SIGNATURE 04-08-2025 DATE Page 2 of 4 � BURNS �M�DONNELL Everman Parkway Extension 1.D. — BID FORM 4. PERFORMANCE & PAYMENT BOND 4.1. At its sole option Contractor reserves the right to request Subcontractor to furnish Performance and Payment Bonds or an Irrevocable Letter of Credit, in a form acceptable to Contractor, as a condition of a Subcontract Award or at anytime after award of a Subcontract Agreement. Subcontractor to include cost to procure bonds or a letter of credit. Please include on the bid form the premium to furnish Performance & Payment Bonds for this Work. 5. QUALIFICATIONS STATEMENT 5.1. As part of the bid review, Subcontractor is to submit a short qualifications statement that will include the following: 5.1.1. Short introduction of company and brief discussion of company history. 5.1.2. List of similar or related type projects in which Subcontractor perFormed same or related scope of work. Provide at least 3 examples. Examples will include: 5.1.2.1. Project Name 5.1.2.2. Brief description of overall project. 5.1.2.3. Brief description of Subcontractor's scope of services on referenced project. 5.1.2.4. Total project cost and cost of Subcontractor's scope (This does not have to be exact but should be representative). 5.1.2.5. Date of project completion. 5.1.2.6. Name of client or Contractor for which the work was perFormed. (Include name and contact information). 5.2. Resumes for: 5.2.1. Project Manager 5.2.2. Project Superintendent 5.2.3. Project Foreman (if applicable) 5.2.4. Safety Manager assigned to this project. 5.3. Proof of ability to Bond: Include letter from bonding agent confirming bonding capacity. 6. COMPANY STRUCTURE Subcontractor operates as a corporation incorporated in the State of TEXAS Subcontractor License number is N/A Subcontractor operates as a co-partnership. Names of partners: Subcontractor operates as an individual doing business under the trade name of: NORTH TEXAS CONTRACTING, INC. NORTH TEXAS CONTRACTING, INC. SUBCONTRACTOR � C, �- _ f; ` AUTF�RIZED SIGNATURE 04-08-2025 DATE Page 3 of 4 � BURNS �M�DONNELL 7. SUBCONTRACTED ITEMS Please list Lower-tier Subcontractors to be utilized in the work: Name of Sub. TREENEWAL IMT 8. Onsite Point of Contacts Everman Parkway Extension 1.D. — BID FORM General description of work to be subcontracted TREE CLEAR & GRUB CAST IN PLACE STORM STRS Please list the planned onsite point of contact(s). NICK DARANI OFFICE ESTIMATOR & PROJECT MANAGER SUPERINTENDENT FOREMAN NORTH TEXAS CONTRACTING, INC. SUBCONTRACTOR FIELD PERSONEL TBD FIELD PERSONEL TBD ; �� �. AUT RIZED SIGNATURE 04-08-2025 DATE Page 4 of 4 PROjECT PROPOSAL APRIL 8, 2025 ' � r�oRTH T�xas _.M �, [�I�]►�t�.1_[�111►L� � North Texas Contracting, Inc., hereinafter referred to as 1VTC offers the following proposal to furnish labor, materials, and equipment required for the performance of the following described work in connection with the construction improvements for EVERMAN PARKWAY EXTENSION #168734 - SEWER PACKAGE 1.D.2.A - S- 3340. All work shall be performed in accordance with this proposal for the considerations shown. SEE ATTACHED PRICING OUTLINE AND SPECIFICS OF THIS PROPOSAL GENERAL NOTES 2. 3. 4. 5. 6. 7. Proposal schedule is approx. 108 calendar days assuming adequate lead time is given for pre-cast manhole manufacturing. Bid assumes delayed NTP for shop drawing approval before contract time charges begin. Proposal includes escalators for shown contract duration firm for project in proposal amount. 1 EA Major Mobilization is included for phasing. Additional mobilizations are billed at $5,500 EA. NTC acknowledges Addendums 1, 2, 3 and 4. Bid includes a standard 5-day, 50-hour work week. Performance, payment, and/or maintenance bonds have been included in the base proposal in the added location that is assumed will be included if contract is issued. Taxes on incorporated materials are not included. (public work) State, City, Permitting, Testing, City inspection & OT fees, tap fees are not included. No city fees included. 8. NTC assumes all unit pricing provided will be used to pay any quantity overruns & plan changes if applicable and reserves the right to deviate if quantity change exceeds 25 %. 9. Pricing contingent upon a mutually agreeable schedule with material lead times considered. 10. Underground utility and franchise potholing, investigations, utility demolition, support, and relocations are not included. Bid includes potholing for only existing utilities shown on the storm profiles. 11. Drug testing and type II safety helmets with chin strap for onsite personnel are included in bid proposal. 12. Dumpsters and temporary creek crossings for site access is included in the base proposal. 13. NTC has included temp railing system for culvert headwall. Removal and disposal by others. 14. Select fill for deep backfill is not referenced in the storm plans and is excluded from scope. 15. Due to amount of fill needed our proposal includes spreading and compacting all spoils onsite. Haul off of spoils is excluded. 16. NTC has excluded all grading and install work related to the "DU 1B Trapez Concrete Channel". SPECIFIC CIP BOX CULVERT NOTES 1. Clearing / Grubbing removal bid item only included for the box culvert area hatched in blue on the exhibit. All other areas to be assumed by others. 2. Proposed 8-8x8 box culvert is bid as cast-in-place using only TXDOT standards and details. Since the pre-engineered standards do not contain 8 barrel our firm has assumed building 2 EA x 4 barrel with a 3/4" fiber or 1" poly expansion joint between structures as to utilize the TxDOT pre-engineered standards and avoid custom engineering. 3. All cast-in-place reinforcing is to be non-coated and non-galvanized imported standard rebar. 4. Concrete for entire culvert is to be TXDOT Class C 3600 PSI concrete. No HPC is shown or called out. 5. No pipe / structure removals or bracing poles is shown nor included. No subsidiary is included. 6. In fill locations NTC will backfill up to 24" above top of pipe with adjacent / available material only. If material is not available, the backfill is excluded and to be done by others. PAGE 10F 2 PROJECT PROPOSAL � � r�oRTH T�xAs _.M �, [�I�]►�t�.1_[�111►L� � 7. Rock rip rap along the creek is Not included. No clearing or access provided. 8. 3" daily dewatering pump included in base bid for the duration of sewer scope. No well points for groundwater are included. Ground monitoring is excluded. 9. Bid assumes storm culvert work will begin prior to dirt fills, MSE walls, and franchise utilities. 10. Headwalls priced as standard finish. No painting, form liner, stone veneer, etc... 11. MSE / bridge underdrain piping and connection to storm system is not included. None shown. 12. All rock rip rap scope is assumed to be by others, including clearing and install as shown on the exhibit. SPECIFIC EXCLUSIONS 1. All survey layout are included assuming Cad file and onsite benchmark provided by others at no cost. Robot / survey / Cad / daily GPS as-builts are not included. 2. Inlet protection or stone infill (slip form paving) for storm structures excluded. 3. All TYII CURB INLETS are priced as standard, non-recessed as shown in the plans. Profiles call for recessed inlets and plan view shows in line with paving. Owner to clarify. 4. All RCP to be standard tongue & groove type only. No radial or rubber gasket pipe included. Any special gaskets, etc... required based on encountered conditions to warrant change order. 5. Replacement of trees within the easements and ROW is not included. Tree protection by others. 6. No handling, testing, covering, or storing contaminated soils of any kind. NTC will stockpile for others. 7. If existing soils are deemed unsuitable for pipe support, then additional excavation and additional oversized rock / recycled concrete will be priced on a case-by-case basis. 8. Storm backfill included is native onsite materials. Imported fill, select, CTB, CSB, topsoil by others. 9. No grade to drain, channel grading, or grading for tlood plain control is included. 10. All landscaping, irrigation, temporary, and permanent gates or mailboxes not included. 11. No full time safety or quality control included. 12. No daily intersection or lane rental charges or road user fees included. 13. No cut and restore of existing pavement is shown or included in plans and bid items. NTC excludes and will price with new item after clarification. 14. No TV or cleaning of RCP or Box after installation or at end of project. Will price if requested. 15. All special shoring, soil nails excluded, under drain piping or connections is included. 16. No pipe runners, ped handrails, curb, stain, masonry, or fence on any headwall are included. 17. No coating, waterproofing, anti-graffiti painting on any structures included. 18. No white cement, colored concrete, or decorative form liner is included for any structure. 19. No handling of traffic barriers. Others will perform all moving prior to NTC work in that area. 20. Pipe runners for 2ea - 24" Safety end treatments are not called for or included in proposal. Respectfully Submitted, Nick Darani � Estimator (682) 365-3889 PAGE 2 OF 2 NORTH TEXAS CONTRACTING, INC. PROJECT: EVERMAN PARKWAY - 168734 LOCATION: BID PACKAGE 1.D.2.A - S-3340 BID DATE: 4/8/2025 BY 2PM - BUILDING CONNECTED CONTACT: NICK DARANI EMAIL: NICK@NTEXCON.COM Item No. Description S-3340 UTILITIES - STORMWATER 1 MOBILZATION 2 24" CLASS III RCP 3 36" CLASS III RCP 4 42" CLASS III RCP 5 24" SET HEADWALL, EXCLUDES PIPE RUNNERS 6 10' TY II STD CURB INLET 7 4' STD DROP INLET W/ APRON 8 6' SQUARE JUNCTION BOX 9 8' SQUARE JUNCTION BOX 9 6' EXTRA DEPTH MANHOLE - NOT APPLICABLE COFW SPEC - T f�/JttG JPI � - L 11 8 BARRELL - 8X8 BOX CULVERT 12 TXDOT PW HEADWALL, CULVERT (372 TLF OF WALL) 13 SURFACE PREP / GRUBBING (FLOOD PLAIN RBC & HW) 14 END TREATMENT PROTECTION RIPRAP A1 A2 A3 A4 A5 A6 A7 A8 BASE SUBTOTAL PAYMENT & PERFROMANCE BOND ADDER PROJECT GRAND TOTAL PROPOSAL DEDUCT FOR MULTIPLE WORK PACKAGES (SANITARY SEWER) CCTV FOR STORM IF REQ BY COFW INLET PROTECTION FOR STORM INLETS & JBOXS RUBBER GASKET JOINTS ON RCP 4' SQUARE JUNCTION BOXES IN LIUE OF 6' (4 EA) SURFACE PREP AND GRUBBING ( FLOOD PLAIN FOR RIPRAP )(48K / AC @ 2.5 A DEDUCT COST IF POWER LINE REMOVED BY OTHERS C221 GALV STEEL RAILING Qty 1 796 645 165 2 10 2 2 1 0 G 260 2 1.2 320 2,434,490.00 38, 000.00 2,472,490.00 (50,000.00) 5,000.00 2,000.00 (20,000.00) 2.5 0 50, 000.00 MWBE IN BASE BUD FIGURE _$ 740,000.00 FOR AN ADD OF $ 2,500 ANOTHER $ 100,000 CAN BE INCLUDED FOR PIPE+ FOR AN ADD OF $ 4,500 ANOTHER $ 200,000 CAN BE INCLUDED FOR REBAR (MAX ADD =$ 7,000 FOR AN ADDITIONAL $ 300,000 ON TOP OF THE $ 740,000 ALREADY INCLUDED) Unit I LS LF LF LF EA EA EA EA EA N/A fiiA LF EA AC SF LS LS LS LS LS AC N/A LS � Bid Unit Price 0.00 0.00 115, 000.00 140.00 200.00 250.00 3,000.00 14,000.00 10,000.00 15,000.00 30,000.00 0.00 G.GG 5,598.00 150,000.00 40,000.00 26.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 `� BU R N S F�ctension of Everman Parkway iN�DONNELL 1.D.1.B — S-3340 Stormwater Utilities — Scope of Work Bid Package 1.D.1.B — S-3340 Stormwater Utilities — Scope of Work Furnish all necessary labor, material, equipment, and incidentals to perform the Work. The major scope of Work in this project includes, but are not limited to, the following: WORK SUMMARY 2. 3. 4. 5. 6. 7. 8. � 10 11 The Drainage Contractor (DC) shall provide all storm drainage piping, drainage boxes, junction boxes, inlets, manholes, headwalls, end treatments, end treatment protection, etc. to form a complete system within the limits of the Contract Documents. a. DC shall perform site grubbing in the flood plain as indicated on the Floodplain Grubbing Exhibit the installation of the Box culverts and Headwall/wingwalls. Remove vegetation and other landscape not designated for preservations, miscellaneous stone, and debris, whether above or below ground. Excess material or material not to be reused shall be hauled offsite for disposal. DC shall ensure protection of all existing utilities. If existing utilities conflict with new work and become damaged, the Subcontractor will repair and/or replace at no cost to the City of Fort Worth (COFW) or Burns & McDonnell. DC shall provide necessary site excavation and embankment per the Contract Documents to achieve proper elevations for the drainage system. Any additional spoils must be hauled off and disposed of by the DC. If unsuitable material is encountered along the base of excavations, DC shall correct at bedding limit as directed per the specifications. Furnish and install all drainage piping, laterals, inlets, and manholes. DC shall tie together all inlets, manholes, and wall underdrain piping to form a complete system within the limits of the Contract Documents. Includes demo of existing and tie-ins to existing system. Furnish and install Reinforced Concrete Pipe (RCP) all sizes, filter fabric, bedding stone, etc. as required per the plans and specifications. Furnish and install all necessary components for the nominal 8-foot by 8-foot box culverts including but not limited to bedding stone, joint materials, etc. per the plans and specifications. The DC will backfill up to 1-foot above the box culverts and provide a 1:1 slope from that elevation to existing subgrade. This same elevation will be carried along the back of wingwall including a 1:1 slope to grade. a. Note that only on the box culverts the Civil Contractor (CIVC) will be responsible to furnish and install the geotextile fabric, as necessary, prior to installing the remaining backfill necessary to achieve rough grade. For all structures, pipe, box culverts, etc. the backfill above the bedding rock shall meet the required Moisture Densities and Compaction testing for each lift as its installed to grade. Furnish and install all curb inlets and grate inlets as shown in the plans. Note that the DC shall wipe the inlet throats and remove any construction debris in the base of the structures prior to CCTV the lines. a. CCTV recoding shall be turned over to Burns & McDonnell. Where Cast-In-Place structures are called for, precast may be considered, subject to Engineer approval to condense the project schedule. Page 1 of 4 `� BU R N S F�ctension of Everman Parkway iN�DONNELL 1.D.1.B — S-3340 Stormwater Utilities — Scope of Work 12 13. 14 15 Where noted on the plans, furnish and install all necessary end treatments and safety end treatments. Where end treatments fall outside the grading limits the DC shall fine grade the remaining area around the end treatment to ensure no ponding of water and the drainage flows as designed. DC shall form, place and finish the proposed headwalls along the box culvert system including but not limited to the foundations and footings, necessary water stop, etc. per the plans and specifications. a. Note that the Paving Contractor (PC) shall be responsible to furnish and install the maintenance ramp and C221 handrail for the headwalls. Prior to construction of the box culverts, headwalls and wingwalls, DC shall submit a workplan to be reviewed and approved with proposed form work, bracing, pour rates, etc. DC shall ensure a uniform finish on the concrete and shall patch any voids in conformance with the specifications. a. Note that any night work shall be requested at a minimum of 1-week advance notice for approval with the City and Burns & McDonnell Furnish and install temporary handrail protection in place of permanent handrail. The PC shall remove and replace with the permanent material where shown on top of headwalls, etc. 16. DC will need to divert or construct a temporary bypass so construction within creek can be performed. This shall be incorporated into a Flood Mitigation Plan that will be turned in with this proposal. a. The contractor that is to install Riprap will submit their own Flood Mitigation Plan so construction within creek can be performed. DC and riprap contractor shall coordinate so both may operate in the creek at the same time. Burns & McDonnell will facilitate the meeting for coordination efforts between the two contractors. 17. Provide as necessary any capping, crossing, connecting, trenching, plugging, supporting, or temporary bypass/shut down of any existing site utilities. 18. DC shall be responsible for providing all active dewatering necessary for their work. Specific care shall be taken to prevent the pooling of any water within the work area, whether caused from a weather event, surface runoff, groundwater, or any other means. 19. To perform the scope of work while working the Flood Plain, provide, install, maintain and remove SWPPP items such as silt fence, ditch checks and erosion control blankets etc. in accordance with DC's Flood Mitigation Plan. 20. Areas directly below future C221 railing, DC will provide rebar stirrups within the coping that will later be embedded into the railing system. DC to provide a temporary handrail system along top of wall. DC shall leave the temporary handrail in place until it is ready for removal and disposal by Paving Contractor (PC) while they install the permanent C221 handrail. ADD ALTERNATIVE box culverts. a. Note that coordination amongst all contractors for the installation of riprap. The DC shall not obstruct the installation of headwalls and MSE retaining walls. Furnish and install rock riprap including but not limited to the filter fabric, rock toe ditch, bedding stone, etc. to provide a complete system integrated North and South of the Page 2 of 4 `� B U R N S Extension of Everman Parkway i�� DON N E LL 1.D.1.B — S-3340 Stormwater Utilities — Scope of Work � Installation of riprap can occur simultaneously, but a 20-foot gap from headwalls, and MSE retaining walls to riprap shall be maintained until their construction is completed by others. Upon their completion the DC shall install the remaining 20- foot gap of riprap to provide a complete system. b. DC shall perform site grubbing in the Flood Plain as indicated on the Floodplain Grubbing Exhibit for the installation of the Riprap. Remove vegetation and other landscape not designated for preservations, miscellaneous stone, and debris, whether above or below ground. Excess material or material not to be reused shall be hauled offsite for disposal. Deduct in cost of work if existing powerlines (approx. Sta127 — approx. Sta 137) are removed by others. CLARIFICATIONS 2 3 The following are elements not shown on drawings or have changed and will be updated on the IFC set. DC to account for, or remove from, their bid the following: a. Storm Drain STA 6+95.59 on PRMA 3A, the drawings depict a round manhole structure, this shall be installed as a square 96in Manhole. All elevations shall remain the same for the flowlines and rim elevation. DC to include in bid. b. Storm Drain STA 0+63.92 ICU8B, the drawings show the curb inlet to connect to end treatment south of wing wall. Curb inlet to now drain directly into box culvert dew West. DC to include in bid. c. Between Storm Drain STA 1+74.40 to Strom Drain STA 5+28.36 depicts a Trapezoidal Concrete Chanel. This concrete channel will now be a"Earthen Channel" and will be in the Civil Contractors scope. DC to NOT include in bid. d. Strom Drain STA 01+51.16 LAT IAD1A depicts a grate inlet, this shall be installed as a standard City of Fort Worth drop inlet D408. DC to include in bid. e. Storm Drain STA 5+28.36 ILS depicts an end treatment. End treatment protection will be added with a neat line of 4' wide by 20' long and 18in thick. Riprap will consist of D50 12" rock. DC to include in bid. f. Storm Drain STA 3+69.68 ILS 2C depicts an end treatment. End treatment protection will be added with a neat line of 4' wide by 20' long and 18in thick. Riprap will consist of D50 12" rock. DC to include in bid. In the Contract Drawings and Specifications, the use of "Contractor" shall mean "Subcontractor/Bidder". From Sta 127 to Sta 137 on the north side of Everman Road, there is an existing power line that is NOT to be removed and IS LIVE. Construction activities around power lines shall be in compliance with OSHA standards and by Burns & McDonnell Health & Safety Plan. GENERAL INFORMATION � No temporary services are provided at these construction sites. Bidders will be responsible for providing all temporary power, temporary water and temporary lighting as needed to perform the scope of work. Design Builder will provide temporary toilets for use onsite. Excess concrete or concrete cleaned from equipment must be collected and disposed of properly. Do not place disposed concrete on or bury on site. Wash water is not Page 3 of 4 `� BU R N S Extension of Everman Parkway iN�DONNELL 1.D.1.B — S-3340 Stormwater Utilities — Scope of Work 3 4. 5. � 7 . available, and bidder will be responsible for providing wash water as needed. Containment of wash water and disposal is the responsibility of the bidder. Bidder is not to stray onto or perform any work on adjacent properties not currently within the public ROW or provided temporary construction easements. Perform exploratory excavation as necessary to perForm the scope of work. Subcontractor will be responsible to identify and confirm field locations of any existing utilities, cables, pipelines or other buried utilities located within the work zone. It will be the responsibility of all Bidders to execute the work without damage to this existing infrastructure. Subcontractor will bear the cost of the repair or replacement of any damage to existing utilities due to their activities within the construction area. Subcontractors with any concrete scope will be required to establish, maintain and remove concrete washouts throughout the life of their scope. Upon scope completion, contractors will remove all washouts and return the area to its original condition. a. No washout can be located within the flood plain. All Subcontractors will be required to utilize the Procore website for submission of RFI's, Submittal Information, Contractor Reports, and Daily Logs. Access to the Burns & McDonnell Procore website will be made available by the Project Staff once the Contract has been executed. Provide dust control as required. Acknowledge and consider the geotechnical report included in the Contract Documents. 10. Provide survey and layout for all work included under this scope. Design Builder to provide survey control points prior to commencement of work. 11. Subcontractor shall provide at least 48-hr notice to the Design Builder for any deliveries, equipment or material, prior to arrival at the job site. 12. Prior to starting work, Subcontractors are required to provide work plans detailing their steps required for construction of all work items. The work plans shall include the top safety and quality items along with a detailed list of the steps to perform the work and shall be submitted 1 week prior to work commencing. 13. Provide and maintain any safety measures (PPE, vehicle safety lights, backup alarms, barricades, etc.) for the safe execution of the work and as required by Burns & McDonnell Health & Safety Plan and UPRR. 14 15 Provide redline markups and As-Built locations and elevations of all work installed within this work package in an industry standard format detailing surveyed line and grade of all installed work at intervals not to exceed 50 linear feet or more detailed, as necessary. Subcontractor to provide per the specifications all scope specific owner training, startup, commissioning and O&M Manuals as required. Page 4 of 4 � BURNS �M�DONNELL Everman Parkway Extension E. — TIME & MATERIAL RATE SHEET SECTION 1.E. - TIME & MATERIAL RATE SHEET COMPANY NAME: NORTH TEXAS CONTRACTING, INC. COMPANY ADDRESS: 4999 KELLER HASLET RD, KELLER, TX 76244 POINT OF CONTACT: NICK DARANI - PROJECT ESTIMATOR CONTACT EMAIL: NICK@NTEXCON.COM PHONE NUMBER: 817-430-9500 From time to time, it may become necessary to perform Work that is not part of Subcontractor's Scope of Work, as set forth in the Subcontract Agreement. When additional items of Work (as described above) become necessary, it is Contractor's option to determine which form of compensation should be used to reimburse Subcontractor (such as lump sum or unit price, or on a"time and material" basis). Should it become necessary to proceed on a"time and material" basis, Subcontractor shall be reimbursed at the following rates: A. Hourly labor cost in accordance with the individual employee's base wage rate. The base wage rate is the first shift straight time hourly rate exclusive of fringe benefits, payroll taxes and insurance, overtime premiums, shift differential, overhead, and profit. The base wage rates quoted shall be by wage classifications used by Subcontractor and shall represent the actual base wage rate paid to the individual employee. Subcontractor's invoices shall be supported by certified payrolls to verify these rates. The same conditions shall apply for overtime and shift work premium wages. B. Fringe benefits shall be quoted as a percentage of the base wage rate and the premium wages, and this percentage shall represent the actual fringe benefits paid to the employee. Subcontractor's invoices shall be supported by certified payrolls to verify this percentage. C. Subcontractor shall quote a fixed percentage of the base wage rate and the premium wages for payroll taxes and insurance. Subcontractor's invoices shall be supported by certified payrolls to verify this percentage. � E. F Subcontractor shall quote a fixed percentage of the base wage rate and the premium wages for small tools and consumable supplies. Subcontractor shall quote a fixed percentage for all supervision, starting at and includinq, the foreman level, and to include any and all other supervision and non-manual employees. Subcontractor shall quote a fixed percentage of the base wage and the premium wages for overhead and profit. Overhead shall include: (a) salaries and benefits of Subcontractor's executive officers, and any and all other home office and/or branch office personnel directly or indirectly associated with and/or working on the project; (b) expenses incurred in conjunction with Subcontractor's main office, branch office, or other facilities (including, but not necessarily limited to: expenses for real estate rentals or purchases, accounting, payroll, purchasing, expediting, engineering, legal and data processing services, telephone, telegraph, office furniture, office equipment, interest for capital employed or money borrowed, association membership fees and/or fund contributions); and (c) any and all other administrative expenses of any kind required Page 1 of 4 � BURNS �M�DONNELL Everman Parkway Extension E. — TIME & MATERIAL RATE SHEET to perform the Work (including bonuses or any type of incentive payments to supervisory and/or non-supervisory personnel). II. TBD percent ( TBD°/o), added to invoices (less discounts) for all overhead and profit for material purchased by Subcontractor, with any applicable sales and/or use taxes and any applicable freight costs then added and identified. III. TBD percent ( TBD%), added to Subcontractor's sub-subcontractor's invoice for all overhead and profit. NOTE: In no instance can a sub-subcontractor charge in excess of Subcontractor's unit price(s) (where applicable), "time and material" rates build-up, percent of mark- up for materials, or Subcontractor 's third-party equipment rental(s); nor can a sub-subcontractor charge more than seventy-five percent (75%) of the rates given in the latest Blue Book Rates for owned equipment, or as set forth in Item No. "V", below. IV. TBD percent ( TBD°/o), to be added to invoice (less any discounts), for third party rental equipment, including fuel, oil, lubricants and maintenance, overhead, and profit. Any associated transportation costs to and from the site associated with "time and material" Work will be reimbursable at Subcontractor's cost. V. Subcontractor-owned equipment will be reimbursed in accordance with Subcontractor's Equipment Rental Rate Schedule; but in no case shall the hourly, weekly, or monthly rates stated therein exceed seventy-five percent (75%) of the rates given in the latest revision of Blue Book or the prevailing rates in the area, whichever is less. Subcontractor-owned equipment rental rates are inclusive of all fuel, oil, lubricants, and maintenance costs. Any associated transportation costs to and from the site associated with "time and material" Work will be reimbursable at Subcontractor's cost. Page 2 of 4 � BURNS �M�DONNELL Everman Parkway Extension 1.E. — TIME & MATERIAL RATE SHEET Complete Section VI of this form for quotes requested above or provide internal documentation that satisfies the intent of the requested information below. VI. Time and Material Rates Sheet - Base Wages, Premium Pay, and Markups for Fringes, Payroll Burdens, Tools and Supplies, Supervision, and Overhead and Profit. Wage Classification EXCAVATOR-OP Hourly Base Wage Rate (40 hr/wk) 35.00 Hourly Overtime* Premium Shift* Differential Premium N/A 52.50 RT LOADER - OP 32.00 48.00 PIPE LAYER 30.00 45.00 PIPE HELPER 28.00 42.00 SKILLED LABOR 25.00 37.50 GENERAL LABOR 20.00 30.00 �Premium Portion of wages only. Frinae Benefits 8.0 °/o Percent of base wage rate 4.0 % Percent of premium portion of wages only Pavroll Taxes and Insurance 13.0 % Percent of base wage rate 9.0 % Percent of premium portion of wages only Tools and Construction Supplies 7.0 % Percent of base wage rate 5.0 % Percent of premium portion of wages only Suaervision 15.0 % Percent of base wage rate 12.0 % Percent of premium portion of wages only Overhead and Profit 30.0 % Percent of base wage rate 25.0 % Percent of premium portion of wages only � Page 3 of 4 `� B U R N S Everman Parkway Extension M�DONNELL 1.E.—TIME & MATERIAL RATE SHEET VII. The actual basis for determining both which costs are reimbursable, and how those reimbursable costs shall be computed and billed, are as follows: A. Subcontractor shall submit daily, for signature by Contractor's Representative, the following: 1. Labor: Daily Time Distribution Sheet showing project number, date, employees' names, labor classification of each employee, hours worked by each employee, and a brief description of the Work performed. Also included should be any materials or billable tools that may be utilized and/or consumed in performing the Work. 2. Materials: Vendors' invoices, delivery tickets, etc., all clearly marked with the correct project number and signed by an authorized Contractor Representative. 3. Sub-subcontractor(s): Invoice and/or daily time sheets. All sub-subcontractors must be approved by Contractor/Owner prior to start of Work. All sub-subcontractors' "time and material" rates (sub-subcontractors' "time and material" rates and percent markups cannot exceed Subcontractor's rates and markups, as stated in the General Conditions) and/or Lump Sum Price must be reviewed and approved by Contractor prior to the start of any Work. 4. Equipment: "Daily Equipment Use Form" showing equipment description, equipment identification numbers, hours worked, and a brief description of the Work performed. All billings for third-party equipment rentals shall be accompanied by a signed copy of the equipment vendor's invoice. Subcontractor shall not add or remove equipment from the project without prior written approval from Contractor's Representative. NORTH TEXAS CONTRACTING, INC. ZACH FUSILIER Subcontractor — �- � - ;'_� _ � Authorized Signature Title VICE PRESIDENT ���>» � � i r�>>>�i ``o� ,� N K I11/Ci ���i ,��� .r� '� p�si.ic'• ,, �'. . � 'L : �4�` ,+c i � �; � =x�'z° • �'� �pj N � ' • �N• O� • Qy: N+ ~ � �C O' +� ` i*•'.'L� TRT E OF 20�;: N� "i�'�" ���'•q R «:��"'�� O� �� ���'''OM� �, ; Q�,``o� Sworn to me and subscribed in my presence this 8TH day of APRIL , 2025 ��h .1 � «.�t�. �`'� r Signature of of�' tary Publi Notary Public In and For the State of: TEXAS My Commission Expires: 05-21-2025 Page 4 of 4 CONTRACTOR I 1 Bean Electrical Inc. 2 C& S Utility Contractors INC. 3 Conatser Construction Tx, L.P. 4 DKR Electrical, LLC 5 Durable Specialties, Inc. 6 EARTC 6 Fisk Electric Company 7 Fort Worth Electric 8 Hurst Electric 9 Independent Utility Construction, Inc. 10 Kirk Young Electric, Inc. 11 Meierhofer Electric 12 MSF Electric, Inc. 13 STF Design and Build Co. Inc 14 Trademark Electric, Inc CITY OF FORT WORTH LIGHTING PRE-QUALIFIED CONTRACTORS ADDRESS I CONTACT I NUMBER I EMAIL 821 E. Enon Chip Bean 817-561-7400 Cbean(a�beanelectrical.com Fort Worth Tx. 76140 6705 Highway 287 Blake Menapace 817-676-1788 blakela�csutilitv.com Arlington Tx 76001 PO Box 15448 Brock Huggins 817-534-1743 brockCc�conatserconstruction.com Fort Worth, Tx 76119 1508 Baslow Ln Darryl Ruffin 817-986-5688 d.ruffinna att.net Burleson, TX 76028 PO Box 535969 patrick Bryan 972-296-6324 PatrickCa�durablesoecialties.com Grand Prarie, Tx. 75053-5969 16201 Bratton Ln. Carlos Reyes 512-218-4200 carlos.reves.lCa�eartc.com Austin, TX 78728 1617 W. Crosby Road, Suite 120 �ohn McNutt 214-957-6761 JMcNuttCc�fiskcorp.com Carrollton, TX 75006 812 E. 9th Street Sherri Aaron 817-870-2266 sherriaCc�fortworthelec.com Fort Worth, Tx. 76102 229 West Hurst Blvd. Stacie Ritchey 817-268-3000 Staciel�a hurstelec.com Hurst, TX 76053 5109 Sun Valley Drive Richard Wolfe 817-478-4444 estimatinpCa�iucUc.com Fort Worth Tx. 76119 1201 Cliff Swallow Ct. Kirk Young 817-996-7413 kirk.vounaelectricna vahoo.com Granbury, TX 76048 3595 Roy Orr Blvd Michael Meierhofer 972-790-4896 mikeCa�m-electric.com Grand Prairie, TX 75050 10505 Fountaingate Drive Marcus Allen 713-575-2760 MAllen(c�msfelectric.com Stafford, TX 77477 2820 East Belknap St. Larry Hussey 817-705-1124 IarrvCa�stfdesianandbuild.com Fort Worth Tx 76111 3200 Joyce Dr. Thomas Blessing 817-656-8455 tblessinq�tmelectric.com Fort Worth, Texas 76116 September 11, 2024 I STATUS I EFDATEVE I EXPDATEION APPROVED 3/8/2023 3/8/2025 APPROVED 1/31/2024 1/31/2026 APPROVED 1/31/2024 1/31/2026 GRACE 4/20/2022 4/20/2024 PERIOD APPROVED 9/27/2022 9/27/2024 1 /19/2022 1 /19/2024 APPROVED 1/22/2024 1/21/2026 APPROVED 6/9/2023 6/9/2025 APPROVED 5/7/2024 5/7/2026 APPROVED 2/27/2023 2/27/2025 APPROVED 7/27/2023 7/27/2025 APPROVED 12/11/2023 12/10/2025 APPROVED 2/20/2024 2/20/2026 APPROVED 4/22/2024 4/22/2026 APPROVED 2/14/2023 2/14/2025 City of Fort Worth Transportation Public Works Dept. Pre-Qualified Paving Contractors (as of 11-7-24) HOti HOW HpN HpW H o H W O �wo �w� =wo =w~ =zo =Z� a� U�o UOC_ �o �� a� a�— aao a¢— �a zZui zZ� v�z� cnz� cn�t= rn�J a� CONTRACTOR � O � � O� Q O � a O� a � a � �X GRod Construction LLC � 889 E. Rock Island Ave Boyd, Texas 76078 ATTN: Guillermo Rodriguez X X 10/31/2025 Heritage Asphalt Company 608 Henrietta Creek Rd Roanoke, Texas 76119 Attn: Janie Rodriguez X 12/31/2024 Jagoe Public Company 3020 Fort Worth Dr. Denton, TX 76205 Attn: William J. Cheek Jr. X X X 5/30/2026 Jackson Construction 5112 Sun Valley Dr Fort Worth, Texas 76119 Attn: Larry Jackson X 1/31/2026 .lonnson liros l:orporation 1100 Kubota Dr Grapevine, Texas 76051 Attn: Tara Wheeler X X X 10/31/2025 L.FI Lacy l:ompany, L I U 1880 Crown Drive, Ste 1200 Dallas, Texas 75234 Attn: Tara Wheeler Mario Sinacola & Sons Excavating, Inc. 10950 Research Rd Frisco, TX 75033 Attn: Ron McAvoy McCarthy Building Companies, Inc. 12001 N. US 75- Central Expy 1000 #400 Dallas, Texas 75243 Attn: Nathan Kowaliis McClendon Construction Co., Inc. P.O. Box 999 Burleson, TX 76097 Attn: Dan McClendon X X X X X X X X 3/30/2026 2/28/2025 6/30/2026 5/30/2( c a on on rac ing .. 3019 Roy Orr Blvd Grand Prairie, Texas 75050 ttn: Russell Rogers X X 5/30/2025 Pavecon 3022 Roy Orr Blvd. Grand Prairie, TX 75050 Attn: Tim Murray � X 9/30/2026 Page 3 of 5 Basis of Schedule Extension of Everman Parkway City Project No. 103271 Extension of Everman Parkway Basis of Schedule Date: 06/24/2025 Basis of Schedule Extension of Everman Parkway City Project No. 103271 1.0 PROJECT SCOPE The Project consists of the construction of 0.65 miles of Everman Parkway between Rosedale Springs Lane and Cameron Hill Point. The Project includes sidewalks, streetlights, a roundabout intersection, bridge structures, retaining walls, an 8-barrel 8-ft x 8-ft box culvert. The project is considered greenfield construction with a major stream crossing at Sycamore Creek and a proposed grade-separated Union Pacific Railroad (UPRR) track crossing. The project includes stub-outs to the future connection to Hemphill Street to the north and south, bridge-class culverts across Sycamore Creek and a bridge across the UPRR tracks. 2.0 INCREASED SCOPE At the outset, the project was planned as a greenfield development with no significant utility relocations anticipated. However, during Phase 1 of the Progressive Design Build Contract the City elected to have the existing sanitary sewer line to be full replacement. This addition was necessary due to the existing line being constructed of clay pipe, which was deemed unsuitable for long-term service. To address this, the sewer replacement was advanced into an Early Work Package 3, which had to be completed prior to the commencement of subsequent major construction activities. This Early Work Package increased the overall duration of the schedule. It became a prerequisite for the bridge structure and box culvert installation—both of which are on the project's critical path. As a result, the inclusion of this additional scope extended the GMP project duration to twenty-four (24) months. 3.0 ACTIVITY DURATION DEVELOPMENT The activity durations in the project schedule were derived from the anticipated work package subcontractors, as identified in the final Guaranteed Maximum Price (GMP) Proposal. Key subcontractors were selected using a best-value procurement method, which required each to submit proposed durations for their respective scopes of work. These durations were not accepted at face value; instead, they were validated through detailed scoping interviews with each subcontractor. This process ensured that the proposed durations were based on sound logic and a clear understanding of the project requirements. The final durations were then incorporated into the project schedule, reflecting a realistic and collaboratively developed timeline. 4.0 CRITICAL PATH The current critical path of the project is defined by a sequence of interdependent activities that directly impact the overall project duration. The critical path is as follows: 2 Basis of Schedule Extension of Everman Parkway City Project No. 103271 1. Early Works Package 3— Installation of the new sanitary sewer line 2. Utility Relocations & Parcel Acquisitions — Completion of all required utility adjustments and acquired Right-of-Way Parcels 3. Box Culvert — Construction of the storm drainage system 4. Roadway Paving — Construction of the roundabouts and main lanes 5. Sidewalks — Construction sidewalks 6. Illumination — Installation of roadway street lighting and associated equipment 7. Landscape Restoration — Final seeding and sodding to reestablish Right-of-Way 8. Final Completion — Project closeout and turnover Each of these activities is sequentially linked, and delays in any one of them will directly extend the overall project timeline. The inclusion of the owner relocated utilities and parcel acquisition has had a significant impact on the critical path, particularly influencing the start of box culvert- related work. 5.0 ACTIVITY RELATIONSHIPS Finish-Start relationships are the preferred relationship used in the schedule, and account for most of the relationships. Start-Start and Finish-Finish relationships are being used less often. 6.0 CALENDAR The schedule follows the standard five-day work week, ten hours per day, with national holidays included. 7.0 WEATHER CONTINGENCY Schedule contingency was developed using historical weather data from a NOAA station located in Fort Worth, TX. Based on this data, an average of approximately two weather- impacted working days per month were held in a weather contingency line to be actualized in the monthly updates as incurred. 8.0 SCHEDULE MANAGEMENT Following the award of the Guaranteed Maximum Price (GMP), Burns & McDonnell will convene a full-day schedule alignment session with all key subcontractors responsible for the work package scopes. The purpose of this session is to collaboratively review and refine the project schedule. During this workshop, the team will validate schedule logic, identify opportunities to optimize sequencing, and explore ways to safely overlap activities. The goal is to maintain—or, where 3 Basis of Schedule Extension of Everman Parkway City Project No. 103271 feasible, reduce—the overall project duration through improved coordination and efficiency. Ac�lvlty I� M-1000 M-1090 M-1100 M-1080 M-1070 M-1010 M-1020 M-1030 M-1040 M-1060 M-1050 M-1110 � M-1130 M-1170 M-1150 M-1160 M-1140 M-1120 + � 1 i ! � Everman Parkway ` GMP Proposal Schedule-Overall 6�URNS �M�DDNNELL. (as of 18-Aug-25) Ac�NI� Name I Fi'slcal% Remalnln Sta�t Flnlsh TotalFloa 202fi 202] y Gompkte Dura�i n `qug I Sep � Od I Nov I Dec Jan � Feb � Mar � Apr � May � Jun I Jul I Aug � Sep � Oct � Nov � Dec Jan I Feb I Mar I Apr � May � Jun � Jul � Aug I Sep IOc� Mobilization Nationwide 14 Permit [by BMcD] Floodplain Development Permit [by Ciry] Construction NTP Malerial ProcuremeM Early Works 2 Completion Uhlity Relocation & ROW Acquisition Completion �by Ciry of Fort Worth] Early Works 3 Sanitary Sev.er Substantial Completion Weather Contingency Final Completion Punchlist & Close-Out 18" _ 24" Sandary SewerAnalysis Tree Permit Payment and Pertormance Bond Builders Risk Insurance Temporary Construction Easement IFC Desian Box Culvert STORM-�0�0 ConstructBoxCulvert STORM-1130 FRP Head Wall STORM-1140 Install42in RCP Sta 8+60.35 to Sta 6+g5.59 STORM-1'I70 Install Manhole Sta 6+g5.59 STORM-1190 Install 24in RCP Sta 0+43.99 to 6+g5.59 STORM-1220 Install 10' Recessed Curb Inlet Sta 0+43.99 STORM-1240 Install 24in RCP Sta 01+51.16 to Sta 0+43.99 STORM-125� Inslall Grete Inlet Sta 01+51.16 STORM-1260 Install 24in RCP Sta 6+g5.59 to Sta 0+54.67 STORM-1270 Inslall 10' Recessed Curb Inlet Sta 0+54.67 STORM-1280 Install 36in RCP Sta 6+g5.59 to Sta 3+gg.64 STORM-1290 Install Manhole Sta 3+88.94 SONh at Rou�MaboN STORM-1150 Install 24in RCP Culvert to 0+�6.86 STORM-1160 Install 10' Recessed Curb Inlet Sta 0+63.92 STORM-118� Install 24in RCP Sta 1+3240 to Sta �+63.92 STORM-1200 Install 10' Recessed Curb Inlet Sta 1+32.40 STORM-1210 Install RCP Sta 1+74,40 to Sta 1+32.40 STORM-1230 Install Drop Inlet Sta 1+74.40 East ot Rau�about STORM-1390 Install 24in RCP to End Treatment Sta 05+g6.84 to Sta 05+28.36 STORM-1400 Install 10' Recessed Curb inlet Sta OS+g6.84 STORM-1410 Install 24in RCP Sta 06+5127 to Sta 5+g6.84 STORM-1420 Trapez Concrete Channel STORM-1430 Install 10' Recessed Curb Inle[ Sta 06+51 27 East of UPRR � Remaining Level of Effort 0 Remaining Work Actual Level of Effort � Critical Remaining Work � Actual Work ♦ ♦ Milestone 100% 0 09-Jun-25A 100 % 0 08-Aug-25 A 5% 5 08-Aug-25A 29-Aug-25 0% 0 OS-Sep-25* 0% 40 08-Sep-25 31-Od-25 95% 83 03-Jun-25A 15-Deo-25 0% 0 22-Dec25* 10% 158 10-Ju1-25A 03-Aprv26` 0 % 0 08-Sep-27 0 % 72 26-May-27 08-Sep-27 0% 0 20-Oct-27 0% 30 09-Sep-27 20-Od-27 -. • � • 10 % 0 13-Fetr25A 20-Feb-25 100% 0 03-Jun-25A 17Jun-25A 100% 0 18-Ju1-25A 22-Ju1-25A 100% 0 18-Ju1-25A 25-Ju1-25A 65% 15 18-Ju1-25A 08-Sep-25 40% 34 18-Ju1-25A 03-Oct-25 � 89� � 104 • 104 � 464 11 0 0 0 0 538� 519f� ♦ ♦ � 65 09-Jan-26 1-- 0% 50 09-Jan-26 20-Marv26 1 0% 15 23-Mar-26 10-Apr26 �---- 0% 2 02-Mar26 03-Mar-26 1 0% 2 04-Mar-26 OS-Mar-26 1 0% 2 06-Mar-26 09-Mar-26 1 0% 2 10-Marv26 11-Mar-26 1 0% 2 12-Mar-2fi 13-Mar-26 1 0% 2 16-Mar-26 17-Mar-26 1 0% 2 18-Marv26 19-Marv26 1 0% 2 20-Mar26 23-Mar-26 1 0% 2 24-Mar-26 25-Mar-26 1 0% 2 26-Mar-26 27-Mar-26 1 6r 0% oi or 0% 0% 0% oi 0% oi oi 12 23-Marv26 07-Apr-26 2 23-Marv26 24-Mar26 2 25-Mar26 26-Mar-26 2 27-Marv26 30-Mar-26 2 31-Mar-26 01-Aprv26 2 02-Apr-26 03-Apr-26 2 06-Apr-26 07-Aprv26 8 06-Ju1-26 15-Ju1-26 2 06-Ju1-26 07Ju1-26 2 08-Ju1-26 09-Ju1-26 2 10-Ju1-26 13-Ju1-26 2 10-Ju1-26 13-Ju1-26 2 14-Ju1-26 15-Ju1-26 16 03-Jun-26 26Jun-26 61 61 61 61 61 61 61 1 1 1 1 1 1 116 Page 1 of 7 O 0 I 0 0 i 0 0 0 0 0 0 � i � 0 I 0 0 0 0 0 0 0 Project ID: 168734 - EVERMAN PKWY-GMP-DEMO Layout: Layout # 03 - Everman - GMP Overall Print Date: 21-Aug-25 OO Oracle Corporation Ac�Nlty I� ActNlly Name STORM-1050 nslall 10' Recessed Curb Inlet S[a 0+1634 STORM-1060 Install 24m RCP Sta 0+16.34 to Sta 00+73.41 STORM-1070 Install 10' Recessed Curb Inlet Sta 00+73.41 STORM-1080 Install 24in RCP Sta 00+73.41 to Sta 02+68.44 STORM-1090 Inslall 10' Recessed Curb Inlet Sta 02+68.44 STORM-1100 Install 24in RCP Sta 02+68.44 to Sta 3+27.12 STORM-1110 Install 10' Recessed Curb Inlet Sta 03+27.12 STORM-1120 Install 24in RCP to End Treatment Sta 03+37.12 to Sta 3+69.68 GRADE-1000 Rouqh Backfill Sta 113+g0 to Sta 107+Z0 GRADE-1010 Rough Backfill Sta 115+�5 to Sta 113+g0 GRADE-1070 Rough Backfill Sta'115+75 to Sta 116+75 GRADE-1080 Rough Backfill Sta 116+75 to Sta 121+25 GRADE-1090 Cut Sloped Grade South of Roadway Sta 115+50 to Sta 12125 GRADE-1100 Place Topsoil South of Roadway Sta 115+50 to Sta 12125 GRADE-1110 Dress Grade Sta 121+g0 to Sta 125+00 GRADE-112� Dress Grade Sta 126+50 to S[a 129+00 � Nortnorcm�n�oow�sveam� RIPRAP-1000 Furnish & Install RipRap SONh at Culverl (Ups�ream) RIPRAP-1010 Furnish & Install RipRap TS-1020 Place Topsoil Under Bridpe Sta 121+80 to Sta 125+00 TS-1030 Place Topsoil Under Bridge Sta 126+50 to Sla 129+00 TS-1010 Place Topsoil (Sta 107+20 to Sta 121+p5) MSE-1000 Underdrain and CIP Leveling Pad Install Sta 121+68.32 to Sta 196� MSE-1010 MSE Install Sta 121+68.32 to Sta 116+78.83 MSE-1020 Anchor Slab Install Sta 121+68.32 to Sta 116+78.83 MSE-1040 Regrade and Mow Strip Install Sta 121+68.32 to Sta 116+�g.g3 MSE1030 Underdrain and CIP Leveling Pad Install NorthlSouth andAbutmer MSE-1050 MSE Install North/South and Abutmenl MSE1060 Anchor Slab Install NoAh/South and Abutment ILL-1000 DLB Conduit Intersections fSta 113+36.49 - Sta 116+27 79] ILL-1020 DLB Conduit and Drill Light Pole Foundations [Sta 113+36.49 - Sta ILL-1040 FRP Light Pole Foundations fSta 113+36.49 - Sta 116+27,7g] ILL-1060 Sel Light Poles [Sta 113+36 49 - Sta 116+27Jg] ILL-1080 Pull Wire fSta 113+36.49 - Sta 116+2779j ILL-1010 DLB Conduit Intersections [Sta 116+z7.7g - �p�+00.08] ILL-1030 DLB Conduit and Drill LigM Pole Foundalions [Sta 116+2779 -'121 ILL-1050 FRP Light Pole Foundations fSta 116+27J9- 121+00.08j ILL-1070 Set Light Poles [Sta 116+27.7g - 121+00.08] ILL-1090 Pull Wire [Sta 116+277g - 121+00 08] ILL-1100 DLB Conduit Intersections [Sta 107+50 - 114+00] ILL-1110 DLB Conduit and Drill Light Pole Poundations [Sta 107+50 - 114+0 ILL-1120 FRP Light Pole Foundations [Sta 107+50 - 114+00] Remaining Level of Effort O Remaining Work Actual Level of Effort � Critical Remaining Work � Actual Work ♦ ♦ Milestone Everman Parkway GMP Proposal Schedule-Overall 6�URNS �M�DDNNELL. (as of 18-Aug-25) hyslcal%Remalning5ta�t Finlsh TotalFloa` 202fi 202] Gompktel Dura�ionl I I q'y I Sep � Od I Nov I Dec Jan � Feb � Mar I Apr � May �Jun I Jul I Aug � Sep � Oct � Nov � Dec Jan I Feb I Mar I Apr � May � Jun � Jul � Aug I Sep IOc� 0% 2 03-Jun-26 OS�lun-26 116 0% 2 OS-Jun-26 09Jun-26 116 � 0% 2 09-Jun-26 11-Jun-26 116 � 0% 2 11-Jun-26 15-Jun-26 116 0 0% 2 15-Jun-26 17-Jun-26 116 � 0% 2 17-Jun-26 22Jun-26 116 � 0% 2 22-Jun-26 24-Jun-26 116 � 0% 2 24-Jun-26 26-Jun-26 116 0 -����� ----- 0% 10 01-Apr-26 14-Apr-26 1 0 0% 15 15-Apr-26 OS-May-26 1 � ----- 0% 15 06-May-26 27-May-26 1 � 0% 22 28-May-26 29-Jun-26 1 0 0% 3 30-Jun-26 02-Ju1-26 1 0 0% 1 06-Aprv27 06-Apr-27 0 � �--- % 5 07-Apr-27 13-Apr-27 0 ■ �% 5 07-Apr-27 13-Apr-27 0 � gp9�Jarr�-� f0 09-Jan-26 06-Feb-26 13 0% 20 09-Jan-26 06-Feb-26 13 0 20 09-Fetr26 06-Marv26 13 0% 20 09-Feb26 06-Mar-26 13 � -���- 0% 1 05-Aprv27 05-Aprv27 0 � 0% 1 OS-Apr-27 05-Apr-27 6 � 0% 1 07-May-27 07-May-27 7 � 0% 1 11-May-27 11-May-27 10 � -��� L �u-�+� �� ----- 0% 12 12-Jarr26 28Jan-26 5 � 0% 40 29-Jan-26 25-Marv26 5 � 0% 32 26-Mar-26 08-May-26 38 0 0% 12 11-Aug-26 26-Aug-26 59 0 ----- 0% 15 17-Mar26 07-Apr-26 43 0 �% 40 07-Apr-26 03Jun-26 43 � 0% 15 28-Oct-26 17-Nov-26 1 � 0% 15 18-Nov-26 10-Deo-26 1 � �iiii�i�rii�iliri�i�� 0% 4 14Mav-26 19-Mav-26 11 � 0% 10 11-Aug-26 24-Aug-26 1 0 0% 6 25-Aug-26 ObSep-26 1 � 0% 4 02-Sep-26 08-Sep-26 1 � 0% 4 09-Sep-26 14-Sep-26 1 � ----- 0% 4 25-Jun-26 30Jun-26 33 � 0% 1013-Aug-26 26-Aug-26 3 0 0% 6 27-Aug-26 03-Sep-26 3 � 0% 4 04-Sep-26 10-Sep-26 3 � 0% 4 15-Sep-26 18-Sep-26 1 � ����� 0/ 4 21-Sep-26 24-Sep-26 1 � 0% 10 30-Oct-26 12-Nov-26 11 0 0% fi 13-Nov-26 20-Nov-26 11 � Page 2 of 7 Project ID: 168734 - EVERMAN PKWY-GMP-DEMO Layout: Layout # 03 - Everman - GMP Overall Print Date: 21-Aug-25 OO Oracle Corporation Activlty I� ILL-1130 ILL-1140 - ILL-1150 ILL-1160 ILL-1170 ILL-1180 ILL-1190 - ILL-1280 ILL-1290 ILL-1300 ILL-1310 ILL-1320 ILL-1330 ILL-1340 ActNlty Name Set Light Poles [Sta 107+50 - 114+00] Pull Wire fSta 107+50 - 114+OOj DLB Conduit Intersections [Sta 136+g4- 12g+17.91] DLB Conduit and Drill Light Pole Foundations [Sta 136+94- 129+1 FRP Light Pole Foundations [Sta 136+gq- 129+17.91] Set Light Poles fSta 136+g4 - 129+17.91j Pull Wire fSta 136+g4 - 129+17.g1j Nolice of Road Closure to City SeWp Traffic Control Sawcul Rosedale Spring Ln DLB Conduit and Drill LigM Pole Foundalions Sta 108+00 to Servic Temp Patch Rosedale Sprinq Ln Remove Traffic CoMrol on Rosedale Spring Ln FRP Light Pole Foundations Sta 108+00 to Service Connection (1( RouMabout RDWY-1000 Place Lime Intersection [Sta 113+36.49 - Sta 116+277gj RDWY-1400 Cure Tme [Sta 113+36.49 -Sta 116+2779] RDWY-1010 Fine Grade Intersection [Sta 113+36.49- Sta 116+277g] RDWY-1020 Place Rebar Intersec[ion [Sta 113+36.49 - Sta 116+2779] RDWY-1040 FPFC CRCP Intersection fSta 113+36.49 - Sta 116+277g] EastofRountlabo�[ RDWY-1050 Place Lime fSta 116+27.7g-121+00.08� RDWY-1410 Cure Tme [Sla 11fi+27.7g-121+00.08] RDWY-1060 Fne Grade [Sta 116+p7]g-�p�+00.08j RDWY-1070 PlaceRebarf5ta116+Z�.7g-121+00.�81 RDWY-1�90 FPFCCRCP[Sta116+p7.7g-�p�+00.08] Wesl of RouMaboul - RDWY-1100 Place Lime fSta 107+50-114+OOj RDWY-1420 Cure Tme [Sta 107+50-114+OOj RDWY-1�10 Fine Grade [Sta 107+50-114+00] RDWY-1120 Place Rebar fSta 107+50-114+00] RDWY-1940 FPFC CRCP [Sta 107+50-114+00] East of UPRR � RDWY-115� Place Lime [Sta 136+g4-129+1791] RDWY-1430 Cure Tme fSta 136+g4-129+17.g1j RDWY-1260 Fine Grade [Sta 136+g4-12g+17.91] RDWY-1270 Place Rebar [Sta 136+g4-12g+17.91] RDWY-1290 FPFC CRCP [Sta 136+94-129+17.91] Eas[ Everman Parkway antl Cameron HL PT � RDWY-116D Place Lime Elecirical Sawcut RDWY-1440 Cure Tme RDWY-117� Fine Grade Electrical Sav�,vut RDWY-1980 Place rebar Electrical Sawcut RDWY-1200 PaveCRCP Eleclrical5awcut RDWY-1210 Sawcul (Sla 136+g4- 142+50.04) RDWY-1220 Demo Concrete (Sta 136+g4 - 142+50.04) RDWY-1230 Place Rebar Median and CRCP (Sta 136+g4 - 142+50.04) RDWY-1250 PlacelPave Median and CRCP (Sta 136+g4 - 142+50.04) RourMabout SIDE-1020 Fine Grade [Sta 113+36.49 - Sta 116+p7]9] SIDE-1040 FRP Sidewalk [Sta 113+36.49- Sta 116+p7]9] EastofRoundaboit � Remaining Level of Effort 0 Remaining Work Actual Level of Effort � Critical Remaining Work � Actual Work ♦ ♦ Milestone cal % Remalnln Sta�t Gosmpktel Dura�i nl 0% 4 23-Nov-26 0 % 4 01-Deo-26 --- 0 % 4 21-Deo-26 0% 10 01-Fetr27 0% 6 15-Feb27 0% 4 23-FeFr27 0% 4 01-Marv27 � 13-- 0% 3 14-Aprv27 0% 1 13Apr-27 0% 1 20.Apr-27 0 % 1 21-Aprv27 0 % 1 22-Aprv27 0 / 1 23-Apr-27 0% 1 26-Aprv27 31 O6-May-26 0 % 6 06-May-26 0 % 4 14-May-26 0 % 5 20-May-26 0 % 5 28-May-26 0% 10 04-Jun-26 38 1&Jun-26 0% 4 18-Jun-26 0% 4 25-Jun-2fi 0% 5 16-Ju1-26 0% 3 23-Ju1-26 0% 10 28-Ju1-26 56 11-Aug26 0% 4 11-Aug-26 0% 4 15-Aug-26 0% 5 25-Sep-26 0% 3 02-Oct-26 0% 15 07-Oct-26 34 11-Deo26 �% 6 11-Deo-26 0% 4 19-Deo-26 0% 5 29-Deo-26 0% 5 06-Jan-27 0% 10 13-Jan-27 36 28-OCM26 0% 6 28-Oct-26 �% 4 05-Nov-26 0% 5 09-Nov-26 0% 2 16-Nov-26 0% 2 18-Nov-26 0% 1 20-Nov-26 0% 5 23-Nov-26 0% 2 02-Deo-26 0% 9 04-Dec26 �-- 7 28-APrv27 0% 2 28-Apr-27 0% 5 30-Apr-27 7 11-Aug26 Everman Parkway GMP Proposal Schedule-Overall 6�URNS �M�DDNNELL. (as of 18-Aug-25) IFlnlsh ITotalFloa` 202fi 202] A��g I Sep � Od I Nov I Dec Jan � Feb � Mar I Apr � May � Jun I Jul I Aug � Sep � Oct � Nov I Dec Jan I Feb I Mar I Apr � May � Jun � Jul � Aug I Sep IOc� 30-Nov-26 11 d 04-Deo-26 11 0 �-- 28-Deo-26 1 � 12-Feb-27 1 � 22-Feb-27 1 � 26-Feb-27 1 � 04-Marv27 1 0 �-- 13-Apr-27 21 16-Aprv27 21 � 19-APr-27 21 � 20-Apr-27 21 � 21-APr-27 21 � 22-Aprv27 21 � 23-Apr-27 21 i 26-APr-27 21 � 17.1un-26 13-May-26 17-May-26 27-May-26 03-Jun-26 17-Jun-26 10-Aug-26 24-Jun-26 28Jun-26 22-Ju1-26 27-Ju1-26 10-Aug-26 27-Od-26 14-Auq-26 18-Aup-26 01-Oct-26 06-Od-26 27-Od-26 27Jan-27 18-Deo-26 22-Dec-26 O5�lan-27 12Jan-27 27-Jan-27 16-Deo-26 04-Nov-26 O8-Nov-26 13-Nov-26 17-Nov-26 19-Nov-26 20-Nov-26 01-Deo-26 03-Dec-26 16-Dec-26 - 06-May-27 29-Apr-27 06-May-27 19-Aug-26 13 11 18 11 11 11 1 11 18 1 1 1 1 25 40 1 1 1 1 1 7 1 1 1 20 15 25 17 17 17 17 17 17 17 �- 1 1 1 140 Page 3 of 7 ❑ 0 ❑ ❑ 0 ❑ 0 ❑ ❑ 0 0 0 ❑ ❑ 0 ❑ 0 u ❑ 0 0 0 ❑ 0 I 0 0 O 0 ❑ Project ID: 168734 - EVERMAN PKWY-GMP-DEMO Layout: Layout # 03 - Everman - GMP Overall Print Date: 21-Aug-25 OO Oracle Corporation SIDE-1030 Fine Grade fSta 116+277g-121+00.081 SIDE-1050 FRP Sidewalk fSta 116+277g-121+00.081 Wesl of RouMaboN SIDE-1060 Fine Grade fSta 107+50-114+001 SIDE-1070 FRP Sidewalk [Sta 107+50-114+00] Eas[ of UPRR SIDE-1080 Fine Grade fSta 136+g4-12g+17.g11 SIDE-1090 FRPSidewalkfSta136+g4-129+17.91� East Everman Parkway a�d Cameron HL PT SIDE-1000 Fne Grade fSta 137+p0-139+751 SIDE-1010 FRP Sidewalk �Sta 137+20-139+75� Rall CS, , Wesl UPRR North Heatlwall RAIL-1000 FRP C221 Rail fSta 17+39.70 - Sta 17+8272j SONh Heatlwall RAIL-1010 FRP C221 Rail [Sta 14+gg.gq - Sta 14+47.98] MSE RAIL-1020 FRP C221 Rad [ Sta 121+68.32 - Sta 1216+7g,g3 East UPRR Norlh MSE RAIL-1030 FRP C221 Rail [Sta 133+2074 - Sta 104+3324] SONh MSE cou,�,n t COWMN-1( DrillShaftsatABUT1 COLUMN-1( Form/PourColumnsatABUT1 COLUMN-1( Cure ColumnsABUT 1 colirnn 2 COLUMN-1( Drill Shafts at BENT 2 COLUMN-1( Form/PourColumnsBENT2 COLUMN-1( Cure Columns BENT 2 Colunn3 COLUMN-1( Drill Shafts at BENT 3 COLUMN-1( Form/PourColumnsBENT3 COLUMN-1( Cure Columns BENT 3 coi�n a COLUMN-1( Drill Shafts at BENT 4 COLUMN-11 Form/Pour Columns BENT 4 COLUMN-11 Cure Columns BENT 4 coi�n s COLUMN-1: Mobilization from Col. 4 to 5 COLUMN-11 Drill Shafts at BENT 5 COLUMN-11 Form/Pour Columns BENT 5 COWMN-11 Cure Calumns BENT 5 Golunn6 COLUMN-11 Drill Shafts at BENT 6 COLUMN-11 Form/Pour Columns BENT 6 COLUMN-11 Cure Columns BENT 6 coi�n v COLUMN-11 DrillShaftsatABUT7 COLUMN-11 Form/PourColumnsABUT7 oi oi � 0% � 0% 0% oi � oi oi � 0% 0% ] 0% ■ 0% � "' eemz CAP-1000 Form BENT 2 Cao Remaining Level of Effort 0 Remaining Work Actual Level of Effort � Critical Remaining Work � Actual Work ♦ ♦ Milestone Everman Parkway GMP Proposal Schedule - Overall (as of 18-Aug-25) oi or oi 0% 0% 0% 0% 0% 0% oi 0% 0% 0% 0% 0% oi 0% 0% 0% 0% 0% 2 11-Auo-26 12-Aua-26 5 13-Auq-26 19-Auq-26 7 2&Oct-26 05-Nov-26 2 28-Oct-26 29-Oct-26 5 30-Oct-26 OS-Nov-26 7 2&Jan-27 OS-Feb-27 2 28-Jan-27 29-Jan-27 5 01-Fekr27 05-Feb-27 3 06-May-27 10.May-27 1 06-Mav-27 06-Mav-27 2 07-May-27 10-May-27 13 OCrMay-27 24May-27 12 D7-May-27 24May-27 6 07-May-27 14May-27 6 07-May-27 14May-27 6 07-May-27 14May-27 6 07-May-27 14May-27 617-May-27 24May-27 6 17-May-27 24May-27 12 O6-May-27 21-May-27 6 06-May-27 13-May-27 6 06-May-27 13-May-27 614May-27 21-May-27 12 OS-Jan-26 20Jan-26 5 05-Jan-2fi 09Jan-26 5 12-Jan-26 16Jan-26 4 16-Jan-26 20-Jan-26 15 12-Jarr26 31-Jan-26 5 12-Jan-26 16Jan-26 5 20-Jan-26 27Jan-26 4 27-Jan-26 31-Jan-26 16 20.JarF26 10-Feb-26 5 20-Jan-26 26Jan-26 5 02-Fetr26 06-Feb-26 4 06-Fe1r26 10-Feb-26 19 27-Jarr26 21-Feb-26 5 27-Jan-26 02-Feb-26 5 10-Fekr26 17-Feb-26 4 17-Fekr26 21-Feb-26 18 17-Fe1r26 14-Marv26 5 17-Feb26 24-Feb-26 5 24-FeFr26 03-Mar-26 5 03-Marv2fi 10-Marv26 4 10-Mar-26 14-Mar-26 15 0&Marv26 24-Mar-26 5 03-Mar26 10-Marv26 5 16-Marv26 20-Mar-26 4 20-Mar-26 24-Mar-26 1810-Mar26 04-Apr26 5 10-Marv26 17-Marv26 5 24-Mar-26 31-Marv26 3 140 90 11 90 35 1 35 10 10 10 _ � 1 1 7 7 1 1 2 2 2 2 33 6 32 47 33 34 33 46 43 47 43 61 79 49 43 110 72 43 43 71 101 87 43 82 121 88 43 85 21 02-Feb26 02-Marv26 33 �% 10 02-Fek�26 13-Feb-26 33 Page 4 of 7 ❑ 0 0 0 ❑ 0 ❑ ❑ 0 ❑ ❑ � ❑ ❑ ❑ ❑ ❑ 0 ❑ ❑ ❑ 0 0 Bl1RNS �M�DDNNELL. zoz� wg Sep Oct Nov Dec Jan Feb Mar Apr May ❑ 0 ❑ I 0 i 0 ❑ ❑ ❑ ❑ ❑ Project ID: 168734 - EVERMAN PKWY-GMP-DEMO Layout: Layout # 03 - Everman - GMP Overall Print Date: 21-Aug-25 OO Oracle Corporation CAP-1020 Ins�all Rebar BENT 2 CAP-1030 PourBENT 2 CAP-1050 CurelStrip BENT 2 Cap eem a CAP-1010 Form BENT 3 Cao CAP-1040 Install Rebar BENT 3 CAP-1060 Pour BENT 3 CAP-1070 CurelStrip BENT 3 Cap eem a _ CAP-1080 Form BENT 4 Cap CAP-1090 Install Rebar BENT 4 CAP-1100 Paur BENT 4 CAP-1110 CurelStrip BENT 4 Cap eem s � CAP-1120 Form BENT 5 Caq CAP-1130 Install Rebar BENT 5 CAP-1140 Pour BENT 5 CAP-1150 CurelStrip BENT 5 Cap eem s _ CAP-1160 Form BENT 6 Cao CAP-1170 Install Rebar BENT 6 CAP-1180 Pour BENT 6 CAP-1190 CurelStrip BENT 6 Cap AbNmen[s _ AbNmeirt 1 (West) CAP-200� FG ABUT 1 Cap CAP-2010 Form ABUT 1 Cao CAP-2020 PourABUT 1 Cap CAP-2030 Cure Concrete AbNmeM 7 (Eas�) CAP-2040 FG ABUT 7 Cao CAP-2050 Form ABUT 7 Cap CAP-2060 PourABUT 7 Cap CAP-2070 Cure Concrete SUPER-1000 SetConcGirders SUPER-1010 Install Diaphraqms SUPER-1020 Install Deck Panels SUPER-1030 Install Overhana Svstem SUPER-1040 Place Rebar SUPER-1050 Set Bidwell & Drvrun SUPER-1340 Install SEJ's SUPER-1460 Inslall Rebar Conc Rail SUPER-1470 P/FIC Conc Rail Britlge Deck � Pourt SUPER-1f Pave Brq Deck fPour 11 SUPER-1( Cure Deck fPour 1j Pour2 SUPER-1( Pave Bra Deck fPour 21 SUPER-1( Cure Deck [Pour 2] ro�.a ' SUPER-1' Pave Bro Deck fPour 31 SUPER-Y Cure Deck [Pour 3] Pour4 SUPER-1' Pave Brq Deck fPour 41 SUPER-1' Cure Deck [Pour 4] Pour5 Remaining Level of Effort O Remaining Work Actual Level of Effort � Critical Remaining Work � Actual Work ♦ ♦ Milestone i � oi oi 0% 0% 0% 0% 0% or oi 0% 0% 0% 0% 0% 0% oi or 0% 0% 0% 0% oi or 0% 0% 0% 0% � 0% 0% 0% 0% 0% 0% 0% 0% 0% oi 0% 0% 0% 0% 0% 0% 0% 1 23-Feb26 7 23-Feb26 21 10.Apr-26 10 10-Aor-26 5 24-Apr-26 1 01-Mav-26 7 02-May-26 27 11-May-26 10 11-Mav-26 e oz-���-zs 1 09-Jun-26 7 10-Jun-26 23 17-Jurr26 10 17-Jun-26 5 02-Ju1-26 1 10-Ju1-26 7 11-Ju1-26 26 20-Ju1-26 10 20-Ju1-26 5 10-Auq-26 1 17-Auq-26 7 18-Aug-26 67 26Marv26 17 26-Mar-26 5 26-Marv26 5 02-Aorv26 1 09-Apr-2fi 10 10-Apr-26 17 03-Jun-26 5 03-Jun-26 5 10-Jurr26 1 17-Juo-26 10 1&Jurr26 �- 10 25-Auq-26 5 09-Seo-26 15 16Seu26 15 30-Seo-26 5 21-Od-26 10 04Nov-26 6 05-Aor-27 10 02-Aor-27 20 16-Aor-27 42 1&Nov-26 6 1&Now26 1 18-Nov-26 7 19-Nov-26 s so-Nowzs 1 30-Nov-26 7 01-Deo-26 6 0&Deo-26 1 08-Dec26 7 09-Deo26 6 16Deo-26 1 16-Deo-26 7 17-Deo-26 8 2&Deo-26 Everman Parkway GMP Proposal Schedule - Overall (as of 18-Aug-25) 23-Feb-26 02-Mar-26 OS-May-26 23-Aor-26 30-Apr-26 01-Mav-26 O8-May-26 16Jun-26 22-Mav-26 OS-Jun-26 09-Jun-26 16Jun-26 17Ju1-26 01-Ju1-26 09-Ju1-26 10-Ju1-26 17-Ju1-26 24-Aug-26 31-Ju1-26 14-Auq-26 17-Auq-26 24-Aug-26 28Jun-26 19-Apr-26 01-Apr-26 08-Aor-26 09-Apr-26 19-Apr-26 28Jun-26 10-Jun-26 17Jun-26 18Jun-26 28-Jun-26 - 08-Sep-26 15-Sep-26 06-Oc1-26 20-Od-26 27-Od-26 17-Nov-26 12-Aqrv27 15-Aor-27 13Mav-27 14Jan-27 25-Nov-26 18-Nov-26 25-Nov-26 07-Deo-26 30-Nov-26 07-Deo-26 15-Deo-26 08-Dec-26 15-Deo26 23-Deo-26 16-Deo26 23-Deo-26 06.1an-27 33 33 45 5 5 5 5 9 5 5 5 5 7 4 4 4 4 6 4 4 4 4 6 45 95 5 5 5 133 45 43 43 43 63 �- 4 4 4 4 4 4 11 8 8 0 4 4 6 2 2 2 2 2 2 2 2 4 0 Page 5 of 7 Bl1RNS �M�DDNNELL. ❑ 0 ❑ I ❑ 0 ❑ I ❑ 0 ❑ ❑ 0 ❑ i ❑ ❑ ❑ i 0 ❑ ❑ I 0 0 ❑ 0 0 ❑ 0 ❑ 0 0 i ❑ i ❑ I ❑ i ❑ Project ID: 168734- EVERMAN PKWY-GMP-DEMO Layout: Layout # 03 - Everman - GMP Overall Print Date: 21-Aug-25 om OO Oracle Corporation ncnviryio Incw�nyName SUPER-1' Pave Brg Deck [Pour 5] SUPER-1' Cure Deck [Pour 5j Pour6 SUPER-1' Pave Brg Deck [Pour 6] SUPER-1' Cure Deck [Pour 6] siaewalks Pouri SUPER-1' Form Sidewalk [Pour 1] SUPER-1: Tie Rebar [Pour 1] SUPER-1: P/FIC Sidewalk fPour 1j Pour2 SUPER-1: Form Sidewalk [Pour2] SUPER-1: TieRebar[Pour2] SUPER-1: P/FIC Sidewalk fPour2j Pour3 SUPER-1; Form Sidewalk [Pour 3] SUPER-1: TieRebar[Pour3] SUPER-1: P/FIC Sidewalk [Pour 3] PourO SUPER-1: Form Sidewalk [Pour4] SUPER-1; TieRebar[Pour4j SUPER-1; P/FIC Sidewalk [Pour4] PourS SUPER-1� FormSidewalk[PourS] SUPER-1� TieRebarfPourS] SUPER-1� P/FICSidewalkfPour5j Pour6 SUPER-1� Form Sidewalk [Pour fi] SUPER-1� TieRebar[Pour6j SUPER-1� P/FICSidewalkfPour6� AbNments ae�nmeM t Nuesp SUPER-1' Form/Pour BackwallABUT 1 SUPER-1: BackfllABUT 1 SUPER-1: GradeApproachSlabABUT1 SUPER-1: Form/PourApproach SIabABUT 1 SUPER-1� CureApproachSlabABUT1 �1bNmeM 7 (East) SUPER-1: Form/Pour BackwallABUT 7 SUPER-1: BackfllABUT7 SUPER-1; Form/PouPApproachSlabABUT7 SIGN-1000 Install Permanent Signs SIGN-1010 Install PermaneM Stripir LAND-1010 Hydaseeding LAND-1020 Soil Retention Blanket LAND-1000 PlaceSod LAND-1030 PlantTrees INSPECT-1000 Inspection - Final Inspec P�'sical% Remalning Start Gompkte Dura�ion �% 1 28-Deo-26 0% 7 31-Deo-26 6 07-Jan-27 0% 1 07-Jan-27 0% 7 08-Jan-27 54 15-Jan-27 9 15-Jan-27 0% 3 15-Jan-27 0% 5 21-Jan-27 0% 1 28-Jan-27 9 29-Jan-27 0% 3 29-Jan-27 0% 5 03-Feb27 0% 1 10-Fe1r27 9 11-Feb-27 0% 3 11-Feb-27 0% 5 16-Feb27 0% 1 23-Fetr27 9 24Feb27 �% 3 24-Fek�27 0% 5 01-Mar-27 0% 1 OS-Mar27 9 09-Mar-27 0% 3 09-Mar27 0% 5 12-Mar-27 0% 1 19-Marv27 9 22-Mar-27 0% 3 22-Mar-27 0% 5 25-Mar-27 oi � o�-nPr-z� 56 15-Jarr27 31 1SJarr27 0% 10 15-Jan-27 0% 4 01-FeYr27 0% 2 OS-Feb27 0% 10 09-Feb27 0% 5 23-Fetr27 29 2&Feb27 �% 10 23-Fek�27 0% 4 09-Mar-27 0% 2 15-Mar-27 0% 10 17-Mar-27 0 % 15 28-Aprv27 0 % 5 19-May-27 �1-� 0% 15 14-Apr-27 0 % 5 10-May-27 ��10 OS-�May'-2�7 0 % 5 13Mav-27 Everman Parkway GMP Proposal Schedule-Overall 6�URNS �M�DDNNELL. (as of 18-Aug-25) IFinlsh ITotalFloa` 202fi 202] Aug I Sep � Od I Nov I Dec Jan � Feb � Mar I Apr � May � Jun I Jul I Aug � Sep � Oct � Nov � Dec Jan I Feb I Mar I Apr � May � Jun � Jul � Aug I Sep IOc� 28-Deo-26 0 � 06Jan-27 0 � 14-Jan-27 0 07-Jan-27 0 i 14-Jan-27 0 • 01-Apr-27 8 28-Jan-27 8 20-Jan-27 8 27Jan-27 8 28Jan-27 8 10-Feb-27 8 02-Feb-27 8 09-Feb-27 8 10-Feb-27 8 23-Feb-27 8 15-Feb-27 8 22-Feb-27 8 23-Feb-27 8 08-Mar-27 8 26-Feb-27 8 OS-Mar-27 8 08-Mar-27 8 19-Mar-27 8 11-Mar-27 8 18-Mar-27 8 19-Mar-27 8 01-Apr-27 8 24-Mar-27 8 31-Mar-27 8 01-Aprv27 8 04-Apr-27 11 27-Feb-27 36 29-Jan-27 0 04-Feb-27 0 08-Feb-27 0 22-Feb-27 0 27-Feb-27 51 04-Aprv27 0 08-Mar-27 0 12-Mar-27 0 16-Mar-27 0 30-Mar-27 0 04-Apr-27 0 !all=�� �'� i� 16-May-27 0 25-Ma�-27 0 Lrr =.�.°!1 �� 04�ay-27 0 04May-27 0 14May-27 7 18-Ma� -27 0 �u�,��.� � 2SMay-27 0 I � .. . � . ��i][�bJ�rkTbiS�Sl.lSLL�G ���I TCP-1000 Notice of Road Closure to City 0% 7 OS-Mar27 15-Marv27 1 TCP-1010 SeWpTrafficControl 0% 1 17-Marv27 17-Mar-27 1 TCP-1020 Sel-up SWPPP on Existing Storm Inlels 0% 1 1&Mar-27 18-Mar-27 1 Remaining Level of Effort O Remaining Work Page 6 of 7 Actual Level of Effort � Critical Remaining Work � Actual Work ♦ ♦ Milestone ❑ ❑ 0 ❑ 0 ❑ i 0 ❑ i 0 ol 0 ❑ � 1 1 � 0 � � i- � Project ID: 168734 - EVERMAN PKWY-GMP-DEMO Layout: Layout # 03 - Everman - GMP Overall Print Date: 21-Aug-25 � ■ �_ OII OO Oracle Corporation Activlty I� IActNlty Name TCP-1030 RemoveTCP STORM-1320 Install Temp Check Dams in Culver Barrel Where 42in RCP Tes-ir STORM-1340 Cut Paving STORM-1350 Remove Existing Drain Pipe STORM-1360 Install 36in RCP Sta 1+50 to Sta 0+5427 STORM-1370 Install Manhole Sta 0+5427 and Te-in to Existing Network STORM-1380 Backfll and Asphalt Patch Cut in Roadway GRADE-1050 Demo Existing Paving Sta 107+20 to Sta'I05+50 P�'sical% Remalning Start Gompkte Dura�ion 0% 1 01-Apr-27 -� �Q�- I 0% 1 16Mar27 0% 1 18-Mar27 0% 1 19-Mar27 0% 1 22-Mar-27 0% 1 23-Mar-27 0 % 1 24Mar-27 � 19-� Everman Parkway GMP Proposal Schedule-Overall 6�URNS �M�DDNNELL. (as of 18-Aug-25) IFlnlsh ITotalFloa` 202fi 202] Aug I Sep � Od I Nov I Dec Jan � Feb � Mar I Apr � May � Jun I Jul I Aug � Sep � Oct � Nov � Dec Jan I Feb I Mar I Apr � May � Jun � Jul � Aug I Sep IOc� 01-Apr-27 21 � L��.u2iL�G �� 16-Mar-27 1 18-Mar-27 7 � 19-Mar-27 7 22-Mar-27 7 � 23-Mar-27 7 � 24-Marv27 7 i �Sl.4si!G �� 25-Mar-27 1 � 01-A J-27 1 � �L���1!G i� 19-Mar-27 21 � 31-Mar27 21 0 09-Apr-27 21 � 12-Apr-27 21 � � 9/1.�sLL�G �� 06-Apr-27 1 � 10-Aprv27 1 0 12-Apr-27 0 � 14-Apr-27 0 � 27-A(�rv27 0 � � �?..J��L�G i� 30-Apr-27 2 � OS-Mav-27 2 � ILL-1220 Bore Conduil at Rosedale Spring Ln 0% 2 18-Mar-27 ILL-1230 DLB Conduit and Drill Light Pole Foundations Sta 108+00 to Servic 0% 8 22-Mar27 ILL-1260 FRP Light Pole Foundations Sta 108+00 to Service Connection (1( 0% 6 02-Apr-27 ILL-1270 Set Light Poles Sta 108+00 to Service Connection (104+60) 0% 1 12-Apr-27 ��� RDWY-1300 Place Lime [Sta 105+qg.69- 107+50] 0% 3 02-Apr-27 RDWY-1450 Cure Tme [Sta 105+qg,69- 107+50] 0% 4 07-Apr27 RDWY-1310 Fine Grade [Sta 105+4869- 107+50] 0% 1 12-Apr-27 RDWY-1320 Place Rebar [Sta 105+48.69- 107+SOj 0% 2 13-Apr-27 RDWY-1340 Pave CRCP [Sta 105+48.69- 107+50] 0% 9 15-Apr-27 ��� SIDE-1100 Fine Grade [Sta 105+qg.69- 107+50] 0% 3 28-Apr-27 SIDE-1110 FRPSidewalkfSta105+4869-107+501 0% 303-Mav-27 FC-00-00-180 UPRRCoordination-ConstrudionandMaintenanceAgreement[b FC-00-00-190 UPRR Coordination - RigM of Entry Remaining Level of Effort O Remaining Work Actual Level of Effort � Critical Remaining Work � Actual Work ♦ ♦ Milestone 0% fi 30-Jan-25A 25-Aug-25 64� 0% 30 26-Aug-25 07-Od-25 64 0 Page 7 of 7 Project ID: 168734 - EVERMAN PKWY-GMP-DEMO Layout: Layout # 03 - Everman - GMP Overall Print Date: 21-Aug-25 OOracle Corporation Project CPN ]03271 (BMcD 165734) - Extension of Everman Parkway Date: 9/3/2025 Contractor: Bm�ns & McDonnell Owner. City of For[ Worth I[em: � RialcEcent I Riel<Deacrip[ion Eerlv 'orkwq2-SitePrenaration Addilionnl Haul Off and Poor �1 - c � p I� g� th� n n n t I. I otenn�l � Weatl�er ���lim t �- th : I r�u�, � eop�e�s duc to ai[e �on��tiun de�enornti�n_ Earlv Worlce #3 -Sanitar�� Sewer, IFC Desi¢n Onk insinll the umouut of BMP's needed Yur �vo�A nnd 7 Additiu�al SV✓PPP ut�hze �afiece po��ible nada�nl BMY s�avtall BnIP as �ce oroeress «�ork 2 Addinonel Pmu plennui pumFnng ope � t es IS �uea tlo�v ol P R e�tim. i I� � I p i .� 1 id�t �nl p�p i m b replace due Subu, t-- t t d I I � i p i- t � t .t d�hooeoYVCP mWgal�dama��to..��t�ub.ari�la[�� h�l �nslell�ny � 's �"° aud YempolON manhOleS Relense suba�ntmctor to pmcure mntennl as soon ns 1 C�,i�g �naicnal wti� c,�elniion submittal is approe-rd b� EOIi end C h•-poss�ble ce m standerd casiug 5 Pi e mnte�ial cost escalation �� ��e� : b t� t to prowee mat � I � wn a� P'n� sub nitt�l „ �por� vcd b� I.OR and Uh 6 ilukno�cnuG�rtiusconnic� l.oca�cn��ormzny,uh,ud�aa:work 7 U�kno��� ��iLties coutl�ct Utllrtv amke 6v Sanitary wunrecmr 8 Y,�ishng Unl�res coNLci Atmos Newl�ue couFl�cr w�th dzs�gu 9 Vundalirin and Ihcll skuiv mntrnal �nd Wuipmcnt, park in ��icw ol'publiv sn�ccs II A�diliouallreeo����t�ou maiutxinttlaupe�mitte�V����eclwn I? Munholcmalcnnlioslcscalalon Rcicas .}� taclort F- rcmat I..00nati � bn�ttl P�. dt-EOR dCt• 14 Add�t�u�.lbecl;fill�equued L ydo � i t m t n n �� ��iremore manur�cmcnt ihan caoa�� li Subcomluclnrinvulvcnc�� AIISuFoonlrnctoruontracicdloBumsandMcDouncll a�c �cq�i�cd Lu ha��c P&P bunds I6 Wn dorcontiol ���,�,� ��cicnscsuha��nnc[orroprocurcmni�rinlassoonna gnero � pnceeecn ,�bmit[elisao�vrdbtirOReudCm° Pc �ect 9ufzN Plau Ideunly h�ghec alecaeous wd sto�e 17 Flood equipmeut und metenuls Obtwn udequute tloo� r�sk msui anuc poLcv by rnga�. n� CD(; RisA Manag�mcm IR Nlood -Ilnznrdous Dischurge Rloud c�cnt cnuriug rnv: sc�vcr��ychurgc �vilhin Ihc Iloodplai� 18 Row DeluV Pawl 5 Bvpass- Schedule 5 datis �nth Snmrdey Yor mnkenp weathe��, 18 Wcuthcr. Scli�lulc and Ovcnc�nd and 1C,-17 �earkmg days avcragc pcnnonth �s �on+�n�ativc lor DC W. Mitigetion Strntegy I Plauned Mitigatiou Ett'ort I Contingenev ApDroach itcduw Lsc � ll -� t il l� t .�an�alism,.ibu�c Ri,k h�� � am�ro�s, �elnv in addmonal o�i, pa�Ae�rs Rcducc Esc .. veather � t�ausmg dmm�ge ro fence_ cmidahsm, abuse Rmk hv conrcactors,dalny in addirmnal wo�A pacMgas }lo�� � f d} COYw � Dep rt t6u�uodata 'frei t �_,�-�� � P p l, I- t . P h�f� I7 .. . �� Riak P..�i l VCPp -tt� p t� P dl - 1 F Idti��nul A��o�d p�pu l 6u n,moeud � od vplawd uul�l � ��. oL som tl yual�N lo R�nk PIUOLCIV 11E Raducc llnc n- ry- d l t�I� � d� I lilcmaiiccl wnd I �- R�sk �n�� �.elehveeu�utru�hr.nndk3M��proc�remeuti..�al.tant�,�1 Reducz llnceitnint��duetor iffsnnd��olanlemn�Aztcondition4 ILnI: Ai�oid �l'ori:sl.�nddoun_vtandbytimc Ritik A��o�d Poss�bk C�ry u��L�4 �n place, �ca�zr or lareral seieer, JemaKe [o R�nk oroqem� lted u Snnrtary sa«ac couFlict subsnrfacz, potznhnl { c nbova smfnce 12 yk coufl�ct� �monctiue accessi �, s�te Pliminatc Subwnlraclorstomanugcnsk,c��,crs���uovtordamagcma�� R-y� �����a« a �ia�m � .�n���«a���� Ruh�ce Cil� 7�cee insUection mav iuiliele cequest Co� ad�il�onal D�olecLiou. Risk Rlim�nalu llnc l� ryd l �# L.labiliq� Risk Reduue Add �� 1 1 t� r CSM eedul for bacl.fill d�e to �ns�ttable R� ��utine soils Trensfcr Suboo�lraclorlilcl'or6nnk�uplc�orbca�mcsinsolvcnlandunablc Rs� i„�,�r��n ��9<«�,��,��F��,a�a�»��n�i���d�,�m��s�nu�m���«� 8limmate Uncenamtt' due to morket stobiLTy, rarit7s ILsk Pm�ect Safetv Pla�i Ideutifi� h�gher ele��atwns aud srorz eqmpmant ELminete nndmu[enaLs Obtu�nodequateflwdrisk�nsurnn�epoLcy6y R�sk cn�a� nE i3McD Ri.vk Munapcmrnt. ���oid ��OR'�wpmcnt��uLvi�colthcllouUpla�2hvp�yspumpiny��perl�on �P� will haw �4 hour u nrch, dcvatc pumpe in potartiel Ilood wcnts SchcAulc dcla��, poss�blc Sau�tary Scwcr �mutc dnc to uua��n�lablc Reduce ROW (Porcel 5 and unlit�es) ROV.�. �ch�ch muv �mpxt tlie tinul Des� Pro des��n Dea�gn (Drnma�e) paefier Kimley-Hom pertormed lhe @n �ess�on Aes��n for the L20 W o�n'ner, M jesl�c_ at an ad�acent prc��enc n � Progress work as when �veniher permits, pmte.:t work from u�enther �� � damage MaxnitiJue of Event (S) Aeeresaive � MustLikeh' � Conserrative io00 �i 5163d R Io0.9Q0 A A - A $ - $ x z ,000 � $ - 'F $ - $ � - � $ - $ $ - $ '5 I>000 i $ 20,OOU $ $ - $ $ - � $ - F $ - $ $ ti,00U $ 3ip00 $ 120,000 $ zse,soo $ C.17,230 $ zse,soo I5,000 7>.000 75,000 IOG.000 $ 35.500 $ Zi�aoo � il4_105 $ 75G.000 $ 1612i0 $ 100 000 $ 50.000 $ 25Q000 A i,00q000 Y; I,000000 $ x � $ % 250 000 $ SOA00 $ 3s� oo� i 4 soo,nno x I800.00(i $ 25090u A zso,ono x A 50,006 $ 75,000 $ 12� 006 A $ - $ 1[4,547 $ - $ $ . $ 250,OOD $ �0090ti $ Durntion Impnct Probabilitc CarrieJ in Propoeal (Weeks * $) (% ) Factored V alue (S) $ 25,R19 - soi $ �ixi9 $ SI1,99J - 30% $ 1QSOG - 25% $ 30,000 iq000 isi � s�,ms - 5% $ 7Q861 - iai � zs,r,>o 25,000 20% $ ES,000 10.000 IS% $ I^_.7>0 25,000 30% $ 30,000 I(LOf�O IS% $ I6.SOU - 10%�w $ ,.SiO — 5% $ IQ930 - IS% $ 47_II6 - 5% $ 37.SOU - 10% $ 16.12> - 8% $ 7500 25,000 R"/n $ 8,000 100% $ 1[4,547 �/n $ 12,500 Project CPN ]03271 (BMcD 165734) - Extension of Everman Parkway Date: 9/3/2025 Conh'actor: Burns & McDonnell Owner. City of For[ Worth Item: � RislcE�ent � RiskDescription Cuaran[eed Mazimum Price llamagc neeet�y° gaa liva �e�th c�ccssi�'c gro�nd � C is-Linc113}�V /Co1�WPncvlc pmsi �. vcightofcquipmcnt�nlhcti�uta�cordunn� uiaa�-co�n���s mza«ir��o�z�ano� v�n«��o��Nom��o��:so�k,� �amcs shui otTvah�c m msct Damagcs �auscd �o uiihi}. ., I7uion Yec�fic Ke�lro2d 1'otznhel to foullwcA end d�s4n�pthe�n echv�tze' 1'0l) �u tre�-I� Cr�uct�p o�w Iruok D�slucb R/W. hip_h �voter event leudm@ to meffiaent producnon rtnes 3 Nlood aod h��h �� tz�-zvzuts N.quipman[ dama�e. Sehzdnla mod�Ncat�ous aud idle nme_ � SWPPI'n�a�nteneu�e llnusuallv�vcLscasonslcaJ�ngtomoresippp � mspe,.t�ons nnd dmm�ged k3MPs than onynnll� pncecl. � LaborA��u�lab�l�ry-BMcDOn-Srte r.stlmatedlaborpnce�nadequmeforescalatedmerkcl Lnbor �nud�tions lo�-elv: �d ilood�ugor t�mporan dr�ne�: swawr� 7 Tumpor��dr�ma�c iiwllicicotlncicaro�t�valcrmfllra��,n Nccdln ins[nll mulliple AeIIV �v lls and 24-hr O���np syflrems. 8 2n�bid�crnsA Subwnlraclorta�lstohonorhidan�/orunablclosign subcnntract aftcr pnciu� a��m� cd hv Oicncr Intlahon mcrease or specific sho��nges (fill matanal, 9 Mnmrial Esenlatioo nud a�-a�Inb�I�N ment or Flv asli) on mateuals ive aca auabla to bov out Su6uo�hac�on mav �vant mdc.�me Dcsi�n scopcm�sscd i� GMP csti�nalcurchanKcv 10 Nlod�vaylmpnctUes�gn �yuird kt'('MP.R �. S.L�ontrnctorfluod mmgat pl . Chen I. �'�t on zncowitzcs hs�d rock �nd not �ccnthcral mck UuAno���n uLiliLic_i or ha�r.arilous I l cond�eou (nash pde, fo� axemplaj Fa�l to �dentdj� all unline, d�sw��ereil on site s�n,�v e�a e,-n��u ��r�,�nai�o� ����R���_ nna�a���a Imes mconYlict lendin� co idle hme wh�le idennfymg I? N_ .�ng �cetcd, r ut�lne� confLc�s Us� w2nug construction loola mele 1.. ncens, merhods, inoccurutelc measured d�mens�ons, oe dcvinlc� I�om n�quin:mvrols P p d U� -� Ut 1 t� C fl ec, and PR'�O� d I C �ter Ime cwreuth m d � that will 14 hkehu��diu.t iathe�unt ��g1° .t t E o�toEve�mauY k-��R.adwuv 1lemph�llNorth �npro- ena���ithm[heb�emianPecl,�nevROWat Ih� Nonh c�� o� Ihc om�a;t I� Com nan at Culvert Deep fills xt culve�t (20� mny reeryire hme of pnc e,ousol�dal�on or could oelllt aver I�me Contingenc}' MaXniti�ue of Event (S) Mitigation Srrntegy Planned Mitigation EYFort ApDroach AeeresRive � Moct Likeh� � ConserraHve Coocdmete �c�th Util�h. coi�umunicatiou. coord�nahon aud onailc �ns-pccliun un� Ic�cation dunn� cntical cxcu��ul�onc Vcnfv dcplh und Rcd�cc I��cahon c�l I�nc, u1il��c dcs��n tcam to cs�abl�ah all -� I 1� pmund Risk $ 2�O,UOU $ SUO (10� $ 5,000,000 $ press�rcs lln�r o��silc icprescnmli�'c �vhc.n dnll�n� ncar linc Ut�li'�c � rc�ats to d�suer,se}�' ' � Bn�ge swe�w'e spe�s U��on,Pe�7Yic Ra�lroad; I� n�aius pee dec ou eruge Freyuentv coordmnte �n'�th Flugee�a, gemu� �hem scheduled wrly aud oflen llevelop relanonsh�p �nth d�spatch Ut�l¢e Ra�rood Aco�d r�legGzr(UPI21Zzmplo�eelto�roord�netz�+orkceerorabo�'etrecka �Lsk $ P00,000 $ 1,500,000 $ 2.500,OOU $ AlllruoA uul�v�1��5 �v�ll hu��c m cn,ction plu2 P�c;-Tu�A HUi.urJ Anal� }ii LusA durlions lo bc d�rcussul (i c limc lo sct hcums lo allu�t Lracks t� cicar dunn@ cntical lifis Rcduccd Fmducti�n rnLcv uud h�lueeercosi io be c�oiurc+l m ihe esiimuie Ldentil'y h��er elevnrious nnd atore eqwpment and marerials Obtem Rccluce adzq � H� d; I. � P� 1 ' 63' g@ g BM D R; I. R�sk $ 50,000 $ I50.000 $ �00,000 $ N[�, �„em S��e n-� 9 �n�oei ��< �a�n�i. �� mtie ri,��>a rt� �v r�� �u �reeA work dunug box culvert und cnsmg mswll Addilional I3MP. �cyuicr�d tha� b�d Silt fcnocdama�q loc�cican out AdAmonal d¢ch checAs reqwred far temporary drunage IZaluzz ect�v�hes lleilc ma�ntenence chzcl:s to coufirtn wvckmg as mteuded Risk $ �,000 $ 35,OOD $ 50,000 nnd fis mmor �s,ues before rhev buome b�g Repmee dnnmged infras�ucturc Lo avoicl dischur{-�c into smam. U[�Lze laborstud}' p�io[ to ar�d dunn@ wuhact prog[rssion for buyouUdo�cn opponumnes_ Unlize naaoaul laborro[e mbles_ pull ou lowl �esources �f pmm�g can he impmveA Keep labor off per Eliminate d�em. S k icheu cre�+�s ere bus Iw �O+hours ,ec R�sk $ lof� Oou $ 250,000 $ iU� Ooa pan �ear y ���e g - E weeA IuoA a[toml hour es much �s huurlv �n�age for eaemp[ slaffine,olut�on.- pnuc addiliooal v,-cll points uud mou�to�n� syslcros. Waluh 14 dav Aroid •cnlhcrl�xa;ast KccpcquiPmcntou�uflu�vlvingarcas�r�nctu Dcri�nProg`cssion $ - � 25G.00U $ 500.00[1 � Plood�na. IZepaic distnrbed lends�l �cklv to semd ems�on. P.valuata al�anatzs nnd Sub�uard. ,L°chedule Capture in bid hond Rcducc Rrcak up and a�i�ard scpnratc scopcs or locations making it casicrto Risk � i00.00U $ I i0(1000 $ 22 OOf100fi eard scoue ro ihe othm' wnnactor Bucwt matec�al procuremeut suhcontracts as euly ns poss�ble Tmusfer Utd�zmg h�stocmal mncket hends to pnce Cazry stoced matec�nl R�sk $ 10� OOii $ 25fi o0� g N.�XiO Oon churew m b�� ono�n� to huv�u� aud s�xea un srtc Utili�.c and pinn C r cyuipmcnt thul ca� mann�ccl hard a�cA m licu o( Kui�ce nu�cipateA��enthe�edmck. Ge�technnnel�vork �. tl tp�- de ILsk $ SOAOV $ - $ 250900 fo� th�s s�u of eqmpmrnt es �ecz. Capmie to des��u p�og�esywn N�eeklv low�z pze B�FM 1'olicy. Pnrmered �v�[h'Che LLos (iroup Por Suhsurfau:llLiliN iuv �LiFalion. IJtiliry companics evill bc onsrtc Avo�d Contraetoc Fa�d �fneeassary, to supen��se aud bcate Immed�ate R�sk $ 50,000 $ 1OQ000 � i00,000 $ noafium�on to Gt} M�mm�ze cos[ und schulule reLef w��tli goo� ch:+nge mu�agament_ develop �ulution� qui�kl�� and be re..pons���e. n���,a� i� a�s�F� m,ti r�,��_ �n�ti sur. a���� ��y �re�m��� changes B�-���eeklp meetings mvh pro�ect remm �nd Cm� wnter Depamuem. Consmmnon renm «�11 mee[ w�H� CoFw �ca�er Aro�d dcp�rtmcut n;gul�rly t � swss lhcp-� I' � P�viUu to� �dd�liounl R�sk $ 100,000 $ 500,000 $ 5,000,000 SIl[? at pm�cct con.et�uction .vtan up. Tcst hol.- a. ncccsse�n�, hnnd d�g �rauud VCP to ehminare d�sturbenecs Mm�m¢e lo�v cover ti�o�nd ocessures wrtU cranz ma�s oraa��on�em hauhue ce-route Des�gn [eam 0., m� 1 �t; ., t I p[ d��n ee � P I Redui.e cle�rcommuumntm t(. �� ou de. � i�nsin. �t u s�hedale R�sk $ 10,000 $ 100.00o S IJ700.000 $ 1'co��de CAll model � d t al plen . q ested sinndbr or �neffwYnt work saquence d�z to wnsol�dnt�ou Move A��o�d e. cs elsewhere 5ettlement leadm� to �varran�y clmms that must be ILsk $ SU.00o $ 25QOOD $ I�OU,000 $ lixc� Duration Impnct Probabilin- CarrieJ in Proposal (Weeke * S) (% ) Faetored Valce (S) S 2.236,500 u� o00 5i s z6,000 - 5% S 75,000 io,000 isi � za,00a 30% $ 10,500 5 / $ 12500 4� 000 20% $ 56 OOU 10% $ ISQ0�0 lo% S 2io00 10% $ - 6Q000 70% $ 16,000 5% S 2i,000 6U.000 IU% $ 16AOf1 I80_000 5% $ 21 �00 Project CPN ]03271 (BMcD 165734) - Extension of Everman Parkway Date: 9/3/2025 Contractor: Burns & McDonnell Owner. City of For[ Worth Item: Riak E�ent Risk Description Mitigation Strntegy Planned Mitigation EYFort Contingenc}� L'7aXniti�ue of Eve- (S) ApDroach Aeeresaive MustLikeh� ConserraHve Dc�lp lly LEL �I 1� t- l. tlll -fl� I6 MSt; ��II mtnwhon�nnght��.1� Cter��rMSY.WaI1nVr'`ll �eh�snc� enrOnur()II lted��:e Pro�d . flg@ 1 I� k g y P t tglt�l . ILsA 'F 50_OOV $ 15U.000 $ 65U.00U $ a�ea� I oL5 Utd ze hn �� ph� �y�al �aYe�_ de �� �(conrs, fle@�, au�.e tan�e, t�a/n,��1 Cnve u� of shnft liole � g 1�e� WoiAe� n� c�ive�� "�e �- p � g� xl h 1' I t� p�oteot shaR fi Y 11 C� I7 �)nllcd shaR inicr nrticnt �pc �ing Ysll mto dnlled opz� dr�llui shatt k�uw shafis after eh�}t Li iii shaft opzning exposure to athei zvent� Ri.k $ 50,000 R 150,000 $ 5 000,000 $ fha� m�� ren[e a ninotf �cell� mt srte secunir camaras in general condrtions Good houseAeepmp ge equipiuen P����« �a�n bn�ldec's c�sk pohcy Unhze lock bo�es �xrth 18 Vaudelism and theft Va�ulols dama t eud metennls oc theft xeduce ��ni�lural l�c do�en. Huul-��/Haul-ull amall luuls ancl ee u� t ��13k $ 100,000 R 250,000 $ >00,000 R i e�,�� aa�i�� r«re�r �,� �e�r r'�o�n n�����,u ��,a�e��e s�g�,�ge ��d r�uo�� s��e apuY�c saPen� plaa Lock�ob ap erery day to tha evznt prachcel I I�� 19 Public pcncral seCon� Publw .,. ca Pm�cci aLtcrhou� and is in)un;d Rcducc �,��nil wlruncc an� cxit - t Rcbar chuirs un� lcnu: Ri.vl: $ SQ000 $ I50,000 $ 500,000 $ y signagc poin s- ofl �Il lr�and lall I�.� d: 20 Motenal �scolaiion Rebar subcontraclor h ds i�alW tor 120 �ays_ lu np sum 'fr utiter N- �°� ainlo-c ng.t I scalaicc b wond Ihe anuunl earr al iu �he Ri,A � SO.00ti $ ���n���t�a�r� ese�„are � izi oou � z.sontroo 21 Muter�ul Eswl�t�on Prwust Beums °��6wntrucrorb�ds ��eL� Yoe 120 deys.lnmp sum T�unsfer p��e of IeuV���v�ngprcwsc 6eems bepo�� the �mom[c�me� �u tlie R��I: $ z> 000 5 100 OOD $ I�SOO,OOG $ ,�n�o�i�a�i� �si��na�, 22 Mutcnal Rscnlaii�m Concrcic ���bcontr,�cror b��ls ��al�d f r 120 �la}°s. I�m� s�un Tr��sfcr �'nce of concrete escalates bepond the amo�nt cnme� �u the Ri,A $ 50,000 $ 7i 000 $ 500.000 $ subcontrzcts est�mnte 23 Mntcnal Csculation MSL' ��bcontr�cmr b�ds �•and foe 120 days, lump sum ����nstcr Pnce of MSE �vall mate�ial, and eeuiummg mntenals escalatec 12i�� � 50.000 $ 12>A00 �, 1300.000 $ subcnm�ecis bm� md ihc a unt carzicd m thc c.umam_ � � � � 24 Matcnal�scalatic�nn;st<iratii�n Nnbuvoutofrv�ioratiouunt�llatcrin t Trausfcr Gntinuall��trc��dmarkctplaccitcostsnsc.c�cculcbuyout Ri.k $ 50,000 R 75,000 $ IOQ000 R �� �� ne<Lntely Utdamg h�stnncal pnciug to ne@otime �n mdex dunng b�pout 25 Fuel eacelation Subcontcectoc ceqmres mdes ou ftiel pc�emg Tcansfer Unlamg hedgmg co�tructs wah larger pmcurem<nt team ford�rce� Ruk $ 50,000 $ 7i,000 � 100,000 $ iuel ouahase frum D-B. I,�mitv c�fbri�gc imptiv�mcros urc busal ��n ru�ln�u� ��ord�nat�on nnd havc convidcn�d Ihc ulti�natc r�ilroed pi3 tcum to mordinutc �v�th �� tc cntiticr, [IVKK and Cily_ t,��ical: t -'�ol lulurcc�pa�. n-Ilcd � 26 St�uewral/I3ndgeBetammg R II :h� Y[s e L - ll e Ic t C 10 �d �d NG Update_ des�gn ch� d t t� t-�k • d b I hnes lu avo d Rrk $ 750,000 $ pipelme �crthm ROW i�cdl reqmre turther ROW and Ensemenr Conllict� ove II n�k redm.ed. wntmue to ��ui�s�i��n �od u,�,�a���i„�� v�nr���„� o-„m a�u�o� �noon�� i�ee�� �u� �R�ai�� In arees of deep fills, mlets ic�ll need to be protected Plan for mulhple mob/demob fmm ea�th�i orth arid p�pe ecek s mhere thev nre pcotrudm@ aut of the groimd M�It�ple Compnct�ou «�ill cequ�ce hmid�+�ork�, plmi iu schednle acoordm�l� 28 5anilan a�d 5tonn mlcl c.eposurc �e nobs mxv bc Ryu��c�. Compacl�u� aa�wd p�pc ���ill Rcclu�;c Add�l�wul onsilc vu�vcy lo woli�m top ol inlct end mu�holu xr�� hil R�al: $ 2>,OOfI $ ii,000 $ I OO,OOfI $ nccd to bc ���th imnpm� jack, nol rollcr, Icxdmg to slo�v lhc �nl timc Providc tcmporary ar,ccs a�ulcs for I�ucks haulm� �vorA �nlets ou s�te in �nterim comdilio��s 1�-R caiTi� all h�&O nsk �vith dG.i I�ollow QCIJM �unng design, inuluding peer an� CunsLruction lenm �" � s � u u�i �a���i���a n��m���a«�����u� 30 D'_n - F.n'ors and Onuss�ons �equui �, ' d d' ng consh��cnon ' �' g emo��al A�� d �� ILyA $ - $ �UO.00p $ I.SUOApp $ end raplacemrn� ot W ork hoi I 1' ll C ti� C� I' �uate m�saLgum � AIl � t drs�E -eso�icrs atY ientic to nn� �de plaii np�ate iec�.�. AdJ�t�o�al �es�g� or uunsin�et�un d�e m m�nor En�'�mnmental pnneut�on plan ro u�dress munrtonn�C of fiel� .[ d[ f t I � �n+l I t d dd�l I QC t �. � I 1 nal 31 ll�o�nage Chaunel Mods , h n. , d 7 t - - e t � . ltedui:e �les�� Ut I' g I.� d t� t' i S t� �n ahea an� ac.. �.0 lles�gn 1'rog�ession $ IOOAOU $ ISU,00f1 $ 25UAOi1 $ coudrt , zquices rz zd}' �+rth addrt 1 dzs�En and con�wct�oucosts_delavme�heoroiect nnal�v�s UnlaemaeesulyT-stomi. Perticulerly dry seasoualiry �c�ll req��ce addinonal dust m,,�dec on-s�te �cater tenk� to lumt ��-a�er haul d�s�ances rach 32 Dustun�moistun;a�nlml andm��isWrcconlrolli�rpu�t�culnluvund�chiwing Rcducc suhconlract��rcarrymou�wlua�vcrthciroim��perulions Pncclhud Risk � SOOOU $ 60_OOU $ 70,00[i $ �ptimal dcnsih� �n carth�+�ork oper�lions par1� co��cra�; if subcontractor., arc uot ou silc and havc dcmon 33 T�. ve.ru�arrnnry bond Typm I d.t � l. dm� cnmes one : - A sh�p. Transfer Opp tunav to reSuce cost bv redu n� .u�np� b: o� � R�sk $ 50,000 $ SO.00o $ 50.000 $ Add�t�ouul nnA rhrough esirn �+mter season - - �maa ro� ��a��„��r�Aoo� �o n, n���, � a����� �o s�n�o�o-a�i��n 34 T3mnd Conn IndcmnJcawn Pnmc con�nct ca�nc.. bmad Com� mdcmnlCica�un Transfcr �vhich map mcre,�se bid pnce or deter s�bs fmm biAdmg ll-B R�sk $ 100,000 $ 100D00 $ 100,000 A ... . e�trx IisbiliN to pmtwt tlia Cin� and th�rd panlas from �lie�r � � o��u neR��2ent nc�s'. Duration Impnct Probabilin- CarrieJ in Proposal (Weeke * S) (% ) Faetored Valce (S) - 5"/a $ 7.�0(i F0.000 10% $ 21000 sa ��oo ioi s za.000 30,000 IS% S �ii000 isi s IC,fl00p 10% $ 5°/u $ 120A00 IS% $ - 1D% $ - 20% $ 750_l)00 IS% $ 27,090 3',ziu w_000 3,7i0 ;G7>0 1 i,000 1 i.000 � 2(i�Of�O 10% $ >,500 I�Ufi000 IS% S 30fiA00 25U,000 5% S 211,pOtJ - 10% $ 6_OQO - IOp% S SIi,01)U - 100% X 100D00 Project CPN ]03271 (BMcD 165734) - Extension of Everman Parkway Date: 9/3/2025 Contractor: Burns & McDonnell Owner. City of For[ Worth Item: Riak E�ent Risk Deacription Mitigation Strntegy Plauned Mitigation EYFort Contingency L'7aXniti�ue of Event (S) Duration Impnct Probabiliry- CarrieJ in Proposal ApDroach Aeeresaive MostLikelc ConserraHve (Weeke*S) (%) FaetoredValue(S) Pnmc �nmruc,l 12.04 Dcl�v� onl� cuntcmplutc,s Ci��Uu��t Upportun�lv tc� �c�u � osl 6v all�� -�. f- .�nt bl CM uosls_ 3> Norce�lj�re Time .I : f �M � I. 7cauafer i��.�h i._ d�-oi�ll h- � r If -I I t��ll'M � �. R��k % - % 50_000 $ I.00O,OOG $ - 100% $ 50.000 lleep k�lls and k�ari� � mrd�en �sl� ids� of scme Utdae a QA an� pC �hoo[ all gradee nh��e U��h nte�nnediare mlets � d-ulves m ill reqwre high le��� I� f � gr,ide che�As Usmg rod nnd I�sei t 1� k �g�nnst bcal grades ?6 Locnuon of� al -., �anholcs �m yun'.,}' and slak ng lcams Mino d' �lionv would Rcducc K�chcvk inecrts and t �: att�r c.ompacl on lo uonfrm no d �IurM1ancc Ruk $ ?O,OQO .'h' S0 000 $ 100,000 $ 1� 000 40% S >_� 000 hav�c larcc i�nnaci, at tinal cradc t<i oncinal linc S�mmry shoun uuder bos culvert crtv may o��nt ro submrt ophons to Crty �cater and d�scuss solut�ons. mute chnnge 37 Snnitnry roote chan@e �e �t to south oY thz roauda6out �vh�sh �vould requ�re Elimmate � rzqwre add�t�ouul ROW /Easements B&McD requzsts Des��u Pro�ession $ - � - $ aaa�i��„ai ea�e�„eors a�„�a�„ ��Re„i ae���. �„ae� e�i�,en «er�«n> H� ht ���.d t t- t �twr Rcy I II I I� t I- tl � Ih IJop�cl�mim�l. s �„� ����«� a��, n� i i i E n i� ni =:� ti a r . � a�o du zft nam�pcto5uiroundin�Roed�� �c� .�I� E�d..Ct��ard��aloperlorcyuirc Rcduu: . � �x . ����i�ment�'teuud�hins to Risk $ 2>,000 $ 20Q000 $ 40Q000 $ d�mugebe repaired ' . }. pno� mobd��tion Scl�xlcd subcouLmclor lcam lails lo prov�dc cnough 39 MWBhShortfall A��o�U Select I[ t t o t t R�a6 $ - $ 5Q000 $ I.00OPO�i $ MWBhp t�V t� t� t� t� I 40 In-srtu Matenols Not Accepmble Mate- 1 � S� 1 1� ��- i on are not Treuster Sele t C II �- � d d pl I th I�.. L d matenaL Des�gn Prog�ession $ - $ 2o(i OOG � 50� 000 $ ce('tbltb .dt�l�ktll uucl..fd t�C� h Idfftl �.t Sto�l�p 1� I- � d i p 'I d mt meet Incr ut f p t I� d� nK t�mes io lo�se tlie 41 U t�bl t p�o�l P:Lm�n��c R�sl: $ - $ 5� 000 $ �OO,OOG $ ��eaai n� �. � i � i, io n� m�,�a nei i i n� i i u u )i u� i a�� ��,��iani� H� dg ��d. xheAuled m W mter Yremi � h� g f 1 t�.t ��- t Cur - d II �. t ...t, i��d d I� - Biadd Ylo rt m 4� mo�rhs Subw tre�tor�hanr.eorderforblanl,etprotwnon. A` �d schrduletoenable o c.rere�ourFle�ib�hn� R�,k $ - R 2iA00 $ 50.000 $ l.imu� .6p I k� ..p, d�� Ih k Pro��dc6ackup D� I g I Illucntln,mS��.t . ll in�bp, E't .1 't �la 1,�1� E� t �n�-d I 1pump t t O . p � dwnl�stu 4i :t � d �dttikln_p�mpY�l�ee,cb�ec[m Reduce R�sk $ - % 2S0_000 $ 500,000 % hn� iut u �I� acco i� tc nm� Ilom ar�abih�- i �Wiz� h��h la�t , I� Ica e.reel� c�entes �emege to I�ne Un1�zmR IouR sh�fts ro comole[e ���ud: uuickly. Tree r I ���rth�n ih UPRR Row not �ncluAed �u � Tcees cemo� al �v�th�u the UPkk ,` y� P f rork Po �� b I ry- ihat trees mn� need ro 6e Reduce u'o�l. arouuJ hees 1� nder ne�i bc�d�e coust�uct�on C�h• mnv k�_k $ 2iA00 � 100,000 R ROW ,ved I or bnd¢c c:umswclion reyuest eleer w N�m UPRR � Ad��l�i�uul �rumugc cas�m�ml H ill bc nccd I�v IRC_ 4� (;lennng llcnina�e �,asmeut rnst side �� �� elud ��uh n�d Iv draina n: casment nol in 7 rausfer Add scope to d�ainnge subwnMnc[or's scope to clear/gn�b and lles� n Pro ress�on A 1>,000 A 25D00 $ 75,006 A of LJPRR �Pnrallcl to Rail Roud) �` t ��� 6 �radc_ � � \ sc�pc S uihan draivagc casc�ucn� mcccascd m s�u aCla' C bb tlicm u .�Lmt I d� Addih - I nr l. � d uinuE � Add �dd�l�on�l � ubbm � md - dm@ to subcomr�c.tonwlalhn � 4G � ��� ���P������� .+�alep- - I�iu.slall dt � ��uh� C tly 'frausfar � � F�a �' i)esignPro@rzssion $ 2>,000 $ 50.000 $ 125,000 $ addmonal area Add��oml bbmg and � im t held m anyones ���auncl np�zp pm @c�� g nu Subconirncton �corking in cru�k or tlood plain arca, I� i }- t I g t t- el, flo�v �uiA nan q'i� �, tl b l t. rcn, Lu tcmorarly in,l II A. p ( A AddilunalCakb.�p �. n����l iYtro ' r �dr' k.: �1 to�hzircost $ a� m,��agemoi s�neo,a »0�5 e r��o���tds ene� m�„ a�mol�a�ed ��e�e ro n�-o�u a��a .�on, i_�fl.. v n s n) ro naoma i���, rto a�eor �o�,�ie iaek � so 000 � i�s o00 � zso 000 , acLLnonel cru;k h�� bc ncul in �nmmmmg pmducnon «hereposs�ble . �passsry_sm ocdec to m�t�eate smi pee of icock and �chedule dela�� sa���ary g��u�� �,a�,1� n�,�s«���, ao� „�����o� nonth p� t. b r � I } I t t tl p i ct Asl� cm� ro Ao�ept o t d� f 4 t p p t� l�t t 1 C I� �� I n F ror io sub�tant�al Se�n�e� II b I d I CCTV t. pl t t 4� I[ emtary se �er h. � ' ut � m.c �ua�st ou � secoud A��o�d �mple�on ot eutue pn�ect thereh -`em. v�n@ the u � hr se�ouS Ues�gn P-. g- �von $ I> 00(i $ ?i,00� $ 75 (�Oi1 $ ump e ion . --e� clz:uung and CCC V. cleanmg and CC'lv u[ su6s�annal complenon of ihe Sa�ic� tan' I 116 ,tlld d F t'1 Askatvtoaccept� t i� tS� t� p' 't bt t I ontl� p- t b t� i I pl � I tl p j� t 49 5 itarvccw�r � anq�c�mnton �n A�-oid complcoonotcnnr pro�ccCthcr�byallo�xmgthc.w(tan��tiarrantF DceignP �� �si<n Pnme x�uemeut �eqi � s all wa�rent es to start at to stnrt esdp substantiul w�olenon lP ihe foundat�on rocA la}er �s lower ih�u esnm�ted Cwi� ampngencp for potennul cirilled shaft oremms Per'Csll07� il Dnlled shuft len^ths based on the bonnga �lr�lled shaft lengths mll ueed to Reduoe spac, 100% of �u�t rate up to 5' over mas�mum plan length shaEt R�sk $ 2i,000 $ 75,OU0 $ ISq000 $ ' d t h �I j� 1 d D l' I1>/ t. t. I �� I�/ t' Orelhaul> o�' Needt . tk�-d' � �t�h�r�-� - bt e Drnin�@cu�np p� �� thee3.t�t t t dKWllt t tendnllone1 Radicc Pull ��T_�DOT ii - d-dd4-inchp����cni-lirain pcsi�nPrc � '6 IQ000 $ 3i000 $ 75000 $ '� 36utmenl beh�nd ' tv�u�ng �vnlL P"'e2p E° �' dacl�gheng thcongh lnming well nearproposn� gcede F Fass�c n tenu �x�emreuauce �a�ue Bid includcd rtend,�rd 2' mmimum cmbc�mm�t; gwtwh mrndnoon `caa ro u�c�eape to 3' minnua�u Gic�ease gnmihty ofM�B raraiumg �call bv lo�caong lwitom of nll 53 MSE �e-all embadment �mhcdm�nt bcle��n d dc li� uvhic�r dcsircd R��Cz wullr I fi�ul Desi�r� Pro@�ess�on $ 50,000 $ 100,000 $ I50,000 $ -propo.c gru velct� lactnrs. � - 20% $ - '% S 2tioaV 25% 5 I�Ofil 3�% y 25% $ 2� OOV 10"/0 $ 1 i (100 10% $ ISA00 75% S 25.000 60% S ioo 00o isi � 4l1_(i110 60 % $ �IQ(1Q0 li% $ 1Q000 75% $ 40p00 90% S 4q000 I 090 55,000 21 0�0 (?i0 27D00 4.000 ;ODOII 4",(100 33,7i0 4i,00U 17,2>0 43,7i0 12Cp00 Project: CPN ]03271 (BMcD 168734) - Extension of Everman Parkway Date: 9/3/2025 Contrec[or: Burns & McDonnell Owner. City of Fort Worth [hm: Risk E�cnt Risk Dcscriptiun Miti�ation Strah�y Planned Miti�ntion EffoN Cuntingency t�agni[idue oP Eve_ (S) Duretion Impact Probabilih- CarrieA in Proposal Annroach Assurcvaivc MuetLiluh� Conscnativc (R'eckn*$) (%) FactornlValuc(S) Uculvcrtu'ing�vall�U'W1 is �nslniclalpnortothc MSE «ell. thenonnal escevut �n becond the end of Ihe _4 MSE - ill wnnccnon ro cul��crt � ng W W�vould na+l N b t II J p- to . i t- t f ihc Rc� Incr �� it t� f MSI � II t t� d i t I t W W nlSl? Dcs� P $ SO,OOG $ 22i 000 $ ?SO,On� g �(i ppp 75% $ 198_7i0 «all IcvclinFp�d forlhc MS� ��nIL M1[? � II. c.onctruc.tcd ���nll I I und�d on II mc. �n siW : l/ro�k as Ihcculvcn U W_ �n gcss�on rartinllV �n lill mnv cxpcncncc dil Icrcnlinl sclLlcmc�t c,ausi�g po�enHAl long-tenn ninm�enauce issues. i3id in I d J I d- �' I � Il I EII f Il MSI: [n f� I d �, �I � 1 E cl� t I ian�crdru�n p�vl�lc �nd ��ullull 5> MSY��vall�i�de�drem � II:. I' t dt I�I�Eht � I- I I ellso-into Reduce _ Des�gs�P g' �� $ 2>,000 $ 35D00 $ 100,000 � - 7i/o S 2C'_>0 �( � dcln l A 11 1 d� q I t� 56 U�tch gradmg elong I2I2 ROW north Final e d Y ��t� E212 ceqa�ree��t 1 t b x� � In f 1 d g d f d t h t i and pmfile ]nerease conhngeucc Ues�gn P� . gcemion $ Iq000 $ 50,000 $ I50,000 $ 1Op00 75 % S 4�p00 I I' �- ��u�iiuulul alc no RR ROW n��rth 1� S)� c(.acA. l� c � l � rtl k l.ong-t : ul mcit occur �cilhi i c I��rl I acklill R�I � b� kf II I I ��- t. r t �mccdun�ti, and 57 Lulevnbacklill sieq -� mm���r(�n�we Red p��. �tn�nnnedt�l�inihe iu�nitrcfthebc�c�ken n�y��nPropn:ssion $ 50,000 $ 7i,000 $ IOQ000 $ IU0,000 75% S I;I,^_iG Pzrcooal�naeon �c��i � ty Stomncater Department eut �vas pn�� ideA to �se conc`eta r�prap �ustcad ��f Chaugcs1rcam ba�k prota:no� at NI' wmcr ofwl�crl �o wmectc _� St - b- k� mlr,cti<m ncarNl: ;t nz� }' p� � h' � ���. 4 bl � ���o �Zalu�c �Pr p. P �d l.l d.l �I Lop aid bouom Contidcradding llesi P o Y" SU,000 $ I50,000 $ 250,000 $ - 75% S I12,�00 �r ol uule-ut s[one prap or� steep '1 pe� Con�ret �piaF� ��vi be ���e dag h•pe ane.hc ''>de Io Frov��c po����-c. mchornge to �he €n '�ression sub�ectTo unde�m�niup and/or dislocat�on h�� ,Lzxm �udedvmg mck rt�" sv c�,�,ar��mc ��i R���, e���: � iioo.00u�l � uoo.000�l � uoo.000� � - iooi x �ioo.00u� � Total Pro.jcct Carricd Cnntinkcnc�'� $ 2.774.313 *FOR REFERENCE ONLY* CPN 103271 (BMcD L6R73a) -@s�eusiuu of 6vermau ParMvnv - Supplemen�al Project: IuPormntion (For Reference Only) Da�c R/2Y/2025 Coutractnr: Nurnx & M�'Dnnncll Onnrr Ci1�ufN�rrlW�irih Ifem: Ri�k Fvenf R�cA neccri�rinn M�ri�aHon Strate� "'No1c uera,d iipon commrnts on GMP propovul i nrr�� �cJ. Scc �cF n Pm r.i�ni I�nJ:u�� for u>st I,rcul..l�n��� intoimut�un IteJunJ �.1pp1 .��ble Duiument �f gu t � f N en[ ($) (�� J in Cx�ected5cn�ePackvge Uuiahonlmpach P�nbabiLtv Plunne�Alin�aHonFfP�r[ LnpeiteJ Rehee nrPrn�ecf (�tieeks"$) 1./) Prop�IFacf�re� Pi�me & S 1 (. rium�tanic ('nnM1nFenc� 4ggre .���e A1 .�f L�kel� ('on.er.��iM1ve �� � (�) \nn���nrF IJuiiia�c noaiUygov linc �aith evc�asi� c ernund O.L (BKV).Col'WI'r�otc 1 '� gh f � p h f �u��p � Utlit`-Conflcts I d-II g p �.��b- t A A ltnl��ro irhu�efl�al-e�.�e�et.D�it c. yeilrt ��il te 2 Uu on Pao � c Rnil nntl Potw�iol �o loul tre�k aod distmp � s Y'OD Avoid on tmcl� Crvne t p oiro na�A Disn�rb RVr hip��� � �� � ��ticaeu�gm nctiim�7itprod��emn rn 3 h'lood A�a Atij6 wnteree�ents f� � � n � lemxge Sehedule mudi�caaoon md idl'�, ReAu�e 4 ���I�mate��ex�Ler � ��.i�l�red t -ec �1 'alan�llicnt Avo�d n j�i�iv � SWNF'Pm�inlanvnw U ' � lene eIIBMPstl�nnon pPl � ka�uce �p coons an g �ina y pr�ce< 6 LI �A�-Ib�l�y-I3MeDOn-Sitc �.� �11 rpriccinvJcquutcto�csaalatcclma�4 e1i�n�n,�te Labor ncliounv local¢ed Aoodme or tempomry dm�noga am�emres "/ ]`nmpo��n� �w nage eufho�eu� ro I � uEl� � N d t Avo�d innmllmulapleKll� II: d241 v v�'�� + x 2o�lidJucisl� Sb� l I I��lilohunorbd J nnibkloei�� Ralia; si�bwnvact nller pr � ny nppm.cA b�� (h.ner Inilut���i� incccasc or �pccitic sl��inngcy (�ill �n+�ta���L `.' Mutcriol Lvcalat�on unJ a�ailal��l ry u� nr Fl� vsli) on mvtc� alv �vc u�u u�uhlcm I�u�� T�ansic out `Sub��onirnc�ors mn�� nwit i�ide��nx D � p 1 (MP h 10 FI I v� I�npact Desipn - 9 ' �' ft ( MP R y � S I ��1 "� ReAu« - n igx�i.n plan �h inal eYw'r u m�ers hazA r�ck and nol ��ealhero� mck Uulnu��n ulilities or ho�c�rdons u ood�eoo ii��h pae. [o�r:��npi�� raa �� �a��wry ou �m�ru n��o�a a���w.r,ea o� ��«. Coor��na ��+ntli Util�t� �n � ivaidiv and u inrpe�:[�n n�l � m�l nng r i I��� � nv Venh�depthw� I��ni tl I� �� �� II.I �II � II nund 3480B�tilee+ pmssu e Ha x on�ih r p��en aa -e 1i d II ig nex-h�in U�iLce uane mu� �� dixper�e pro�xurc. Bnd¢e slniciiireipuns Union f ucilic ILu�lmod, IS �rvuin perdnv oi ¢e h'requenry coordmme ��i0� Ylugeers, pewn¢ �hem scAeJnleA earl� uvd oClen Develop relu�ionv6ip wilh dispn�ch Uiilrze Ruilroud Yleg�e (UPRR �1 e) to worel uele �.ork �iear orebo�e im�ks 34R� Bn�ees All t�a�l �it v.ill l�u��e un e�ect on plen. PceTesk HaeaN A�ialvsis. msA �urntians to �e �is��isseA (i e �et benms to alla�� trncAs to ��Icor J�iru�n rnncnl litts_ R�ri�cud Pmd�ct�on rorts a�d ['lug�crcust m bc iept�rcd i� thccstimatc Idwlily h�pherele�viioos onJ siorc ee�u�pmenl and metenals. Obinin o�cq�i Il I'.l p I'} b_� HM�IJ Risl� 33J0 nra��nge Mauu i 4i�ebypa 'h ooel �ecord 1� u mis Oootl llow for ui ueeA wurl Aunn� bm a�laen end cosiv� install S.nn� shill crcxx �u e��irt eerlier Itewive �p�ro�ul G�rm Cilv �u ewrk 6 clu� s u��eek lead�nu to preminm Of for Inbor Re�ie.�� e�uipn I:1�1 dl ninei�o�eallce A�- �-.Plaolnr Alll'ackages s ILueni urAwiil�mull�pleb�eakv l,00Aa110dnv weniher Nnodo��rs f ra�eruiioiu onJ crew scheJnL�� A��i�innul AMY+ reyu�red �han b�d. Sil� fen��e da�naga I��K ��leui� out Addnwnol J�mL ohool� r�yuvod fo� tompo�ara d�ainavo �il D� I [ I I� �. � A � s in�and..d 33JU Dramage a�d fi e. an bafire the � bn.:. ne L Repairdomnged �nfrvxlniclure lu a� oid d�sehame inlo slroum Llnlizc lalior r�id�� �rior ro and ducing o���truct proerusaio� for buvouUdoxn op��ortunitice. Utliz.c notio�ul Ivboc catc tablc. pull nn I� I :�f � I� �� � J. K � I 1 If � r clivri�. l� n-rkni�ui � �nbu.syx rkinc50 I��u�c�c���u;ti. Alll'rck.�gUy I.�ok a� totul hours nc ni�icli ac I�ourlv vrug� fnr c�c�npt stuftinR colu�un. pnceadd�aonol.vell p<�mt. and mon�tonng eVstemr Wa�ch I4 du� veuth f at K�p q p � � f I � I- � p onr �o �loo�� kFl -�:� ti�l� J `'AI�� 'd .'n �vulu� I . J1h fSl JI C�� � 6JbonJ I3cm1. p I �nvrJ s�� scopvc orlo .�ul� nt it uusicr �� �II Pu�k��cs auvrcl sco��cro tl�c otl�cr oontructnc. Ru� riul pmv .�ibco iu ocl} as pox:iblc Unlv��e li� ��I me��A �unds ta p� c� C. tnr�,d �nvtc��ial nll PncMgc.v cl�arga �n hid pnang�o bu��ou� ui�d sluge ov s�te_ U�I�ee Ipl f� q � ih tlh d AinLw<f ,�� i.. �h I A � h I A' . I� tpn �i�n All Pv�Mges ��r[h� :� eofequpme � nnce:ary.0 pu�e i de:�en peu�roa�iun W eelJv bc�ie per N&M 1'oLc��. f nnnered �t�ih 1'he ILas (im�ip Lor SubsurfuceUOLiylmesli�aJon Uliliry-m�npan�ar�nllbeonsile_ eo„�omo, r��a �[��.,���,. m e�Pe,.;�� aoa m�ie m,�n�a�mr 33ao ������� otificalion�oCi�� Mu�in��ee�ostandyclie�lulerelief�a�th¢aod cl�an�e mann�einen�_ de�elop solu�ions qiiicAl}� uud be msponsi� e. Subconhacmr &d & N� Cunt 5� R�.k ti2>ll I)IIII $ 5(I(I111111 S i Itltll llllll T. 2U I)I)II i°� S 2li (�(�(� Gund�aum i_ In en��e i� Na a.,�u�c��<��o�N��� x�.k I ssuo uuu x i�aa.000 s z.sori o0o I s - I �.o � s �s.000 IiMeD ScapS No Clxrilic.ihoi�.� r��l IL.�k $ i0(�00 F Ii0.000 S i0(1000 A 10f�00 li°��� 5 2J00(! k.��Wsions Documen� No I'ro�e�ll'u�iim,s��n�e It�sA $200.f100 $ 500000 S 1.>00.000 A ?fl.tlp0 20":0 5 1�1.00� 6MoD Scopc_ No (.lunfiwt '' J kieA $ i 1100 $ ij I100 S iV 11011 in��o S 10.>il(I Enduson: D.aimen� No I'ru,�eclC -�iim.t nw �1Mc� ' p . No t'lu-�ivatio�s�wiJ I�.�cl�is nsD�.c No Pr�cctC�c�in.+m�ic� No PmJeutCw�m.stan�e S�ibcon�ruaar did & No ( on Condi�ion'iu21n en�ie�� Itisk I$IOO.U00 $ 250.000 5 SOO.00O I I > o � 5 12.5(10 I l ��� P. gre55ion I$ - $ 2>O 1100 S >VV f100 I% ?tl Uoo I 2fl��o I$ i6.00f1 k�sA $>I10 (I(10 R I 5011.000 S 22 (100.000 10°.� 5 I50.000 R�.A $1001100 F 2i0.�00 S R00��I111 10°��� 5 2i00(i kisA I$ 50,000 $ - S 250.000 I I 10°�� I$ - �a��ti I Q>o.000 a ioo.000 s soo.000 I s ao onn I io^.a � s ie.000 *FOR REFERENCE ONLY* CPN 1U3271 (BMcD L68'/34) - Ex�euFiou ot &vermau Parkwny - Supplemen�al ect. IuPorm�ition (For Reference Only) ,. ft/2')/2025 tractor: g�rnx & McDnnncll CIh� uf Fnrl Wurth Ifem: Risl: F.venf Risl Deccri�rion S� y d b I f 1 AM1 d ncd i� n�� i a ai t i a [��� ¢ r: .� ��� ...rH�an�i�iy w„ii���s u a,.,o�r �� .� o oois. m .,i�. o�����s. n�,o�a �e�LoAs:in�ccurately neesi�ruldimensians.or <le��oted from ceq�irements ProposN WatccUt I} C tliasvnd � P- ��6 I - U' I. g h JI 14 likly �nutionattivnut h wnslr�lnpro-wr�e-��il�irka�KixJw��-R�iW Ilanpl�ill Nonh. � I- � �� I I r� 1 xrk.u�iv lif)W xt ll N rnh end i I the p`q ect IS Com C�I�en ncc��fill�atcul�-cn20')mu���cyuiixtimcof Aod puc ion m wnsoLdahnn or wnld �eMa over time MYt .v,�ll counmi�l on �n l�ghl Nvrk �'Om�ect oo cywp ncvt bu�A �nto �- . h IG i�orM9CWu11Wullcoi»t�i �� -C)oorUll Ralucc �re.�a liics. 1] Drilled shali ivie�minenl o Ca�r �i� of shnH holo �o nrgan�o le}'cr Wor4xrnro�oun R�i � penio� �nll �ntn dnllcd orai dnllcd +haft IS �vodelismo�dthc�t Vei�dvlsdnmogccqi��pmci�tundnntunelso-thc(t Rcduw 19 P�bloseneralsatety 1 ibl' �a�evesFr�eduHerhousand i n�ureaf 2eAuce 20 MeteriolEsceletionRebur subeonvnemcbids�vlitltor120dn�'s_I�i�np..��in� Tmnsler subcoovnet� 21 Mrvlen�l L�sulal on 1- car� de�ms I o�t oen bids vnlid tor 120 d...1 n�..�im ����nsCer 22 Meln�i,�l L�srnlxi�ou Ci�oualn . I o�iacti b�ids �nliU for 120 d;: 1 o�p s�im �frensfe� 2? M 1 n�l L�sulal m M9t . I oot��cn bids �sli� tor 120 day�.l� mp num �frvnnf r 1A M 'ulI'.aoulut��n_�.mivtion Nnl�u��oitnfrc.vtocationunnlla �-�prquut Trensic� 25 h'i�el eacol�tio�i Subwniru�iur rc��u re� i�iAev a�i luel pnun�a 'fmnsler Lin��ts ofbnJge ��nprove�nen�s are M1aseJ on ruJronA ��oN�nutiov anJ I�uce cons�dered tl�e i�lomote rvilroud ry�picalscctiu uottutun;v�pnnsian DriIIcJ 26 5 �I�I3ciclgvRvmooSW�lls I f�m�}�bu v 1� vota6,10 �nJ?4"NC �ipclinc withiv ROW un� v.ill rcyu�rc Wrtl�cr i�n�inn und uuorJination. Vibrntwn ti�om drill�i�e rci�v'rx �ut oft �al�c. *'Nom ugrab upon commcnn on C'�MP propn�al not inwrporai�J. Scc Dcxi�� Proprcesion b�cAup for ws� brcol��lo��n infoin��oon ReJunJ:m�y dpplioible D��coment �IaguitiJue uf Event (S) C�irrieJ in Cx�rechd Sco�e Paekage Uurvtion Impvch Prnbabilih� PlunneJAlin�atinnF.fP�r[ Im J ReM1rreen nrPrnjecf \tieeks"S %/ PropozalFacf�red �acte Prime Ni 9ob ('Irrnmstauce Cnnlin�ene� ¢¢rex.�. Mwf Likel� ('ouserniti��n C ) �' Value($) A�cndu io Ac�inn losk Lorce, chul� SUL dnnne un� nli¢nmrnt ohanua.�rv�wcl:IYinuc�me.��iiliprcrycelirnmondCnyWoia 2(SUSan�miti5c��cr.�WU neF,� e. -n � i c. rw �� Je an lurl d' � ss �he 4 ro���de t-udd vonnl S� U I� � p ��aE� y�o i pm�eu 323 R�����i�eWellv ,SUr at pr �e 1 wns�niaion s�an �ip.'I est I�ole es uecessnrv_ hvnA 3QR0 Bndge Ji�u�oun�VCPtoelimioo�edisturbances Miu�mieelowca�er � �i�i�A prc.smrcs witM1 cmne �ovts ur eyi�ipn�ent huul�ug re-mute �Jcsi�n I� �ry - I�r � . Pco��Jc 334U U � e. vlcarc � roCry �duai �3 tonvuhulul�. 32101 E � g��n i120r�th.�rk. Pro�iJc CA� �nuJvl end hnvl plunv uv ccqi�cstal u l2l MSh: swndby or inel7icient ��mrksequencz d�e to co�isol�d�tio�. Mo�e �seluv�iieee Se��lenirai�leadinglo�tnrrnn�yclai�ns�l�atin�iy� 33JODra�nage be E�ed Davelop soleiy m�ouuoon plan, suhcommaors mont Collo�v saLely pmced - se Oap�ers ��iien b� �A ue nqi �pmeul in I�lil pluou Ut�L�e hi ���e phri�wl naLely Ae�ices Cwncv, llagn, omn�e f ce. 3232 MSC lapes) U.se �op carine or o�l�er hvnd ruil �u pm�ec� shnll Crom Glls Co� cr sl�alisvfiarshili lami�shullapaninpe<posnrato�vao�heca�ooi.v 3480Bndpe ihvt may crea�e n nim[t well pom� vtes g I d G dl k p`is proced � C� _ b Id 1p I-. U�1 1 Sb .- � ai 1� 1�o do�m.11ai I�'IIa� I off �n�ull ol� a�d �. All Pvclmgos dail�ti yu����n i� Protcct yr ja;t h'o�n hvi.arclx. invruu..�c .vi?noEc an�i �'ollo�vsitc cpaut t �I .L kl I �.. d. I .� p ctiwl. Hi � s. �En re_ I.imii en and ea 1 po s. Reb�rcha rs vnd All 1'ackvges (aicc ntiall trip ai�� fall lioiards 2650 - Illun��nut�ov Prica ofreinforciog sreel esculutes he�und thenmount cnmed in �lic 3210-Pn��vp wvma�e_ 322Reta o¢Wolls i480 Bndae cscma,_ t�ivoe�rcwtitbcamsbc�v�Jthcunointwncd ntl�c y�4x�dndpn 2(.50 • Ilhiminn�ion P-wolcon�rclauo�l� : b_ondihenmoon�carratlui�he _ 10 1 esti�uate ?2 R n_lVvlls i4R0 Bndee PrceotMSF.wvllm�te- 1. I- -�Iseswlui�x zZ2-Wullr bc�oi�dthcnmaui�tcaii 1 � h �t�mutc Cu�tu II- - 1 n�irl.elpl� �e 1[ccr�vLxn� . iebi��roi�i l2lOk:..�a �mmeAwlek non Utili�iv� luaionwl �nu e u� �_ d- hi�v�i�t Utilmv�halpmgwove�. , I I-oerpr � �mlo-dirn;t Alll'ackages f�el punhure Gom UB IJN�e� � I u�e Ip � entit�: IINN� �ICi�v 265V-Ill�m�nxtiw Up�nt I.�y h�oead k db I.� eoiil 1210 Y���ng ROW d ��: ��tGo tl crall civA d d_ � �v �o �232 kctai �i �g W all. �non�to� Additioi�al r.:qu�rcd ��ih�atinn �nnnitor�ng cvarcina i4R0I3ridgc No � i�.o��„7c„���o��mo�e � rz��k I$ioo.000 a soo.000 s s.000.000 I > � s r000 N� � P��.,����c ����n.9m���� � w3k I s io.000 x ioa.000 s i 000.000 s eo.000 I io^�,� s iv.000 No I'rjectCuc�in�s�ance R�sL I$ 50,000 $ 250A00 S IS00_�flfl S IRfl.�flfl l > � 5 215110 N�� Pni�cctCi���im.t.�n�c R��Ic 5>O(I(I(i $ li(Ifl(I(I S f5(l,llf�fi S - >".0 5 '/,>U(1 No Coniioqeoe�� R�sk I$ 50,000 $ 150,000 S S.00O,U00 S CO.UOOI 10"�0 5 21000 Condnion nu Imecvie�v Subwnvv�tor Bid & No Cootin c Risk 5100,OOU $?50.000 S 500,000 5 30 00f� 10°�i S 28,000 Conditioi ��Ii�niai SnAconl, ordi�� No C�niii� R�xA $>0,000 $ I54,000 S 500900 $ 30,000 I�°o S 2'/_000 ana�. Condnioo os In�cvie�� No Pr�JectCuaimsmnce Rsk $ 50,000 $ 125,000 5 2,500,000 5 90000 IS"-ro S 32,250 No Pro,leclCirviiinsWo�c R�nk $ 35,000 $ IOOA00 S 1.>00,000 S 1�0.U0n 10"o S 26,000 No ProJeciCuciiins�aoce Itixk �6 50,000 $ '/SA00 5 >00,000 S � > o S 3,�50 No Prtr,I�IC � mstunce It�sk $ 50.000 $ 125_000 S 1.>OV_U00 S 12tt.p00 15"o S 36,'150 No Pn.jcitCrc�in.smn�c kisk I550.000 %]5.000 S 100.000 S � 20°-�� 5 I5,000 No Pr�Je��iCu�um�iooce ILsk I$ 50,000 $ '/5A00 5 IOO,UGO 5 - 20"�n 5 I�.UU(1 N�� Pni�iitC'r��im.t.�ncc R„Ic S �i(i.U(N� 5 'l5(i.tl(I() IS°�� 5 112,>UII *FOR REFERENCE ONLY* CPN 103271 (BMcD L68734) - Exteusiou of 6vermau Park�rrnv - SupplemenMl ect: luformntion (For Reference Only) �� xnsiznz. tmctor: eurnx & McDnnncll Cila uf Nnrl Wurih Ifem: Risk F.venf Ricl: nevcri�rion 2� ICe A� � ixitiu� Mv�u�ic bucAs ou� oCdeal Cor'fCE �cq�iisi�ion quoie or A` d increuses pr ee In uruae ol deep lills. mlels.nll need m M1e pmlecte�l vl I y� pmt�ud��eo�lulthepNuu� Muli�ple 2N S� ', md Sw-n �nlct �cp i.urc l y l � 1 C p� utiun ���uund p�Ne � II It �iwc need W be ��ithj ���yy�ck noi roller_ le.��mg w sloN work n-e �,�.�,;. eu r�o d�� ��;m a,-���� �,�.,:. �..��„ 30 D. en �rzmc and Om Fa�onF rcqu�nng romc.l}-d .w�t uo rcqu�nng runo��al nvoid anJ �eplacemanl . f W rzkQn Ina�ayux e dnvi,�,u or ns�`ucti�n leade ro en� uonmental irauas wch us erv.i�n, mndei�nale 31 IJ . _r (.h�i��el M�iL� - - -1 p I't �- I.+ith Itaili �e �JJliinnlAeviy 1 rusleuetu ��v.de4.�inyNe �uq�ro Panioularl� dp� seasonaliry �nll reyu�ienJd�nonol du�t 32 D�st a��d �noia�mre coovol a�d inoist�recontml tor pactio�lntea nnJ achiea�wg Red�ce o��o�nal d�nisityon onrtl��wrk ovn�nnons. .'"Nom aeroW iipon commrnn �n C��IP Flrop�,��l i c�,r�,�ruicJ. Scc �)�.ia�� }�r��¢���vx��iri beJ:u�� Inr c.,.i I,i�vl..l�u�� int�ii��.i�iun IteJunJnncr .1pplic��bleDucument �faguiti�oeofN:ven[($) ('��rrieJin Cx�ected Scn�e Packv�e lluraHon Im�act Prnbabilitv PlunneJAlin�arinnFff�rt Ln J �eh��cen nrPrnjecf \Veeh."$ PrnpmalFact�red purte Primc & 9ob ('Ircnmstaucc (.nnlingene�' R�revvi�� Mosf I.ikcl� ('nnscrv�iti��c � ) �'% ) �'�luc (�5) \ �uach Clian¢eaccev Irom Nanh Ievdin¢ io �inelli�ie�it�.vrA o�eru�ions I'u}-p M �. c �o n�c .s Resq ' ti "�� qll Pack.ignx Pm�aci Cucumsiaoca Rlxk $ - $ IOOD00 S 250,000 S 30 000 �0"-n S 6SD00 I.00S �dveo�erageopnoo.`Coordi �thadj��en� propenies to detem�ine other aecess and stnp�ng ap�ionx. Plan for mnlliple mub�demobn limn eanLw�rl. xnd p�pe crc.�z Cump � II - � - I d� k pl �. I d I �� ly 33-10 D g Addil � I . � t l f 1� I t I� I les xre h�� 2� 0 Sei� te y 4���cr No Pru,lecl (: � msL�nce ILsk $ 25,u(i(i $ 35_000 S IVO_U00 S 20 ufi� 10"a S 5,50U mr r� � e � �� ��de � p.�,. �, e n���:> n��d��� �nlev. an .ite in intenm condniuns�� Yolloa�QCDM A�inn��arign, includiug peerand Con.xtivaion ieem -� S ITun nll plons �e��el p d 1 p. .- All P� cl:e.�ev Nn Pr��ec[C rc�i nFmnec R��A $ - F 500.01111 S I Sf10A00 l I i0tt 000 IS"�� S a00,000 ihe�h 11 � �� I C � I' ':�li nme�i Allouie Ac.iv� iesai�rus eftiueutl� to pro��Ae plau ��pAares as ne�essnry En. r� I � p�, .{{ . t' . t f IJ msnll � � I Ill I(2(, t p�I� f mvre� � I d.�i�i U J�c� � npri �ed ta�li 1�vlel�� �� �liear anil U�cn 1-i �-e.�.tiii�i 4:IfIf11100 $ 15(i Illlll S Z>U.11011 % 25111100 >°o ti 211.(I(ifl .i�our unnhsu� Uok e increnseJ yrvs�orm. isiaer on-ane ��nter mnAa N Lmrt �wter haul divmnczc Each BMcD Scope, s�bcoi�trnetorcar� inone�-roco��ertlieico��moperntio�is Pc�cetlurd AIIPacl;nges Clai�i�cnnon>and R��k $ 50.000 $ 60.000 S �0.000 S - 10°�i 5 6,000 �aa_ � rag.:ifiuhcontrautonai��iotoi�sit.,ni�dlia�cdci��A I�.�clusionsnoouinG 'fypicel mduslry bonAinn wmes o�e year 33 I- ��r.�viy boo�l worA�ouvah�p Ad� ovul �isk ili- ,I :Ir� H�n�er 'fmnsler Opportunilv i�i rc�li�ce i� b�- diiun¢ a iy b}� uve �ur All l'�ck��es Brvad Form Indemnilia m t�� be tloxed dou w Subw uaury 34 6roud Corm Indvr�niticuoun Pn�ne ��o�nuet cucci�s broad �'oc�n uid��nnitiionon Trv�sivr �vhi�h inev �ncrr:vya h�<I pnce i�r�n�er subs fr�m b��d�ne IYd n�l Pn�koses �„�„ ��a i�ana�n� m i�,or�� m� a�y n��a a��.a na,a�, e��n m„�� � �..» ����i�e,:��� n,:n ?s ro«e nn���� P: . iz oa o i,. i� � i �. ,r �� r o���� � i i u; g r. .. i i rM �����. nu r���.��e� c,� ��'r�„�� �� ��,� e��� rnn ���o� �,�� �n a.�. � i m�<n na i u�.� � e„�� i� �ooei rM,.��o� Deepfllsandl�cuaon(�umecLan�slunde)ufnome UnLceu(ZAundt2G_shwrtallgrndns�u��wULLce�n[rrr��..li�t� 36 I. v ot � ehzs. mv�holcs I t d� I� - II �' � I�I I I L� y R� � �ruda I A� U. - � d I t h k�a :1 I� I.;i�o. li4o Druiwge, [ n ���d 1 lan t ns. M de i�i��un� �i Id Itecha I. nvert:.uid k�: Ilnr cump�iul cu li wuCrn iu 3210 P� � ny hr�e larxa impails ul Gml pnde diswrbUnce Ao ungmnl Lna Snniiaevsho�t�i�uderbo�wl��en,ci��m.����a.�nt�o s�bmitap��ons�oCii�v���eranddiswsssol��ions_routccliangc 3] 9anitary roote d�wi�e no�e rt to soolh oCtl�e c000dabo�� u{���h ��uuld aq�ivz 8liininote caquire uddi�ionnl ROW � Ensz�nzvls. B&McD ceq�cs�y addi�onal eoscmevts. mnui a�n cnnwt desi_ underCohcrl �rstired:� Hi�l�trafti��luemwnstm�noucauvnpnrvrvn�lmor Requi'� Ildl- e.vt f'�mthe:� h dt��r�:linin�r.- d�uin�l I ph b..�l � � . �� II i8 DenegetoSuri�in�meRov�lv.a�s x�coiu�eet cua�IsCtyor�e�elope�torrquire RWuw AIIPe�kv�¢es �og -�uudinEn�i� �i1':t �rcmeo:itec.n�lmr�ri-i <leo�egc ba ryuirad � � �n�biLcnt��n ?9 MWRrSh<irtfull 11 d:iibeontrv�rortcamfail� p� ��Jecnougli p,�nid Select�ll ii�e.subconvacior�ean Allfacknges MWHh:�.�itieip.��ontomee[pr� � �I Na � rN��,.�iaR��n,wo� � n�k I s so,aau a so.000 s so,000 s - I ioo^� s �o,000 N� � a�„����o,���n�m���� � w�ti I�ioo,000 s wu.000 s ioo,000 s - I ioo^a s ioo.000 No � i�.o�e„7 e�.�� ���wo�e � ia�d I s - s so.000 s i.000.000 s - I �oo^� s �o 000 BMcD Scupe, N� Cl.�ri�icahoi��.�i�A Ri�A $30000 $ 5(10(I(1 5 100,000 $ 10(i00 JO°:� 5 2Jf1f10 rmlusions Do�� menl nz���� r,a�,zs��o„ I Q ' a ' s - I $ ' 3�b�rn�n -B�J& Nu Cootio e � kislc $ 2�000 $ 200,000 5 100.000 5 - 20°�i 5 40000 �onditiooing Innni S�bconv -ddNc Co�i g - 12�.A $ - $ 511,000 S I.00O,U00 S - 2"-a S I.t10t1 Cond�un ��Inlen'e *FOR REFERENCE ONLY* CPN 103271 (BMcD L68734) - Exteusiou of 6vermau Park�rrnv - Supplemenhl Project: luformntion (For Reference Only) Dntc 8l29/202� Contn�ctor: Nurnx & McDnnnell Onuer. CilaafForlWorth Ifem: Risk F.venf Ricl: nevcri�rion Miri�alion Strote�n 40 In���M���ral.N�iAcccpwhlu M blet�l u.Wl�rlacklill' ��nV �rnnvfcr �rvi., 41 Uosu tu�lu ropso I Sl�ckpJes und rcmorecl topso I doa� nol meet �,� . a� �r�Jal�on. hus r��ks or I>> m�m� - i �u M1e rci rseJ 42 I3 dg , k:�hcdulW�iWin�cr Prcn�mi��rch g t-h •-' . A��nid months 0obcontra�mr h n�c.o�dufnrll nk �.. �onn D��I C 111 �tLr�mS�nila� n F� . �� S, � ryl �d. I 4� Im ntociix:k [� .,d � Ed� LI� p �pfo�l e.ob�ec�m Redu�� ��cekareniea dumupa io I va T I h �he UPRR Ro��not mclutled m am 44 Pr . romc u I x: �vn �hr liP7� RUW :wpe of n�o k Pos� b liro �hat � xes mnv need W ba Ra�uw �n ��na e�, hpane �n��a��a�� CI� �- �xt Ie-1-de Ad� 11 � �Ilb dt ICC 4� ol llPltlt (P� Allel w Itnil Itu��d) S � u to clwr: b i�d emdc dr� v� . o 0 0� i� T�n��sicr u . co�c Sonlhem dro�nuge uiremevl �ncrwsed m srw olier Grubb n� sonihem n � ��d ndd - I d 46 Pr�p �a�ne . I., pruv��oi aly ��:taIIW b�' m+ v � Cu+uotl�� u Trnnafc� odd�l�onel are.i Ad��ti�nnl �ri�bbina anJ aradina n� t licicl �n ui�l'oncx cupe Subw u�� .��rAing m � mk or �7���� plmi ha� c��rpor�trd m nagnment ul�mrk�7��� au� n�n a� Ailditi�nalCrcekbp�ssan� u�ei [IGimex�:t��d,�nu�e:�nl: ilhe�ra: A.v�d ma _milrvetams H��unroril�,�month�d..elle-thin'nn��c�p:i�eA�.ere�u r, nddnwnal aeek bypass st}�sms m�y bn naa� m �NarW m�l�yete rwpnye oC ���rk an<I �che<lule ilelrv� Sunitarv�c�tcr linc ��ill �u i�slullcJ onJ aper�tion crntl�s �rior to min�untial complction of tlic pi�joat aH Llmnscv,x��lncp�� :ubata�tul Sc��x���Ilbccicancdw�dCCTVatainiplct�mof � � wnploton ���smwr_h - ��ry�na. �: �.v�na clem�m�wd CCTV at nubstnntial wmpleNon uf�he pm�acl. Snnimry seuer linn will be ius�allyd and opam�iunul 49 4��� ur�ia� ����a�� �nonlLspdoclonubelanl�uloumFlleliunuLll�apm�acl ^o.d " - Pnmeagyrcmenlm.quiresall�vn�renl�exl��lurtnl subsiunwlwmplet�un SO LengthofMRGC Additionnllcng�hofM�3CCn�ayb�nccdcA�aprotcut R� L 5 W comer ok bndpe o�id vde slove 11 N�e Canndation mck loyarix IoWer�hnn u�imu�ad 51 D�� 11 I ahutt IenQlha �nsaA ou the hn n v. I� 11 I sl �R lenp�ha vnll nanJ �o Raducn E ����r.�n �� �tin� m ���ae�,e n�r �ry��� ,,:,�,a���n- N d �coui�t fnr d�ai �agcof tl�c � p�a�� arcn hcmccn 52 n� t-�-pac.i.�tcnst I w �h�tm�nta��dRWDtonrcvcnt�nt.;ntallone Rcdoou oh nibilind��tuu � �nll ����� naniwaucoivsoc I3id inclu�e�l standord 2' minimum ein�eJmen�, eeo�ul� 5? MStw,�IlemFedmeni � a �I I Ip'ude�roacl�c�u1desred Raluce � ipmu t rc fnom .v .'"Nom a�r�W iipon mmmrnn �n C��[P Flrop�,��l i�,r��� icJ. Scc �)�. �� yr� _ n��in beJ:u�� for c.,.i I,i�vl..l����� int�ii��.i�i��n IteJunJrncy .1pplic��bleDucument �faguiti�oeofN:.�en[($) ('��rrieJin Cx�ected Sco�c Packv�c _ llurarion Im�act Prnbabilitv Plunne� Alin�arion FfP�r[ Lnpxeted Rehveen nr Prnjecf �Pe� w$) C'ti) Propnsal Facmred PrimeN�Sub ('ircmm�tTni�.c ('onH��Cenc�' 1�gre..i��e hlo.fl.ikcl�' ('nn.crrnti�.c \'aluc(5) :�nn��ov.�n Scicct�ll �P -� I pl� � t I I��f 1�-inl. iuicln� L I � enol..�r I�iile�olSihe�iuec �:�� I_.von S - $ 20(I.000 S 500000 $ 20,000 25°�� I C ?5,000 Increuse.�mo�nto[�mponlncraised�rad g� n���[e��ol.�sclh� ?120li�rlh�.ork. �2')n CIgM�Dat�vs�wW Ruk $ - S mu�enul on sile uraxpor. �n�lenalr ofl Ih ; h �h t�ee unvi�i�able It .�wr. �on SU.UUU S SOO.00G $ 10.000 35°�e 5 21,000 ca,.i���„>�s oo„�� n�� 265� 111 � �n yMcD S � Cam d II -. t�.. .. I�- e I�I� �: I3 iild Float in scLc.dulc 3 Il P- g Nn Unri�icat o��. unJ k�.k 4: - A 2i �loo S i01100 ti . ti"�� S l; 2ia mui�hl n t�poor�7�NJn} 323„R nmgW�ll.. BsclusioneDoa�men� . . 34R0 BnAge L n i b F - A � J� 11 A 1 � d M1 �A p �1Mcn S c a�idxl d Ip �,��1 ,� V p p�� II A.'la 2(i�0-Sannnn'Se�i'er No Uar�cef�:l I IL.A S- S 2i�000 S 500,000 X 2U.UUU 10°,� S 27000 .. J ti un�� il��v ar ub I ry_ . I lt lii. I� �I t'tore c f safcti.. �,x�l� sions Doc� menl Ilnlii�ine lun� sl�iHs to wn��rlctc w�rk quicAly Wo�A � I eunJeroe�v�c�elgecoisti���on.C�rv�ou� BMeDS �, re�ue.� �I rn�itLinUPRR nIIP.i�k���n� t,Wrilic.�in.anil R�.k $ 2i.11(I(1 S II1U.f11111 K IS.lil)I! 111°�� S 4(�(�(� r.,�m.,,���„� i�„�,��„�„� Addswpeio�Iru�nuunsh� t-��o�nac� �leuri�ryb:u��l 1)� I-� .��>> $1>000 $'_5f100 S �5,000 $ 15fi(ifi �5a.,, 5 30000 . ;��e _ Add �iddilwn.�l _rubbm_ xnd •✓xJin� tu s b -�lor i�isv�ILnc �:� I $ 251100 S i0 (100 S 12i (100 X 2i Uoo (0°e S 45 (100 chxnnel npmp �� ` � � Work Ih�M1� � t�in.�rcaslole�nu I �t�IIb:P "(' k 2(iOS� tnS � 33An S�Aconhu�lortl�J& di�ers n b. pnv pi mpu�=, e c) lo handle hi�h Ili � e�enly ��hile SI. rm Ut�lit�es Cun ingan��� ItieA $>0,000 $ 125A00 S 2>OAt�1� S 1n�Pnn IS"o 5 ��.150 mv�n�u neprodiiiion�.�heeepussibla. 3232Reimoiopwalls Coudiiiovivgloleme�� n.�:� ...� .. a �ti ��: - p :� i:. ..� ���in�l �� if int r� �n � t thvrvb�� r�m e �hc n��J for � cvu� �d Il : � �r�.v.: on N I51100 S ii I100 S ]i 110o S 9li Iloo (0°�� S 45 (I0o cleani ig nnd CCTV nsA cin� to aoccpt o istwl� ot Sauitnry-�c�vcr �riur m cuhsrni�tinl o��plctin� of cnnrc �r � _ hcrcby allu�ri�� �hc caui�nn aa��rcanh- IJ :�e P e vo to vtart cvrl�� Inereu..e MR(i� qu.in�i��� I�i?00 Lneur kel IJe.i�,n I'niEre...i�m I A ?5 000 S >ii.11llll I S 20 iiUi! I ']."�o I S 41 2i(i Ca�ryconiin¢encylorpo�ui��ulJnlledsLalio��e«uus Pe�'fsDO'f BMcDSwpe epeal00.v fiui��iu�n�ipto>ocnrnia�in�un�plunlnn¢�hs1�aR ?480-Bnel�e No Clunficnhona,nnJ kisl� $25.000 $ 7>.000 S I50,000 ,$ 40U00 IS°-n S 1'/250 � �sao r�� s� �<� �s �� r�_ iv� � r, m�� u,a� is� ��,r� e,a���<��y �����m�� I'��Il�ix�TnOT I c.v�J.�cicl4-��h� - -��I��� da�:ligl n_ li'� gl�vc�i�in�v�allncarp p�»�Je'adv. IJ ��� I' ��..i�i� 9: Ill�l(Ill $ 35111111 S ]Sllflll A llllillli ']5°.�� S �i:]Sfl I rva: q� �n-�AMS��cw ��g��alll_-I :��gh�iit�r�nul:�ll I) 1 ' S>O.t100 $ 100000 5 I�O,OUO $ 40.1100 ')0":0 5 126.000 ��vll.v I taot � .v�o *FOR REFERENCE ONLY* CPN 103271 (BMeD L68734) - 6xteusiou of Everman Park�rrvy - Supplemental cct: Inibrmvtion (For Rcfcrcncc ONy) .. snvriuzs iracinr: Burus &, McDonnell Ci�y af Fort Worth Ihm: 12iskN:vent 12iskl)eseri�hon bliligi [I �vlv�7i wii�€ ��nll (W W) is . i�cial pnur tu H�c MSE wall, the normul eaca��an�n be}vnd the e.nJ ��f �he 54 IdSl�xall�o�nwionio�ol�c���og lVWuouldnaolftobetlledpr<� oftl�oRedi�e ��vll Ie��ali�.�dtortheM9Plur11 MSH ulle i otad pan�allv on fll mxv e.cpnnenw di17 rcnoal .veWemenl uius�n� puleut�rvl I��g-lerm mU�nlennnce �.vri�ed Bid incl�ded �nderdrain nlong tl�e luigll� ol �he MSr Si MBE�rnl1 ondecdcniu �wlls Estand to dnvlightiu f out of ��nlls or u�ro Rediica cul��ort to rvnio� ��taccr ��oi�i �ni�� rocd �.on.. S6 u'�ch gre�i�ig alung RR ItOW nortl� Yinul cuunlinatii�n ��itli ItR rec�uircs di1cM1 la be �� � oCr�eeme� wnsi�ucted elo�n. RR IiOW nonh lo S��c'nmorc Crcek 5'/ Col�rottbacAfill L um'� i u�a�u._h�nal�enbucAYill ILeAuce Pcr �oordinu ion ��iH� Cit�� Sro�m�ru cr Dcpui�i u u� �� u � s prnvidud to u. u riprnr i�stuad of Sx SheamhaikpctecnonnearNE . 'prapsiu C� - e�allynotal�lemmamtam Radu�c cornccotc�l�ca cri��capon�mcpslo��csCoiicrctcr���rapcanhc auh�cc tnundccin� inga��d�ordi.locati�inhy. r�nin Ilo�� "N��i� axr��d i�pon «�i.iin�-rii. �n c:�[P �ropo..:il �� ��,.��„ �d. a« o�. � r� .-..���, n:��i.��p I��i ���vl I�icoA.lnun iiilniin.iii��n VlanneJ �IitigaM1on �;ffnrf Ina�ce.� y �I�ISI II � d I� WW_roM4I�: onlliEt ndtlonthesmm.� .'iltck�i.tlie�ulvetww In tinol Aesi�n, Ae�elop eAdiiionol uuderdraiv pmlileenJ uuif�ll demils. A��I underAr�in ��innnry lu linel desyo, Aefine Aiich seaiun and peulile. lumose co� n c�� lo w�er�ssoaaieA eanh��ork Ret��eb A{II � 1 q- .' P P cWures_��id oa��m n I��-ng J tnil: �n I� � �u�iN of I� I I��crt. Cl�a��gc sttcam bnnk pmtcction at N� corncr ot cul��urt to co���i�vic riprap Pro��Je concrem me detail mp onA 1 ot�om C� n+�der uJdwg d�m�dng rypc ancl�oc rods to rro��dc �wcn� c nnchoca¢c to tl�c unda�lying r�ioA Ridundnncv ,\��IiexbleDocmnn�t AlnFninJocn(i�vent(S) ('arriedin L�'ape�te�I Scope l'�i�Auge Reh��een nr Vrnjecf ll�v�ifiou lmpxrf 1'rob�ibilitr propnsal NacforeJ I�n�ne��d Prime & Sub ['ircnmsfxnce C'ouli�genc�' 1¢e�'ev�iv M�w[ LiAel�' (l��a.�n�ati��e (\5'cekv " S) ('%) t'alue (5) D:' 1- p-es.sion I$ 50,000 $ 225,000 S i�0,000 $ 40 U00 I '/5"-ro 5 19A,"!50 Desi�� PmgJassion I$ 2� 000 $ i5.000 S 100.000 S - '/5°�e 5 26150 ���srro��s��„ a io.000 $ so.000 s �so.000 a i�nuu �s�s�o s as000 Ik ��n I._ s�o I$>0.000 $ 7iA00 S 100.000 3 1�� �nn I "IS"�o S 1? 1.250 U: 2 P n s��� S 50.000 A 1>OD00 S 2>OD00 5 - "15°o S 112.500 •�gu�rvs ���i�Dt�I�NELL� Everman Parkway Bid Package 1.D.1.A - 5-2650 Illumination � 1 IPRICE/QUANTITY EVALUATION � 1 MOBILZATION � 2 FURNISH/INSTALL ELEC SERV PEDESTAL � 3 2° CONDT PVC SCH 80 (T) � 4 2" CONDT PVC SCH SO (B) � 5 2" COND PVC SCH 80 (IN SHARED USE PATH ON BRIDGE) � 6 2" COND (RM) � 7 NO 21NSULATED ELEC CONDR � 8 GROUND BOX TYPE B, W/APRON I 9 GROUND BOX TYPE B � 10 JUNCTION BOX � 11 FURNISH/INSTALLTYPE33AARM � 12 FURNISH/INSTALLTYPE33AARM(DUAL) � 13 LED LIGHTING FIXTURE � 14 LED UNDERPA55 LIGHTING FIXTURE � 15 RDWY ILLUM FOUNDATION TY 3,5,6, AND 8 � 16 FURNISH/INSTALL RDWAY ILLUM TY 18 POLE � � IALTERNATIVESCOPE IA1 Deduct in cost of work if power line (Sta127 to Sta137) to be removed by others. � A2 Deduct for multiple work packages. � I ** Furnishing and installing the Rectangular Rapid Flashing Beacon (Solar). Including but not limited to all parts, grounding, push buttons, etc. to have a complete assemblies solar power system I** Roadway5ignage(Only) � ** Bridge Fence Grounding � IBl Performance & Payment Bond Rate � � Percentage of M/WBE Utilization IProject is Tax-Exempt on Permanent Materials - is tax included on your unit rates? � Bid validity period 120 calendar days � � IW/MBE Utilization IAre you a fiat tier W/MBE Contractor? � CoFW MBE Utilization Forms - can be submitted upon request? � Percentage of M/WBE Utilization � ** Can they provide Good Faith Effort is necessary? � 7 IS-2650 Illumination - Scope of Work I1 Provide a complete and functioning electrical street lighting system forthe Project. I z Furnish, excavation, install, and 6ackfill as required for conduit installation. Conduit to be installed per the Contract Documents. I 3 All 6atkfill shall meet the required Moisture Densities and Compattion testing for eath lift as its installed to proposed grade. Electrical Contractor (EC) to protect all existing or new areas of work not to be replaced. This shall include alternative means for conduit installation along sidewalks and or under 4 roadways. Should sidewalk, roadway pavement, landscaping, etc. need to be removed in order to perform scope of work the replacement and restoration of the area shall be subsidiary to the Electrical and Lighting Scope of work. EC to coordinate with all contractors on for access to overlapping work For conduits along the 5 bridge structure, EC to coordinate with the Structures Contrador to ensure conduits are installed prior to placement of concrete for finished scope. I6 Furnish and install conduit expansion joints as necessary for the bridge construction. I � Furnish and install all necessary anchor bolts assemblies necessary for bridge illumination. It will be necessaryto coordinate with Structures Contractorto ensure proper placement. Drill, furnish and install Streetlight foundations, poles, light fixture, etc. for a complete 8 assembly. The EC shall furnish and install all stub outs, rebar, grounding rods, etc. per the Project Requirements and all shafts must be inspected priorto concrete placement. I Furnish and install all required conduit (exposed, embedded, 6uried, etc.), junction boxes, 9 ground boxes, aprons, etc. perthe Contract Documents in the materials as specified 6y the Plans and Specifications. I 10 Provide all necessary grouting of base plates, supports, etc. that is associated with this Scope of Work. COYTlpolly: Bean Electrical (LuminB) QTYto Discuss Qty UoM 1 LS 2 EA 4650 LF 400 LF 1265 LF 70 LF 19155 LF 25 EA 0 EA 11 EA 19 EA 22 EA 41 EA 3 EA 22 EA 30 EA I I No Pricing LS No Pricing LS Comments Delta due to Bridge X 1 X X X 1.5 LS $ 459,131.00 � AddAlternate-Possible MWBE Adder LS Add Alternate � � � Double check if covered at 2i year Warranty I % Y/N Y Y Y Y Y Y Y Y Y -� % Comments Behind Sidevdalk/�urb - have not done densities Anticipated Bore at existing roadways - do not anti�ipate removals (If Required) v✓ill 6e performed I Possible 85K in MWBE - at current cost (verify) RFB May have a cost adder to Ro MWBE I Cost Adjustment � 11 Furnish and install foundations as required per all electrical equipment and poles. lZ Provide all required connections and terminations as noted, even if not indicated within the Contrect Documents. 13 All permitting and testing necessary to perform the Work shall be included. Provide As-Built a. required per Project Specifications. Furnish and install electrical service pedestals. Subcontractor to coordinate and provide for 14 Permanent power and meters as required for the project. Coordinate with eurns & McDonnell, the City of Fort Worth, and Franchise Utilities, as necessary. Transfer the permanent system into the Owner's name and billing system as soon as required. 15 EC shall be and remain for the duration of the Project a prequalified Electrical Contractor with the City of Fort Worth. C1 In the Contract Drawings and Specifications, the use of "Contractor" shall mean "Subcontractor/Bidder". From Sta 127 to Sta 137 on the north side of Everman Road, there is an existing power line c2 that is NOT to be removed and IS LIVE. Construction activities around power lines sh be in compliance with OSHA standards and by Burns & McDonnell Health & Safety Plan. For the Issue for Construction (IFC) Plans the conduit at the bridge will not be installed in the C3 handrail and will be placed in the bridge sidewalk/shared use path. EC bid to include the conduit as if it were to run in the sidewalk/shared use path. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 # A1 A2 No temporary services are provided at these construction sites. Bidders will be responsible for providing all temporary power, temporary water and temporary lighting as needed to perform the scope of work. Design Builder will provide temporary toilets for use onsite. Excess concrete or concrete deaned from equipment must be collected and disposed of properly. Do not place disposed concrete on or bury on site. Wash water is not available, and bidder will be responsible for providing wash water as needed. Containment of wash water and disposal is the responsibility of the bidder. Bidder is not to stray onto or perform any work on adjacent properties not �urrently within the public ROW or provided temporary construction easements. Perform exploratory excavation as necessary to perform the scope of work. Subcontractor will be responsible to identify and confirm field locations of any existing utilities, cables, pipelines or other buried utilities located within the work zone. It will be the responsibility of all Bidders to exewte the work without damage to this existing infrastructure. Subcontractor will bear the cost of the repair or replacement of any damage tc existing utilities due to their activities within the construction area. Subcontractors with any mncrete scope will be required to establish, maintain and remove concrete washouts throughout the life of their scope. Upon scope completion, contractors will remove all washouts and return the area to its original condition. [No washout can be located within the flood plain.] All Subcontractors will be required to utilize the Procore website for submission of RFI's, Submittal Information, Contractor Reports, and Daily Logs. Access to the Burns & McDonnell Procore website will be made available by the Project Staff once the Contract has been executed. Provide dust control as required. Acknowledge and consider the geotechnical report included in the Contract Documents. Provide survey and layout for all work included under this scope. Design Builder to provide survey control points prior to commencement of work. Subcontractor shall provide at least 48-hr notice to the Design Builder for any deliveries, equipment or material, prior to arrival at the job site. Priorto starting work, Subcontractors are required to provide work plans detailing their steps required for construction of all work items. The work plans shall include the top safety and quality items along with a detailed list of the steps to perform the work and shall be submitted 1 week prior to work commencing. Provide and maintain any safety measures (PPE, vehicle safety lights, backup alarms, barricades, etc.) for the safe execution of the work and as required by Bums & McDonnell Health & Safety Plan and UPRR. Provide redline markups and As-Built locations and elevations of all work installed within this work package in an industry standard format detailing surveyed line and grade of all installed work at intervals not to exceed 50 linear feet or more detailed, as necessary. Subcontractor to provide per the specifications all scope specific owner training, startup, commissioning and 0&M Manuals as required. Add Alternates Deduct in cost of work if power line (Sta127 to Sta137) to be removed by others. Deduct for multiple work packages. ion/Other notes: ing and installing the Rectangular Rapid Flashing Beamn (Solar�lnduding but not to all parts, grounding, push buttons, etc. to have a complete assemblies solar power Y Y Y Y Y Y Y Y Dlrt - sl<id & auger I Rock - drill rig Costlndudeshydrovacforexposure priorto Comments I Cost Comments Cost No pricing Submitted No pricing Submitted Comments ALT SUBMITTED W/ BID PRICING Cost $459,131 ** Safety ** Crew Makeup ** Material Leadtime Confirmed Via Email Signature: Date: DART - 2022 - higher than anticipated May provide OSHA 300 A Conduit/Poundation Crevd - 7 Man Crevd TY 18 - 14-16 wk Services - 12 vdk Rapid Beacons - 14-20 vel< � BURNS �M�DONNELL F�ctension of Everman Parkway 1.D.7.B — S-2650 Illumination — Scope of Work Bid Package 1.D.7.B — S-2650 Illumination — Scope of Work Furnish all necessary labor, material, equipment, and incidentals to perform the Work. The major scope of Work in this project includes, but are not limited to, the following: WORK SUMMARY 1. Provide a complete and functioning electrical street lighting system for the Project. 2. Furnish, excavation, install, and backfill as required for conduit installation. Conduit to be installed per the Contract Documents. 3. All backfill shall meet the required Moisture Densities and Compaction testing for each lift as its installed to proposed grade. 4. Electrical Contractor (EC) to protect all existing or new areas of work not to be replaced. This shall include alternative means for conduit installation along sidewalks and or under roadways. Should sidewalk, roadway pavement, landscaping, etc. need to be removed in order to perform scope of work the replacement and restoration of the area shall be subsidiary to the Electrical and Lighting Scope of work. 5. EC to coordinate with all contractors on for access to overlapping work. For conduits along the bridge structure, EC to coordinate with the Structures Contractor to ensure conduits are installed prior to placement of concrete for finished scope. 6 7 � � 10 a. Note for the Issue for Construction (IFC) Plans the conduit will not be installed in the handrail and will be placed in the bridge sidewalk/shared use path. EC bid to include the conduit as if it were to run in the sidewalk/shared use path. Furnish and install conduit expansion joints as necessary for the bridge construction. Furnish and install all necessary anchor bolts assemblies necessary for bridge illumination. It will be necessary to coordinate with Structures Contractor to ensure proper placement. Drill, furnish and install Streetlight foundations, poles, light fixture, etc. for a complete assembly. The EC shall furnish and install all stub outs, rebar, grounding rods, etc. per the Project Requirements and all shafts must be inspected prior to concrete placement. Furnish and install all required conduit (exposed, embedded, buried, etc.), junction boxes, ground boxes, aprons, etc. per the Contract Documents in the materials as specified by the Plans and Specifications. Provide all necessary grouting of base plates, supports, etc. that is associated with this Scope of Work. 11. Furnish and install foundations as required per all electrical equipment and poles. 12. Provide all required connections and terminations as noted, even if not indicated within the Contract Documents. 13. All permitting and testing necessary to perform the Work shall be included. Provide As- Built as required per Project Specifications. 14. Furnish and install electrical service pedestals. Subcontractor to coordinate and provide for permanent power and meters as required for the project. Coordinate with Burns & McDonnell, the City of Fort Worth, and Franchise Utilities, as necessary. Transfer the permanent system into the Owner's name and billing system as soon as required. 15. EC shall be and remain for the duration of the Project a prequalified Electrical Contractor with the City of Fort Worth. Page 1 of 3 � BURNS �M�DONNELL ADD ALTERNATIVE F�ctension of Everman Parkway 1.D.7.B — S-2650 Illumination — Scope of Work 1. Furnishing and installing the Rectangular Rapid Flashing Beacon (Solar) assemblies including but not limited to all parts, grounding, push buttons, etc. to have a complete solar power system. 2. Deduct in cost of work if existing powerlines (approx. Sta127 — approx. Sta 137) are removed by others. CLARIFICATIONS � In the Contract Drawings and Specifications, the use of "Contractor" shall mean "Subcontractor/Bidder". From Sta 127 to Sta 137 on the north side of Everman Road, there is an existing power line that is NOT to be removed and IS LIVE. Construction activities around power lines shall be in compliance with OSHA standards and by Burns & McDonnell Health & Safety Plan. GENERAL INFORMATION � 3 4. 5. � 7 . 10 No temporary services are provided at the construction site. Bidders will be responsible for providing all temporary power, temporary water and temporary lighting as needed to perform the scope of work. Burns & McDonnell will provide temporary toilets for use onsite. Excess concrete or concrete cleaned from equipment must be collected and disposed of properly. Do not place disposed concrete on or bury on site. Wash water is not available, and bidder will be responsible for providing wash water as needed. Containment of wash water and disposal is the responsibility of the bidder. Bidder is not to stray onto or perform any work on adjacent properties not currently within the public ROW or provided temporary construction easements. Perform exploratory excavation as necessary to perform the scope of work. Subcontractor will be responsible to identify and confirm field locations of any existing utilities, cables, pipelines or other buried utilities located within the work zone. It will be the responsibility of Bidders to execute the work without damage to this existing infrastructure. Subcontractor will bear the cost of the repair or replacement of any damage to existing utilities due to their activities within the construction area. Subcontractors with any concrete scope will be required to establish, maintain and remove concrete washouts throughout the life of their scope. Upon scope completion, contractors will remove all washouts and return the area to its original condition. a. No washout can be located within the flood plain. All Subcontractors will be required to utilize the Procore website for submission of RFI's, Submittal Information, Contractor Reports, and Daily Logs, etc. Access to the Burns & McDonnell Procore website will be made available by the Project Staff once the Contract has been executed. Provide dust control as required. Acknowledge and consider the geotechnical report included in the Contract Documents. Provide survey and layout for all work included under this scope. Design Builder to provide survey control points prior to commencement of work. Page 2 of 3 � BURNS �M�DONNELL Extension of Everman Parkway 1.D.7.B — S-2650 Illumination — Scope of Work 11. Subcontractor shall provide at least 48-hr notice to the Design Builder for any deliveries, equipment or material, prior to arrival at the job site. 12. Prior to starting work, Subcontractors are required to provide work plans detailing their steps required for construction of all work items. The work plans shall include the top safety and quality items along with a detailed list of the steps to perform the work and shall be submitted 1 week prior to work commencing. 13. Provide and maintain any safety measures (PPE, vehicle safety lights, backup alarms, barricades, etc.) for the safe execution of the work and as required by Burns & McDonnell Health & Safety Plan and UPRR. 14. Provide redline markups and As-Built locations and elevations of all work installed within this work package in an industry standard format detailing surveyed line and grade of all installed work at intervals not to exceed 50 linear feet or more detailed, as necessary. 15. Subcontractor to provide per the specifications all scope specific owner training, startup, commissioning and O&M Manuals as required. Page 3 of 3 � BURNS �M�DONNELL Extension of Everman Parkway 1.D.1.B — S-3120 Earthwork— SCOPE OF WORK BID SECTION 1.D.1.B - S-3120 Earthwork - SCOPE OF WORK Furnish all necessary labor, material, equipment, and incidentals to perform the Work. The major scope of Work in this project includes, but are not limited to, the following: WORK SUMMARY E The Civil Contractor (CIVC) to perform all necessary excavation and embankment to obtain rough grade for the following but not limited to the future roadway pavement, medians, sidewalks, and drainage ditches. Provide, install, maintain and remove SWPPP items such as silt fence, construction entrances, ditch checks and erosion control blankets within the project limits. SWPPP shall conform to Erosion Control Plan in the Contract Documents. a. Removal shall include items installed by others in early works packages. 3. Perform demolition and haul-off existing pavement, curb, sidewalk, signage, driveways, etc. as required for the construction of the new pavement limits from STA 105+48.69 to approx. STA 107+80. Note that this scope of work will impact the main thoroughfare for the Parkway Elementary School. The CIVC shall not interfere with the school and acknowledges the work will be constrained to the summer months outside of the active school year. a. CIVC to mindful of existing utilities and within the area and shall protect from damage. 4. CIVC to salvage existing metal gate at the gas well pad at approx. STA 136+50. Salvaged gates shall be brought to the laydown yard for storage. Gate shall be placed on cribbing so no further erosion or damage will be done to the gate until it can be taken by gas pad owner. 5. CIVC shall excavate areas as shown on the plans or as directed. Remove materials encountered to the lines, grades, and typical sections shown on the plans and cross- C:� 7 sections. If unsuitable material is encountered, CIVC shall correct at or below subgrade as directed per the specifications. Rough Grade shall be defined as follows: a. Rough Grade under Paving and Medians: i. In areas where Lime Stabilization is to be used, Rough Grade shall be to bottom of pavement (± 0.10-in). The Rough Grade elevation should be continued through the median. ii. In areas where Flexbase is to be used, Rough Grade shall be 8-inches below bottom of pavement (±0.10-in). Rough grade for medians shall remain at the bottom of pavement elevation (±0.10-in). b. Rough Grade under Sidewalks Rough Grade under Sidewalks shall always be bottom of sidewalk (±0.10- in). c. Rough Grade under Driveways i. In areas where Lime Stabilization is to be used, Rough Grade shall be to bottom of driveway pavement (±0.10-in). In areas where Flexbase is to be used, Rough Grade shall be 8inchs below bottom of driveway pavement (±0.10-in) from the roadway tie-in to Page 1 of 6 � BURNS �M�DONNELL Extension of Everman Parkway 1.D.1.B — S-3120 Earthwork— SCOPE OF WORK 12inchs from back of curb. For the remaining driveway limits, Rough Grade shall be to bottom of driveway pavement (±0.10-in). d. Green Spaces i. Rough grade shall be 2in below top of grade (±0.10-in). e. Roundabout i. Rough grade shall be to bottom of hardscape (±0.10-in). f. CIVC shall maintain the rough grade until it is accepted by and turned over to the Paving Contractor (PC). Any damage that occurs prior to turnover will need to be repaired by the CIVC at no additional cost. This includes active dewatering and ensuring positive drainage while subgrade preparation is underway. g. CIVC to provide survey data in 50ft increments to prove rough grade has been achieved. Survey Data will be submitted to Burns and McDonnell. h. CIVC, with Burns and McDonnell, to perform a site walk to turnover all, or partial sections if agreed upon, rough grade. 8. All earthwork operations shall be performed in compliance with the plans and specifications to achieve the proper density compaction and moisture content. Subcontractor shall not perform embankment lifts greater than allowed by specifications. 9. Rock excavation may be encountered and CIVC shall acknowledge and consider the Geotechnical Report for the site and the presence of rock within the limits of excavation. 10. CIVC shall be responsible for maintaining positive drainage and providing active dewatering as necessary for their work. Specific care shall be taken to prevent the pooling of any water within the work area, whether caused from a weather event, surface runoff, groundwater, or any other means. Correct any damage to the subgrade caused by water at no additional cost. 11. Note that the CIVC shall be responsible for the haul-off and disposal of unsuitable excess spoils, rock material and any unsuitable material or debris from the Project. The CIVC shall not be responsible for haul-off of other contractors' soils generated in their respective scope of work (i.e. all utility excavation below existing grade, electrical conduit excavation, storm drainage excavation, etc.). 12. Areas adjacent to the MSE walls, the MSE Contractor (MSEC) shall furnish and install their scope of work including backfilling the MSE wall per the wall summary detailing to the minimum earth reinforcement length by stations. The MSEC will provide the CIVC with a 1:1 Soil Wedge encompassing the structural backfill limits. The CIVC will perForm the remaining earthwork and embankment to achieve rough grade. See Retaining Wall Typical Sections in Contract Drawings. 13. Along East Abutment, MSEC shall backfill and rough grade under paving and sidewalk from the Eastern abutment to Sta 133+20.74. Backfill within roadway will be responsibility of MSEC due to limits of the necessary structural backfill zone for the earth reinforced straps. CIVC to own cut and fill to rough grade for roadway, sidewalks and driveways from Sta 133+20.74 to Sta 136+94.00. a. Note that east of approx. STA 126+00 CIVC will own the cut, fill and embankment of drainage easements ditch up to the TCE the new tie-in point at Everman Parkway. Drainage easement cannot be graded to final elevations until after the completion of the MSE retaining walls. Page 2 of 6 � BURNS �M�DONNELL Extension of Everman Parkway 1.D.1.B — S-3120 Earthwork— SCOPE OF WORK b. CIVC to own demo and saw cutting of all existing concrete from approx. Sta 136+55.00 to Sta 136+94.00. 14. The Drainage Contractor will backfill up to 1-foot above the box culverts and provide a 1:1 slope, at the East and West face, from that elevation to existing subgrade. This same elevation will be carried along the back of wingwall including a 1:1 slope to grade. The CIVC will be responsible to furnish and install the geotextile fabric, as necessary, prior to installing the remaining backfill necessary to achieve rough grade. 15. CIVC shall backfill the roadway and embank into the future Hemphill alignment at 4:1 Max transition from rough grade to existing grade as shown on the plans. Note that the road base transition from Everman to Hemphill North and South to be installed by Paving Contractor (PC) after concrete pavement is complete. 16. Furnish and install rock riprap including but not limited to the filter fabric, rock toe ditch, bedding stone, etc. to provide a complete system integrated North and South of the box culverts. i. Note that coordination amongst all contractors for the installation of riprap. The CIVC shall not obstruct the installation of headwalls and MSE retaining walls. Installation of riprap can occur simultaneously, but a 20-foot gap from headwalls, and MSE retaining walls to riprap shall be maintained until their construction is completed by others. Upon their completion the CIVC shall install the remaining 20-foot gap of riprap to provide a complete system. j. CIVC shall perForm site grubbing in the flood plain as indicated on the Floodplain Grubbing Exhibit for the installation of the Riprap. Remove vegetation and other landscape not designated for preservation, miscellaneous stone, and debris, whether above or below ground. Excess material or material not to be reused shall be hauled offsite for disposal. k. CIVC will need to divert or construct a temporary bypass so construction within creek can be performed. This shall be incorporated into a Flood Mitigation Plan that will be turned in with this proposal. i. The Drainage Contractor that is to install the box culverts and headwalls will submit their own Flood Mitigation Plan so construction within creek can be performed. DC and CIVC shall coordinate so both may operate in the creek at the same time. Burns & McDonnell will facilitate the meeting for coordination efforts between the two contractors. 17. CIVC to backfill all roadway pavement, driveways, sidewalks, medians, back of curbs etc. Haul backfill material to the required location before placing the finish surface course unless directed otherwise. Spread, compact, and shape the backfill material in conformance with the typical sections after placing the finish surface course. Do not drag, push, or scrape material across the completed pavement. 18. All backfill shall be in conformance with the typical sections shown on the plans. 19. CIVC to restore the office trailer and laydown yard along with the designated haul roads including but not limited to the removal of road base, haul of excess materials, etc. to return the areas to existing condition. 20. Note the Structural Contractor (SC) shall install the drilled shaft foundations for the future abutments prior to MSE wall construction and abutment backfill. SC will leave a corrugated metal pipe (CMP), or similar, for the CIVC to backfill around. If CMP is damaged Notice shall be given ASAP to Burns & McDonnell to ensure future bridge structure is not damaged. Page 3 of 6 � BURNS �M�DONNELL Extension of Everman Parkway 1.D.1.B — S-3120 Earthwork— SCOPE OF WORK 21. CIVC to own demo and saw cutting of all existing concrete from approx. Sta 137+33.00 to approx. Sta 142+50.00. a. CIVC to mindful of existing utilities and within the area and shall protect from damage. b. Demo cannot start until traffic control has been set up. CIVC to coordinate with Paving Contractor for the setup of traffic control. c. Backfill and rough grade back of curb, sidewalks, etc. to the bottom of proposed topsoil. 22. Note that the soil elevation shall tie-in to existing elevation in areas where back of sidewalk is not adjacent to retaining walls or other structures. 23. Due to the straps for the MSE, Lime Stabilization is not allowed and Flexbase will be used instead. Areas that require Flexbase due to MSE Restrictions are as follows: a. Sta 116+78.83 to abutment West of UPRR. i. Quantities may be reduced and lime stabilization maybe possible upon approved MSE wall design. b. Sta 133+20.74 to abutment East of UPRR. All other areas shall be Lime stabilization. 24. CIVC to install 3 acres of temporary access road and/or laydown. Temporary road and laydown should be comprised of approximately 4" of clean stone and capped with approximately 3" of road based. Total section to be 7" and may include Tensar Geogrid or equivalent. Exact locations and sizes will be finalized at IFC ADD ALTERNATIVE 1. Furnish and install rough grade 8" below bottom of paving (±0.10-in). 2. Placement of 8in of Flexbase in lieu of lime stabilization under all paving and driveways where called for by Contract Drawings. 3. Design-Builder may consider alternate fill options; Bidder may propose Alternates for consideration and innovative evaluations. 4. Civil Contractor (CIVC) shall furnish and install topsoil post construction along roadways, driveways, medians, bridge and sidewalks out to the extent of the Temporary Construction Easement (TCE). Coordination with Landscaper (LC) is required so topsoil is not left exposed for long periods of time or weather events prior to hydro much or sod placement. CIVC to protect topsoil placed until hand-off date is set with LC. Prior to hand-off of topsoil to LC, CIVC shall perform vertical tracking on all slopes as shown in the contract drawings. Upon turnover, the LC will be responsible for maintaining the vertical tracking and topsoil until vegetation is established. 5. Deduct in cost of work if existing powerlines (approx. Sta127 — approx. Sta 137) are removed by others. CLARIFICATIONS 2. The following are elements not shown on drawings or have changed and will be updated on the IFC set. CIVC to account for, or remove from, their bid the following: a. Between Storm Drain STA 1+74.40 to Strom Drain STA 5+28.36 depicts a trapezoidal Concrete Channel. This concrete channel will now be a"Earthen Channel" and will be in the Civil Contractors scope. CIVC to include in bid. In the Contract Drawings and Specifications, the use of "Contractor" shall mean "Subcontractor/Bidder". Page 4 of 6 `� B U R N S Extension of Everman Parkway i��DONNELL 1.D.1.B—S-3120 Earthwork—SCOPE OF WORK 3. From Sta 127 to Sta 137 on the north side of Everman Road, there is an existing power line that is NOT to be removed and IS LIVE. Construction activities around power lines shall be in compliance with OSHA standards and by Burns & McDonnell Health & Safety Plan. GENERAL INFORMATION 1. No temporary services are provided at these construction sites. Bidders will be responsible for providing all temporary power, temporary water and temporary lighting as needed to perform the scope of work. Design Builder will provide temporary toilets for use onsite. 2. Excess concrete or concrete cleaned from equipment must be collected and disposed of properly. Do not place disposed concrete on or bury on site. Wash water is not available, and bidder will be responsible for providing wash water as needed. Containment of wash water and disposal is the responsibility of the bidder. 3. Bidder is not to stray onto or perform any work on adjacent properties not currently within the public ROW or provided temporary construction easements. 4. Perform exploratory excavation as necessary to perform the scope of work. 5. Subcontractor will be responsible to identify and confirm field locations of any existing utilities, cables, pipelines or other buried utilities located within the work zone. It will be the responsibility of all Bidders to execute the work without damage to this existing infrastructure. Subcontractor will bear the cost of the repair or replacement of any damage to existing utilities due to their activities within the construction area. 6. Subcontractors with any concrete scope will be required to establish, maintain and remove concrete washouts throughout the life of their scope. Upon scope completion, contractors will remove all washouts and return the area to its original condition. a. No washout can be located within the flood plain. 7. All Subcontractors will be required to utilize the Procore website for submission of RFI's, Submittal Information, Contractor Reports, and Daily Logs. Access to the Burns & McDonnell Procore website will be made available by the Project Staff once the Contract has been executed. 8. Provide dust control as required. 9. Acknowledge and consider the geotechnical report included in the Contract Documents. 10. Provide survey and layout for all work included under this scope. Design Builder to provide survey control points prior to commencement of work. 11. Subcontractor shall provide at least 48-hr notice to the Design Builder for any deliveries, equipment or material, prior to arrival at the job site. 12. Prior to starting work, Subcontractors are required to provide work plans detailing their steps required for construction of all work items. The work plans shall include the top safety and quality items along with a detailed list of the steps to perform the work and shall be submitted 1 week prior to work commencing. 13. Provide and maintain any safety measures (PPE, vehicle safety lights, backup alarms, barricades, etc.) for the safe execution of the work and as required by Burns & McDonnell Health & Safety Plan and UPRR. 14. Provide redline markups and As-Built locations and elevations of all work installed within this work package in an industry standard format detailing surveyed line and Page 5 of 6 � BURNS �M�DONNELL Extension of Everman Parkway 1.D.1.B — S-3120 Earthwork— SCOPE OF WORK grade of all installed work at intervals not to exceed 50 linear feet or more detailed, as necessary. 15. Subcontractor to provide per the specifications all scope specific owner training, startup, commissioning and O&M Manuals as required. Earthwork scope awarded to McMahon. Discussed during paving shake out meeting to achieve alignment on conditioning. Page 6 of 6 � BURNs � M�DQ�IN�LL. � 2 PRECE�QUANTITY EVALIIATION � 1 Mo'�II.�qPON I 2 Comm[�[ialLiii�e5l���y � 3 6"LimeTrnalmen[ � 4 tl"flrxl��yrjMSERn�iric�rif2o�icSf � 5 I9" Cancrele Yavemenl � 6 f." S�im{�rd. Cn�orrrf fon[�r�� 7 Rais�d Con�rele Median 8 A" Cor.crete kdewa3k 9 8" Cwar��c Oriveway 1� ISai�le: 3 �Pe Faii��is �TY C-3F — � 11 Barrlc•FrenPamps{iYM�Tj ]7 3.+rel�•rFri•nA,in�p�;TvMij 13 3.i��le� f �en F�in1N5 j IY V'-1; 19 Hn.rirrFmePamnsir'R�ly 15 fi" io�s[�c1c Cu�L k C�i�ia•� i6 h9onoliihic tiiedian Hme 17 S" Mcvn�aplc Curb ie YruckRpron T � 13 ManholcAdjuslmenl � 19 VaNe Box AdJ �meni I23 Rall {7�' C221] ]i Miterhoxnelj�i�li��i!ii! I13 IAcw 5[rlp � A�rERNA7NE5[vpE RL Tupsoll I q; MeS.NeeamG�ardFen�e R3 Cnrnplcte Oc+no �STA 136t55 - SfR 136.991 Ra �� iii�Vle[e• ue�no j5in ]3�t�9 - STR 142.Sf11 RS Coin�le[e t]emo ESiA 165�68.57�5TA f07.20� �A6 a��duc� �n � �s� o! wn�k If w�wc� n� R5�a17� �o S�a737) tu bc �rn�n�ird by nlh.a�, AT �educt •or mu:tiplc work packagn 81 ^erforman�e & Paymenr uond Ra[c Percer.tage of M�VIBf llll!Ira[lon j Protrc[ Is Tax Fxem➢� on Perma�en[ Akaivrlals � Is lak IMludnd o� yau� nn�! falcs7 � Bid validi[y period 121] caie�dar days � � WIMB[VlilliallDn � Are Vou a frst [ier N!/IA6E Coniactvri � [o} W AR6E u[I]Ixatlon Forms - can 6e su6mlVed upon reRuesL I Perreniay,e o1 AR/INBE Illiliealion � �� �•l�� I��i�y p��+�itli• Gunt� Fnllli Effn�!!s necrsaaly7 � I 2 5af2ty SaFely Records Suhml[ted fo� 3�Year Rveragc �2021, 20£2, 2a23]3 Irir I�iqed � i i.���bnC lor Zryr u PRq Sefpry T1d�nUW t 5.xfely Mnlgalinn P3an jd appil�aalej � 3 5[heduling Have you rev�ewed Ihe 81d Schedu:e7 — —�rli�iili•n�er�ilnn-aile+n�itl�ecnrceyu�nerch.nfl�•zsuggec[edl Cre•x Maxeup fnr [h�s proJect? M1vg Wo!kmg Hours�flays? Crew AvaitahijilYlR�licipa[ed Mvl�i+iiallun7 Anr ie ipa[nd Suheontrar[ors � 4 Qualifl�atfons ff Rele�nn[ kKOEr�ence In related scape of work7 I Wha! P�afn't S��pc�u%Sio» ��� yet� ylan ID �Sc:��� ���r ��I3aLIP �Oi �h�� Pro]ncl? I[i;y oF pon Worih Prc Ovali Flcativn sif Appficahkej7 � f'req•�a?ifmd v�a COh4PAS5tirilh Bums & McDonnrlF7 I_..""_"._.,_""—_ _____—.. ._ — — _ � S Innovatfon � 5�:yrrii��i•d 4u�•«Inn: � S[eyuesse fm [IariFlca�lnn� � I�lrr�;�iye in p�•�iy�i-Flul!d pro�ei5 I Prvv�s¢d�rnneQirkn;��AdJi���mr.�t+7 I Propo:ed VE Al[rrnaiiuc'+ � � 6 General9ld Ovcumen[s I1.r. scec;�� �� n'd nn� ume...�, 1,I1. 6aee riltl Fo�n _ }I�5.0.1.A. 3id Furm [Ezm'� { ;-F.y�lrrtc k Mr��•�:.vl fia[n il�Pel � Slgne� end S�hmleled RUdendam7 I 1 �lrknnw.wlprAAMrndurt��'4] x nskno�WM7e�c41endum@f12 3 Rrknnw7ed�e AdArndum A'A3 4 nr:��i+w1Nil9r AdJendum xnq � f 7 5-3�10 Paving - Scope of Wu�k f�����:n a�a ��:t�ii aii «arr� �o�.o-oi, �o��rc�e a�a steei a����� a�a roaa v..��a, i����a��g a�i I ] �ot Ilmi[rA tn s[.+myed ��� rdwcd roncrsr. mer�lans. co�rr��� p..�me��, drlr�wayc, cu.6., sidewalkn, artd sha.ed uec vath. ric. a� �cqul�rd 6y ihn P�ans and SArLifiCdiiDnS. Everman Parkway B[d Pac kage lA.l. A- 5-3210 - Paving COl11Jla CI y: McNAYlon Contnl[iln�: L� ❑7vtodiscuss - 4ty � lJor,� l ls 316 iN 12,7E6 SY q�9� SY 15, 701 SY a,asa ss % 26.G-08 SF . . .. . . ... M12,600 SF 1,79C1 SF a Ert 7 EA ] IR i Ea � 1 F.A 50,]al LF 11 EA 875 lF 6,4YS Si S ER S EA 1,301 !F 3 En 286 lF Proviile MBE 1➢[illxatWn From 1,Y0-0 FAO 16,u76 I No Pricfng Np Pr7ei ng � . I Cl' IF SY LS 15 % • ..�i� ntliiiii.. .. .� . . . ... . ... . . . i ..r.. .i ii,•'Sn4rwall i .. .. .. . . . . ., .iiy urrlyd [h�a .� . . ' � 9G Y�N Comments Y Yes - L'ost mvered 8 Carricd Pvm1 vf Discuss�on • 5alety MiUp,aliv� Plan Y�H Commen[s Y kea�onahle Scope Ilriven Ly 6[hcrs • 1l'� 5[ IP �� M,yn:�c�v � onsile SUP Y�1J Comrreents Safe[y Mlilgalion pian mun he auhind�cd ��a toMPhss Y�N Comments YjN _ Y _ Y Y Y Y Y�H [omme�ts Commenss ..�.....:li..... �. . •:I:i��.•. �- �� ��;i:�>•: . • j �aw��g Cmii�x�n. f�C] ah�i�l br rc�vmr6lc fo= �nr �ns�.vla�yu a��d �•z�ns�nano e ei �hrg.n.rai � � i ylTe �raHic rn�tml as shawn �n ihc �lans and �n acmrdanm wi�h Tcnas Ml1TC0. Rd�n�inna� �w � +coPe ;pMfc [raffir cc�vo: outsi6e tvha[ is ehown in the Alans shal� 6e ihe� ree�wnsi6i'114 m tha[ sne[iFi[ v�ork pa[ka�e Lo innall and malnlain. Providc a cornplere suha.ade sVs[em vf elller lime s[ahiliial:on and or Ilex basn as shonn In 3 Ihe con:racF doc�ments. [ivll [onlrac[w {[!v[j shall wrnorer [3�e Ro•�gh Grade irom Ihere [h e PC shall Ihun �[ahilr:e or plxe flexnase werc rey�.lred. � a flough tirade uridci PayEng ori� MrJi.�n�+h+116� de�lned ac WI1ow5' i ilme 5ln817riofion 1s to treused: Moug7i G�oricshol7 6e 10 8nlwm fnovpmen� �t o.eo� fn]. 77ie Hnagh Gr �e efeyo!larr shnuldUr cvnf7nnedlh�oug7� fAe med'on. NexBose is 1v8e u.sed: Rough Grodesho718e 8�7nchrs L�elow8ntlom l P��cmr�� i� f-'Q.1�-in�. NooyH g�ode Jor med�onsslwP remairto[ Ihe 8of[om v,�pm•rmen[ elevanor f'U.1u-n��. S R, yh �rade �ndxr Sldewalks sha-0 alwaYs ae oottom o� ndewalkiLil.FO-In�. �6 Ro�phGradeandervr�.e�kiys._ l7me 51ah�kml7en fr !e Le used : Rough Grnde shWl be !e hoftonr oj tlrNewny ' n,,,�+��•R� f.o ro "��. F7enhose �s ea he used: RnUy7r �.odr �hof!!rR'vieH� hrknv 6n�lnm �fdrrye.yny II Povemcnlfx0lP�nfJrnmlhemodwvyfic•��lol7�r�chs�rum�rka�E+�/b-F�r�f�� rciing drivcvmy7imrls� Fough Gmde sho778e [o l�n!!om o/dliyrwuYawemrnf f!0.la�;n}. lil Grren Spures � Houph 0rode shvlf 8e}In 8eiowfopnlvrodc 1'4-t��+nf- W Roundo6vul:lloughg�odesho718emhotlnmofhordsrnpeftA71]-irt. Cue io ihe str.:ps lor [he MSL, lane Slatill�ailori Is nnt allowed anA FIeM6asc s ap be used ] n�[ead. roeay [fi.�i n=qw�r�• R�•xtra�c dun to M5E Re.[riclini�s �r�• ax le.11�ws. s[a lla•le.B3 m .+b'.�Ir�ii•i�l V.'[•�I o! 11NHF pi Sla I:lit]f.7A in a!i•.�lriie•ii[ F.��i iif llARfl ql.�ne Fas� Rbuimnn[, �SEC sha716ackli7l andm✓r,7� er.�ir ��ndr� v:ivi��.mi ��dew.�lklram 7f�e Eas[c.n ahu[menl to Sla 133�2�.74. BackfiP wilhi� ro•+dway wIN pr rrcp���inili�y n� �+15F.Cdiir N ;u lin�ll� �� llle nri:r».�ry �i�e�c�ii�.�l ���k�ll i��ne 1�� �n� N.iriry ��In�O«ed 5[�sps. C1VC io nwn r�r[ a���1 ��110 �o�i�3� R�a�l� f�i+rua[��v�iy, SidnwalN3 an[� [I�i��•ways Im�� S�a i33i][1.74 [p S[� ]36�95.pp. �orm, Vlace, �nish and �um :he Ren rcadway pavemen[includne huk not limiled 10 the 9 rc�nfvrc�ng steel„ conslruc[Fon a��d exv�nsron Joln[s mduding aaskets,dowels for curh and , �uster,.saw�nF.and.seel�P,�o:jo_nls,.etc. Nole rhr 8�id�dcek u�.emanf wil.� Le the rrrpunslodily vJlhe]frurf`mn7 [onlorlor (SCf �nrhWine} r�rr v�•'.�(��ni STA ial �(N],CH re tir� plg� 1;.gt. l7ie sv6gro�e7eodrng ;� fn �7e� u��pmi�r7i �fnL wnl�uf7 ��++ih� i�Cluprvih�r�ri �1nlalimlinn nieos�ies rn . vrevar�rrr,�n fw nR�r«�r�t sc�+�nn funn. v�aer w:��ledrr� fhr i.nne��•�Plirire�rnNrii irN !017ir r+'pnnsron ju:n[. il:rn PC 1vd r��nCdowN in n!vcp ;yi�bprnv+�f+.yp �he crpnnsion jnint nnd s rr. �nn � ns nrress�ry /vr 1he pvvr.mi•n I rrin�ert�nn +�1 STR 1L�P7.P3nnd51A F27i1191. � fw t.7e cunsfrUcbun aj Ihe rtew povenieri[ 1�mirs f�orn SiiF IUSr•18,G9 fo oRpro.r. SrA 1Pl�tlf1. Notv �7iuf Ihis portion � 6vork wN7 frnpuc! rhe mo�n r7iorouqh�ore jorthc il Vo�R�wyefemenlory5rhovll7iei•Crl��1lnc�urte�crewr[7rGresrhoWortd ocknow7edge. u�c �wrk wAf dc ronslroMeQfo kie sumnw� monfhsoutslEe vJthe ��.l:� sthoo7j'�4/. II �I�� P[ dr�n iri n��G�l:i��� nld�e [hc rqadway v���'�»r�i�.:�<<,if im�al i•.iavxunn and re- � emrya�kmc�l lur sly��wm �na�hlnr wlll he �he resvvnsi3�ili�y 1n� �I�r PC zhP Ciy[ wlll G+ekRll 10 ihe �vueh pradc 6eEo�v yavc+nen[ an@ siJewa�k eferatlon5 F•um �Fcrc, PL �ha�l lrcaic �. ssary mcans o� axress fur evvipment arM machlrtnry. PC snall6c respvnsWle 1¢ fcsmrc al� a. eas hack io rou�h �ade. 11 p� [n s�rvlc�:� ai�d m.iln��in i��fllfle5 �nd L[onn Inl«5 fR�m �lsmnge nr debrk. I i2 Yalcicrt.ny nlgh� wnrk vr ma53 vlat�inpn� yhylllr¢ req���sieJ �[ ���Inn��um aF i-week advan nolia• far apvrov.l wiili Ihc Gty nf Furt W�nh nn�l6ufm R Mrponnell, I .3 PC shal� luinrt3� and Ins[+14 moan�aBle 4��k eprons end wundadout mo'w sinp IMWding huF �al �Im�[¢�1 I�++��+g�•+�� �I•ibilii•�ti{�i�, i�6a+, C�«�I��, uniy�llny, n![, M1 F'orm, plare aM 5nlsn alE dilvewayscalled iorin ihe Plans and SpedFcai!ons. Coordma[e with [3V[ ro i•isc�m wC��ade is wr�x�d ovcr �[ a wugh grade For Flnal s�6grade pmp hy pC. �S W im, place and Fenlsn a14 cu.r6and gveter along medlans, yaremeat edges, spli[ier isiands, Mc. [nal ue-ln[n [he new ar�d�or exlsEinR+oadwak afRnR�enL Fcrm ➢lare antl firAsh all sidev�alks and shared use valks we�sidc IhP i�ridgr sl+4�lurc �ncludin¢ 16 hu1 no[ Ilmited to the fine grad�ng vf s•shgrade, reinSorci�g, conc�ele, imishing, orpansivn and mnstrunlonJc,nss, sawing and sealln�, atc per [hc pl ans and speGFlraUv�s. kerelhe SCs7in11Jo�ni, y�oee ortd Jlnnh Ihe slde:�•nik up fo rtie erponsbnlo7n[ v[ S7A � lll •�.nR:m�lSTA 129� fT.9, Ihen PC ro drN7 rmd?owe! innlong m!h p�ovidirtg 1he exunR�imi Jnlnr nnei �exrlrin! f�c ne•_e�fnry [o r.enH.'�'� Nr� rerrm�nnie]si•leu�olk. Constr�ci all ramvsa�rl pcde�lrian crvssii�ps [v 6c wm�Fiin[ wilh ihc 1+Ir;� Apq 11 .equiremenls.:he sys[em aha11 6c eo.+�vlz[e nf suBA•adr p.rv+rativ�, reha.r, canc.rlr, finlsl�ing, delecti6le warning s�rtare, eic. as requ=red in ihe Plans and Sperif�a[ions. form, y.xr and firiish mam�enance dnrewxy, ramp anA access ga[e per hSainEenance liamp .r.i.F G•+i�• ael.iil along lhr 6ux cid��•rts.n :fiown in ifi�� N�ane. P[ to pronde all suhgade ]7 :tahil�ira�in�, �o��rre[e•, rr-h.tr, e�c..�x n�•�e•.Sx.vey �c� �h� pl�ris ar.d �i�e[if[afion:. CooNlnate wilh OVL fa e�+un• sul:�••+de+s hirned o�e� al a muehi gradr..l�•�.iiinn,:.s delern�vied eha�e. Kote tnls smpe ��f wvr4 ca�nut hr romp�eled ¢ntil the hca�lw.,�l:�ic mmpL•!c. � I Muinrervrnre d�irewuy f�lN+6e R"fhi[k. � Rlnng Ihn Fayl [��i nf �he PrnJ�rt Lnm STq 1d5�9a+n STh 141�.`•R.9� Ifie Panng Co�l�a[ttt��ll be res9on��hle for thC ccmvle[ed scvpe, includi.+x 6u1 nvi limi[rd In ihe 8�ading, {n�mlrig, 33 p�acln [h^_ ne�va�i [, seal�n„and hi[kI�iII�nP. as ne[cisary [[� g gnmcn p pro�id�• Ilir dedir,a�gd i�m I3ne and medlan aaess fo• sucress!ul drlve. _. �ne seal ali pavement join[s BeForc opening [o [ra1fN. ALidr Gy 1he Cu�itracl PacumenEs �A for sa�v cuiiing, sealing an9 caulking 1l�e pavemen[ assuv� as ca� he accvmrlished �vllhvu[ Jamagr ��:I:e paremert[, regardless of tlme oFday or wea[Ter condilivns. ARer hours work lo hr ��.�h�rit[lc�f for apymval In advanre. I ly I� k�nrr�l, [hc M+�king an�i Slgiiage [ni+fraapr (Mi[j xo proc�ide ail roadwaysinplr� and d�+eaiMal arcnwY fry �hr Mew y+m'+neni. I �U PC [o do a Fna� 5nrr1 swccv. �nc3uding [h�• hndgc II��Liure, nfim 1n �w�ingwert6e madway [c lh=MSC. PC tu fom�, plare and }inish'he C221 railiny aWng Ihc inp � Ihc M5C re1:��ningwallc,.nd 1'ead�vaals as shvwn in [he ContrzcS [3ac�men[s. Note [hai [he hCSC and Dre��ap C Cvmra[tors 17 eh�ill piovlJe rehar s�{�rups fo. fv[ure em6edment inlv thc new.aiiing to kr ulllked hy H�e PC well �; �cinporxry rading [o pro[ec[ the Fal� haxard unld ihe perma�eni ra�ling is ready �cr i�5[a4a:1u��. PC shall reinove end dlspose o� [!ie temparary raill�slmullaneouslywiih ihe ins[a4al:on n� �I�e nrw rnlling, I a. Plo[e tEre[ [h�5[�unurc� CO�+�rd�tw {5�j snd�llurnlsn and iiulall [hE Me[al Besm Gva[d Fence afong Ihe sou[iieest oildge appfoach s[ah. _ �_ r �r��eJ4FMYeepn WeW� i� � Iy�ira! - inM[ cnm�rcior fn oackfiC �rn•'. � .. i .. . , . ... Jr.i-ii�i�e i..y.l�•:. i�.�..... . �� -J •"-.....r... .••�i.�.i._: :urfa[inJ;�. .... � . . ,�I!er�;�li��� y+�icine Ir.r •i. nE � .i � . �.� .� . '1 Ra411rt( [xrr� .i . . ... .i .i. . ...i.. .i�1 rtn.iiwr'.:, i �i. .. . P4tocoo.dma[e wi[fi [he SC For [he Irns:tion of [he �ailmglrom C22f along [hc 1.55E Wal:s So 1& Ihe Bridge 5[�uclure. PC shalf provlde [he erpanslen and vr sphce}nlnt as revuired 6e:wecn lhe lwo s[r�clures :> detailed in [he faC61 �ombinulion �ail deta�ls aM per speuficatlens. YL' sha11 qulxkW+rrnuYe forn�s, Jehrls, e��ess concre�e was�e, eic. Irmn Back �T new conve[e i9 to aHow xece5+ �u� [fic I..�n6cc�per [a emLank xn�ly�la�,r �npseil. Prini ii� L nd�caNe� �dwci�ig s[flls, PC �h�ll rcm�rlia�� rriy vo�di or I�o�[y[ombs pe� [���• «fv;���l �pccili���l�n�, � Urainage [ontracior �nd Sanitary Sewnr CONrec[or shal] �aise new m�nhotes io Finishedgrade, 2� omAle[ed and han�Fed wer, thc 1'C shall presume respnnsl��IliY �c inaio[ain g�aCc and no[ darnayP c[�iiiiu�r„ ilii�ulJ Jam�$P orr:ii�, i� wlll he �I�e (n�[ ��f �1ie PC 1�+*P4 ��� ��� rpa6Jus1 �ne ti,���.n,r�•. n, a,e amr,�• rr.v.,t�a�. t4h r+r e si.� inY. �� �'ms, ma nhvl��, ar sG ur[u.rs arc cM1Cou�Mi Cd, �1;1�u11 6C 1 he rraM�n+�hnily nf 21 Ilyr P[ w adjwt lo fln�shed pavemem erade privrto newconcrc[e placemenL �OVantitics �rnviAcdj CiVC snail 6ackllll roadway and em6ank{nto [he W[vrc HemvhlA a6ignment at?:1 Max aa �`�nsition Irom rough graAe lo eaisting grade as shvwn on ihe plans. PC shail Wrnish and Irs[al[ U�e road hasetransl:lon Frum krerman l0 lfemphll! worth a�d Sou[h upon comvletlon of [n e roadway pavemeM, _ � n[ ihe iiamlllnnc f�mn F.ve�rnan I� ileinp!�IIf Nprfh and ;outh PC 5liall f�rnlsh and lnsiall [!�e �; I��w-pin�ilr � nncr.�P 6artief+wlP� refleclorx priw d�u1 ryp- ql6airlradPs �o rna�way oel��g cpenrd I�� Ihrioughoraffir„ I Pav:nR �o�l�aciur shal� hr and remaln �or the du�alivn v� Ihe P�tif¢cl a n�c���+l��i��l P�vinp �4 Lontra[FvrwiFhlheCi[yofFor[Wvrlh. Add:[ivnal nr s�ope specific irafFic con[rol o�[side wna[ �s shown in [he v�a��s shall5c Ihe re��onsV6lllty of [hat speclG c vrork packaqe [o ins[a11 and maimain. For scove specip� Tra}fir onlrol plans j I[P], tomrsclor shalllurnlsh ail malerials to pertorm [ne worl incEud4ng e siampetl [[Y provlded Ly a thbd parly Engfncer in the Sta[e oE iexas. _ All OrivewaYs shall tre 8'�lheck From 5[a 127.W.00tvSta 137 on ihenorth sidc vf F�rma� Rc+aq ltMrr'•.+�� [ teting power . ilne [hat is HDT to be removed and IS LIVE. Conslruclion ac[ivlti@s a�ov�d puwrr li�ms sha�l4e •n compliancc wkh OSHAstandards and 6y 5urn, & McOvnncll i{ealt!. & Safcly A1an. f in lhc Cvnt�h[ Orarrings and Spe=iliwtius+s, lhe �?e nj "Ru.[r:µ'[vr" cp•.II meen I"Sunr�mra�mrl6�derr•'. I CIarlHcailons � Na [emporary services are prov:ded ai Ihese carnirucHon siics. 13idde+e �rin he respnmi6le Iw 1 pro�idine all remporary Fn�irer, [empnrary waicr and lempvrary IightirtRas ncedrd ta perform �nc scopc of �vork. I]esly e ullder wili Foride [empvraro [o:lcls for usc onsrte. _� . rcm[e ni cna�rel��ilcaned Irom equ�pmen[ m�s1 6e colixl� and disposed oF 2 Pk:�F'-���v' �� n�[ plare dlsaosed con.m[e on or hury on slt�•. Wash wa[er is not availahie, and I�i.ida� wd4 Le �esponxi6'e fnr proriding washwa[er as needed. Con[ammen[ oFwash waler �nd di�s�ns:.l i� �y; fcsnon¢ibil�ly�E Ihcla�lder, 3 ulJdpr 3c rior �u ��ray unl��o� perform any woM on adJacenr propert�es nct curren[ty wllhla Fne puhlm A WJ n� p�uvid�dl��n�porary r_nnsu��Wn C:i�mems. Y/N �e� y�s i� �P � �.J a Perform exviaa�ory ercavation as neressan ia ver�v.m �ne scvne nf wnrk. SuEcon�actorwlll be respo�sihle [oldenl:Fy and mnFi�m lield lo�atlons of anY �isling ut"slilies, caLles, pipe'ines nr o�her hurad uillIIies loca[ed wi[hen lhe work ione. It will 6e ihe 5 *r+pu�s:iilli�y nf xll Ginanrs �o nxncNc Ih�• wn�k wrtAuu[ �amage m[hls exisnng inFras[r�riu�e. 5u 6rv�tr�����r.•rill hea• ;he r.�b[ ol �he repair�r rePlaen��em of airy Jemage 10 exlsling u[l{IGes 9ue [o lhP�r acli�Nics w41.1� tl�r cnrt�[rv�f ion ama. Sutcvntraxtors vnt:. any conue[e scope wll! he requlrPd ro es[a6Sl�h, main�ain arW ��mov: E washou[s [hrovQhoa[ ihe IiFe of thefr scvpe. Upvn scvpe corn➢Ieti�r, �oni.arinrs wi11 vncre2 all �vashou:s anA rx[urn the a.ea [a Rs ortg�nal xondltivn. [No washou! ean he 1¢caMd �vlih�n [6c Ilovd plaln.] AI� Suhconiractnn w•II 6e reyulre6lv uti�lxe ihe Prxwe we6eiiel�rsuh�niSslD�� �H R��'E, 7 Su6mItta1lMarmailon, Con[�ax[m Peports, and Dailylogs. AccesS [o tM1e Fums �1 h�cUnn�rll Procore weLsi[e ��141 he made availaGle 4ythe Pro�ec[ Stafl vnre [hefon[rau has Leen F.ec�red. S Provlde dust convoi as �equircd. i � 9 M1ckno'wledge aiM consider lhe geotechnlcal repwtlnduded in [he Cv�t.xi �or�+mrnts. � f0 P�ovlde swvey and layou[ fora�l work lncluded under Nis scope. f]eslgn BuifCer [o p�oride �ufVi`y ������*�ol pnln[5 Ntln�tu [ommen[�inen! of tvo�k. _ ll Suhcnmractor shal' providc al leas[ 96-h. �u!kc ev the f]esipn Puildc� Inr a�y dclwer3e:, __ _ egnlpmevl or n�aierial_prinr lo a•rrvai a[ [hc �06 site. Prio• 1v s1 n �Si �y, �vv�k, Sy6� nn� i aunrs .i re rr¢uli i•n �n �ir n�Wc wni k ryl ar.s Je[all�ns ihel r steps i� �ec���ea m� �o�s�.��uw, oi .ir w��k n�•m,. n,r w�,. �i.,�•.:r�.,r. i,�ri���P �i,e �oN :,�rriy.,�e q�afrtV s[ems alvng .�[� a dr[aikd I:s[ n� ihc s[rp: lo pc.l n•m � hc wn� k a��d +h•i II h�• .�i6rninrd F �veek pnor [o �vwk cvmmendng. Pmvidc a�d m:���:lain arry E:�1i•�y m�ayur�••. �Ppf:, yoh� Jc 5•�In�y nghes, hiekvp alsrms, � 13 6arrl[ades, e[[.j �u� ihr sa�� e�u�io� o� th� wprk in�i a� �i�q�i;ra�:f !ry 6ui�i5 fL M[O�n�e31 �� HeaHh & Sa'ety.'lan and UPftR Provlde.ed'Ine rnarkups.and As�Buli[ locations and e:evallcns of all wo.k In.�'all�r� wqld� �hls jj // Id wo�k pazkage In an IiMustry standard fcrma[ detai!ing Svrveyed:lne and �rade n�,�ll inc�alled {/�� w�i�Y al in�ervals not �o exceed 50 ilnear fce[ or more detalled, as nernssary. l �5 5ubco.+lr•��e�or lo pronlde per [h�.ryeciFcativ s aN scope speGfirowner [raining, startup, �/ rumm+ssimiing a�d oRM M:inuals as rpqulind. �L��� vm I N A1 I A2 � A3 I aa I � I R5 j R] AddRlSemalcs :urnlsh and install �oyy�il alvn¢ 6ack o{cur6, sidewalN s, aq �ren spxce.. el�. �p Nl��e 7emporary Cons[ruction Easement �7CE�. Furnfsh and in�tall [he Metal �Pam c���d F�nM alW�g [ne.D��lneast hrrGge approachs{ah. r nish and I.n[all B" ol Flez6a�e In Imu o! �im�b6i�ixaiinn �_sxt�•���s �f prnJecl. �c mn, saw Cn«�ng an� dispuse oFall e:�s[ing conuc�e [rom approc SFa 136•55.60 �0 5[a �76w.a.cin, oemo, S�v� ��t[�ng and d�svose vf al1 exisE�ng concre[e i�om approx.SW 137�29.[R7l�� aryprod. SW l4ltsu.ew as sdown irt Convac[ �oeumen[s. fle ino, sarr cutGn� and d�puse vl aH crishng concrele and'aaphal! 1rnl� St� lu5 We.59 to aPp��. s, a ao� ��o.00 : s:no�� �� eoat�:�e og«mg�t:. Devue4 in [e �f ul �yufY il rei5 �ing powei I ine s j,ippr�k. 5fe 177 —approx. S�a i37j are removed hy ofhe.c. V� � �� � Y�JP�? 1' � PS �3 Y�s ofscusslonlPthcrnetes� YIH .�n...i.in•� U,�., rinm Eripvf pAvemarctive.klnKiaPvr�� 7�•! CommenL� —� �Y ^�i�r �7�Jr _i��l r rommvn�s •,iM ,g14 1 .� a,;��i�e �ommenss r �.x n�rp.� .� ... ii�..��.. ii< x�f... I . . i .. .. .. . `'Ii���i ��. • . IVaving plan IMo�l�ira�lt�ii5 � Ear�l�ik OfSc�ii��on " E4:I.IC'alln�[allall� " Concre[e Wa�hoin [n�,c:n icrms & ionditions I I J � r.::.��i�.� -- - - — � �� � �� Li: �•p:n�.trted Inr h�n�Aupi nn �x��.r�� �cl�._.n,� p:lzr., r.r:arli��,y nla�.� �:iv�med wllf i Swu mnh.l�rallc:�c �nel .�lillarie � pedi NA� SuppUcr m{le�e o� a GaErh p1an1 A� �urnM 1 one for rarh ��de ! E �sf/W e�1f ' C� �x•n to dluusslon m� addllfone•- carthwurl ' wAI le[ us inaq ����•= �I� ilciPy c��� lurw aro�ind �fi eanhwmk yrlein6 �[e��Ll�u�cry�l pl iu.tweei� Wdlwalkrtro��liAp7a�k • rn5=_ n fw +� �'- µ5r 11anellrs snm .�+nr+ ti•+ � � K••drr rerclalM Ic .an I1wm L y.pyr i I� ����r31 phaud a� �aupti �rade • �hpn Ilmo •a�i: ��• ' � � :,i:lAS=i�ii::lr�y���huu[pX.��iuwRcoMaa]urs:�.::.� I C S `iil�r-�.i .���y ir fiiei. ��.�ili •..i�..i��i�. ua�e ���/� Y `� BU R N S Extension of Everman Parkway iN�DONNELL 1.D.3.B — S-3210 Paving and Site Concrete — Scope of Work Bid Package 1.D.3.B — S-3210 Paving and Site Concrete — Scope of Work Furnish all necessary labor, material, equipment, and incidentals to perform the Work. The major scope of Work in this project includes, but are not limited to, the following: Work Summary 1. Furnish and install all traffic control, concrete and steel railing and road paving, including but not limited to stamped and colored concrete medians, concrete pavement, driveways, curbs, sidewalks, and shared use path, etc. as required by the Plans and Specifications. 2. Paving Contractor (PC) shall be responsible for the installation and maintenance of the general site traffic control as shown in the plans and in accordance with Texas MUTCD. Additional or scope specific traffic control outside what is shown in the plans shall be the responsibility of that specific work package to install and maintain. 3. Provide a complete subgrade system of either lime stabilization and or flex base as shown in the contract documents. Civil Contractor (CIVC) shall turnover the Rough Grade from there the PC shall lime stabilize or place Flexbase were required. a. Note PC shall verify grades and note any deficiencies prior to the rough grade acceptance to Burns & McDonnell. Once rough grade is accepted and turned over by the CIVC it shall be maintained by the PC until pavement is completed. Any issues needing to be repaired shall be on the PC at no additional cost. This includes active dewatering and ensuring positive drainage while subgrade stabilization and paving is underway. 4. Rough Grade shall be defined as follows: a. Rough Grade under Paving and Medians: i. In areas where Lime Stabilization is to be used, Rough Grade shall be to bottom of pavement (±0.10-in). The Rough Grade elevation should be continued through the median. ii. In areas where Flexbase is to be used, Rough Grade shall be 8inchs bellow bottom of pavement (±0.10-in). Rough grade for medians shall remain at the bottom of pavement elevation (±0.10-in). b. Rough Grade under sidewalks i. Rough grade under sidewalks shall always be bottom of sidewalk (±0.10- in). c. Rough Grade under driveways i. In areas where Lime Stabilization is to be used, Rough Grade shall be to bottom of driveway pavement (±0.10-in). ii. In areas where Flexbase is to be used, Rough Grade shall be 8inchs bellow bottom of driveway pavement (±0.10-in) from the roadway tie-in to 12-inches from back of curb. For the remaining driveway limits, Rough Grade shall be to bottom of driveway pavement (±0.10-in). d. Green Spaces i. Rough grade shall be 2-inches below top of grade (±0.10-in). e. Roundabout i. Rough grade shall be to bottom of hardscape (±0.10-in). Page 1 of 6 � BURNS �M�DONNELL 5. 0 7 8. 9. 10 11 12 13 14 Extension of Everman Parkway D.3.B — S-3210 Paving and Site Concrete — Scope of Work Due to the straps for the MSE, Lime Stabilization is not allowed and Flexbase shall be used instead. Areas that require Flexbase due to MSE Restrictions are as follows: a. Sta 116+78.83 to abutment West of UPRR. b. Sta 133+20.74 to abutment East of UPRR. Along East Abutment, MSEC shall backfill and rough grade under paving and sidewalk from the Eastern abutment to Sta 133+20.74. Backfill within roadway will be responsibility of MSEC due to limits of the necessary structural backfill zone for the earth reinforced straps. CIVC to own cut and fill to rough grade for roadway, sidewalks and driveways from Sta 133+20.74 to Sta 136+94.00. Form, place, finish and cure the new roadway pavement including but not limited to the reinforcing steel„ construction and expansion joints including baskets, dowels for curb and gutter, sawing and sealing of joints, etc. a. Note the bridge deck pavement will be the responsibility of the Structural Contactor (SC) including the area from STA 121+00.08 to STA 129+17.91. The subgrade leading up to the approach slab will fall on the PC to perform stabilization measures in preparation for pavement. SC shall form, place and finish the concrete pavement up to the expansion joint, then PC to drill and dowel in along with providing the expansion joint and sealant as necessary for the pavement connection at STA 121+00.08 and STA 129+17.91. b. For the construction of the new pavement limits from STA 105+48.69 to approx. STA 107+80. Note that this portion of Work will impact the main thoroughfare for the Parkway Elementary School. The PC shall not interfere with the school and acknowledges the work will be constrained to the summer months outside of the active school year. If the PC elects to machine place the roadway pavement, additional excavation and re- embankment for slipform machine will be the responsibility for the PC. The CIVC will backfill the rough grade below pavement and sidewalk elevations. From there, PC shall create necessary means of access for equipment and machinery. PC shall be responsible to restore all areas back to rough grade. PC to protect and maintain utilities and storm inlets from damage or debris. Note that any night work or mass placement shall be requested at a minimum of 1- week advance notice for approval with the City of Fort Worth and Burns & McDonnell. PC shall furnish and install mountable truck aprons and roundabout mow strip including but not limited to subgrade stabilization, rebar, concrete, doweling, etc. Form, place and finish all driveways called for in the Plans and Specifications. Coordinate with CIVC to ensure subgrade is turned over at a rough grade for final subgrade prep by PC. Form, place and finish all curb and gutter along medians, pavement edges, splitter islands, etc. that tie-into the new and/or existing roadway alignment. Form, place and finish all sidewalks and shared use paths outside the bridge structure including but not limited to the fine grading of subgrade, reinforcing, concrete, finishing, expansion and construction joints, sawing and sealing, etc. per the plans and specifications. a. Note the SC shall form, place and finish the sidewalk up to the expansion joint at STA 121+00.08 and STA 129+17.9, then PC to drill and dowel in along with Page 2 of 6 `� BU R N S Extension of Everman Parkway iN�DONNELL 1.D.3.B—S-3210 Paving and Site Concrete— Scope of Work providing the expansion joint and sealant as necessary to connect the remaining sidewalk. 15. Construct all ramps and pedestrian crossings to be compliant with the latest ADA requirements. The system shall be complete of subgrade preparation, rebar, concrete, finishing, detectible warning surface, etc. as required in the Plans and Specifications. 16. Form, place and finish maintenance driveway, ramp and access gate per Maintenace Ramp and Gate Detail along the box culverts as shown in the plans. PC to provide all subgrade stabilization, concrete, rebar, etc. as necessary per the plans and specifications. Coordinate with CIVC to ensure subgrade is turned over at a rough grade elevation, as determined above. Note this scope of work cannot be completed until the headwall are complete. a. Maintenance driveway shall be 8" thick. 17. Along the East End of the Project from STA 136+94 to STA 142+50.04 the Paving Contractor will be responsible for the completed scope, including but not limited to the grading, forming, placing the new alignment, sealing, and backfilling as necessary to provide the dedicated turn lane and median access for successful drive. a. PC shall own traffic control per the Traffic Control Plan in the Contract Documents. 18. Saw and seal all pavement joints before opening to traffic. Abide by the Contract Documents for saw cutting, sealing and caulking the pavement as soon as can be accomplished without damage to the pavement, regardless of time of day or weather conditions. After hours work to be submitted for approval in advance. 19. In general, the Marking and Signage Contractor (MSC) to provide all roadway striping and directional arrows for the new pavement. 20. PC to do a final street sweep, including the bridge structure, prior to turning over the roadway to the MSC. 21. PC to form, place and finish the C221 railing along the top of the MSE retaining walls and Headwalls as shown in the Contract Documents. Note that the MSE and Drainage Contractors shall provide rebar stirrups for future embedment into the new railing to be utilized by the PC as well as temporary railing to protect the fall hazard until the permanent railing is ready for installation. PC shall remove and dispose of the temporary railing simultaneously with the installation of the new railing. a. Note that the Structures Contractor (SC) shall furnish and install the Metal Beam Guard Fence along the southeast bridge approach slab. 22. PC to coordinate with the SC for the transition of the railing from C221 along the MSE Walls to the Bridge Structure. PC shall provide the expansion and or splice joint as required between the two structures as detailed in the TxDOT combination rail details and per specifications. 23. PC shall quickly remove forms, debris, excess concrete waste, etc. from back of new concrete to allow access for the Landscaper to embank and place topsoil. Prior to Landscaper placing soils, PC shall remediate any voids or honeycombs per the project specifications. 24. Drainage Contractor and Sanitary Sewer Contractor shall raise new manholes to finished grade, once completed and handed over, the PC shall presume responsibility to maintain grade and not damage structure. Should damage occur, it will be the cost of the PC to repair and readjust the structures to the proper elevation. Page 3 of 6 `� BU R N S F�ctension of Everman Parkway iN�DONNELL 1.D.3.B—S-3210 Paving and Site Concrete— Scope of Work 25. Where existing valves, manholes, or structures are encountered, it shall be the responsibility of the PC to adjust to finished pavement grade prior to new concrete placement. a. PC to account for the following Manholes, valve risers, and meter box that will fall in the paving, median or sidewalk and will need to be adjusted to match final grade. i. Manholes — 5 ii. Valve risers — 6 iii. Meter box - 1 26. CIVC shall backfill roadway and embank into the future Hemphill alignment at 4:1 Max transition from rough grade to existing grade as shown on the plans. PC shall furnish and install the road base transition from Everman to Hemphill North and South upon completion of the roadway pavement. 27. At the Transitions from Everman to Hemphill North and South PC shall furnish and install the low-profile concrete barriers with reflectors prior to roadway being opened to through traffic. a. PC to also furnish Typ. III barricades that are to be behind and additional to the low-profile concrete barriers with reflectors. 28. Paving Contractor shall be and remain for the duration of the Project a prequalified Paving Contractor with the City of Fort Worth. ADD ALTERNATIVE 1. Furnish and install topsoil along back of curb, sidewalks, all green spaces, etc. up to the Temporary Construction Easement (TCE). 2. Furnish and install the Metal Beam Guard Fence along the southeast bridge approach slab. 3. Furnish and Install 8" of Flexbase in lieu of lime stabilization for extents of project. 4. Demo, saw cutting and dispose of all existing concrete from approx. Sta 136+55.00 to Sta 136+94.00. 5. Demo, saw cutting and dispose of all existing concrete from approx. Sta 137+29.00 to approx. Sta 142+50.00 as shown in Contract Documents. 6. Demo, saw cutting and dispose of all existing concrete and asphalt from Sta 105+48.69 to approx. Sta 107+20.00 as shown in Contract Documents. 7. Deduct in cost of work if existing powerlines (approx. Sta127 — approx. Sta 137) are removed by others. CLARIFICATIONS 1. Additional or scope specific traffic control outside what is shown in the plans shall be the responsibility of that specific work package to install and maintain. For scope specific traffic control plans (TCP), Contractor shall furnish all materials to perform the work including a stamped TCP provided by a third party Engineer in the State of Texas. 2. All Driveways shall be 8" thick 3. From Sta 127+00.00 to Sta 137 on the north side of Everman Road, there is an existing power line that is NOT to be removed and IS LIVE. Construction activities Page 4 of 6 `� BU R N S Extension of Everman Parkway iN�DONNELL 1.D.3.B—S-3210 Paving and Site Concrete— Scope of Work around power lines shall be in compliance with OSHA standards and by Burns & McDonnell Health & Safety Plan. 4. In the Contract Drawings and Specifications, the use of "Contractor" shall mean "Subcontractor/Bidder". GENERAL INFORMATION No temporary services are provided at these construction sites. Bidders will be responsible for providing all temporary power, temporary water and temporary lighting as needed to perform the scope of work. Design Builder will provide temporary toilets for use onsite. 2. Excess concrete or concrete cleaned from equipment must be collected and disposed of properly. Do not place disposed concrete on or bury on site. Wash water is not available, and bidder will be responsible for providing wash water as needed. Containment of wash water and disposal is the responsibility of the bidder. 3. Bidder is not to stray onto or perform any work on adjacent properties not currently within the public ROW or provided temporary construction easements. 4. Perform exploratory excavation as necessary to perform the scope of work. 5. Subcontractor will be responsible to identify and confirm field locations of any existing utilities, cables, pipelines or other buried utilities located within the work zone. It will be the responsibility of all Bidders to execute the work without damage to this existing infrastructure. Subcontractor will bear the cost of the repair or replacement of any damage to existing utilities due to their activities within the construction area. 6. Subcontractors with any concrete scope will be required to establish, maintain and remove concrete washouts throughout the life of their scope. Upon scope completion, contractors will remove all washouts and return the area to its original condition. a. No washout can be located within the flood plain. 7. All Subcontractors will be required to utilize the Procore website for submission of RFI's, Submittal Information, Contractor Reports, and Daily Logs. Access to the Burns & McDonnell Procore website will be made available by the Project Staff once the Contract has been executed. 8. Provide dust control as required. 9. Acknowledge and consider the geotechnical report included in the Contract Documents. 10. Provide survey and layout for all work included under this scope. Design Builder to provide survey control points prior to commencement of work. 11. Subcontractor shall provide at least 48-hr notice to the Desing Builder for any deliveries, equipment or material, prior to arrival at the job site. 12. All temporary shoring and or trenching shall be designed, signed, and sealed by a licensed Texas Professional Engineer. 13. Prior to starting work, Subcontractors are required to provide work plans detailing their steps required for construction of all work items. The work plans shall include the top safety and quality items along with a detailed list of the steps to perform the work and shall be submitted 1 week prior to work commencing. 14. Provide and maintain any safety measures (PPE, vehicle safety lights, backup alarms, barricades, etc.) for the safe execution of the work and as required by Burns & McDonnell Health & Safety Plan and UPRR. Page 5 of 6 `� BU R N S Extension of Everman Parkway iN�DONNELL 1.D.3.B—S-3210 Paving and Site Concrete— Scope of Work 15. Provide redline markups and As-Built locations and elevations of all work installed within this work package in an industry standard format detailing surveyed line and grade of all installed work at intervals not to exceed 50 linear feet or more detailed, as necessary. Subcontractor to provide per the specifications all scope specific owner training, startup, commissioning and O&M Manuals as required. Page 6 of 6 � BURNS �M�DONNELL F�ctension of Everman Parkway 1.D.8.B — S-3217 Marking and Traffic Signage — Scope of Work Bid Package 1.D.8.B — S-3217 Marking and Traffic Signage — Scope of Work Furnish all necessary labor, material, equipment, and incidentals to perform the Work. The major scope of Work in this project includes, but are not limited to, the following: WORK SUMMARY 1. Marking and Signage Contractor (MSC) shall be responsible for the removal existing and installation of new roadway signing as required per the plans, specifications and Texas MUTCD. 2. Removal of existing striping and pavement markings as shown in the Plans. 3. Furnish and install all pavement markings including but not limited to raised pavement markers, lane and roundabout ledged arrows, thermoplastic pavement markings, etc. as noted in the Contract Documents. 4. Removal of existing roadway signage and foundations, as necessary, per the plans and specifications. 5. Drill, furnish and install all the Project permanent roadway signage, bolts, foundations, etc. per the Contract Documents and in accordance with Texas MUTCD. � 7 � �7 10 Prior to installation of roadway signage, MSC shall layout all roadway signage with stakes to verify the final location and line of sight prior to installation of permanent materials. Marking and Signage Contractor shall positively identify any existing or new utility within the foundation footprint. If a utility conflict is identified within the foundation, contractor to notify the Burns & McDonnell as soon as possible to determine the necessary shift to ensure compliance with Texas MUTCD. MSC shall be responsible for furnishing and installing the Rectangular Rapid Flashing Beacon (Solar) assemblies including but not limited to all parts, grounding, push buttons, etc. to have a complete solar power system. Note that the Paving Contractor to saw and seal all roadway pavement, upon completion Marking and Signage contractor to begin surface prep for furnish and installing pavement striping. Once the roadway is handed over and accepted by Burns & McDonnell from Paving Contractor the Marking and Signage Contractor shall be responsible for any additional cleaning or sweeping of the roadway to ensure quality installation of pavement markings. Should the scope of work extend outside the project Traffic Control limits, the Marking and Signage contractor is to provide necessary flaggers and or scope specific traffic control to ensure crews are protected while performing the work. a. Traffic control outside what is shown in the plans shall be the responsibility of that specific work package to install and maintain. For scope specific traffic control plans (TCP), MSC shall furnish all materials to perForm the work including a stamped TCP provided by a third party Engineer in the State of Texas. CLARIFICATIONS 1. In the Contract Drawings and Specifications, the use of "Contractor" shall mean "Subcontractor/Bidder". Page 1 of 2 �BURNS �M�DONNELL GENERAL INFORMATION Extension of Everman Parkway 1.D.8.B — S-3217 Marking and Traffic Signage — Scope of Work 1. No temporary services are provided at these construction sites. Bidders will be responsible for providing all temporary power, temporary water and temporary lighting as needed to perform the scope of work. Design Builder will provide temporary toilets for use onsite. 2. Excess concrete or concrete cleaned from equipment must be collected and disposed of properly. Do not place disposed concrete on or bury on site. Wash water is not available, and bidder will be responsible for providing wash water as needed. Containment of wash water and disposal is the responsibility of the bidder. 3. Bidder is not to stray onto or perform any work on adjacent properties not currently within the public ROW or provided temporary construction easements. 4. Perform exploratory excavation as necessary to perform the scope of work. 5. Subcontractor will be responsible to identify and confirm field locations of any existing utilities, cables, pipelines or other buried utilities located within the work zone. It will be the responsibility of all Bidders to execute the work without damage to this existing infrastructure. Subcontractor will bear the cost of the repair or replacement of any damage to existing utilities due to their activities within the construction area. 6. Subcontractors with any concrete scope will be required to establish, maintain and remove concrete washouts throughout the life of their scope. Upon scope completion, contractors will remove all washouts and return the area to its original condition. a. No washout can be located within the flood plain. 7. All Subcontractors will be required to utilize the Procore website for submission of RFI's, Submittal Information, Contractor Reports, and Daily Logs. Access to the Burns & McDonnell Procore website will be made available by the Project Staff once the Contract has been executed. 8. Provide dust control as required. 9. Acknowledge and consider the geotechnical report included in the Contract Documents. 10. Provide survey and layout for all work included under this scope. Design Builder to provide survey control points prior to commencement of work. 11. Subcontractor shall provide at least 48-hr notice to the Design Builder for any deliveries, equipment or material, prior to arrival at the job site. 12. Prior to starting work, Subcontractors are required to provide work plans detailing their steps required for construction of all work items. The work plans shall include the top safety and quality items along with a detailed list of the steps to perform the work and shall be submitted 1 week prior to work commencing. 13. Provide and maintain any safety measures (PPE, vehicle safety lights, backup alarms, barricades, etc.) for the safe execution of the work and as required by Burns & McDonnell Health & Safety Plan and UPRR. 14. Provide redline markups and As-Built locations and elevations of all work installed within this work package in an industry standard format detailing surveyed line and grade of all installed work at intervals not to exceed 50 linear feet or more detailed, as necessary. 15. Subcontractor to provide per the specifications all scope specific owner training, startup, commissioning and O&M Manuals as required. Verified against BMcD estimate. In alignment. No verification meeting due to scope, duration, and schedule of Work. Page 2 of 2 �� BURNS Everman Parkway ��M� DON N E LLA B�d Package 1.D.1.A - 5-3232 Retaining Walls CORIp3fly: Coppell Construction Co Inc. 1 1 2 3 4 5 6 7 IPRICE/QUANTITY EVALUATION QTY to Discuss Qty UoM Comments Mobilization 1 LS =ea-viseoPaiaNca.z�.zs Embankment (MSE Backfill Reinforeced Zone) 12600 CY MSE Retaining Wall 20784 SF Mowstrip 35 CY Pipe Underdrains 1400 LF Anti-Graffiti Coating (TP III) X 22404 SF Embankment in non-reinforced zones X 5000 CY HeVISED c1UANTl iv � IALTERNATIVE SCOPE Backfill & Rough Grade East Abutment to STA Deduct in cost of work if power line (Sta127 to Sta137) to be removed by others. I C221 Rail Installation � Deduct for multiple work packages � � Performance & Payment Bond Rate � � Percentage of M/WBE Utilization I Project is Tax-Exempt on Permanent Materials - is tax included on your unit rates? Bid validity period 120 calendar days I � IW/MBE Utilization Are you a first tier W/MBE Contractor? CoFW MBE Utilization Forms - can be submitted upon request? � Percentage of M/WBE Utilization I ** Can they provide Good Faith Effort is necessary? � � IS-3232 Retaining Walls - Scope of Work MSE Contractor (MSEC) to furnish and install a complete MSE retaining wall system for Walls A(RWA�, B(RWB), C(RWC), and D(RWD) including, but not limited, to the excavation for the cast-in-place (CIP) leveling pad, anchor slab, CIP and or precast concrete wall elements, associated earth reinforcements, select backfill or other approved material as noted, wall drainage, underdrain, coping, and all other finishes as necessary to complete the wall system. Please note that the completed product must be uniform in color, texture, and finish for all the walls throughout the Scope of Work. Upon acceptance of precast shop drawings, MSEC to excavate and haul-off excess soils for the installation of the CIP leveling pad as required to obtain final grades based on panel alignment. Furnish and install a complete underdrain system including but not limited to the perforated pipe, filter material and filter fabric wrap as shown in the Contract Documents for the MSE retaining walls. Furnish and install all mmponents of the reinforced backfill adjacent to wall. Note that the MSEC shall provide a 1:1 soil wedge from the end of the reinforced backfill to proposed grade. The Civil Contrector (CNC) will continue the embankment from the 1:1 slope to rough grade as shown on the drawings. Note the Structural Contractor (SCJ shall install the drilled shaft foundations for the future abutments prior to MSE wall construction. SC will leave a corrugated metal pipe (CMPJ, or similar, for the MSEC to backfill around to ensure no future straps i are damaged by drilling. MSEC to ensure the is not damaged — if damaged Notice shall be given ASAP to Burns & McDonnell to ensure future bridge structure is not damaged. RWA falls within the flood zone and has special requirements for the backfill limits. From the MSE Walls underdrain to Elev. 719 the MSEC shall utilize TxDotType DS Backfill that is enclosed in a filter fabric up the limits of the structural backfill including the 2-foot extension beyond the strap length. This special backfill shall be utilized for the complete wall length from underdrain to Elev. 719 from RWA STA 100+00 to RWA STA 105+04. All structural backfill above the filter fabric at Elev. 719 shall be TxDot Type AS Backfill for remaining structural limit. Note that this will only be a special requirement for RWA. Areas directly below future C221 railing, MSEC will provide rebar s[irrups within the coping that will la[er be embedded into the railing system. MSEC to provide a temporary handrail system along top of wall. MSEC shall leave the temporary handrail in place until it is ready for removal and disposal by Paving Contractor (PC) while they install the permanent Q21 handrail. MSEC to backfill face of wall to a height minimum of 2-foot above top of leveling pad and tie back into existing grade as shown in Typical Section for MSE Retaining Walls. Form, place, finish and backfill new mow strip at the new grade elevation along the bottom of the MSE walls. Wall system shall have a uniform finish as noted in the Plans and Specifications. � Furnish and apply an anti-graffiti protective coating to face of all MSE Retaining Walls. I A1 A2 A3 A4 B1 7 1 2 3 4 5 6 � a 9 lo X X Y N Y v Y/N Y N Y Y Y Y Y Y Y Y Y No Pricing LS Na Pricing LS No Pricing LF 1 LS .64 % 1.75 % I Missing $50,000 WITH LOI WITHIN 60 DAYS TO LOCK IN PR �ING I 1.75 I Comments ^/a PAINT TRUCKING ONLY ASSUME RE-USE ON SITE BRIDGE & MSE WALL NEED TO BE BUILT BY SAME CONTRACTOR, IN ORDER FOR COORDINATION FOR DS AND EMBANKMENT. I Cost Adjustment PAY ITEM DBE SUB Along East Abutment, MSEC shall 6ackfill and Rough Grade under paving, sidewalk from the 11 Eastern abutment to Sta 133+20.74. Backfill within roadway will be responsibility of MSEC due to limits of the necessary structural backfill zone for the earth reinforced straps. 12 Rough Grade under Paving and Medians: Lime Stabilization is ta be used: Rough Grade shall be to bottom of pavement (± , 0.10-in). The Rough Grade elevation should be continued through the median. Flexbase is to 6e used: Rough Grade shall be 8-inches below bottom ojpavement ii (+0.10-in). Rough grade for medians shall remain at the bottom ojpavement elevation (t0.10-inf. 13 Rough Grade under Sidewalks shall always be bottom of sidewalk (±0.10-in). 14 Rough Grade under Driveways: Lime Stabiliza[ion is to be used: Rough Grade shall be to bottom of driveway i pavement (+0.10-inJ. Flexbase is to be used: Rough Grade shall be Sinchs below battom of driveway pavement (+0.10-inJ fram the roadway tie-in to 12inchs from back of curb. For the ii remaining driveway limits, Rough Grade sholl be to bottom of driveway povement (+0.10-inJ. 15 Green Spaces : Rough grade shall be 2in below top of grade (±0.10-in). 16 Roundabout: Rough grade shall be to bottom of hardsmpe (t0.10-inJ. 1� Due to the straps for the MSE. Lime Stabilization is not allowed and Flexbase will be used instead. Areas that require Flexbase due to MSE Restrictions are as follows: i Sta 116+78.83 to abutment West of UPRR. i i Sta 133+20.74 to abutment East of UPRR. Cl There will be no map of Texas emblem into a wall panel next to each bridge abutment. MSEC shall NOT include Texas Emblem in Bid. Cz In the Contract Drawings and Specifications, the use of "Contractor" shall mean "Submntractor/Bidder". From Sta 127 to Sta 137 on the north side of Everman Road, there is an existing power line C3 that is NOT to be removed and IS LIVE. Construction activities around power lines shall be in compliance with OSHA standards and 6y Burns & McDonnell Health & Safety Plan # IAdd Alternates Along East Abutment. MSEC shall backfill and rough grade under paving, sidewalk and A1 driveways from the Eastern abutment to Sta 136+94.00. Backfill within roadway will be responsibility of MSEC. This smpe shall include the demolition of the existing pavement, rough grading the driveways, sidewalk and roadway. i Rough Grade shall be as defined above. Note that Eost of approx. STA 126+00 CIVC will awn the cut fill and embankment ii of drainage easements. AZ MSEC to provide add alternate to furnish and install the permanent Q21 Railing along the top of MSE retaining walls. A3 Deduct in cost of work if existing powerlines (approx. Sta127 — approx. Sta 137) are removed by others. �Discussion/Other notes: WE WILL ROUGH GRADE ALL OF OUR BID ITEMS TO THE NEXT CONTRACTORS BID ITEMS, TO AVOID OVERLAP. Y Y N N N N Y/N ROUGH GRADE WILL BE TO PAVING CONT ZACTOR PAY ITEM. WILL NOT INCLUDE FLEX BASE OR LIME. Stt ABOVt. I HIS AV0117S OVtF2LAP. ROUGH GRAD6 GR66N SPAC6S, L6SS I OPSOIL CAN THE ROCK SELE �.T FILL fvIATERIAL BE USED HERE TO A�/OID MIXING �ATERIAL TYPES I Y Y Y Y/N N Y Y Y/N IComments I DEMO & FLEX BASE SEEM TO BE OTHER CONTRACTOR PAY ITEMS. WILL ROUGH GRADE TO OTHER PAY ITC—.il. PRICC SHOWN IN UPDATCD PRICING 4.21.25 Cost Adjustment $7,500.00 Comments � CostAdjustment n • � �� . 4.21.25 Signature: �i�'"�� l 1``" Date: v � BURNS �M�DONNELL F�ctension of Everman Parkway 1.D.5.B — S-3232 Retaining Walls — Scope of Work Bid Package 1.D.5.B — S-3232 Retaining Walls — Scope of Work Furnish all necessary labor, material, equipment, and incidentals to perform the Work. The major scope of Work in this project includes, but are not limited to, the following: WORK SUMMARY 1. MSE Contractor (MSEC) to furnish and install a complete MSE retaining wall system for Walls A(RWA), B(RWB), C(RWC), and D(RWD) including, but not limited, to the excavation for the cast-in-place (CIP) leveling pad, anchor slab, CIP and or precast concrete wall elements, associated earth reinforcements, select backfill or other approved material as noted, wall drainage, underdrain, coping, and all other finishes as necessary to complete the wall system. Please note that the completed product must be uniform in color, texture, and finish for all the walls throughout the Scope of Work. 2. Upon acceptance of precast shop drawings, MSEC to excavate and haul-off excess soils for the installation of the CIP leveling pad as required to obtain final grades based on panel alignment. 3. Furnish and install a complete underdrain system including but not limited to the perforated pipe, filter material and filter fabric wrap as shown in the Contract Documents for the MSE retaining walls. 4. Furnish and install all components of the reinforced backfill adjacent to wall. Note that the MSEC shall provide a 1:1 soil wedge from the end of the reinforced backfill to proposed grade. The Civil Contractor (CIVC) will continue the embankment from the 1:1 slope to rough grade as shown on the drawings. a. Note the Structural Contractor (SC) shall install the drilled shaft foundations for the future abutments prior to MSE wall construction. SC will leave a corrugated metal pipe (CMP), or similar, for the MSEC to backfill around to ensure no future straps are damaged by drilling. MSEC to ensure the is not damaged — if damaged Notice shall be given ASAP to Burns & McDonnell to ensure future bridge structure is not damaged. 5. RWA falls within the flood zone and has special requirements for the backfill limits. From the MSE Walls underdrain to Elev. 719 the MSEC shall utilize TxDot Type DS Backfill that is enclosed in a filter fabric up the limits of the structural backfill including the 2-foot extension beyond the strap length. This special backfill shall be utilized for the complete wall length from underdrain to Elev. 719 from RWA STA 100+00 to RWA STA 105+04. All structural backfill above the filter fabric at Elev. 719 shall be TxDot Type AS Backfill for remaining structural limit. Note that this will only be a special requirement for RWA. 6. Areas directly below future C221 railing, MSEC will provide rebar stirrups within the coping that will later be embedded into the railing system. MSEC to provide a temporary handrail system along top of wall. MSEC shall leave the temporary handrail in place until it is ready for removal 7. and disposal by Paving Contractor (PC) while they install the permanent C221 handrail. 8. MSEC to backfill face of wall to a height minimum of 2-foot above top of leveling pad and tie back into existing grade as shown in Typical Section for MSE Retaining Walls. Page 1 of 4 `� BU R N S F�ctension of Everman Parkway iN�DONNELL 1.D.5.B — S-3232 Retaining Walls — Scope of Work 9. Form, place, finish and backfill new mow strip at the new grade elevation along the bottom of the MSE walls. 10. Wall system shall have a uniform finish as noted in the Plans and Specifications. 11. Furnish and apply an anti-graffiti protective coating to face of all MSE Retaining Walls. 12. Along East Abutment, MSEC shall backfill and Rough Grade under paving, sidewalk from the Eastern abutment to Sta 133+20.74. Backfill within roadway will be responsibility of MSEC due to limits of the necessary structural backfill zone for the earth reinforced straps. a. Rough Grade shall be defined as follows: i. Rough Grade under Paving and Medians: 1. In areas where Lime Stabilization is to be used, Rough Grade shall be to bottom of pavement (±0.10-in). The Rough Grade elevation should be continued through the median. 2. In areas where Flexbase is to be used, Rough Grade shall be 8inchs bellow bottom of pavement (±0.10-in). Rough grade for medians shall remain at the bottom of pavement elevation (±0.10- in). ii. Rough Grade under Sidewalks 1. Rough Grade under Sidewalks shall always be bottom of sidewalk (±0.10-in). iii. Rough Grade under Driveways 1. In areas where Lime Stabilization is to be used, Rough Grade shall be to bottom of driveway pavement (±0.10-in). 2. In areas where Flexbase is to be used, Rough Grade shall be 8inchs bellow bottom of driveway pavement (+- 10th in) from the roadway tie-in to 12inchs from back of curb. For the remaining driveway limits, Rough Grade shall be to bottom of driveway pavement (+- 10th in). iv. Green Spaces 1. Rough grade shall be 2in below top of grade (±0.10-in). v. Roundabout 1. Rough grade shall be to bottom of hardscape (±0.10-in). b. Note that East of approx. STA 126+00 CIVC will own the cut, fill and embankment of drainage easements ditch up to the TCE the new tie-in point at Everman Parkway. 13. Due to the straps for the MSE, Lime Stabilization is not allowed and Flexbase will be used instead. Areas that require Flexbase due to MSE Restrictions are as follows: a. Sta 116+78.83 to abutment West of UPRR. b. Sta 133+20.74 to abutment East of UPRR. ADD ALTERNATIVE Along East Abutment, MSEC shall backfill and rough grade under paving, sidewalk and driveways from the Eastern abutment to Sta 136+94.00. Backfill within roadway will be responsibility of MSEC. This scope shall include the demolition of the existing pavement, rough grading the driveways, sidewalk and roadway. Page 2 of 4 �BURNS �M�DONNELL Extension of Everman Parkway 1.D.5.B — S-3232 Retaining Walls — Scope of Work a. Rough Grade shall be as defined above. b. Note that East of approx. STA 126+00 CIVC will own the cut, fill and embankment of drainage easements. 2. MSEC to provide add alternate to furnish and install the permanent C221 Railing along the top of MSE retaining walls. 3. Deduct in cost of work if existing powerlines (approx. Sta127 — approx. Sta 137) are removed by others. CLARIFICATIONS 4. There will be no map of Texas emblem into a wall panel next to each bridge abutment. MSEC shall NOT include Texas Emblem in Bid. 5 � In the Contract Drawings and Specifications, the use of "Contractor" shall mean "Subcontractor/Bidder". From Sta 127 to Sta 137 on the north side of Everman Road, there is an existing power line that is NOT to be removed and IS LIVE. Construction activities around power lines shall be in compliance with OSHA standards and by Burns & McDonnell Health & Safety Plan. GENERAL INFORMATION 7. No temporary services are provided at these construction sites. Bidders will be responsible for providing all temporary power, temporary water and temporary lighting as needed to perform the scope of work. Design Builder will provide temporary toilets for use onsite. F� � 10. 11. 12. Excess concrete or concrete cleaned from equipment must be collected and disposed of properly. Do not place disposed concrete on or bury on site. Wash water is not available, and bidder will be responsible for providing wash water as needed. Containment of wash water and disposal is the responsibility of the bidder. Bidder is not to stray onto or perform any work on adjacent properties not currently within the public ROW or provided temporary construction easements. Perform exploratory excavation as necessary to perform the scope of work. Bidder will be responsible to identify and confirm field locations of any existing utilities, cables, pipelines or other buried utilities located within the work zone. It will be the responsibility of all Bidders to execute the work without damage to this existing infrastructure. Bidder will bear the cost of the repair or replacement of any damage to existing utilities due to their activities within the construction area. Bidder with any concrete scope will be required to establish, maintain and remove concrete washouts throughout the life of their scope. Upon scope completion, contractors will remove all washouts and return the area to its original condition. a. No washout can be located within the flood plain. 13. All Bidder will be required to utilize the Procore website for submission of RFI's, Submittal Information, Contractor Reports, and Daily Logs. Access to the Burns & McDonnell Procore website will be made available by the Project Staff once the Contract has been executed. 14. Provide dust control as required. 15. Bidder acknowledges and considers geotechnical report included in the Contract Documents. Page 3 of 4 `� BU R N S Extension of Everman Parkway iN�DONNELL 1.D.5.B — S-3232 Retaining Walls — Scope of Work 16. Provide survey and layout for all work included under this scope. Design Builder to provide survey control points prior to commencement of work. 17. Bidder shall provide at least 48-hr notice to the Design Builder for any deliveries, equipment or material, prior to arrival at the job site. 18. All temporary shoring and or trenching shall be designed, signed, and sealed by a licensed Texas Professional Engineer. 19. Prior to starting work, Subcontractors are required to provide work plans detailing their steps required for construction of all work items. The work plans shall include the top safety and quality items along with a detailed list of the steps to perform the work and shall be submitted 1 week prior to work commencing. 20. Provide and maintain any safety measures (PPE, vehicle safety lights, backup alarms, barricades, etc.) for the safe execution of the work and as required by Burns & McDonnell Health & Safety Plan and UPRR. 21. Provide redline markups and As-Built locations and elevations of all work installed within this work package in an industry standard format detailing surveyed line and grade of all installed work at intervals not to exceed 50 linear feet or more detailed, as necessary. 22. Subcontractor to provide per the specifications all scope specific owner training, startup, commissioning and O&M Manuals as required. Page 4 of 4 � BURNS �M�DONNELL F�ctension of Everman Parkway 1.D.9.B — S-3290 Restoration — Scope of Work Bid Package 1.D.9.B — S-3290 Restoration — Scope of Work Furnish all necessary labor, material, equipment, and incidentals to perform the Work. The major scope of Work in this project includes, but are not limited to, the following: WORK SUMMARY 1. Provide and install all site landscaping including but not limited to, topsoil, sodding, seeding, plantings, and hardscape as required per the Plans and Specifications. 2. Landscape Contractor (LC) shall furnish and install topsoil along roadways, driveways, medians, bridge and sidewalks out to the extent of the Temporary Construction Easement (TCE). Topsoil shall conform to City of Fort Worth (COFW) specifications. 3. LC to provide any additional topsoil preparation as required by the Contract Documents. Note that if any fine grading is needed, the LC will be responsible for the finish grade prior to seeding or placement of sod. 4. Furnish and install sod as shown in the plans. Sod to be placed between back-of-curb and sidewalk, inside medians, and a minimum of 2-foot behind sidewalk unless adjacent to headwall or MSE wall. In areas adjacent to MSE wall or Headwall, LC shall furnish sod from back of sidewalk to face of wall. 5. LC shall not cover any ground boxes, handholes, etc. or disturb utility markers during installation of sod. Sod shall be placed around light poles and those existing structures for a clean finished product. 6. Any areas not specified to be sod shall be re-established (minimum 70% coverage or as specified) with seed. The LC is responsible for re-establishing vegetation within all areas disturbed by construction activities up to the TCE. 7. Furnish and install soil retention blankets as necessary to establish vegetation up to 8. 9. 10 11 12 the TCE limits. LC shall provide and source their own water for use on all sodded, seeded or hydro mulched areas and perform maintenance mowing until vegetation is established per specifications and accepted by the City. Use water that is clean and free of industrial waste and other substances harmful to the growth of vegetation. If watering is still occurring at the time of active traffic, LC shall provide all necessary measures to perform work around live traffic within the project limits. LC to prevent damage to vegetation, slopes, utilities, structures, and other amenities. Repair any damage areas within the right of way up to the TCE. Provide and document a licensed pesticide applicator for the treatment of insects, diseases, animals, and vegetation in conformance with the Texas department of Agriculture (TDA) in the appropriate use category. Furnish and install hardscape within the roundabout. LC shall take-over from an accepted rough grade. As necessary perform finish grade work and compact the subgrade prior to install of the weed blocker/filter fabric, decomposed granite, crushed limestone, river rock, etc. Samples of hardscape medium shall be submitted for approval prior to installation. a. Note the Paving Contractor shall furnish and install the mow strip and stamped colored concrete. Page 1 of 3 �BURNS �M�DONNELL CLARIFICATIONS Extension of Everman Parkway 1.D.9.B — S-3290 Restoration — Scope of Work In the Contract Drawings and Specifications, the use of "Contractor" shall mean "Subcontractor/Bidder". GENERAL INFORMATION 1. No temporary services are provided at these construction sites. Bidders will be responsible for providing all temporary power, temporary water and temporary lighting as needed to perform the scope of work. Design Builder will provide temporary toilets for use onsite. 2. Excess concrete or concrete cleaned from equipment must be collected and disposed of properly. Do not place disposed concrete on or bury on site. Wash water is not available, and bidder will be responsible for providing wash water as needed. Containment of wash water and disposal is the responsibility of the bidder. 3. Bidder is not to stray onto or perform any work on adjacent properties not currently within the public ROW or provided temporary construction easements. 4. Perform exploratory excavation as necessary to perform the scope of work. 5. Subcontractor will be responsible to identify and confirm field locations of any existing utilities, cables, pipelines or other buried utilities located within the work zone. It will be the responsibility of Bidders to execute the work without damage to this existing infrastructure. Subcontractor will bear the cost of the repair or replacement of any damage to existing utilities due to their activities within the construction area. 6. Subcontractors with any concrete scope will be required to establish, maintain and remove concrete washouts throughout the life of their scope. Upon scope completion, contractors will remove all washouts and return the area to its original condition. a. No washout can be located within the flood plain. 7. All Subcontractors will be required to utilize the Procore website for submission of RFI's, Submittal Information, Contractor Reports, and Daily Logs. Access to the Burns & McDonnell Procore website will be made available by the Project Staff once the Contract has been executed. 8. Provide dust control as required. 9. Acknowledge and consider the geotechnical report included in the Contract Documents. 10. Provide survey and layout for all work included under this scope. Design Builder to provide survey control points prior to commencement of work. 11. Subcontractor shall provide at least 48-hr notice to the Design Builder for any deliveries, equipment or material, prior to arrival at the job site. 12. Prior to starting work, Subcontractors are required to provide work plans detailing their steps required for construction of all work items. The work plans shall include the top safety and quality items along with a detailed list of the steps to perform the work and shall be submitted 1 week prior to work commencing. 13. Provide and maintain any safety measures (PPE, vehicle safety lights, backup alarms, barricades, etc.) for the safe execution of the work and as required by Burns & McDonnell Health & Safety Plan and UPRR. 14. Provide redline markups and As-Built locations and elevations of all work installed within this work package in an industry standard format detailing surveyed line and Page 2 of 3 � BURNS �M�DONNELL Extension of Everman Parkway 1.D.9.B — S-3290 Restoration — Scope of Work grade of all installed work at intervals not to exceed 50 linear feet or more detailed, as necessary. 15. Subcontractor to provide per the specifications all scope specific owner training, startup, commissioning and O&M Manuals as required. Verified against BMcD estimate. In alignment. No verification meeting due to scope, duration, and schedule of Work. Page 3 of 3 �� BURNS ��M�DONNELLA Everman Parkway Bid Package 1.D.1.A-S-3480 Bridge 1 PRICE/QUANTITY EVALUATION 1 BRIDGE-MOBILIZATION 2 CEMENTSTABILIZEDABUTMENTBACKFILL 3 DRILLED SHAFT(181N) 4 DRILLED SHAFT(421N) 5 CLA55 C CONCRETE (ABUT)(HPC) 6 CLASS C CONCRETE SCAP)(HPC) 7 CLA55 C CONCRETE (COLUMN)(HPC) 8 REINFORCED CONCRETESLAB(HPC) 9 BRIDGE MEDIAN (HPC) 10 APPROACHSLAB�HPC) 11 PRESTRESSED CONCRETE GIRDER(TX62) 12 STRUCTURALSTEEL(MISC NON-BRIDGE) 13 RAIL (TY C221) 14 RAIL (TY C402)(HPC) 15 8'CHAW LINK,ALUMINUM 16 SEALED EXPANSION JOINT (4 IN)(SEJ-M) 17 CONCRETE RIPRAP ALTERNATIVE SCOPE A1 Deduc[ in cost of work if power line (Sta127 to Sta137) to be removed by others. qZ Deduct for multiple work packages B1 Performance & Payment Bond Rate Percentage of M/WBE Utilization Project is Tax-Exempt on Permanent Materials - is tax included on your unit rates? Bid validity period 120 calendar days W/MBE Utilization Are you a first tier W/MBE Contractor? COFW MBE Utilization Forms - can be submitted upon request? Percentage of M/WBE Utilization ** Can they provide Good Faith Effort is necessary? 7 5-3480 Bridges — Scope of Work 1 Structure Contractor (SC) to form, furnlsh and install all necessary components to provide a complete bridge structure system. Drill, form and install all shafts to the foundation depth shown on the contract drawings or z deeper as necessary to penetrate the stratum specified in the geotechnical report. SC to stop drilling if caving mnditions are enmuntered and adopt a construction method that stabilizes the shaft walls. 3 Any excess unsuitable spoils generated from drilling operations shall be hauled off and removed by the SC. 4 SC to provide and ensure all rebar splice lengths are achieved to transition the drilled shafts into exposed columns. 5 SC to protect the drilled shafts from getting struck or damaged by equipment during the installation and forming of the columns, bent caps, abutments, etc. Form, place and finish the bridge columns as required per the plans and specifications. For 6 columns, provide the minimum rebar splices necessary to penetrate the bent caps and abutments as detailed in the Contract Documents. � Form and place all bridge abutments and abutment wingwalls includingthe cement stabilized backfill, and bituminous water proofing as noted in the plans and specifications. 8 SC to furnish and install all abutments, bent caps, abutment wingwalls, and approach slabs, including bearing pads, chamfers, etc. perthe plans and specifications. 9 Provide uniform finish amongst all exposed bridge components including but not limited to the abutments, abutment wingwalls, columns, bents, etc. SC to provide a workplan and shop drawings for proposed concrete form work to be utilized 10 on the bridge components including means and methods for installation and phasing of form work. Furnish and install all bridge girders, deck panels, and miscellaneous steel induding any 11 necessary horizontal bracing, easy lines for crew access prior to permanent safety measures being in place. Prior to installation a meeting shall be held with al1 parties to review the work plan including but not limited to crane of choice, staging plan, rigging utilized, crane � mats and crane pad location, etc. Work plans shall conform to Burns & McDonnell Health & Safety Plan and UPRR guidelines. lz Furnish and install elastomeric bearing pads and the associated hardware to attach to the �irders. Furnish and install concrete riprap under Westand Eastabutmentand approach slab. SCto 13 provide all necessary components including but not limited to the granular backfill, concrete and reinforcing steel, weep holes, galvanized flashing, joint sealant materials and or asphalt mating, etc. QTY t0 DISCUSS X X I SEE REVISED PRICING 4.21.25 oell Construction Co Inc 1 474 36 1110 101 213 225 55296 3232 1 6891 822 1566 1 256 21S 102 UoM is CY LF LF GY CY CY SF SF CY LF LB LF LF LF LF CY Comments 1 LS 1 LS x 64� � � X - I % Y Y WITH NOI 6V 60 DAYS �OR MATCRIAL PRICING N v Y v Y/ I Y Y Y Y Y Y Y Y Y Y Y Y Y Y � % $soo 000.00 iN wee Ricr+r Now Comments 'NI I H S�Ft I Y%COS I CON I IGtNCY HELD BY BUF2NS & MCDONNEL FOFt /��DI I ION�L DEP I H THIS IT�M CAN VARV f3V I ARG� QUANTITI�S. 'NOULD LIKE SOMt CON I IGtNCY OFt INVOICE PEF2 CY. EI I HEK OVEK OH UNDEFZ. ($5.000.00) ($5,000.00) Missing Cost 14 15 i 16 17 18 19 i �� 20 21 SC to work dosely with Burns & McDonnell and Electrical Contractor to ensure all necessary conduits, light fixture foundation 6olts, under bridge lighting, etc. are incorporated within the specific bridge components. Form, place, finish and cure the new bridge deck pavement, shared use paths and or sidewalks, raised median, etc. ensuring to match the layout slopes as noted on the plans. Note that any night work or mass placement shall be requested at a minimum of 1- week advance notice for approval with the City of Fort Worth (COFW) and Burns & McDonnell Installation of all necessary construction joints, control joints and SEJs as called for in the plans and specifications. Seal all roadway pavement joints as required per the Contraa Documents. SC m furnish, install and ground the 8-foot chain link fence along the railroad overpass. Form, place, finish and cure bridge handrail systems for both the Q21 railing and C402 railing systems. SC to coordinate with Paving Contractor (PC) for splicing components to Q21 rail outside bridge structure. SC to form, place and finish all sidewalks and shared use paths outside the bridge structure including but not limited to the fine grading of subgrade, reinforcing, concrete, finishing, expansion and construction joints, sawing and sealing, etc. per the plans and specifications. Note the SC shall farm, place and finish the sidewalk up to the expansion joint at STA 121+00.08 and STA 129+17.9, then PC to drill and dowel in along with providing the expansion joint and sealant as necessary to connect the remaining sidewalk. SC to furnish and install the Metal 8eam Guard Fence (MBGF) along the West abutment wingwall. All work performed within the bridge zone shall comply with all applicable Railroad, Federal Railway Administration (FRA) and TxDOT rules and regulations. No work may be performed within the Railroad Right of way unless individuals have completed the UPRR Property Access Training, complies with UPRR Contractor Minimum Safety Requirements and maintains current registration. Note this course must be completed annually by all subcontractors and lowertire subcontractor personnel working onsite. Prior to Work in the Union Pacific Railroad Right of Way (UPRR ROW), a pre- construction meeting with Union Pacific Railroad (UPRR), the COFW, Burns & McDonnell, SC and their low tier subcontractors must be held prior to the beginning of Work on UPRR ROW to discuss the UPRR's expectations for working on UPRR property. SC to provide notice to Burns & McDanne1130 days prior to Work in the UPRR ROW to start so a meeting con be scheduled. SC to review "Right of Entry" and special requirements for rubber tracked equipment within 25-feet of nearest rail. When work is not active all materials and equipment shall be stored at a minimum of 50-feet from the railroad's nearest track. A minimum of 30-day notice shall be given in advance or working within the minimum construction dearences. SC m coordinate with the Burns & McDonnell to ensure date is set 23 and adhered to. If SC is not ready for executing the scope of Work and the date is missed, SC shall ensure no delay to critical path and provide a breakdown to maintain schedule until new approval of reduced clearances may be given. Assume full reset of 30-day grace period. i Approval of plan is subject to UPRR, COFW and Burns & McDonnell. Burns & McDonneU will provide flaggers, SC to coordinate based on UPRR ii requirements. Provide and maintain any safety measures (PPE, vehicle safety lights, backup alarms, 24 barricades, etc.) for the safe execution of the work and as required by BMcD Health & Safety Plan and UPRR. C1 In the Contract Drawings and Specifications, the use of "Contractor" shall mean "Subcontractor/Bidder". From Sta 127 to Sta 137 on the north side of Everman Road, there is an existing power line C2 that is NOT to be removed and IS LIVE. Construction activities around power lines shall be in compliance with OSHA standards and 6y Burns & McDonnell Health & Safety Plan. tt Add Alternates A1 Deduct in cost of work if existing powerllnes (approx. Sta127—approx. Sta 137) are removed by others. �% /_ / f � Signature: �/��— ` Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y oate: 4.21.25 WITHIN BRIDGE SCOPE ONLY. STANDARD RAIL ACGORDING TO TXDOT SPEC. APPROACH SLABS ONLY ASSUPAED STANDARD TXDOT DESIGN AND TAPER Comments Comments Cost Adjustment $7,500.00 Cost Adiustment � BURNS �M�DONNELL F�ctension of Everman Parkway 1.D.4.B — S-3480 Bridges — Scope of Work Bid Package 1.D.4.B — S-3480 Bridges — Scope of Work Furnish all necessary labor, material, equipment, and incidentals to perform the Work. The major scope of Work in this project includes, but are not limited to, the following: WORK SUMMARY 1. Structure Contractor (SC) to form, furnish and install all necessary components to provide a complete bridge structure system. 2. Drill, form and install all shafts to the foundation depth shown on the contract drawings or deeper as necessary to penetrate the stratum specified in the geotechnical report. SC to stop drilling if caving conditions are encountered and adopt a construction method that stabilizes the shaft walls. 3. Any excess unsuitable spoils generated from drilling operations shall be hauled off and removed by the SC. 4. SC to provide and ensure all rebar splice lengths are achieved to transition the drilled shafts into exposed columns. 5. SC to protect the drilled shafts from getting struck or damaged by equipment during the installation and forming of the columns, bent caps, abutments, etc. 6. Form, place and finish the bridge columns as required per the plans and specifications. For columns, provide the minimum rebar splices necessary to penetrate the bent caps and abutments as detailed in the Contract Documents. 7. 8. 9. 10 11 12 13 14 Form and place all bridge abutments and abutment wingwalls including the cement stabilized backfill, and bituminous water proofing as noted in the plans and specifications. SC to furnish and install all abutments, bent caps, abutment wingwalls, and approach slabs, including bearing pads, chamfers, etc. per the plans and specifications. Provide uniform finish amongst all exposed bridge components including but not limited to the abutments, abutment wingwalls, columns, bents, etc. SC to provide a workplan and shop drawings for proposed concrete form work to be utilized on the bridge components including means and methods for installation and phasing of form work. Furnish and install all bridge girders, deck panels, and miscellaneous steel including any necessary horizontal bracing, easy lines for crew access prior to permanent safety measures being in place. a. Prior to installation a meeting shall be held with all parties to review the work plan including but not limited to crane of choice, staging plan, rigging utilized, crane mats and crane pad location, etc. Work plans shall conform to Burns & McDonnell Health & Safety Plan and UPRR guidelines. Furnish and install elastomeric bearing pads and the associated hardware to attach to the girders. Furnish and install concrete riprap under West and East abutment and approach slab. SC to provide all necessary components including but not limited to the granular backfill, concrete and reinforcing steel, weep holes, galvanized flashing, joint sealant materials and or asphalt coating, etc. SC to work closely with Burns & McDonnell and Electrical Contractor to ensure all necessary conduits, light fixture foundation bolts, under bridge lighting, etc. are incorporated within the specific bridge components. Page 1 of 4 `� BU R N S Extension of Everman Parkway iN�DONNELL 1.D.4.B — S-3480 Bridges — Scope of Work 15. Form, place, finish and cure the new bridge deck pavement, shared use paths and or sidewalks, raised median, etc. ensuring to match the layout slopes as noted on the plans. a. Note that any night work or mass placement shall be requested at a minimum of 1-week advance notice for approval with the City of Fort Worth (COFW) and Burns & McDonnell 16. Installation of all necessary construction joints, control joints and SEJs as called for in the plans and specifications. Seal all roadway pavement joints as required per the Contract Documents. 17. SC to furnish, install and ground the 8-foot chain link fence along the railroad overpass. 18. Form, place, finish and cure bridge handrail systems for both the C221 railing and C402 railing systems. SC to coordinate with Paving Contractor (PC) for splicing components to C221 rail outside bridge structure. 19. SC to form, place and finish all sidewalks and shared use paths outside the bridge structure including but not limited to the fine grading of subgrade, reinforcing, concrete, finishing, expansion and construction joints, sawing and sealing, etc. per the plans and specifications. a. Note the SC shall form, place and finish the sidewalk up to the expansion joint at STA 121+00.08 and STA 129+17.9, then PC to drill and dowel in along with providing the expansion joint and sealant as necessary to connect the remaining sidewalk. 20. SC to furnish and install the Metal Beam Guard Fence (MBGF) along the West abutment wingwall. 21. All work performed within the bridge zone shall comply with all applicable Railroad, Federal Railway Administration (FRA) and TxDOT rules and regulations. No work may be performed within the Railroad Right of way unless individuals have completed the UPRR Property Access Training, complies with UPRR Contractor Minimum Safety Requirements and maintains current registration. Note this course must be completed annually by all subcontractors and lower tire subcontractor personnel working onsite. a. Prior to Work in the Union Pacific Railroad Right of Way (UPRR ROW), a pre- construction meeting with Union Pacific Railroad (UPRR), the COFW, Burns & McDonnell, SC and their low tier subcontractors must be held prior to the beginning of Work on UPRR ROW to discuss the UPRR's expectations for working on UPRR property. SC to provide notice to Burns & McDonnell 30 days prior to Work in the UPRR ROW to start so a meeting can be scheduled. 22. SC to review "Right of Entry" and special requirements for rubber tracked equipment within 25-feet of nearest rail. When work is not active all materials and equipment shall be stored at a minimum of 50-feet from the railroad's nearest track. 23. A minimum of 30-day notice shall be given in advance or working within the minimum construction clearances. SC to coordinate with the Burns & McDonnell to ensure date is set and adhered to. If SC is not ready for executing the scope of Work and the date is missed, SC shall ensure no delay to critical path and provide a breakdown to maintain schedule until new approval of reduced clearances may be given. Assume full reset of 30-day grace period. a. Approval of plan is subject to UPRR, COFW and Burns & McDonnell. b. Burns & McDonnell will provide flaggers, SC to coordinate based on UPRR requirements. Page 2 of 4 � BURNS �M�DONNELL F�ctension of Everman Parkway 1.D.4.B — S-3480 Bridges — Scope of Work 24. Provide and maintain any safety measures (PPE, vehicle safety lights, backup alarms, barricades, etc.) for the safe execution of the work and as required by BMcD Health & Safety Plan and UPRR. ADD ALTERNATIVE Deduct in cost of work if existing powerlines (approx. Sta127 — approx. Sta 137) are removed by others. CLARIFICATIONS 1. In the Contract Drawings and Specifications, the use of "Contractor" shall mean "Subcontractor/Bidder". 2. From Sta 127 to Sta 137 on the north side of Everman Road, there is an existing power line that is NOT to be removed and IS LIVE. Construction activities around power lines shall be in compliance with OSHA standards and by Burns & McDonnell Health & Safety Plan. GENERAL INFORMATION � 3 No temporary services are provided at these construction sites. Bidders will be responsible for providing all temporary power, temporary water and temporary lighting as needed to perForm the scope of work. Design Builder will provide temporary toilets for use onsite. Excess concrete or concrete cleaned from equipment must be collected and disposed of properly. Do not place disposed concrete on or bury on site. Wash water is not available, and bidder will be responsible for providing wash water as needed. Containment of wash water and disposal is the responsibility of the bidder. Bidder is not to stray onto or perform any work on adjacent properties not currently within the public ROW or provided temporary construction easements. 4. Perform exploratory excavation as necessary to perform the scope of work. 5. Subcontractor will be responsible to identify and confirm field locations of any existing utilities, cables, pipelines or other buried utilities located within the work zone. It will be the responsibility of all Bidders to execute the work without damage to this existing infrastructure. Subcontractor will bear the cost of the repair or replacement of any damage to existing utilities due to their activities within the construction area. 6. Subcontractors with any concrete scope will be required to establish, maintain and remove concrete washouts throughout the life of their scope. Upon scope completion, contractors will remove all washouts and return the area to its original condition. a. No washout can be located within the flood plain. 7. All Subcontractors will be required to utilize the Procore website for submission of RFI's, Submittal Information, Contractor Reports, and Daily Logs. Access to the Burns & McDonnell Procore website will be made available by the Project Staff once the Contract has been executed. 8. Provide dust control as required. 9. Acknowledge and consider the geotechnical report included in the Contract Documents. 10. Provide survey and layout for all work included under this scope. Design Builder to provide survey control points prior to commencement of work. Page 3 of 4 � BURNS �M�DONNELL Extension of Everman Parkway 1.D.4.B — S-3480 Bridges — Scope of Work 11. Subcontractor shall provide at least 48-hr notice to the Design Builder for any deliveries, equipment or material, prior to arrival at the job site. 12. Prior to starting work, Subcontractors are required to provide work plans detailing their steps required for construction of all work items. The work plans shall include the top safety and quality items along with a detailed list of the steps to perform the work and shall be submitted 1 week prior to work commencing. 13. Provide and maintain any safety measures (PPE, vehicle safety lights, backup alarms, barricades, etc.) for the safe execution of the work and as required by Burns & McDonnell Health & Safety Plan and UPRR. 14. Provide redline markups and As-Built locations and elevations of all work installed within this work package in an industry standard format detailing surveyed line and grade of all installed work at intervals not to exceed 50 linear feet or more detailed, as necessary. 15. Subcontractor to provide per the specifications all scope specific owner training, startup, commissioning and O&M Manuals as required. Page 4 of 4 �� e�u�r�s �''� [�llC11Al�l�Cl � !�E'i�VV�7if`VVa Everman Parkway Bid Package 1.D.1.A -5-3340 Drainage COITlp011Y: North Texas Contracting 1 IPRICE/QUANTITY EVALUATION QTY to Discuss Qty UoM 1 MOBILZATION 1 LS 2 24" RCP, CLASS III 796 LF 3 36" RCP, ClASS III 645 LF 4 42" RCP, CLASS III 165 LF 5 24" SET, 1 PIPE 2 EA 6 10' TYPE 2 INLET 10 EA 7 4'DROPINLET 2 EA 8 6' MANHOLE 2 EA 9 6' EXTRA DEPTH MANHOLE 0 VF 10 8' MANHOLE 1 EA 11 gX8 BOX CULVERT x 260 LF 12 HEADWALL,BOXNWERT 2 CY 13 Surface prep and Grubbing (in Flood Plain for Box Culvert and Headwalls) 2.5 AC 14 End treatment Protection Riprap 320 SF IALTERNATIVESCOPE A1 Surface prep and Grubbing (in Flood Plain for Riprap) A2 Deduct in cost of work if power line (Sta127 to Sta137) to be removed by others. A3 Dedud for multiple work packages A4 Channel Riprep Bl Performance & Payment Bond Rate Percentage of M/WBE Utilization Project is Tax-Exempt on Permanent Materials - is tax included on your unit rates? Bid validity period 120 calendar days �W/MBE Utilization Are you a first tier W/MBE Contractor? CoFW MBE Utilization Forms - can be submitted upon request? Percentage of M/WBE Utilization ** Can they provide Good Faith Effort is necessary? 7 IDrainage - Scope of Work The Drainage Contractor (DC) shall provide all storm drainage piping, drainage boxes, 1 junction boxes, inlets, manholes, headwalls, end treatments, end treatment protection, etc. to form a complete system within the limits of the Contract Documents. DC shall perform site grubbing in the flood plain as indicated on the Floodplain Grubbing Exhibit the installation of the Box culverts and Headwall/wingwalls. Remove vegetation and 2 other landscape not designated for preservations, miscellaneous stone, and debris, whether above or below ground. excess material or material not to be reused shall be hauled offsite for disposal. DC shall ensure protection of all existing utilities. If existing utilities conflict with new work 3 and become damaged, the Subcontractor will repair and/or replace at no cost to the City of Fort Wor[h (COFW) or Burns & McDonnell. DC shall provide necessary site excavation and embankment per the Contract Documents to 4 achieve proper elevations for the drainage system. Any additional spoils must be hauled off and disposed of by the DC. If unsuitable material is encountered along the base of excavations, DC shall correct at i bedding limit as directed per the specifications. Furnish and install all drainage piping, laterels, inlets, and manholes. DC shall tie together all S inlets, manholes, and wall underdrain piping to form a complete system within the limits of the Contract Documents. Indudes demo of existing and tie-ins to existing system. 6 Furnish and install Reinforced Concrete Pipe (RCP) all sizes, filter fabric, bedding stone, etc. as required per the plans and specifications. Furnish and install all necessary components for the nominal 8-foot by 8-foot box culverts 7 including but not limited to bedding stone, joint materials, etc. per the plans and specifications. The DC will backfill up to 1-foot above the box culverts and provide a 1:1 slope from that 8 elevation to existing subgrade. This same elevation will be carried along the back of wingwall including a 1:1 slope to grade. Note thot only an the box culverts the Civil Contractar (CIVCJ will be responsible to i jumish and install the geotextile jabric, as necessary, prior to installing the remaining backfill neressary to achieve rough grade. 9 For all structures, pipe, box culverts, etc. the backfill above the bedding rock shall meet the required Moisture Densities and Compaction testing for each lift as its installed to grade. 2.5 AC No Pricing LS 1 LS 1.56 % X 29.93 % No tax Y Y/N Y Y 29.93 � Y Comments Included in blue mne for headwall/wing & red mne included in riprap per the exhiblt Veriflcation of new utilities being installed by others (third Y party) Induded onsite hauling/embankment and or stockpile - no offsite hauling Carried 6" of crushed concrete for pumping or wet base matefial5 Except mnnection at underdrain for Retaining Wall not Y captured Comments I Cost covered for full QTY - used profile call out ($50,000) * Placing only (optional earthwork split) * Double check 2-warrenty bond included $740,000 I Cost Adjustment � Y TxDOT standard for Cast-in-Place (standard only goes up to 6 Y barrel) -a elected to perform with expanslon between to do a four barrel and four barrel placement Open to backfilling all the spoils until they run out - 1' above Y the box and or until they run out of materials N Y If embanked higher will have to carry the cost of fabric Furnish and install all cur6 inlets and grate inlets as shown in the plans. Note that the DC shall 10 wipe the inlet throats and remove any construction debris in the base of the structures prior to CCTV the lines. i CCTV recoding shall be turned over to Burns & McDonnell. 11 Where CasUln-Place structures are called for, precast may be considered, subject to Engineer I approval to condense the project schedule. Where noted on the plans, furnish and install all necessary end treatments and safety end 12 treatments. Where end treatments fall outside the grading limits the DC shall fine grade the remaining area around the end treatment to ensure no ponding of water and the drainage flows as designed. DC shall form, place and finish the proposed headwalls along the box culvert system including 13 but not limited to the foundations and footings, necessary water stop, etc. per the plans and specifications. a. Note that the Paving Contractor (PC) shall be responsible to furnish ond install � the maintenonce ramp and C221 handrail for the headwalls. Prior to construction of the 6ox culverts, headwalls and wingwalls, DC shall submit a 14 workplan to be reviewed and approved with proposed form work, bracing, pour rates, etc. DC shall ensure a uniform finish on the mncrete and shall patch any voids in conformance with the specifications. Note that any night work shall be requested at a minimum of 1-week advance notice � for approval with the City and Burns & McDonnell Furnish and install temporary handrail protection in place of permanent handrail. The PC 15 shall remove and replace with the permanent material where shown on top of headwalls, etc. DC will need to divert or construct a temporary bypass so construction within creek can 6e 16 performed. This shall be incorporated into a Flood Mitigation Plan that will be turned in with this proposal. The rontroctor that is to install Riprap will submit their own Flood Mitigation Plan so ronstrudion within aeek can be performed. DC and riprap rontractor shall i coordinote so both may operate in the creek at the same time. Bums & McDonnell will jacilitate the meeting for coordination efforts between the two con[rac[ors. 1� Provide as necessary any capping, crossing, connecting, trenching, plugging, supporting, or temporary bypass/shut down of any existing site utilities. DC shall be responsible for providing all active dewatering necessary for their work. Specific 18 care shall be taken to prevent the pooling of any water within the work area, whether caused from a weather event, surface runoff, groundwater, or any other means. To perform the scope of work v✓hile working the Flood Plain, provide, install, maintain and 19 remove SWPPP items such as silt fence, ditch checks and erosion control blankets etc. in acmrdance with DCs Flood Mitigation Plan. Areas directly below future C221 railing, DC will provide rebar stirrups within the coping that Z� will later be embedded into the railing system. DC to provide a temporary handrail system along top of wall. DC shall leave the temporary handrail in place until it is ready for removal and disposal by Paving Contractor (PC) while they install the permanent Q21 handrail. C1 i ii iii iv � vi The following are elements not shown on drawings or have changed and will be updated on the IFC set. DC to account for, or remove from, their bid the following: Storm D�ain STA 6+95.59 on PRMA 3A, the drawings depict a round manhole structure, this shall be installed as a square 96in Manhole. All elevations shall remain the same jor the flowlines and rim elevation. DC to include in bid. Storm Drain STA 0+63.92 ICU88, the drawings show the curb inlet to connect ta end treatment south of wing wall. Nrb inlet to now drain directly into box culvert dew West. DC to include in bid. Between Storm Orain STA 1+74.40 to Strom Drain STA 5+18.36 depicts a Trapezoidol Concrete Chanel. 7his mncrete channel will now be a"Earthen Channel" and will be in the Civil Contractors scape. DC to NOT include in bid. Strom Drain STA 01+51.16 LAT IAD1A depicts a g�ate inlet, this shall be instolled as a standard City of Fort Worth drop inlet D408. DC to indude in bid. Storm Drain STA 5+28,36 ILS depicts an end treatment. End treatment protection will be added with a neat line oj4' wide by 20' long and ISin thick. Riprap will consist oj D5012" rock. DC to indude in bid. Storm Drain STA 3+69.681L5 2C depicts an end treatment. End treatment protedion will be added with a neat line of 4' wide by 20' long and 18in thick. Riprap will consist of D5012" rock. DC to indude in bid. �Z In the Contract Drawings and Specifications, the use of "Contractor' shall mean "Subcontractor/Bidder`. From Sta 127 to Sta 137 on the north side of Everman Road, there is an existing power line C3 that is NOT to be removed and IS LIVE. Construction activities around power lines shall be in compliance with OSHA standards and by Bums & McDonnell Health & Safety Plan. Y Y Y CCTV carried as an add alternative - wlping inlets/throats. Cast-in-place for all structures at the moment -junction & 6ox may 6e option to go precast (pending) Small grading around the inlet - no additional channel grading outside those limits Call out for tie-in of the retaining wall to headwalls --> detail for tle-in of MSE to headwall the MSE will cover that mnnection Handrails as an adder for C221 Railing Y ** 8' square junction box - may need additlonal stamp due to standard only going up to 6' 4-5 AM potentially - placement to try to get in early for box culverts —> 7 am placement would work but pending weather Carried mstforthe temporary handrail to be left until paver Y (see above note) Divert the channel - push the v✓ater to one slde or the other Y to construct the 4 four portion Include in riprap pricing alternative X Y Creek bypass carried & verify at approx. STA 388 (sheet 148) X verify that you are covered in any support needed Speclfic for water management place/dewatering after rain Y events —> ideally placed in Aug/Sept (timing based on bid schedule) Carried what v✓as shown in the digs - but not additional Y (allowance opt. for additional pending the installation) Y Y Y Y Y v Y Y Same note as above (box size) Confirmed not induded. Good for both Drain & SS Survey/Staking- induded in drainage and revised Sanitary pricing Good to mmply - no foreseen 6racing at this time for the overhead poles. No temporary services are provided at these construction sites. Bidders will be responsible 1 for providing all temporary power, temporary water and temporary lighting as needed [o perform the scope of work. Design Builder will provide temporary toilets for use onsite. Excess concrete or concrete cleaned from equipment must be collected and disposed of Z properly. Do not place disposed concrete on or bury on site. Wash water is not available, and bidder will be responsible for providing wash water as needed. Containment of wash water and disposal is the responsibility of the bidder. 3 Bidder is not to stray onto or perform any work on adjacent properties not currently within the public ROW or provided temporary construction easements. 4 Perform exploratory excavation as necessary to perform the scope of work. Subcontractor will be responsible to identify and confirm feld locations of any existing utilities, cables, pipelines or other 6uried utilities located within the work zone. It will be the 5 responsibility of all Bidders to execute the work without damage to this existing infrastructure. Subcontractor will bear the cost of the repair or replacement of any damage to existing utilities due to their activities within the construction area. Subcontractors with any concrete scope will be required to establish, maintain and remove 6 concrete washouts throughout the life of their scope. Upon scope completion, contractors will remove all washouts and return the area to its original condition. [No washout can be located within the flood plain.] All Subcontrectors will be required to utilize the Procore websi[e for submission of RFI's, � Submittal Information, Contractor Reports, and Daily Logs. Access to the Burns & McDonnell Procore website will be made available by the Project Staff once the Contract has been executed. 8 Provide dust control as required. 9 Acknowledge and consider the geotechnical report included in the Contract Documents. 10 Provide survey and layout for all work induded under this smpe. Design Builder to provide survey control points prior to commencement of work. 11 Subcontractor shall provide at least 48-hr notice to the Design Builder for any deliveries, equipment or material, prior to arrival at the job site. 1z All temporery shoring and or trenching shall be designed, signed, and sealed by a licensed Texas Professional Engineer. Prior to starting work, Subcontrectors are required to provide work plans detailing their steps 13 required for construction of all work items. The work plans shall include the top safety and quality items along with a detailed list of the steps to perform the work and shall be su6mitted 1 week prior to work commencing. Provide and maintain any safety measures (PPE, vehicle safety lights, backup alarms, 14 barricades, etc.) for the safe execution of the work and as required by Burns & McDonnell Health & Safety Plan and UPRR. Provide redline markups and As-Built locations and elevations of all work installed within this 15 work package in an industry standard format detailing surveyed line and grade of all installed work at intervals not to exceed SO linear feet or more detailed, as necessary. 16 Subcontractor to provide per the specifications all scope specific owner training, startup, commissioning and O&M Manuals as required. _* Operational Process ** If OP the spacing between boxes will reduce -verify with engineering to verify if there is any concems if CIP Pricing to add stone for slipform paving prior to inlet top ** Inlet Installation X placement - induding SWPPP wrapping Open - if we can help qty the amount of fills may workout ** Optional Earthwork X (BMcD to help determine where the limits exist) ** Sanitary Sewer Daylighting @ Box Culvert Multi-barrel placement over the SS line will help reduce the load ** UPRRRTrainingforCraft � "'$7/person-verifycoveredforallonsitecraft. Confirmed Via Email Signature: `� BU R N S F�ctension of Everman Parkway iN�DONNELL 1.D.1.B — S-3340 Stormwater Utilities — Scope of Work Bid Package 1.D.1.B — S-3340 Stormwater Utilities — Scope of Work Furnish all necessary labor, material, equipment, and incidentals to perform the Work. The major scope of Work in this project includes, but are not limited to, the following: WORK SUMMARY 2. 3. 4. 5. 6. 7. 8. � 10 11 The Drainage Contractor (DC) shall provide all storm drainage piping, drainage boxes, junction boxes, inlets, manholes, headwalls, end treatments, end treatment protection, etc. to form a complete system within the limits of the Contract Documents. a. DC shall perform site grubbing in the flood plain as indicated on the Floodplain Grubbing Exhibit the installation of the Box culverts and Headwall/wingwalls. Remove vegetation and other landscape not designated for preservations, miscellaneous stone, and debris, whether above or below ground. Excess material or material not to be reused shall be hauled offsite for disposal. DC shall ensure protection of all existing utilities. If existing utilities conflict with new work and become damaged, the Subcontractor will repair and/or replace at no cost to the City of Fort Worth (COFW) or Burns & McDonnell. DC shall provide necessary site excavation and embankment per the Contract Documents to achieve proper elevations for the drainage system. Any additional spoils must be hauled off and disposed of by the DC. If unsuitable material is encountered along the base of excavations, DC shall correct at bedding limit as directed per the specifications. Furnish and install all drainage piping, laterals, inlets, and manholes. DC shall tie together all inlets, manholes, and wall underdrain piping to form a complete system within the limits of the Contract Documents. Includes demo of existing and tie-ins to existing system. Furnish and install Reinforced Concrete Pipe (RCP) all sizes, filter fabric, bedding stone, etc. as required per the plans and specifications. Furnish and install all necessary components for the nominal 8-foot by 8-foot box culverts including but not limited to bedding stone, joint materials, etc. per the plans and specifications. The DC will backfill up to 1-foot above the box culverts and provide a 1:1 slope from that elevation to existing subgrade. This same elevation will be carried along the back of wingwall including a 1:1 slope to grade. a. Note that only on the box culverts the Civil Contractor (CIVC) will be responsible to furnish and install the geotextile fabric, as necessary, prior to installing the remaining backfill necessary to achieve rough grade. For all structures, pipe, box culverts, etc. the backfill above the bedding rock shall meet the required Moisture Densities and Compaction testing for each lift as its installed to grade. Furnish and install all curb inlets and grate inlets as shown in the plans. Note that the DC shall wipe the inlet throats and remove any construction debris in the base of the structures prior to CCTV the lines. a. CCTV recoding shall be turned over to Burns & McDonnell. Where Cast-In-Place structures are called for, precast may be considered, subject to Engineer approval to condense the project schedule. Page 1 of 4 `� BU R N S F�ctension of Everman Parkway iN�DONNELL 1.D.1.B — S-3340 Stormwater Utilities — Scope of Work 12 13. 14 15 Where noted on the plans, furnish and install all necessary end treatments and safety end treatments. Where end treatments fall outside the grading limits the DC shall fine grade the remaining area around the end treatment to ensure no ponding of water and the drainage flows as designed. DC shall form, place and finish the proposed headwalls along the box culvert system including but not limited to the foundations and footings, necessary water stop, etc. per the plans and specifications. a. Note that the Paving Contractor (PC) shall be responsible to furnish and install the maintenance ramp and C221 handrail for the headwalls. Prior to construction of the box culverts, headwalls and wingwalls, DC shall submit a workplan to be reviewed and approved with proposed form work, bracing, pour rates, etc. DC shall ensure a uniform finish on the concrete and shall patch any voids in conformance with the specifications. a. Note that any night work shall be requested at a minimum of 1-week advance notice for approval with the City and Burns & McDonnell Furnish and install temporary handrail protection in place of permanent handrail. The PC shall remove and replace with the permanent material where shown on top of headwalls, etc. 16. DC will need to divert or construct a temporary bypass so construction within creek can be performed. This shall be incorporated into a Flood Mitigation Plan that will be turned in with this proposal. a. The contractor that is to install Riprap will submit their own Flood Mitigation Plan so construction within creek can be performed. DC and riprap contractor shall coordinate so both may operate in the creek at the same time. Burns & McDonnell will facilitate the meeting for coordination efforts between the two contractors. 17. Provide as necessary any capping, crossing, connecting, trenching, plugging, supporting, or temporary bypass/shut down of any existing site utilities. 18. DC shall be responsible for providing all active dewatering necessary for their work. Specific care shall be taken to prevent the pooling of any water within the work area, whether caused from a weather event, surface runoff, groundwater, or any other means. 19. To perform the scope of work while working the Flood Plain, provide, install, maintain and remove SWPPP items such as silt fence, ditch checks and erosion control blankets etc. in accordance with DC's Flood Mitigation Plan. 20. Areas directly below future C221 railing, DC will provide rebar stirrups within the coping that will later be embedded into the railing system. DC to provide a temporary handrail system along top of wall. DC shall leave the temporary handrail in place until it is ready for removal and disposal by Paving Contractor (PC) while they install the permanent C221 handrail. ADD ALTERNATIVE Furnish and install rock riprap including but not limited to the filter fabric, rock toe ditch, bedding stone, etc. to provide a complete system integrated North and South of the box culverts. a. Note that coordination amongst all contractors for the installation of riprap. The DC shall not obstruct the installation of headwalls and MSE retaining walls. Page 2 of 4 `� BU R N S Extension of Everman Parkway iN�DONNELL 1.D.1.B — S-3340 Stormwater Utilities — Scope of Work 3 4. 5. � 7 . available, and bidder will be responsible for providing wash water as needed. Containment of wash water and disposal is the responsibility of the bidder. Bidder is not to stray onto or perform any work on adjacent properties not currently within the public ROW or provided temporary construction easements. Perform exploratory excavation as necessary to perForm the scope of work. Subcontractor will be responsible to identify and confirm field locations of any existing utilities, cables, pipelines or other buried utilities located within the work zone. It will be the responsibility of all Bidders to execute the work without damage to this existing infrastructure. Subcontractor will bear the cost of the repair or replacement of any damage to existing utilities due to their activities within the construction area. Subcontractors with any concrete scope will be required to establish, maintain and remove concrete washouts throughout the life of their scope. Upon scope completion, contractors will remove all washouts and return the area to its original condition. a. No washout can be located within the flood plain. All Subcontractors will be required to utilize the Procore website for submission of RFI's, Submittal Information, Contractor Reports, and Daily Logs. Access to the Burns & McDonnell Procore website will be made available by the Project Staff once the Contract has been executed. Provide dust control as required. Acknowledge and consider the geotechnical report included in the Contract Documents. 10. Provide survey and layout for all work included under this scope. Design Builder to provide survey control points prior to commencement of work. 11. Subcontractor shall provide at least 48-hr notice to the Design Builder for any deliveries, equipment or material, prior to arrival at the job site. 12. Prior to starting work, Subcontractors are required to provide work plans detailing their steps required for construction of all work items. The work plans shall include the top safety and quality items along with a detailed list of the steps to perform the work and shall be submitted 1 week prior to work commencing. 13. Provide and maintain any safety measures (PPE, vehicle safety lights, backup alarms, barricades, etc.) for the safe execution of the work and as required by Burns & McDonnell Health & Safety Plan and UPRR. 14 15 Provide redline markups and As-Built locations and elevations of all work installed within this work package in an industry standard format detailing surveyed line and grade of all installed work at intervals not to exceed 50 linear feet or more detailed, as necessary. Subcontractor to provide per the specifications all scope specific owner training, startup, commissioning and O&M Manuals as required. Page 4 of 4 I Design Progression - Supplemental Information I * F O R R E F E R E N C E O N LY* Project: CPN 103271 (eMcU 162 i of y Date: S/29/2025 Contractor: Burns & McDonnell Owner: Ci[y of For[ Worth Item: RiskEvent RiekDeaeriptiou Ma¢nitiJocnfE��cnt($) 7 Temporll� d�a�u�ge loczl�zzd flood �- t poren' d- g shu t , su�c�enl to clear out w�ater �uhltrat�on Na;d Io �nslnll muln} ��+ ��. -ells n � 2a I �. iamp _ t - S - $ 250.00U � ipU.000 $ I�udcq�ntc �csign ur wnshvction Icuds to �nvironmcntal issuw sish �s crosioq inoda�uulc 31 Dcainage Char�nel Mods riug ar tempoeen' condmo��eeq�rtes remed} ��'itli nddinouul des�gn nnd com�'�cnou co5�s, delav�ng the pro,�ect $ 100,000 $ I50,000 $ ^_50,000 $ 49 I�-situ Matcnule NotAoccpleblv Mata�ely n,-moval ���e undas-si�cJ cx�a�dl�im un;nol uca:ptablc k� bc uscd I'o�hacAfll I� _ g 2U0000 $ i00000 $ Clennug llrainage raament �ast s�de of Addi�munl drema�e eaaement wdl 6e need fix 1YC, Scupe to clendgmb and gcade d�aumge 4� UPRK (Parallzl to Rad Roadl easmem not m�� oR I$ I5,000 $ 25,000 $ 75,000 $ G�ubbi� them �i �d�noual Soutlie�n d�ein g t 1 '' h' I t ng U 1 A W t � I [ mo � g sou � prnp �mne n � �vole p� �c��lp �ust�lle�/ bv ma�e�Lc,. Cucrentiv Ad 1'honal gr�L h�u� �nd gmdiu� �ot „e'� h Id }one pe $ 25,000 $ SU,000 $ 125,000 & Uean sacec Ime pnoc ro SiaAstont�al 5 t ry .- hue �+dl be mst 11 d d operatmn months pc� t� b�t � t� I F I t k the 48 p � t S �� v,�116z clanued d C('CV nt complet�on of aau t- -er ho 'ec �n: msp iu.s�st wmpleNo� i � eund cleamn� and CCTV �t I Wnlml �,mplenon of the n� Iect, $ IS�U00 $ 35 U00 $ 75900 $ >U I.cn� h ofMHCF Additi�nal Icu�rth ol 1vRiC;� may bc nccdcd to �mtmt SW a�mcr ofbnd�c and sidc slopc � 3j,000 $ �0,000 S _ Dra�nage ot nF � E� en et east n6utmeut N d t. � t t d � g t the nprap arca b t� the ea t l t t d RW D t przvent '` bah�utl �etn�nin¢ �' 11 2< < �� �` < < I� 14000 5 S5.o00 � 75,000 $ >> MSP,�vallcmbcdmcrt ��d I. 1 d C 1� 1 i 61 � T€.t I 1 t � t. - t. i' - b d � J�yJf j p p� � d g Ad t h� d� cd L t} l� I: I� �0_�00 $ IOQ000 $ UQ000 $ itc.ul���rt����g���ll(��) s n.tu�Ic�pnortoth�MS���allth�nonnnl..- tmbc�ondthc i4 MSr �e all connect�on to c�l��act �e�n p �'� I ih WU� � I� al iu bc I Ilc�l pr or t . t i I Lhc Ic��ci ng pnd I- tl MSl' wnll. R��� MSE �vall� n n.t t d p tl�alk on hll moy esp �enc ddkerenenl settlement u,m� ry tenhal lo��-Lennmainten:uanceiswes $ S11000 $ 225,000 $ 350,000 $ >5 MSY�. �vall �nderdrnm L��d included uuJerdcnw alon� the length of tlie MSr wnlls tstend lo davhght w front of ivalls o�' mto cul��ert ro remoce �ceter fro�u cemtixced zone I$ 25 U00 $ 35,W0 $ 100,000 $ _� Ditch �edfn@ alon@ RR ROW north oP F I�oordfnalion ��Ih RR req ircs drtch to be consliucled alon� RR 20W north lo S}�camore �.ceminu C A I$ IOA00 $ 50_000 �$ 1�0,000 $ >7 Colvact bac�ll Long-te�n settleme,nt occacs ��nthm culvart 6eckfill caosmg pavemeait memtannucn I,R 50,000 � 75,000 S 100,000 � SI -mbank Ia.lianncnrN�:c,�mcro� F ��� �tl C�I�SL -t D�r- t t, � t� � � i dt�uscconccctcnp�ar '� culvart P�� fnst�� d c I st �u� npr p sinu, C q n�.�n�r�llv not - bl� to m� fnr -n stc n< nE r p ou atcep slopcs. a,�« i� ���an ��� h� y�h},� i i�� ��a�,R,m�n� �ai<��a�yi�������� i�y vi2a�n n�n� � ;anoo � i s� oou x zs� aoo � DuraM1on Impact CarrieJ in Proposal Factored (WccL'$) Proba6ilih-(�) Valoc($) ?0% 4 i6,000 3011fi0 � % $ 20.000 '_5(1.000 200G0 ��/ol $ »,000 I5.000 7�/I $ 30A00 h0% $ 4i,000 2JA�0 60% $ 4�,000 4() p(i0 ?O,U�70 75%I $ 41 �>0 IOO�iO 75%I 9 33,7i0 40,000 90%I $ I26.000 ?ii S I)R,750 4� p(1f1 7�%I $ 262>0 10_Otin 75%I $ 45,000 100,000 7i%I $ 131.250 7�% $ II?500 ScnpcPacke¢c Ectimxtc P rth��arA $ 311,00000 Ura�unge Y;e�th�cock t vthwaiA Drz�unge Sc�e�r Pa��ng MSE MSR MSC MSr P nh�cork Dramnge Dramage 16>>()0 ()0 4t31.000 00 68,2(10 (1� i5,775 00 i4 000 00 3x 70n u0 G4,00() 00 12A 00� 00 2Z4 OOU 00 a.%DII.00 6J,i00 UO 87_p00 00 20Q000 00 *FOR REFERENCE ONLY* EVERIVIAN PARKWAY - DESIGN PROGRESSION CONTINGENCY IT'EM NOC IDESCRIPTION I QUANTITYI UNITSI TOTAL 7 TEMPORARY DRAINAGE 1.000 LS $ 3l 1,000.00 31 DRAINAGE CHANNEL MODS 1.000 LS $ 165,500.00 40 IN-SITU MATERIALS NOT ACCEPTABLE 1.000 LS $ 481,000.00 45 CLEARING DRAINAGE EASEMENT (EAST OF UPRR) 1.000 LS $ 68,200.00 46 GRUBBING SOUTHERN RII'RAP ZONE 1.000 LS $ 55,775.00 48 SEWER LINE CLEANING/CCTV AT FINAL 1.000 LS $ 54,000.00 50 LENGTHEN MBGF 1.000 LS $ 38,700.00 52 DRAINAGE OF RIPRAP AREA AT EAST ABUTMENT 1.000 LS $ 64,000.00 53 MSE WALL EMBEDMENT 1.000 LS $ 128,000.00 54 MSE TO WINGWALL CONNECTION 1.000 LS $ 234,000.00 55 MSE WALL UNDERDRAIN EXTENSIONS 1.000 LS $ 4,800.00 56 DITCH GRADING ALONG RR ROW NORTH OF EVERMAN 1.000 LS $ 64,500.00 57 CULVERT BACKPILL 1.000 LS $ 87,000.00 58 STREAM BANK PROTECTION TO BE CONCRETE NE CORNER 1.000 LS $ 200,000.00 EXPECTED TOTAL ADDITIONAL SCOPE $ 1,956,475.00 Cost Report Burns �x McDonnell 168734-11 Biditem 7 2 Justin Tomison Everman (Design Progression Contingency) TEMPORARY DRAINAGE Takeoff Qty: 1.000 LS Bid Qty: 1.000 LS Page 1 of 18 8/29/2025 3:29 PM Base Labor Burden Total Labor Equipment Perm Matls Const Matls Sub Eng. Fees GC's Avg Price Total u.cost 7,480.00 3,409.40 10,889.40 61,719.60 1,980.00 3,270.00 �s�,5oo.00 0.00 0.00 0.00 265,359.00 Totai 7,480.00 3,409.40 10,889.40 61,719.60 1,980.00 3,270.00 �s�,soo.00 0.00 0.00 0.00 265,359.00 Manhours Unit/MH MH/Unit $/MH Base Labor/MH Total Labor/MH Unit/CH 400.0000 0.0025 400.0000 663.3975 18.7000 27.2235 0.0006 Base Labor Burden Total Labor Equipment Perm Matls Const Matls Sub Eng. Fees GC's Avg Price Total u.cost 0.00 0.00 0.00 0.00 198.00 0.00 18,750.00 0.00 0.00 0.00 18,948.00 Total 0.00 0.00 0.00 0.00 1,980.00 0.00 187,500.00 0.00 0.00 0.00 189,480.00 Calendar: 510 5- 10 Hour Days Hrs/Shift: 10 WC: TX5506 Street or Road Construction Resource Description Pcs/Wste Quantity Unit Unit Cost Tax/OT % Actual UC Total 2AGA057 # 57(1-#4) 1.00 55.00 TN 36.00 100.000 36.00 1,980.00 4WELL Deep Welllnstall 1.00 250.00 LF 750.00 100.000 750.00 187,500.00 Base Labor Burden Total Labor Equipment Perm Matls Const Matls Sub Eng. Fees GC's Avg Price Total u.cost 935.00 426.18 1,361.18 7,714.95 0.00 408.75 0.00 0.00 0.00 0.00 9,484.88 Total 7,480.00 3,409.40 10,889.40 61,719.60 0.00 3,270.00 0.00 0.00 0.00 0.00 75,879.00 Crew 5/Unit Crew Hrs/Unit Units/Crew Hr 5/Crew Hour Shifts Units/Shift Shifts/Unit 5/Shift 9,076.1250 200.0000 0.0050 45.3806 160.0000 0.0500 20.0000 474.2438 Manhours Unit/MH MH/Unit Total Labor/MH Base Labor/Unit 400.0000 0.0200 50.0000 27.2235 935.0000 Calendar: 510 5- 10 Hour Days Hrs/Shift: 10 WC: TX5506 Street or Road Construction Crew: wE��i Deep Well Op Crew Prod: HU 200 Eff: 100.00 Crew Hrs: 1600.00 Labor Pcs: 0.25 Equipment Pcs: 2.25 Resource Description Pcs/Wste Quantity Unit Unit Cost Tax/OT � Actual UC Total 3H OSE Discharge Hoses 1.00 1,000.00 LF 3.00 109.000 3.27 3,270.00 8G25KW 25kw Gen Set %240 1.00 1,600.00 HR 16.32 100.000 32.01 51,219.20 8PME5 Electric Submersible Pump 1.00 1,600.00 HR 4.43 100.000 4.43 7,091.20 8TKPU Pickup Truck 0.25 400.00 HR 8.52 100.000 8.52 3,409.20 LS Labor,Skilled 0.25 400.00 MH 17.00 110.000 27.22 10,889.40 168734-11 Everman (Design Progression Contingency) Biditem DRAINAGE CHANNEL MODS 3� Takeoff Qty: 1.000 LS Bid Qty: 1.000 LS Base Labor Burden Total Labor Equipment Perm Matls Const Matls Sub Eng. Fees U.Cost 0.00 0.00 0.00 0.00 0.00 0.00 141,312.50 0.00 Total 0.00 0.00 0.00 0.00 0.00 0.00 141,312.50 �.�� Calendar: 510 5- 10 Hour Days Resource Description 45TORM Storm Drain Sub Calendar: 510 5- 10 Hour Days Resource Description 45TORM Storm Drain Sub 8/29/2025 3:29 PM Page 2 of 18 GCs Avg Price Total 0.00 0.00 141,312.50 0.00 0.00 141,312.50 Hrs/Shift: 10 WC: TX5506 Street or Road Construction Pcs/Wste Quantity Unit Unit Cost Tax/OT � Actual UC Total 1.00 125.00 CY 26.50 100.000 26.50 3,312.50 -. • . .�� �� Hrs/Shift: 10 WC: TX5506 Street or Road Construction Pcs/Wste Quantity Unit Unit Cost Tax/OT � Actual UC Total 1.00 600.00 SY 230.00 100.000 230.00 138,000.00 168734-11 Everman (Design Progression Contingency) 8/29/2025 3:29 PM Page 3 of 18 Biditem IN-SITU MATERIALS NOT ACCEPTABLE 4 0 Takeoff Qty: 1.000 LS Bid Qty: 1.000 LS � � • - - -. • �� Calendar: 510 5- 10 Hour Days Hrs/Shift: 10 WC: TX5506 Street or Road Construction Resource Description Pcs/Wste Quantity Unit Unit Cost Tax/OT Y Actual UC Total 2AGPABC Aggregate Base Course 1.00 22,822.00 TN 18.00 100.000 18.00 410,796.00 168734-11 Everman (Design Progression Contingency) Biditem CLEARING DRAINAGE EASEMENT (EAST OF UPRR) 4 5 Takeoff Qty: 1.000 LS Bid Qty: 1.000 LS Base Labor Burden Total Labor Equipment Perm Matls Const Matls Sub Eng. Fees U.Cost 0.00 0.00 0.00 0.00 0.00 0.00 58,200.00 0.00 Total 0.00 0.00 0.00 0.00 0.00 0.00 58,200.00 0.00 8/29/2025 3:29 PM Page 4 of 18 GCs Avg Price Total 0.00 0.00 58,200.00 0.00 0.00 58,200.00 Base Labor Burden Total Labor Equipment Perm Matls Const Matls Sub Eng. Fees GC's Avg Price Total u.cost 0.00 0.00 0.00 0.00 0.00 0.00 58,200.00 0.00 0.00 0.00 58,200.00 Total 0.00 0.00 0.00 0.00 0.00 0.00 58,200.00 0.00 0.00 0.00 58,200.00 Calendar: 510 5- 10 Hour Days Hrs/Shift: 10 WC: TX5506 Street or Road Construction Resource Description Pcs/Wste Quantity Unit Unit Cost Tax/OT 9� Actual UC Total 4CLEAR Clearing-Sub 1.00 4,250.00 SY 3.00 100.000 3.00 12,750.00 4ECSF Silt Fence 1.00 950.00 LF 11.00 100.000 11.00 10,450.00 4MOBE Mobilization 1.00 1.00 LS 35,000.00 100.000 35,000.00 35,000.00 168734-11 Everman (Design Progression Contingency) Biditem GRUBBING SOUTHERN RIPRAP ZONE 4 6 Takeoff Qty: 1.000 LS Bid Qty: 1.000 LS Base Labor Burden Total Labor Equipment Perm Matls Const Matls Sub Eng. Fees U.Cost 0.00 0.00 0.00 0.00 0.00 0.00 47,640.00 0.00 Total 0.00 0.00 0.00 0.00 0.00 0.00 47,640.00 0.00 8/29/2025 3:29 PM Page 5 of 18 GCs Avg Price Total 0.00 0.00 47,640.00 0.00 0.00 47,640.00 Base Labor Burden Total Labor Equipment Perm Matls Const Matls Sub Eng. Fees GC's Avg Price Total u.cost 0.00 0.00 0.00 0.00 0.00 0.00 63,520.00 0.00 0.00 0.00 63,520.00 Total 0.00 0.00 0.00 0.00 0.00 0.00 47,640.00 0.00 0.00 0.00 47,640.00 Calendar: 510 5- 10 Hour Days Hrs/Shift: 10 WC: TX5506 Street or Road Construction Resource Description Pcs/Wste Quantity Unit Unit Cost Tax/OT � Actual UC Total 4CLEAR Clearing-Sub 1.00 3,630.00 SY 3.00 100.000 3.00 10,890.00 4ECSF Silt Fence 1.00 300.00 LF 2.50 100.000 2.50 750.00 4GRUBBING Grubbing 1.00 0.75 AC 48,000.00 100.000 48,000.00 36,000.00 168734-11 Everman (Design Progression Contingency) Biditem SEWER LINE CLEANING/CCTV AT FINAL 4� Takeoff Qty: 1.000 LS Bid Qty: 1.000 LS Base Labor Burden Total Labor Equipment Perm Matls Const Matls Sub Eng. Fees u.cost 0.00 0.00 0.00 0.00 0.00 0.00 45,960.00 0.00 Total 0.00 0.00 0.00 0.00 0.00 0.00 45,960.00 0.00 8/29/2025 3:29 PM Page 6 of 18 GCs Avg Price Total 0.00 0.00 45,960.00 0.00 0.00 45,960.00 Base Labor Burden Total Labor Equipment Perm Matls Const Matls Sub Eng. Fees GC's Avg Price Total u.cost 0.00 0.00 0.00 0.00 0.00 0.00 45,960.00 0.00 0.00 0.00 45,960.00 Total 0.00 0.00 0.00 0.00 0.00 0.00 45,960.00 0.00 0.00 0.00 45,960.00 Calendar: 510 5- 10 Hour Days Hrs/Shift: 10 WC: TX5506 Street or Road Construction Resource Description Pcs/Wste Quantity Unit Unit Cost Tax/OT � Actual UC Total 4CCTV CCTV 1.00 1,448.00 LF 5.00 100.000 5.00 7,240.00 4MOBE Mobilization 1.00 1.00 LS 15,000.00 100.000 15,000.00 15,000.00 4SSCLEAN Clean SS Line 1.00 1,448.00 LF 15.00 100.000 15.00 21,720.00 455CLEANMH Clean SS MH 1.00 8.00 EA 250.00 100.000 250.00 2>000.00 168734-11 Everman (Design Progression Contingency) Biditem LENGTHEN MBGF 5 0 Takeoff Qty: 1.000 LS Bid Qty: 1.000 LS � � - - -. Calendar: 510 5- 10 Hour Days Hrs/Shift: 10 Resource Description Pcs/Wste Quantity Unit 4GR Guard Rail - Sub 1.00 600.00 LF 8/29/2025 3:29 PM Page 7 of 18 WC: TX5506 Street or Road Construction Unit Cost Tax/OT Y Actual UC Total 55.00 100.000 55.00 33,000.00 168734-11 Everman (Design Progression Contingency) 8/29/2025 3:29 PM Page 8 of 18 Biditem 52 DRAINAGE OF RIPRAP AREA AT EAST ABUTMENT Takeoff Qty: 1.000 LS Bid Qty: 1.000 LS Base Labor Burden Total Labor Equipment Perm Matls Const Matls Sub Eng. Fees GC's Avg Price Total u.cost 2,112.00 772.94 2,884.94 4,324.22 7,000.00 0.00 40,100.00 0.00 0.00 0.00 54,309.16 Total 2,112.00 772.94 2,884.94 4,324.22 7,000.00 0.00 40,100.00 0.00 0.00 0.00 54,309.16 Manhours Unit/MH MH/Unit $/MH Base Labor/MH Total Labor/MH Unit/CH 75.0000 0.0133 75.0000 724.1221 28.1600 38.4659 0.0667 Calendar: 510 5- 10 Hour Days Resource Description 4MSE MSESub Base Labor u. cost 1,056.00 rotal 2,112.00 Crew $/Unit 3,604.5800 Hrs/Shift: 10 Pcs/Wste Quantity Unit 1.00 35.00 LF WC: TX5506 Street or Road Construction Unit Cost Tax/OT % Actual UC Total 60.00 100.000 60.00 2,100.00 Burden Total Labor Equipment Perm Matls Const Matls Sub Eng. Fees GC's Avg Price Total 386.47 1,442.47 2,162.11 3,500.00 0.00 0.00 0.00 0.00 0.00 7,104.58 772.94 2,884.94 4,324.22 7,000.00 0.00 0.00 0.00 0.00 0.00 14,209.16 Crew Hrs/Unit Units/Crew Hr $/Crew Hour Shifts Units/Shift Shifts/Unit $/Shift 7.5000 0.1333 480.6107 1.5000 1.3333 0.7500 9,472.7733 Manhours Unit/MH MH/Unit Total Labor/MH Base Labor/Unit 75.0000 0.0267 37.5000 38.4659 1,056.0000 Calendar: 510 5- 10 Hour Days Hrs/Shift: 10 WC: TX5506 Street or Road Construction Crew: PiP_sM Pipe - Small Crew Prod: Hu 7.5 Eff: 100.00 Crew Hrs: 15.00 Labor Pcs: 5.00 Equipment Pcs: 6.00 Resource Description Pcs/Wste Quantity Unit Unit Cost Tax/OT % Actual UC Total 21NLET Inlet Box (Precast) 1.00 2.00 EA 3,500.00 100.000 3,500.00 7,000.00 8EX325 Excavator(CAT 325) 1.00 15.00 HR 115.72 100.000 115.72 1,735.80 8LDW962 Wheel Loader (CAT 962) 1.00 15.00 HR 95.59 100.000 95.59 1,433J9 SRLWB Roller Walk Behind 1.00 15.00 HR 55.95 100.000 55.95 839.27 8TKPU Pickup Truck 1.00 15.00 HR 8.52 100.000 8.52 127.85 8UGB GravelBox 1.00 15.00 HR 9.66 100.000 9.66 144.89 8UTB Trench Box 1.00 15.00 HR 2.84 100.000 2.84 42.62 LPL Labor, Pipe Layer 1.00 15.00 MH 21.00 110.000 32.45 486.79 LS Labor, Skilled 1.00 15.00 MH 17.00 110.000 27.22 408.35 OPFM Operator, Foreman 1.00 15.00 MH 34.00 110.000 49.45 741.70 OPS Operator, Skilled 2.00 30.00 MH 28.00 110.000 41.60 1,248.10 Calendar: 510 5- 10 Hour Days Resource Description 4STORM Storm Drain Sub Hrs/Shift: 10 Pcs/Wste Quantity Unit 1.00 250.00 LF WC: TX5506 Street or Road Construction Unit Cost Tax/OT % Actual UC Total 140.00 100.000 140.00 35,000.00 Calendar: 510 5- 10 Hour Days Hrs/Shift: 10 WC: TX5506 Street or Road Construction Resource Description Pcs/Wste Quantity Unit Unit Cost Tax/OT � Actual UC Total 4STORM Storm Drain Sub 1.00 1.00 EA 3,000.00 100.000 3,000.00 3,000.00 168734-11 Everman (Design Progression Contingency) Biditem MSE WALL EMBEDMENT 5 3 Takeoff Qty: 1.000 LS Bid Qty: 1.000 LS Base Labor Burden Total Labor Equipment Perm Matls Const Matls Sub Eng. Fees U. Cost 0.00 0.00 0.00 0.00 0.00 0.00 109,290.00 0.00 Total 0.00 0.00 0.00 0.00 0.00 0.00 109,290.00 0.00 Calendar: 510 5- 10 Hour Days Resource Description 4MSE MSESub Calendar: 510 5- 10 Hour Days Resource Description 4MSE MSESub 8/29/2025 3:29 PM Page 9 of 18 GCs Avg Price Total 0.00 0.00 109,290.00 0.00 0.00 109,290.00 Hrs/Shift: 10 WC: TX5506 Street or Road Construction Pcs/Wste Quantity Unit Unit Cost Tax/OT � Actual UC Total 1.00 1,384.00 SF 60.00 100.000 60.00 83,040.00 -. • . � �� Hrs/Shift: 10 WC: TX5506 Street or Road Construction Pcs/Wste Quantity Unit Unit Cost Tax/OT � Actual UC Total 1.00 750.00 CY 35.00 100.000 35.00 26,250.00 168734-11 Everman (Design Progression Contingency) 8/29/2025 3:29 PM Page 10 of 18 Biditem 54 MSE TO WINGWALL CONNECTION Takeoff Qty: 1.000 LS Bid Qty: 1.000 LS Base Labor Burden Total Labor Equipment Perm Matls Const Matls Sut u. cost 6,325.00 2,191.78 8,516.78 17,280.55 71,250.00 0.00 �02,690.0( Total 6,325.00 2,191.78 8,516.78 17,280.55 71,250.00 0.00 �02,690.0( Manhours Unit/MH MH/Unit $/MH 200.0000 0.0050 200.0000 998.6867 5 - 10 Hour Days Description Shoring - Sub Base Labor Burden Total Labor Equipment Perm Matls Const Matls Sub Eng. Fees u.cost 0.00 0.00 0.00 0.00 0.00 0.00 67.50 0.00 Total 0.00 0.00 0.00 0.00 0.00 0.00 6,750.00 0.00 Calendar: 510 5- 10 Hour Days Hrs/Shift: 10 WC: TX5506 Resource Description Pcs/Wste Quantity Unit Unit Cost Tax/OT � 4MSE MSE Sub 1.00 100.00 SF 60.00 100.000 4MSECOPING Additonal MSE Coping 1.00 10.00 LF 75.00 100.000 � -, � � �� Calendar: 510 5- 10 Hour Days Hrs/Shift: 10 WC: TX5506 Resource Description Pcs/Wste Quantity Unit Unit Cost Tax/OT % 4MSE MSE Sub 1.00 250.00 CY 35.00 100.000 Calendar: 510 Resource 4SHORE u. cost rotal C � Calen Crew: Resourc 2AGP 8EX33 8LDT9 8TKP 8TKW 8UGB OPFM OPS TMH Hrs/Shift: 10 Pcs/Wste Quantity Unit 1.00 450.00 SF Eng. Fees 0.00 0.00 Base Labor/MH 31.6250 WC: TX5506 Unit Cost Tax/OT q 55.00 100.000 GCs Avg Price Total 0.00 0.00 199,737.33 0.00 0.00 199,737.33 Total Labor/MH Unit/CH 42.5839 0.0200 GCs Avg Price Total 0.00 0.00 67.50 0.00 0.00 6,750.00 Street or Road Construction Actual UC Total 60.00 6,000.00 75.00 750.00 Street or Road Construction Actual UC Total 35.00 8,750.00 Street or Road Construction Actual UC Total 55.00 24,750.00 Base Labor Burden Total Labor Equipment Perm Matls Const Matls Sub Eng. Fees GC's Avg Price Total 8.43 2.92 11.36 23.04 95.00 0.00 0.00 0.00 0.00 0.00 129.40 6,325.00 2,191.78 8,516.78 17,280.55 71,250.00 0.00 0.00 0.00 0.00 0.00 97,047.33 Crew $/Unit Crew Hrs/Unit Units/Crew Hr 5/Crew Hour Shifts Units/Shift Shifts/Unit 5/Shift 34.3964 0.0667 15.0000 515.9466 5.0000 150.0000 0.0067 19,409.4660 Manhours Unit/MH MH/Unit Total Labor/MH Base Labor/Unit 200.0000 3.7500 0.2667 42.5839 8.4333 dar: 510 5- 10 Hour Days Hrs/Shift: 10 WC: TX5506 Street or Road Construction EMsiTE site Embankment Crew 1 Prod: UH 15 Eff: 100.00 Crew Hrs: 50.00 Labor Pcs: 4.00 Equipment PCs: 5.00 e Description Pcs/Wste Quantity Unit Unit Cost Tax/OT � Actual UC Total RCSB Cement Stabilized Backfill 1.00 750.00 CY 95.00 100.000 95.00 71,250.00 6 Excavator(CAT 336) 1.00 50.00 HR 154.14 100.000 154.14 7,707.20 63 Track Loader(CAT 963) 1.00 50.00 HR 149.56 100.000 149.56 7,477.90 U Pickup Truck 1.00 50.00 HR 8.52 100.000 8.52 426.15 TR2K Water Truck (2000 GAL) 1.00 50.00 HR 23.73 100.000 23.73 1,186.35 GravelBox 1.00 50.00 HR 9.66 100.000 9.66 482.95 0 perator, Foreman 1.00 50.00 MH 34.00 110.000 49.45 2,472.36 Operator, Skilled 2.00 100.00 MH 28.00 110.000 41.60 4,160.34 Tea mster, Heavy 1.00 50.00 MH 25.00 110.000 37.68 1,884.08 168734-11 Everman (Design Progression Contingency) 8/29/2025 3:29 PM Page 11 of 18 Calendar: 510 5- 10 Hour Days Hrs/Shift: 10 WC: TX5506 Street or Road Construction Resource Description Pcs/Wste Quantity Unit Unit Cost Tax/OT % Actual UC Total 45TORM Storm Drain Sub 1.00 28.00 CY 2,230.00 100.000 2,230.00 62,440.00 168734-11 Everman (Design Progression Contingency) Biditem MSE WALL UNDERDRAIN EXTENSIONS 5 5 Takeoff Qty: 1.000 LS Bid Qty: 1.000 LS � � •�•• • - - -. Calendar: 510 5- 10 Hour Days Hrs/Shift: 10 Resource Description Pcs/Wste Quantity Unit 4MSE MSE Sub 1.00 450.00 LF 8/29/2025 3:29 PM Page 12 of 18 (Review Required) WC: TX5506 Street or Road Construction Unit Cost Tax/OT Y Actual UC Total 9.00 100.000 9.00 4,050.00 168734-11 Everman (Design Progression Contingency) Biditem DITCH GRADING ALONG RR ROW NORTH OF EVERMAN 5 6 Takeoff Qty: 1.000 LS Bid Qty: 1.000 LS Base Labor Burden Total Labor Equipment Perm Matls Const Matls Sub Eng. Fees u.cost 6,259.00 2,254.36 8,513.36 14,652.22 0.00 0.00 31,612.50 0.00 Total 6,259.00 2,254.36 8,513.36 14,652.22 0.00 0.00 31,612.50 0.00 Manhours Unit/MH MH/Unit $/MH Base Labor/MH 215.0000 0.0047 215.0000 254.7818 29.1116 Base Labor Burden Total Labor Equipment Perm Matls Const M u. cost 3.17 1.14 4.31 7.33 0.00 0. Total 5,082.00 1,832.57 6,914.57 11,758.33 0.00 0. Crew $/Unit Crew Hrs/Unit Units/Crew Hr $/Crew Hour � 11.6415 0.0218 45.8286 533.5114 + Manhours Unit/MH 175.0000 9.1657 Calendar: 510 5- 10 Hour Days Hrs/Shift: 10 Crew: ExsiTE Site Excavation Crew Prod: uH as.szsb Eff: 100.00 Resource Description Pcs/Wste Quantity Unit 4HAULHR Hauling - Sub (HOURLY) 1.00 134.00 HR 8EX336 Excavator(CAT 336) 1.00 35.00 HR 8LDT963 Track Loader(CAT 963) 1.00 35.00 HR 8TKPU Pickup Truck 1.00 35.00 HR 8TKWTR2K Water Truck (2000 GAL) 1.00 35.00 HR LS Labor, Skilled 1.00 35.00 MH OPFM Operator, Foreman 1.00 35.00 MH OPS Operator, Skilled 2.00 70.00 MH TMH Teamster, Heavy 1.00 35.00 MH Base L u. cost rotal 1,17 Crew $/Unit 0.9031 Calendar: 510 CCeW: EXFINE E Resource 8MG140 8RLCS54B 855299 8TKPU LS OPFM OPS 8/29/2025 3:29 PM Page 13 of 18 GCs Avg Price Total 0.00 0.00 54,778.08 0.00 0.00 54,778.08 Total Labor/MH Unit/CH 39.5970 0.0222 atls Sub Eng. Fees GCs Avg Price Total 00 10.44 0.00 0.00 0.00 22.08 00 16,750.00 0.00 0.00 0.00 35,422.90 Shifts Units/Shift Shifts/Unit $/Shift 3.5000 458.2857 0.0022 10,120.8286 MH/Unit Total Labor/MH Base Labor/Unit 0.1091 39.5118 3.1683 WC: TX5506 Street or Road Construction Crew Hrs: 35.00 Labor Pcs: 5.00 Equipment Pcs: 4.00 Unit Cost Tax/OT % Actual UC Total 125.00 100.000 125.00 16,750.00 154.14 100.000 154.14 5,395.04 149.56 100.000 149.56 5,234.53 8.52 100.000 8.52 298.31 23.73 100.000 23.73 830.45 17.00 110.000 27.22 952.83 34.00 110.000 49.45 1,730.64 28.00 110.000 41.60 2,912.24 25.00 110.000 37.68 1,318.86 abor Burden Total Labor Equipment Perm Matls Const Matls Sub Eng. Fees GC's Avg Price Total 0.24 0.08 0.32 0.58 0.00 0.00 0.00 0.00 0.00 0.00 0.90 7.00 421.79 1,598.79 2,893.89 0.00 0.00 0.00 0.00 0.00 0.00 4,492.68 Crew Hrs/Unit Units/Crew Hr $/Crew Hour Shifts Units/Shift Shifts/Unit $/Shift 0.0020 497.5000 449.2680 1.0000 4,975.0000 0.0002 4,492.6800 Manhours Unit/MH MH/Unit Total Labor/MH Base Labor/Unit 40.0000 124.3750 0.0080 39.9698 0.2366 5- 10 Hour Days Hrs/Shift: 10 WC: TX5506 Street or Road Construction xcavation Fine Grade Crew Prod: UH 497.5 Eff: 100.00 Crew Hrs: 10.00 Labor Pcs: 4.00 Equipment Pcs: 4.00 Description Pcs/Wste Quantity Unit Unit Cost Tax/OT � Actual UC Total Motor Grader(CAT 140) 1.00 10.00 HR 126.45 100.000 126.45 1,264.49 Roller Smooth Drum (CAT 1.00 10.00 HR 63.95 100.000 63.95 639.50 CS546) Track Skid Steer (CAT 299) 1.00 10.00 HR 90.47 100.000 90.47 904.67 Pickup Truck 1.00 10.00 HR 8.52 100.000 8.52 85.23 Labor, Skilled 1.00 10.00 MH 17.00 110.000 27.22 Z�Z•z4 Operator, Foreman 1.00 10.00 MH 34.00 110.000 49.45 494.48 Operator, Skilled 2.00 20.00 MH 28.00 110.000 41.60 832.07 168734-11 Everman (Design Progression Contingency) Calendar: 510 5- 10 Hour Days Hrs/Shift: 10 Resource Description Pcs/Wste Quantity Unit 4ECMAT Erosion Control Matting 1.00 1,650.00 SY 8/29/2025 3:29 PM Page 14 of 18 WC: TX5506 Streetor Road Construction Unit Cost Tax/OT % Actual UC Total 7.50 100.000 7.50 12,375.00 Calendar: 510 5- 10 Hour Days Hrs/Shift: 10 WC: TX5506 Street or Road Construction Resource Description Pcs/Wste Quantity Unit Unit Cost Tax/OT � Actual UC Total 4SEED Seeding-Sub 1.00 4,975.00 SY 0.50 100.000 0.50 z,487.50 168734-11 Everman (Design Progression Contingency) Biditem CULVERT BACKFILL 5� Takeoff Qty: 1.000 LS Bid Qty: 1.000 LS Base Labor Burden Total Labor Equipment Perm Matls Const Matls Sub Eng. Fees U.Cost 0.00 0.00 0.00 0.00 60,000.00 0.00 14,000.00 0.00 Total 0.00 0.00 0.00 0.00 60,000.00 0.00 14,000.00 0.00 8/29/2025 3:29 PM Page 15 of 18 GCs Avg Price Total 0.00 0.00 74,000.00 0.00 0.00 74,000.00 Base Labor Burden Total Labor Equipment Perm Matls Const Matls Sub Eng. Fees GC's Avg Price Total u.cost 0.00 0.00 0.00 0.00 150.00 0.00 35.00 0.00 0.00 0.00 185.00 Total 0.00 0.00 0.00 0.00 60,000.00 0.00 14,000.00 0.00 0.00 0.00 74,000.00 Calendar: 510 5- 10 Hour Days Hrs/Shift: 10 WC: TX5506 Street or Road Construction Resource Description Pcs/Wste Quantity Unit Unit Cost Tax/OT � Actual UC Total 2CROOFF Flowable Fill 1.00 400.00 CY 150.00 100.000 150.00 60,000.00 4PUMP Concrete Pump Truck - Sub 1.00 400.00 CY 35.00 100.000 35.00 14,000.00 168734-11 Everman (Design Progression Contingency) 8/29/2025 3:29 PM Page 16 of 18 Biditem STREAM BANK PROTECTION TO BE CONCRETE NE CORNER 5� Takeoff Qty: 1.000 LS Bid Qty: 1.000 LS Base Labor Burden Total Labor Equipment Perm Matls Const Matls Sub Eng. Fees GC's Avg Price u.cost 3,982.00 1,400.33 5,382.33 10,271.74 14,000.00 0.00 �ao,5oo.00 0.00 0.00 0.00 Toca� 3,982.00 1,400.33 5,382.33 10,271.74 14,000.00 0.00 �4o,soo.00 0.00 0.00 0.00 Manhours Unit/MH MH/Unit $/MH Base Labor/MH Total Labor/MH 130.0000 0.0077 130.0000 1,308.8775 30.6308 41.4025 u. cost Total � Base Labor 7.26 1,452.00 Crew $/Unit 26.6757 Total 170,154.07 170,154.07 Unit/CH 0.0333 Burden Total Labor Equipment Perm Matls Const Matls Sub Eng. Fees GC's Avg Price Total 2.62 9.88 16.80 0.00 0.00 6.25 0.00 0.00 0.00 32.93 523.61 1,975.61 3,359.52 0.00 0.00 1,250.00 0.00 0.00 0.00 6,585.13 Crew Hrs/Unit Units/Crew Hr $/Crew Hour Shifts Units/Shift Shifts/Unit $/Shift 0.0500 20.0000 533.5130 1.0000 200.0000 0.0050 6,585.1300 ' Manhours Unit/MH MH/Unit Total Labor/MH Base Labor/Unit 50.0000 4.0000 0.2500 39.5122 7.2600 Calendar: 510 5- 10 Hour Days Hrs/Shift: 10 WC: TX5506 Street or Road Construction Crew: ExsiTE Site Excavation Crew Prod: uH 20 Eff: 100.00 Crew Hrs: 10.00 Labor Pcs: 5.00 Equipment Pcs: 4.00 Resource 4HAULHR 8EX336 8LDT963 8TKPU 8TKWTR2K LS OPFM OPS TMH Description Pcs/Wste Quantity Unit Unit Cost Tax/OT % Actual UC Total Hauling - Sub (HOURLY) 1.00 10.00 HR 125.00 100.000 125.00 1,250.00 Excavator(CAT 336) 1.00 10.00 HR 154.14 100.000 154.14 1,541.44 Track Loader(CAT 963) 1.00 10.00 HR 149.56 100.000 149.56 1,495.58 Pickup Truck 1.00 10.00 HR 8.52 100.000 8.52 85.23 WaterTruck(2000 GAL) 1.00 10.00 HR 23.73 100.000 23.73 23�•2� Labor, Skilled 1.00 10.00 MH 17.00 110.000 27.22 2�2•24 Operator, Foreman 1.00 10.00 MH 34.00 110.000 49.45 494.48 Operator, Skilled 2.00 20.00 MH 28.00 110.000 41.60 832.07 Teamster, Heavy 1.00 10.00 MH 25.00 110.000 37.68 376.82 Base Labor Burden Total Labor Equipment Perm Matls Const Matls Sub Eng. Fees GC's Avg Price Total u.cost 12.65 4.38 17.03 34.56 70.00 0.00 0.00 0.00 0.00 0.00 121.59 rotal 2,530.00 876.72 3,406.72 6,912.22 14,000.00 0.00 0.00 0.00 0.00 0.00 24,318.94 Crew $/Unit Crew Hrs/Unit Units/Crew Hr $/Crew Hour Shifts Units/Shift Shifts/Unit $/Shift 51.5947 0.1000 10.0000 515.9470 2.0000 100.0000 0.0100 12,159.4700 Manhours Unit/MH MH/Unit Total Labor/MH Base Labor/Unit 80.0000 2.5000 0.4000 42.5840 12.6500 Calendar: 510 5- 10 Hour Days Hrs/Shift: 10 WC: TX5506 Street or Road Construction Crew: EMsiTE Site Embankment Crew 1 Prod: UH 10 Eff: 100.00 Crew Hrs: 20.00 Labor Pcs: 4.00 Equipment Pcs: 5.00 Resource 2AGPGAB 8EX336 8LDT963 8TKPU 8TKWTR2K 8UG6 OPFM OPS TMH Description Pcs/Wste Quantity Unit Unit Cost Tax/OT � Actual UC Total Graded Aggregate Base 1.00 400.00 TN 35.00 100.000 35.00 14,000.00 Excavator(CAT 336) 1.00 20.00 HR 154.14 100.000 154.14 3,082.88 Track Loader(CAT 963) 1.00 20.00 HR 149.56 100.000 149.56 2,991.16 Pickup Truck 1.00 20.00 HR 8.52 100.000 8.52 170.46 WaterTruck(2000 GAL) 1.00 20.00 HR 23.73 100.000 23.73 474.54 GravelBox 1.00 20.00 HR 9.66 100.000 9.66 193.18 Operator, Foreman 1.00 20.00 MH 34.00 110.000 49.45 988.94 Operator, Skilled 2.00 40.00 MH 28.00 110.000 41.60 1,664.14 Teamster, Heavy 1.00 20.00 MH 25.00 110.000 37.68 753.64 168734-11 Everman (Design Progression Contingency) 8/29/2025 3:29 PM Page 17 of 18 Base Labor Burden Total Labor Equipment Perm Matls Const Matls Sub Eng. Fees GC's Avg Price Total u.cost 0.00 0.00 0.00 0.00 0.00 0.00 1,300.00 0.00 0.00 0.00 1,300.00 Total 0.00 0.00 0.00 0.00 0.00 0.00 32,500.00 0.00 0.00 0.00 32,500.00 Calendar: 510 5- 10 Hour Days Hrs/Shift: 10 WC: TX5506 Street or Road Construction Resource Description Pcs/Wste Quantity Unit Unit Cost Tax/OT % Actual UC Total 4MOBE Mobilization 1.00 1.00 LS 20,000.00 100.000 20,000.00 20,000.00 4TIEBACK Tie Backs 1.00 25.00 EA 500.00 100.000 500.00 12,500.00 Calendar: 510 5- 10 Hour Days Resource Description 4CONC Concrete - Sub Hrs/Shift: 10 Pcs/Wste Quantity Unit 1.00 67.00 CY WC: TX5506 Street or Road Construction Unit Cost Tax/OT % Actual UC Total 1,500.00 100.000 1,500.00 100,500.00 Calendar: 510 5- 10 Hour Days Hrs/Shift: 10 WC: TX5506 Street or Road Construction Resource Description Pcs/Wste Quantity Unit Unit Cost Tax/OT % Actual UC Total 4FENCECL.LF Chain Link Fence Sub (LF) 1.00 125.00 LF 50.00 100.000 50.00 6,250.00 168734-11 Everman (Design Progression Contingency) Report Summary Base Labor Burden Total Labor Equipment Perm Matls Const Matls Sub Eng. Fees Total 26,158 10,029 36,187 108,248 565,026 3,270 955,855 0 8/29/2025 3:29 PM Page 18 of 18 GCs Avg Price Total 0 0 1,668,586 Calendars Used In Estimate 510 5- 10 Hour Days In equipment resources, Rent % and EOE % that are not 100% are represented as XXX%YYY, where XXX = Rent % and YYY = EOE % City of Fort Worth, Texas Mayor and Council Communication DATE: 12/09/25 M&C FILE NUMBER: M&C 25-1140 LOG NAME: 20EVERMAN PARKWAY EXTENSION AMENDMENT NO. 1 SUBJECT (CD 8) Authorize Execution of Amendment No. 1 to the Design-Build Services Agreement with Burns & McDonnell Engineering Company, Inc., to Establish the Guaranteed Maximum Price in the Amount of $39,385,469.00 and to Increase the City's Budget for the Project from $41,800,000.00 to $46,800,000.00 for the Extension of Everman Parkway (Rosedale Springs) Project (2022 Bond Program) RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of Amendment No. 1 to the Design-Build Services Agreement, City Secretary Contract No. 61867, with Burns & McDonnell Engineering Company, Inc., to establish the Guaranteed Maximum Price in the amount of $39,385,469.00; and 2. Increase the City's Budget for the project from $41,800,000.00 to $46,800,000.00 for the extension of Everman Parkway project (City Project No. 103271). LIb�31I+��I�1►` � The purpose of this Mayor and Council Communication (M&C) is to authorize execution of Amendment No. 1 to the Design-Build Services Agreement with Burns & McDonnell Engineering Company, Inc. (City Secretary Contract No. 61867, M&C 24-0386) to establish the Guaranteed Maximum Price (GMP) in the amount of $39,385,469.00. There was no GMP established in the two previous M&C's and a contract maximum can not be established without the GMP. The project team identified several issues that impacted the anticipated cost of the work since the project was originally scoped in 2022. Each of these items impacted the project budget and included: rapidly increasing material and labor costs, the cost of required additional mitigation credits, and additional scope needed for a sanitary sewer. Specifically, a large diameter sewer line had to be upsized after it was discovered during the design phase to be in direct conflict with the project improvements. On September 5, 2025, negotiations with the Design Builder concluded with the City and Burns & McDonnell mutually agreeing on the projecYs revised GMP. Due to these and other incidental cost increases, the City's budget for the project has increased from $41,800,000.00 (based on planning level estimates) to $46,800,000.00 for the project. The following table summarizes the revised project cost: II Description I Total M8�C IlOriginal Project Budget I $41,800,000.00 24-0386 IlAdditional Project Funding $5,000,000.00 25-0424 IlRevised Project Budget $46,800,000.00 This M&C The following table summarizes the available funding for the project: Fund 34027 - 2022 Bond Program 30108 - Transportation Impact Fee Cap 30104 - Developer Contribution 30106 - Intergovernmental Contribution 39008 - Impact Fee Cap Legacy IProject Total Existing Funding $29,783,123.46 $792,623.53 $3, 066, 876.54 $15,350,000.00 $1, 007, 376.47 I$50,000,000.00 Additional ' Funding Project Total $0.00 $29,783,123.46 $0.00 $792,623.53 $0.00 $3,066,876.54 $0.00 $15,350,000.00 $0.00 $1,007,376.47 $0.00 �$50,000,000.00 Funding is budgeted in the Transportation & Public Works Department Highway & Streets Department's 2022 Bond Program Fund to fund the extension of the Everman Parkway (Rosedale Springs) Project, as appropriated. This project is included in the 2022 Bond Program. The City's Extendable Commercial Paper (ECP) (M&C 22-0607; Ordinance 25675-08-2022) provided liquidity to support the appropriation. Available resources will be used to actually make any interim progress payment until the debt is issued. Once debt associated with a project is sold, debt proceeds will reimburse the interim financing source in accordance with the statement expressing official Intent to reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance 25515-05- 2022). FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the 2022 Bond Program Fund for the Everman Pkwy (Rosedale Springs project to support the approval of the above recommendation and execution of the agreement. Before any expenditure is incurred, the Transportation & Public Works Department is responsible for validating the availability of funds. Submitted for Citv Manaaer's OfFice bv: Jesica McEachern 5804 Oriainatina Business Unit Head: Lauren Prieur 6035 Additional Information Contact: Monty Hall 8662 Expedited CERTIFICATE OF INTERESTED PARTIES Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. 1 Name of business entity filing form, and the city, state and country of the business entiry's place of business. Burns & McDonnell Engineering Company, Inc. Dallas, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Fort Worth Kansas City, MO United States g Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. CPN 103271 Design-build engineering and construction Nature of interest 4 Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary Fischer, Paul Kansas City, MO United States X Gross, Steve Schuessler, Alissa Duke, Leslie Mollman, Renita Baxter, Christopher Bertram, Jamey 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is Scott Clark My address is 777 Main Street, STE 2500 Kansas City, MO United States Kansas City, MO United States Kansas City, MO United States Kansas City, MO United States Kansas City, MO United States FORnn 1295 �of� OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2025-1385782 Date Filed: 11/05/2025 Date Acknowledged: X X X X X X , and my date of birth is 4/1/1965 Fort Worth TX 76102 (city) (state) (zip code) USA (country) I declare under penalty of perjury that the foregoing is true and correct. EXe�uted �n Tarrant County, State of TeXaS on the 5 aaY of November�o 25 Forms provided by Texas Ethics Commission (month) (year) q � ��✓�� �'`�"�L Signature of authorized agent of contracting business entity (Declarant) www.ethics.state.tx.us Version V4.1.O.f10dOfd8 103271-EPAM-Everman Parkway Extension - Design — Build Contract Amendment #1 Interim Agreement Report 2026-01-21 Created: 2026-01-21 By: Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) Status: Out for Signature Transaction ID: CBJCHBCAABAABDYmRu9ngw7_yx9DosFlinyW4wqGC_r5 Agreement History Agreement history is the list of the events that have impacted the status of the agreement prior to the final signature. A final audit report will be generated when the agreement is complete. "103271-EPAM-Everman Parkway Extension - Design — Build C ontract Amendment #1" History Document created by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) 2026-01-21 - 7:22:47 PM GMT- IP address: 204.10.90.100 Document emailed to pfischer@burnsmcd.com for signature 2026-01-21 - 7:49:55 PM GMT Document emailed to Alexandra Ripley (alexandra.ripley@fortworthtexas.gov) for filling 2026-01-21 - 7:49:55 PM GMT Document emailed to Fanta Kaba (fanta.kaba@fortworthtexas.gov) for signature 2026-01-21 - 7:49:55 PM GMT Email viewed by Fanta Kaba (fanta.kaba@fortworthtexas.gov) 2026-01-21 - 7:55:28 PM GMT- IP address: 104.47.65.254 �ORT��IiTHg Poweredby � Adobe AcrabatSign 103271-EPAM-Everman Parkway Extension - Design — Build Final Audit Report Created: By: Status: Transaction ID Contract Amendment #1 2026-02-04 2026-01-21 Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) Canceled / Declined CBJCHBCAABAABDYmRu9ngw7_yx9DosFlinyW4wqGC_r5 "103271-EPAM-Everman Parkway Extension - Design — Build C ontract Amendment #1" History _ Document created by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) 2026-01-21 - 7:22:47 PM GMT- IP address: 204.10.90.100 Document emailed to pfischer@burnsmcd.com for signature 2026-01-21 - 7:49:55 PM GMT Document emailed to Alexandra Ripley (alexandra.ripley@fortworthtexas.gov) for filling 2026-01-21 - 7:49:55 PM GMT Document emailed to Fanta Kaba (fanta.kaba@fortworthtexas.gov) for signature 2026-01-21 - 7:49:55 PM GMT Email viewed by Fanta Kaba (fanta.kaba@fortworthtexas.gov) 2026-01-21 - 7:55:28 PM GMT- IP address: 104.47.65.254 _ Agreement modified by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) 2026-01-21 - 8:32:45 PM GMT Agreement modified by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) 2026-01-21 - 8:32:56 PM GMT - Agreement modified by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) 2026-01-21 - 8:33:04 PM GMT Agreement modified by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) 2026-01-21 - 8:33:12 PM GMT Agreement modified by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) 2026-01-21 - 8:33:19 PM GMT �'����❑���g Pawered6Y � Adobe Acrobat Sign Agreement modified by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) 2026-01-21 - 8:33:27 PM GMT Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) added alternate form filler Raul Lopez Roura (Raul.LopezRoura@fortworthtexas.gov). The original form filler Chad Allen (Chad.Allen@fortworthtexas.gov) can still fill the form. 2026-01-21 - 8:34:16 PM GMT- IP address: 204.10.90.100 [`�; Agreement modified acknowledged by Fanta Kaba (fanta.kaba@fortworthtexas.gov) 2026-01-21 - 9:53:47 PM GMT �Q Document e-signed by Fanta Kaba (fanta.kaba@fortworthtexas.gov) Signature Date: 2026-01-21 - 9:55:24 PM GMT - Time Source: server- IP address: 208.184.124.181 �-� Email viewed by pfischer@burnsmcd.com 2026-01-22 - 5:12:46 AM GMT- IP address: 104.28.97.26 - Email viewed by pfischer@burnsmcd.com 2026-01-25 - 8:56:12 PM GMT- IP address: 136.32.239.150 ��-�: Agreement modified acknowledged by pfischer@burnsmcd.com 2026-01-25 - 11:12:58 PM GMT ;; Signer pfischer@burnsmcd.com entered name at signing as Scott Clark for Paul Fischer 2026-01-26 - 5:17:18 PM GMT- IP address: 4.4.154.26 ���� Document e-signed by Scott Clark for Paul Fischer (pfischer@burnsmcd.com) Signature Date: 2026-01-26 - 5:17:20 PM GMT - Time Source: server- IP address: 4.4.154.26 ` Email viewed by Alexandra Ripley (alexandra.ripley@fortworthtexas.gov) 2026-01-26 - 9:24:54 PM GMT- IP address: 104.47.65.254 ��k: Agreement modified acknowledged by Alexandra Ripley (alexandra.ripley@fortworthtexas.gov) 2026-01-26 - 9:26:15 PM GMT ,� Form filled by Alexandra Ripley (alexandra.ripley@fortworthtexas.gov) Form filling Date: 2026-01-26 - 9:33:35 PM GMT - Time Source: server- IP address: 204.10.90.100 Document emailed to Chad Allen (Chad.Allen@fortworthtexas.gov) for filling 2026-01-26 - 9:33:47 PM GMT Document emailed to Raul Lopez Roura (Raul.LopezRoura@fortworthtexas.gov) for filling 2026-01-26 - 9:33:48 PM GMT - � Email viewed by Raul Lopez Roura (Raul.LopezRoura@fortworthtexas.gov) 2026-01-26 - 9:40:25 PM GMT- IP address: 204.10.90.100 �'����❑���g PaweredhY � Adobe Acrobat Sign -"='�", Form filled by Raul Lopez Roura (Raul.LopezRoura@fortworthtexas.gov) Form filling Date: 2026-01-26 - 9:47:06 PM GMT - Time Source: server- IP address: 204.10.90.100 Document emailed to Lissette Acevedo (Lissette.Acevedo@fortworthtexas.gov) for filling 2026-01-26 - 9:47:07 PM GMT Email viewed by Lissette Acevedo (Lissette.Acevedo@fortworthtexas.gov) 2026-01-27 - 4:10:20 PM GMT- IP address: 104.47.65.254 �p Form filled by Lissette Acevedo (Lissette.Acevedo@fortworthtexas.gov) Form filling Date: 2026-01-27 - 4:10:46 PM GMT - Time Source: server- IP address: 204.10.90.100 Document emailed to Patricia Wadsack (patricia.wadsack@fortworthtexas.gov) for filling 2026-01-27 - 4:11:02 PM GMT ;� Signer Patricia Wadsack (patricia.wadsack@fortworthtexas.gov) entered name at signing as Patricia L. Wadsack 2026-02-04 - 6:35:14 PM GMT- IP address: 208.184.124.181 �� Form filled by Patricia L. Wadsack (patricia.wadsack@fortworthtexas.gov) Form filling Date: 2026-02-04 - 6:35:16 PM GMT - Time Source: server- IP address: 208.184.124.181 Document emailed to Lauren Prieur (Lauren.Prieur@fortworthtexas.gov) for signature 2026-02-04 - 6:35:25 PM GMT Document declined by Lauren Prieur (Lauren.Prieur@fortworthtexas.gov) Decline reason: Why are there signatures on page 16 and 17? 2026-02-04 - 10:29:44 PM GMT- IP address: 208.184.124.181 �'����❑���g PaweredhY � Adobe Acrobat Sign 103271-EPAM-Everman Parkway Extension - Design - Build Contract Amendment #1 Interim Agreement Report 2026-02-10 Created: 2026-02-05 By: Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) Status: Out for Signature Transaction ID: CBJCHBCAABAAWqAYEwu7tQOTGEAAQrPHyjpLzHUDiLg8 Agreement History Agreement history is the list of the events that have impacted the status of the agreement prior to the final signature. A final audit report will be generated when the agreement is complete. "103271-EPAM-Everman Parkway Extension - Design - Build Co ntract Amendment #1" History Document created by Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) 2026-02-05 - 6:30:20 AM GMT- IP address: 204.10.90.100 Document emailed to Lauren Prieur (Lauren.Prieur@fortworthtexas.gov) for signature 2026-02-05 - 2:40:02 PM GMT -�� Document e-signed by Lauren Prieur (Lauren.Prieur@fortworthtexas.gov) Signature Date: 2026-02-05 - 11:08:44 PM GMT - Time Source: server- IP address: 208.184.124.181 Document emailed to Lorita Lyles (Lorita.Lyles@fortworthtexas.gov) for approval 2026-02-05 - 11:08:51 PM GMT _ Email viewed by Lorita Lyles (Lorita.Lyles@fortworthtexas.gov) 2026-02-06 - 1:31:14 PM GMT- IP address: 104.47.64.254 �%;� Document approved by Lorita Lyles (Lorita.Lyles@fortworthtexas.gov) Approval Date: 2026-02-06 - 1:57:53 PM GMT - Time Source: server- IP address: 208.184.124.181 Document emailed to Douglas Black (Douglas.Black@fortworthtexas.gov) for signature 2026-02-06 - 1:58:03 PM GMT +; Document e-signed by Douglas Black (Douglas.Black@fortworthtexas.gov) Signature Date: 2026-02-06 - 7:49:56 PM GMT - Time Source: server- IP address: 204.10.90.100 F�RTWaRTHg P°"'�"�bv � Ado6e AcrobatSign Document emailed to Jesica McEachern (jesica.mceachern@fortworthtexas.gov) for signature 2026-02-06 - 7:50:05 PM GMT F�RTWaRTHg P°"'�"�bv � Ado6e AcrobatSign �ORTWORTH� _ Routing and Transmittal Slip ,Transportation & Public Works Department DOCUMENT TITLE: Everman Parkway Extension - Design — Build Contract Amendment #1 M&C: 25-1140 Date: 12/23/2025 CPN: 103271 CSO: 61867 DOC#: 1 To: Name Department Initials Date Out 1. Paul Fischer Vendor - signature sp� O1/26/2026 s�� 2. Alexandra Ripley TPW - review � Jan 26, 2026 3. Fanta Kaba TPW - signature ,�� J a n 21, 2026 4. Raul Lopez TPW - signature ��- Jan 26, 2026 5. Lissette Acevedo TPW - signature � Jan 27, 2026 6. Patricia Wadsack TPW - signature p(�'�/�/' Feb 4, 2026 7. Lauren Prieur TPW - signature ,�r� 02/05/2026 8. Doug Black Legal - signature � 02/06/2026 9. Jesica McEachern CMO - signature � 02/10/2026 10. Jannette Goodall CSO - signature �d111e�"�`� 02/11/2026 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 s1ip, Jay 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: TPWContracts(�a,FortWorthTexas.�ov at ext. 7233 for pick up when completed. Thank you! F�RT ��RTH� City Secretary's Office Contract Routing & Transmittal Slip COntraCtOr'S Name: Burns & McDonnell Engineering Company, Inc. Subject of the Agreement: Amendment for Design-Build Services for Extension of Everman Parkway M&C Approved by the Council? * Yes 8 No ❑ If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes 0 No ❑ CSC 61867-A1 If so, provide the original contract numbeY and the amendinent number. Is the Contract "Permanent"? *Yes � No ❑ If unsu�e, see back page foN permanent cont�^act listing. Is this entire contract Confidential? *Yes ❑ No 8 If only specific information is Confidential, please list what infoN�nation is Confidential and the page it is located. 1295 Form (page 192) attached per comment below Effective Date: Expiration Date: If �different f�oin the approval date. If �applicable. Is a 1295 Form required? * Yes 8 No ❑ �If so, please ensure it is attached to the approving M&C or attached to the contract. Proj ect Number: If applicable. 103271 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes 8 No ❑ Contracts need to be routed for CSO processin� in the followin� order: L Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be retu�ned to the depart�nent.