Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 63360
CSC No. 63360 FORTWORTH. CONTRACT FOR THE CONSTRUCTION OF Water, Sanitary Sewer, and Paving Improvements 2022 Bond Year 2 Contract 12 City Project No.104213 Mattie Parker Mayor Jesus "Jay" Chapa City Manager Lauren Prieur Director, Transportation and Public Works Department Prepared for The City of Fort Worth Transportation and Public Works Department Water Department 2025 -ENGINEERING. INC CONSULTING CIVIL ENGINEERS / SURVEYORS 17400 DALLAS PKWY / SUITE 110 / DALLAS, TEXAS 75287 972-250-2727 / www.dal-tech.com OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 2/05/24 FORTWORTH. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 0011 13 Invitation to Bidders 02/08/2024 0021 13 Instructions to Bidders 01/17/2024 0035 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 0043 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 0045 11 Bidders Prequalifications 08/13/2011 0045 12 nno0 Prequalification Statement f;,.atie,. A,.plieatier 09/30/2021 45 13 00 45 26 Pr-e,,ual Contractor Compliance with Workers' Compensation Law 0943Q02t 07/01/2011 00 45 40 Business Equity Goal 06/07/2024 00 52 43 Agreement 3/08/2024 0061 13 Performance Bond 12/08/2023 0061 14 Payment Bond 12/08/2023 0061 19 Maintenance Bond 12/08/2023 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 03/08/2024 00 73 00 Supplementary Conditions 03/08/2024 Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 31 20 Project Meetings 07/01/2011 0132 16 Construction Schedule 10/06/2023 01 32 33 Preconstruction Video 07/01/2011 013300 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 03/22/2021 0157 13 Storm Water Pollution Prevention Plan 07/01/2011 0158 13 Temporary Project Signage 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104213 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 31 - Earthwork 31 1000 1 Site Clearing Division 34 - Transportation 3471 13 1 Special Provision to Standard Specification 34 71 13 Additional S ecifications 99 99 00 Additional Specifications Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: htti)://fortworthtexas.eov/tvw/contractors/ or htti)s:Happs.fortworthtexas.uov/Proi ectResources/ Division 02 - Existing Conditions Last Revised 0241 13 Selective Site Demolition 03/11/2022 02 41 14 Utility Removal/Abandonment 12/20/2012 02 41 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 03/11/2022 03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 260500 Common Work Results for Electrical. 034 i/2 2605 10 Demolition for- Eleetr-ieal Systems 12/20/2012 260533 Raeeways and Boxes for- Qeetfieal Systems 12/20/2012 ')z-v-05 43 U-nder-gr-ouad Duets and Reee.,ays for- EleetfieaSystems n�/no 1�z �o Eon. munioat,9016- Division 31- Earthwork 31 00 00 Site Clearing 03/22/2021 3123 16 Unclassified Excavation 01/28/2013 2,3 23 Beffe oi/28QW3 31 24 00 Embankments 01/28/2013 31 25 00 343600 3'�00 Erosion and Sediment Control Gabiefis Ripr-ap 04/29/2021 171 /'1 z 1 � /'fzzr20112 i2 Division 32 - Exterior Improvements 3201 17 1 Permanent Asphalt Paving Repair 12/20/2012 CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104213 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 3201 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 1123 Flexible Base Courses 12/20/2012 32 1129 Lime Treated Base Courses 12/20/2012 32 1133 Cement Treated Base Courses 06/10/2022 32 1137 Liquid Treated Soil Stabilizer 08/21/2015 32 1216 Asphalt Paving 6/07/2024 v 12 73 Asphalt It Paving C -aek Sealants 12/20,9012 32 13 13 Concrete Paving 06/10/2022 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 12/09/2022 32 1373 Concrete Paving Joint Sealants 12/20/2012 32 11,4 116 �C�l..�11t �I/lrig U 12/20,9017 rtrtvraozz 32 1613 Concrete Curb and Gutters and Valley Gutters 12/09/2022 32 1723 Pavement Markings 06/10/2022 32 1725 Curb Address Painting 11/04/2013 3231 13 Chain Fences and Gates 12/20/2012 32 3 . 2(?t .,� .� � �9AEl-��'�OL��il� 1'1/'fez 3232 13 Cast -in -Place Concrete Retaining Walls 06/05/2018 3291 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022 3292 13 Sodding 05/13/2021 3292 14 NonASeeding 05/ 3 /7M 1 �� 3292 15 ! x7:1,1f1ower See. ing 1��1c1100 a � ` 1 n/06,9 23 �� 2''�2 93 43 Trees and V.1rubn 1''/01-2 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 09/07/2018 33 01 31 Closed Circuit Television (CCTV) Inspection — Sanitary Sewer 03/11/2022 33 01 32 Closed Circuit Television (CCTV) Inspection — Storm Drain 12/08/2023 110 1 n �o 22�0 22�= f> . is �•prn; � n urisp;��g E��i� Fr,�el�s joint Beading and EleetF e.,l 1sel.,tie Corrosion Control Test Stations 12/�i2 12/20% Q/'lzzrz019014 33 nn 12 �vrrL 33 04 30 Magnesium Anode C tt,,.,1ic Protect:..,, S yste.m. Temporary Water Services 12/20'Q0 2 rLravravzz 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Pipes 03/11/2022 3305 10 Utility Trench Excavation, Embedment, and Backfill 04/02/2021 3305 12 Water Line Lowering 12/20/2012 3305 13 Frame, Cover and Grade Rings 09/09/2022 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 03/11/2022 22 Grade 17I7..te,- 6 3305 17 330520 20Auger-g 33 nc 21 Ts-v�-zr Gonerete Vaults Concrete Collars T,,.�,..el Liner- Plate 12/20,9012 03/11/2022 171 /'1 z 12 20,120l'l z L, rvrz-v ,z �--o�-zz 330522 22 '2'2�� 33 05 24 Steel Casing -Pipe Hand Tumeling Installation of Carrier Pipe in Casing or Tunnel Liner Plate Q/20112 7 z L, rvrz-v ,z 171 /7�12 12/09/2022 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104213 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 33 1105 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/09/2022 33 11 11 Ductile Iron Fittings 09/20/2017 33�3 1111 112P'�o�lyvinyl7�C,.h,,loride (PVC) Pressure Pipe 1 Type 09/09/2022 12/�r20r20472 33 11 13 32 11 11 Ctlix�ete Pr-esstffe Pipe Baf Wrapped, SteeCylinder- col Pikc-acd F44ng-s 12/2�r20/2012 33 12 10 22�= Water Services 1-inch to 2-inch T \xl4e-,Mete,-s 02/14/2017 33 1220 .fge Resilient Seated Gate Valve Q/20A2010 05/06/2015 32 1221 A xx W A Rubber- Seated BtAte -Fly V l.y nn /2v�i91 33 1225 Connection to Existing Water Mains 02/06/2013 33 1230 C .�'i�i iE) Air- Valve Assemblies for- Petable Water- Systems Q/7rz�-20A2012 33 1240 Fire Hydrants 01/03/2014 22� 1250 33 1260 VAit►x Fl=rZeStations Standard Blow off Valve Assembly bly 12/zzr20A2012 06119QO13 22�z 22 31 13 �� Cu-e i Ulaee Pipe (rroU4 fe -ee.l Pipe for- G -a-yi ., �aglarc ne�� Eznilaryfts 12/2040/2 1 2/20QO1 2 12 21 15 High Density Polyethylene (NDPE) llkpv for- Sa-n tai-7 , SeweF (Sanitary nn /'f�9 33 31 20 Polyvinyl Chloride (PVC) Gravity Sewer Pipe 09/09/2022 P_ 2 , Pel11 /'lz �, ., 1 2,1 Sanitafy Sewj_-,S_kT P_ 21 22 Sanitary Sewer- Pipe Eala-go. eat 12/'lzzrz0i2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 22�0 Co inat e A m V lye for Ea-n-,-Seway Fomo 1\Ufffs 1 /0Q 3339 10 CwJ in D aia Cone -ete Manholes 12/7�r20QO12 33 39 20 22�0 Precast Concrete Manholes 12/20/2012 12/2 22�0 Fiber -glass Manholes xx astewme- Aeeess Cimirl a z 17/7rsQ0Q0Q 33 39 60 Liners for Sanitary Sewer Structures 04/29/2021 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 m 11 1 1 High Density Polyethylene ('DDIS) Pipe for S m-m Drsn 12 zz/'lr20190ia P_ 11 12 ReinforcedPol..ethy ene ( 'RPE) Pipe 1145 32 11 13 Polypropylene ,..,-opylene n;po for c*omm Dmin 06/10QO22 33 46 00 Subdrainage 12/20/2012 33 4601 storm rh17 no 07/01,9044 33 4602 T+e-n715 Dmim- 07/o T 22�-490 Cast in Pl000 na,,�d Jkutwtiom Bps 1 �/O�2 33 49 20 Curb and Drop Inlets 03/11/2022 22�0 uo.,,7..,.,lls .,.-.,l �x7;......,.,lls �om� Dries^e 07/01 01 1 o�= Division 34 2n�0 34 ^� 1 10.01 - Transportation T,-.,ff a Sigaa4 Raehmeatmix tr�1-1e�'�'��rF� 03//i�z 1 2 / 1 9A2015 24 n� 1 10.02 ZA ne �1.„,, zArttaehment B ControllSeeifieatien AttaV-llw�it 0Software SpeeiicTtioII 0242012 n2 2 �rZnv03 34 41 }I 11 11 Temperafy Tf ff e Signals 1 11 1 /2�ll�J 2� 41 13 Removing TrfaFf� 03/1�z 2A�0 Readwy 1.. }' �L�'�'1�i9F7 a�0��i�i�ih3S 1�/2n/2n12 r�rrvrto�z 2 n n�OT r �ta;�aJ. r �T'Ll? iaadw .�a a�� r.���i.� 0645,12014 CITY OF FORT WORTH 2O22 BOND YEAR 2 - CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104213 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 3402 r r ntin ci�ni c VEtlf � �0 �1 e1ri4Yr\111�rS 06/15 2015 34 4120.03 Residential LED vitlf !1ari�11.11oC 06r5r2015 34 41 30 Aluminum Signs 11/12/2013 3471 13 Traffic Control 03/22/2021 Appendix GE-4.J1 vailabli�y of Lands GC-4.02 Subsurface and Physical Conditions GC 4.06 I -la- Maus Env -,,, ment.,l Condition at F/ ;e GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC 6.0-9 Do.-m;ts .,,-,.1 Utilities GC-6.2� Nandioc irsir�t4oa GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104213 Revised June 7, 2024 ACITY COUNCIL AGEND Create New From This M&C Official site of the City of Fort Worth, Texas FoRWox'11�rH DATE: 5/13/2025 REFERENCE NO.: **M&C 25- LOG NAME: 202022 BOND YEAR 2 0425 CONTRACT 12 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 3 and CD 9) Authorize Execution of a Contract with Woody Contractors, Inc., in the Amount of $9,127,847.75 for Combined Street Paving Improvements, Water and Sanitary Sewer Main Replacements for the 2022 Bond Year 2 - Contract 12 Project, Adopt Appropriation Ordinances to Effect a Portion of Water's Contribution to Fiscal Years 2025- 2029 Capital Improvement Program, and for Street Repair Funding Amend the Fiscal Years 2025-2029 Capital Improvement Program (2022 Bond Program) RECOMMENDATION: It is recommended that the City Council 1. Authorize execution of a contract with Woody Contractors, Inc., in the amount of $9,127,847.75 for combined street paving improvements, in addition to water and sanitary sewer main replacements for the 2022 Bond Year 2 - Contract 12 project (City Project No. 104213); 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of $5,795,781.00, from available PayGo residuals in the Water and Sewer Capital Projects Fund, for the purpose of funding the 2022 Bond Year 2 - Contract 12 project (City Project No. 104213) to affect a portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program; 3. Adopt the attached appropriation ordinance adjusting appropriations in the 2022 Bond Program Fund, by increasing appropriations in the 2022 Bond Year 2 - Contract 12 project (City Project No. 104213) in the amount of $4,680,522.00, and decreasing appropriations in the Street Improvement -Deteriorating Streets programmable project (City Project No. P130019) by the same amount; and 4. Amend Transportation & Public Works Contribution to the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: This Mayor and Council Communication (M&C) is to authorize a construction contract for the Year 2 Neighborhood Streets Improvements project associated with the 2022 Bond Program. The 2022 Bond Year 2 - Contract 12 project includes water, sanitary sewer, and street paving improvements on approximately 5.24 lane miles on the following streets: Street From To Scope Council District Buck Avenue W Rosedale Street Mistletoe Avenue Water/Paving I 9 Chambers Avenue Alamo Avenue W Vickery Sewer/Paving 9 Boulevard Gordon Avenue McPherson Avenue W Lowden Street Water/Paving I 9 Lipscomb Street Page Street W Capps Street Water/Paving 9 Livingston Avenue W Lowden Street W Bowie Street Water/Paving I 9 Harrison Avenue* Buck Avenue Mistletoe Drive Water/Paving I 9 Landers Street* Locke Avenue Lovell Avenue Water/Paving I 9 Lisbon Street* Chambers Avenue Landers Street Water/Paving I 9 Mistletoe Buck Avenue Mistletoe Drive Water/Paving 9 Boulevard* Mistletoe Drive* Alley between W Rosedale Street Water/Paving 9 Mistletoe Avenue and Edwin Street Rutledge Street* Vickery Boulevard Landers Street Water/Paving I 3,9 Alley between 370 ft South of West Freeway Sewer 9 Alamo Avenue and Chambers Avenue Valentine Street* Alley between Bedford Street 144 ft North of Sewer 9 Lisbon Street and Chambers Avenue Vickery Boulevard* *Due to the close proximity to the 2022 Year 2 — Contract 12 project streets above, the Water Department requested that water main extensions on these streets be included with this project in order to loop the water system and provide increased efficiency. Asphalt paving rehabilitation will be conducted on the indicated streets subsequent to the water main installation. Additionally, deteriorated sanitary sewer mains will be replaced in the indicated alleys and streets. The project was advertised for bid on February 5, and February 12, 2025, in the Fort Worth Star - Telegram. The following bids were received on March 6, 2025: Amount Bidders Base Bid ** Alternate A Time of Completion (Concrete (Asphalt Paving) Paving) Woody Contractors, Inc. $9,127,847.75 $8,947,303.85 450 Calendar Days Stabile & Winn, Inc. $9,162,102.00 $9,228,637.00 McClendon Construction $9,419,075.50 $9,429,186.50 Company, Inc. Jackson Construction, Ltd. I $10,111,537.00 $10,014,948.5011 Reliable Paving I $10,671,071.30 $10,572,666.80 11 **In an attempt to secure alternate bids, staff advertised the project with concrete as the base bic to reconstruct existing streets included in the bond with concrete travel lanes. Alternate A was bid as a rehabilitation of the existing roadway with new asphalt and replacement of damaged curb and gutter. Staff recommends award of the contract for the base bid (Concrete option). Concrete paving typically has a twenty-year life span, while asphalt paving has a ten-year life span. In addition, the maintenance cost of concrete pavement is typically less than asphalt pavement. The Transportation & Public Works (TPW) Department's share of this contract is $4,005,068.00. The paving funds for this project are included in the 2022 Bond Program. The Water Department's share of this contract is $5,122,779.75 and will be available in the Water and Sewer Capital Projects Fund for the project (City Project No. 104213). In addition to the contract amount, $892,062.25 (water: $327,447.75, sewer: $89,414.50, and paving: $475,200.00) is required for project management, material testing, and inspection. Project contingencies are provided in the amount of $456,393.00 (water: $202,581.00, sewer: $53,558.00, and paving: $200,254.00). This project will have no impact on the Transportation & Public Works or the Water Department's operating budgets when completed. The sanitary sewer component of this project is part of the Sanitary Sewer Overflow Initiative Program of the Water Department. Approximately 4,963 linear feet of cast iron water pipe will be removed and replaced as part of this project. The action in this M&C will amend the Transportation & Public Works contribution to the Fiscal Years 2025-2029 Capital Improvement Program as follows: Capital Fund Project Name Name 2022 Bond Street Imprv- Program - Deteriorating Fund Sts-PB0019 34027 FY2025 CIP Appropriations $29,853,993.59 Budget Change Increase/Decrease ($4,680,522.00) Revised FY2025 Budget $25,173,471.59 It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. The actions in the M&C will appropriate funds in support of the Water Department's portion of the City of Fort Worth's Fiscal Years 2025-2029 Capital Improvement Program, as follows: Capital Project Fund Name Name 56002- 2022 Bond W&S Capital Year 2 - Projects Contract 12 Fund (104213) FY2025 CIP Authority Appropriations $0.00 This M&C Budget Change Increase/Decrease $5,795,781.00 Revised FY2025 Budget $5,795,781.00 Funding is currently available in the Unspecified All -Funds project within the Water & Sewer Capital Projects Fund for the purpose of funding the 2022 Bond Year 2 — Contract 12 project. Funding is also budgeted in the 2022 Bond Program Fund in the Street Improvement -Deteriorating Streets programmable project. Appropriations for the water, sanitary sewer, and paving improvements for the 2022 Bond Year 2 — Contract 12 project by Fund will consist of the following: Fund 2022 Bond Program - Fund 34027 W&S Capital Projects - Fund 56002 Project Total Existing Appropriations $427,262.00 $427,637.00 $854,899.00 *Numbers rounded for presentation purposes Additional Appropriations $4,680,522.00 $5,795,781.00 $10,476,303.00 Project Total* $5,107,784.00 $6,223,418.00 $11,331,202.00 The Business Equity Division placed a 10.60\% business equity goal on this solicitation/contract. Woody Contractors, Inc., will be exceeding the goal at 12\%, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. This project is included in the 2022 Bond Program. The City's Extendable Commercial Paper (ECP) (M&C 22-0607; Ordinance 25765-08-2022) provides liquidity to support the appropriation. Available resources will be used to actually make any interim progress payments until the debt is issued. Once debt associated with a project is sold, debt proceeds will reimburse the interim financing source in accordance with the statement expressing official Intent to Reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance 25515-05-2022). The project is located in COUNCIL DISTRICTS 3 AND 9. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the Street Imprv-DeterioratingSts programmable project within the 2022 Bond Program Fund and in Unspecified All -Funds project within the W&S Capital Projects Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the W&S Capital Projects Fund and 2022 Bond Program Fund for the 2022 Bond Year 2— Contract 12 project to support the above recommendations and execution of the construction contract. Prior to any expenditure being incurred, the Transportation & Public Works and Water Departments have the responsibility to validate the availability of funds. TO Fund Department Account Project ID ID FROM Fund Department Account Project ID ID Submitted for City Manager's Office by_ Originating Department Head: Additional Information Contact: ATTACHMENTS Program Activity Budget Year Program Activity Budget Year Reference # Amount (Chartfield 2) Reference # Amount (Chartfield 2) Jesica McEachern (5804) Lauren Prieur (6035) Monty Hall (8662) 104213 - 2022 Bond Year 2 Contract 12 Bid Tabs.xlsx (CFW Internal) 202022 BOND YEAR 2 CONTRACT 12 funds avail.docx (CFW Internal) 202022BONDYEAR2CONTRACT12-WOODY FID TABLE (2).xlsx (CFW Internal) 25-0085 (104213 CON 2022 Bond Year 2 Contract 12)CM-NS.pdf (CFW Internal) 34027-2022 Bond Proa ra m- Proposition Report.pdf (CFW Internal) contract 12- 1295 form.pdf (CFW Internal) GL0019-07 -Project Budget Summary_.pdf (CFW Internal) M&C Map CPN104213 2022BondYear2 Co12.pdf (Public) ORD.APP 202022 BOND YEAR 2 CONTRACT 12 34027 A025(R3).docx (Public) ORD.APP 202022 BOND YEAR 2 CONTRACT 12 56002 A025(R2).docx (Public) CITY OF FORT WORTH Transportation and Public Works Department 2022 Bond Year 2 — Contract 12 City Project No. 104213 ADDENDUM NO.1 Addendum No. 1: Issued Friday, February 28th, 2025 Bid Open Date: Thursday, March 6th, 2025 This Addendum forms part of the Plans, Contract Documents, and specifications for the above - referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, and in the proposal (SECTION 00 41 00). Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The Plans and specification documents for 2022 Bond Year 2 — Contract 12, City Project No. 104213, are hereby revised by Addendum No. 1 as follows: 1. SPECIFICATIONS & CONTRACT DOCUMENTS: a. SECTION 00 00 00 — Replace the TABLE OF CONTENTS in its entirety with the attached revised TABLE OF CONTENTS b. SECTION 00 4100 — Replace the BID FORM in its entirety with the attached revised BID FORM. c. SECTION 00 42 43 — Replace the PROPOSAL FORM in its entirety with the attached revised PROPOSAL FORM. d. SECTION 00 52 43 Replace the AGREEMENT in its entirety with the attached revised AGREEMENT e. SECTION 99 99 00 — Add ADDITIONAL SPECIFICATIONS to the project specifications f. APPENDIX GC6.06.1) — Replace the MINORITY AND WOMEN OWNED BUSINESS ENTERPRISE COMPLIANCE section in its entirety with the attached revised MINORITY AND WOMEN OWNED BUSINESS ENTERPRISE COMPLIANCE g. BID TABLE (BT-06AN) — The bid table has been revised in Bonfire to reflect the changes made to the proposal form. h. BID TABLE (BT-59FH) — The bid table has also been revised to include the changes made to the proposal. i. SUBMISSION INSTRUCTIONS — 25-0041 — The submission instructions have been updated to include Addendum No.I under the Requested Information Section, II. CONSTRUCTION PLANS: Page 1 of 5 CITY OF FORT WORTH 2O22 Bond Year 2 — Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104213 Revised September 14. 2022 Addendum 1 a. SHEET I — COVER SHEET - Revised to include signatures. b. SHEET 37 — CHAMBERS AVE SEWER — Remove proposed storm drain and inlets c. SHEET 39 — ALLEY BETWEEN ALAMO AVE & VALENTINE ST SEWER — Additional explanation added for storm drain repair. d. SHEET 46 — PAVING LAYOUT — Hatch revised at the intersection of Gordon Ave and W Cantey St to show concrete pavement. c. SHEET 48 — GORDON AVENUE P&P — Street headers removed from the intersection of Gordon Ave and Lowden. Lead walk shown to be replaced. f. SHEET 49 — GORDON AVENUE P&P -- Street headers removed from the intersection of Gordon Ave and W Cantey St. Intersection also changed to concrete pavement. g. SHEET 50 — GORDON AVENUE P&P — Street header removed from the intersection of Gordon Ave and McPherson Ave h. SHEET 60 — BUCK AVENUE P&P — Street headers removed from the intersections of Buck Ave and Harrison Ave and Buck Ave and Mistletoe Dr i. SHEET 62 —BUCK AVENUE P&P — Street headers removed from the intersection of Buck Ave and Mistletoe Blvd j. SHEET 63 — BUCK AVENUE P&P — Street headers removed from the intersection of Buck Ave and Rosedale St k. SHEET 72 — LIPSCOMB P&P — Utility relocations specified as "by others" 1. SHEET 73 — LIPSCOMB P&P — Utility relocations specified as "by others" m. SHEET 74 — LIPSCOMB P&P — Lead walks shown to be replaced. Utility relocations specified as "by others" n. SHEET 75 — LIPSCOMB P&P — Lead walks shown to be replaced. Utility relocations specified as "by others" o. SHEET 82 — CHAMBERS AVE P&P — Major MH adjustment callout removed. Removed 2 1 " RCP replacement and changed the inlet replacement to just inlet tops. p. SHEET 90 — LIVINGSTON AVE P&P = Fence callout changed to say remove fence During the Pre -Bid Conference, the attendees asked the following questions. The City of Fort Worth's responses are below. Question 1: On Buck Avenue, is the intention to provide full replacement of the curb/gutters and. driveways? Response 1: Yes, the intention is to replace all curb/gutter and driveways on this street under Unit 3 Question 2: For Water Department -funded streets, is it the intention to only provide limited portions of flatwork replacement? Response 2: Yes, linaited,flatwork is expected on water streets ' Question 3: On Buck Avenue, what are the street headers shown at the intersections? Do we need there? Page 2 of 5 CITY OF FORT WORTH 2O22 Bond Year 2 — Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104213 Revised September I4, 2022 Addendum 1 Response 3: No, the callouts and hatching have been removed and these sheets are being reissued Question 4. There are no pay items for removing valley gutters in Unit 3. Do we need to include them? Response 4: A bid item for removing valley gutters has been added in Unit 3. Question 5: On Lipscomb, there are lead walks that are shown not to be replaced. Is this correct? Response 5: Plans have been revised to show all lead walks on Lipscomb being replaced. Question 6: On Lipscomb, there is a utility pole that calls for relocation. Is the contractor expected to relocate this pole? Response 6: No, all franchise utility) relocations will be done by the utility. The callouts have been modified to say the pole relocation is by others. Question 7: On Chambers, there is a callout for major manhole adjustment on a storm drain manhole. Is this correct? Response 7: The note for niajor manhole adjustment has been removed. Question S: On Chambers, there are no included bid items for replacing stone drain pipe. Response S: The laterals are not included in the construction. The sheet has been reissued. Question 9: On Sheet 90 there is a callout for relocating/replacing fence posts, but not the entire fence. Response 9: A bid item has been added, for fence removal in Unit 3. The callout has been changed to say fence reni oval and the sheet has been reissued. Question 10: Are we building in railroad ROW on Lipscomb? Do we need a railroad permit? Response 10: No, we are not constructing anything in RR ROW. No permit is required. Question 11: In the specification for special conditions for traffic control, do we need a special traffic control designed for 24-hour lane closures? Response 11: Please refer to the Special Provisions to Traffic Control Specification Question 12: Regarding MWBE good faith requirements, the ordinance and documents have different timeframe requirements (2 months vs. 6 months). Which is correct? Page 3 of 5 CITY OF FORT WORTH 2O22 Bond Year 2 — Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104213 Revised September 14, 2022 Addendum I Response 12: The revised MWBE documents are included in this addendum. The correct timefraine is 6 months. Question 13: Is an estimated cost available? Response 13: $9,500,000.00 is the approximate construction cost based on the engineer's estimate, Question 14: Unit 2 Item 33 — There is storm drain repair for 1 LS. What is that for? Response 14: This item is for the large storm drain (Sheet 39) that crosses the sewer in the alley between Alamo St and Valentine St. An explanation for this bid item is provided on Sheet 39 and the sheet has been reissued. The storm line will need to be repaired after the new 8 " sewer is installed. Question 15: Unit 2 Item 32- There is a bid item for 50 LF of 18" RCP. Should this be 21" RCP? On sheet 82 it shows to replace existing 21" RCP Response 15: The bid item is included in the event the 18" storm drain laterals in Chambers Ave are damaged during the construction of the proposed sewer. The 21 " RCP has been removed from sheet 82, Question 16: Unit 3 Item 52 - In the plans on sheet 82 it says to replace 10' Inlet not just the top. Response 16: The callout has been revised to show the inlet top replacement. The bid proposal has also been revised accordingly. Question 17: The calendar days on this job are 400. We need just about 400 days for the utilities. I would say we need 575 days. Response 17 The calendar days have been revised to 450 days. Contractors should plan to start paving operations while utility installation is still underway. This is consistent with previous City projects with similar scope. This Addendum No. 1 forms part of the Plans, Specifications, and Contract Documents for the above -referenced project and modifies the original Project Manual and Contract Documents of the same. Acknowledge your receipt of Addendum No. 1 by completing the requested information in the space provided in Section 00 41 00, Sid Form, Page 3 of 3 A signed copy of Addendum No. 1 should be included in the submitted sealed bid at the time of bid submittal. Failure to acknowledge the receipt of Addendum No. 1 could cause the subject bidder to Page 4 of 5 CITY OF FORT WORTH 2022 Bond Year 2 — Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104213 Revised Septemher 14, 2022 Addendum 1 be considered "NONRESPONSIVE," resulting in disqualification, Addendum No. 1 RECEIPT ACKNOWLEDGEMENT: Lauren Prieur, P.E. Dli'eCtpi', Tras� tat11 and Public Works By: _ By: I 'Y/ Greg Rnins, P•E Company: VoRL CA24VjQ"4 Address: I V wLr- de" City; State: ) w� 0 Page 5 of 5 CITY OF FORT WORTH 2O22 Sand Year 2 — Contract 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 104213 Revised September 14, 2022 Addendum I FORTWORTH. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 0011 13 Invitation to Bidders 02/08/2024 0021 13 Instructions to Bidders 01/17/2024 0035 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 0043 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 0045 11 Bidders Prequalifications 08/13/2011 0045 12 Prequalification Statement 09/30/2021 0045 13 Prequalification Application 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 06/07/2024 00 52 43 Agreement 3/08/2024 0061 13 Performance Bond 12/08/2023 0061 14 Payment Bond 12/08/2023 0061 19 Maintenance Bond 12/08/2023 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 03/08/2024 00 73 00 Supplementary Conditions 03/08/2024 Division 01 - General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 2500 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 3120 Project Meetings 07/01/2011 01 32 16 Construction Schedule 10/06/2023 01 3233 Preconstruction Video 07/01/2011 01 3300 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 03/22/2021 0157 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Signage 07/01/2011 01 6000 Product Requirements 03/09/2020 01 6600 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 7123 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104213 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 31 - Earthwork 31 1000 1 Site Clearing Division 34 - Transportation 3471 13 1 Special Provision to Standard Specification 34 71 13 Additional S ecifications 99 99 00 Additional Specifications Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: htti)://fortworthtexas.eov/tvw/contractors/ or htti)s:Happs.fortworthtexas.uov/Proi ectResources/ Division 02 - Existing Conditions Last Revised 0241 13 Selective Site Demolition 03/11/2022 02 41 14 Utility Removal/Abandonment 12/20/2012 02 41 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 03/11/2022 03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 260500 Common Work Results for Electrical. 034 i/2 2605 10 Demolition for- Eleetr-ieal Systems 12/20/2012 260533 Raeeways and Boxes for- Qeetfieal Systems 12/20/2012 ')z-v-05 43 U-nder-gr-ouad Duets and Reee.,ays for- EleetfieaSystems n�/no 1�z �o Eon. munioat,9016- Division 31- Earthwork 31 00 00 Site Clearing 03/22/2021 3123 16 Unclassified Excavation 01/28/2013 2,3 23 Beffe oi/28QW3 31 24 00 Embankments 01/28/2013 31 25 00 343600 3'�00 Erosion and Sediment Control Gabiefis Ripr-ap 04/29/2021 171 /'1 z 1 � /'fzzr20112 i2 Division 32 - Exterior Improvements 3201 17 1 Permanent Asphalt Paving Repair 12/20/2012 CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104213 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 3201 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 1123 Flexible Base Courses 12/20/2012 32 1129 Lime Treated Base Courses 12/20/2012 32 1133 Cement Treated Base Courses 06/10/2022 32 1137 Liquid Treated Soil Stabilizer 08/21/2015 32 1216 Asphalt Paving 6/07/2024 v 12 73 Asphalt It Paving C -aek Sealants 12/20,9012 32 13 13 Concrete Paving 06/10/2022 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 12/09/2022 32 1373 Concrete Paving Joint Sealants 12/20/2012 32 11,4 116 �C�l..�11t �I/lrig U 12/20,9017 rtrtvraozz 32 1613 Concrete Curb and Gutters and Valley Gutters 12/09/2022 32 1723 Pavement Markings 06/10/2022 32 1725 Curb Address Painting 11/04/2013 3231 13 Chain Fences and Gates 12/20/2012 32 3 . 2(?t .,� .� � �9AEl-��'�OL��il� 1'1/'fez 3232 13 Cast -in -Place Concrete Retaining Walls 06/05/2018 3291 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022 3292 13 Sodding 05/13/2021 3292 14 NonASeeding 05/ 3 /7M 1 �� 3292 15 ! x7:1,1f1ower See. ing 1��1c1100 a � ` 1 n/06,9 23 �� 2''�2 93 43 Trees and V.1rubn 1''/01-2 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 09/07/2018 33 01 31 Closed Circuit Television (CCTV) Inspection — Sanitary Sewer 03/11/2022 33 01 32 Closed Circuit Television (CCTV) Inspection — Storm Drain 12/08/2023 110 1 n �o 22�0 22�= f> . is �•prn; � n urisp;��g E��i� Fr,�el�s joint Beading and EleetF e.,l 1sel.,tie Corrosion Control Test Stations 12/�i2 12/20% Q/'lzzrz019014 33 nn 12 �vrrL 33 04 30 Magnesium Anode C tt,,.,1ic Protect:..,, S yste.m. Temporary Water Services 12/20'Q0 2 rLravravzz 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Pipes 03/11/2022 3305 10 Utility Trench Excavation, Embedment, and Backfill 04/02/2021 3305 12 Water Line Lowering 12/20/2012 3305 13 Frame, Cover and Grade Rings 09/09/2022 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 03/11/2022 22 Grade 17I7..te,- 6 3305 17 330520 20Auger-g 33 nc 21 Ts-v�-zr Gonerete Vaults Concrete Collars T,,.�,..el Liner- Plate 12/20,9012 03/11/2022 171 /'1 z 12 20,120l'l z L, rvrz-v ,z �--o�-zz 330522 22 '2'2�� 33 05 24 Steel Casing -Pipe Hand Tumeling Installation of Carrier Pipe in Casing or Tunnel Liner Plate Q/20112 7 z L, rvrz-v ,z 171 /7�12 12/09/2022 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104213 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 33 1105 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/09/2022 33 11 11 Ductile Iron Fittings 09/20/2017 33�3 1111 112P'�o�lyvinyl7�C,.h,,loride (PVC) Pressure Pipe 1 Type 09/09/2022 12/�r20r20472 33 11 13 32 11 11 Ctlix�ete Pr-esstffe Pipe Baf Wrapped, SteeCylinder- col Pikc-acd F44ng-s 12/2�r20/2012 33 12 10 22�= Water Services 1-inch to 2-inch T \xl4e-,Mete,-s 02/14/2017 33 1220 .fge Resilient Seated Gate Valve Q/20A2010 05/06/2015 32 1221 A xx W A Rubber- Seated BtAte -Fly V l.y nn /2v�i91 33 1225 Connection to Existing Water Mains 02/06/2013 33 1230 C .�'i�i iE) Air- Valve Assemblies for- Petable Water- Systems Q/7rz�-20A2012 33 1240 Fire Hydrants 01/03/2014 22� 1250 33 1260 VAit►x Fl=rZeStations Standard Blow off Valve Assembly bly 12/zzr20A2012 06119QO13 22�z 22 31 13 �� Cu-e i Ulaee Pipe (rroU4 fe -ee.l Pipe for- G -a-yi ., �aglarc ne�� Eznilaryfts 12/2040/2 1 2/20QO1 2 12 21 15 High Density Polyethylene (NDPE) llkpv for- Sa-n tai-7 , SeweF (Sanitary nn /'f�9 33 31 20 Polyvinyl Chloride (PVC) Gravity Sewer Pipe 09/09/2022 P_ 2 , Pel11 /'lz �, ., 1 2,1 Sanitafy Sewj_-,S_kT P_ 21 22 Sanitary Sewer- Pipe Eala-go. eat 12/'lzzrz0i2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 22�0 Co inat e A m V lye for Ea-n-,-Seway Fomo 1\Ufffs 1 /0Q 3339 10 CwJ in D aia Cone -ete Manholes 12/7�r20QO12 33 39 20 22�0 Precast Concrete Manholes 12/20/2012 12/2 22�0 Fiber -glass Manholes xx astewme- Aeeess Cimirl a z 17/7rsQ0Q0Q 33 39 60 Liners for Sanitary Sewer Structures 04/29/2021 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 m 11 1 1 High Density Polyethylene ('DDIS) Pipe for S m-m Drsn 12 zz/'lr20190ia P_ 11 12 ReinforcedPol..ethy ene ( 'RPE) Pipe 1145 32 11 13 Polypropylene ,..,-opylene n;po for c*omm Dmin 06/10QO22 33 46 00 Subdrainage 12/20/2012 33 4601 storm rh17 no 07/01,9044 33 4602 T+e-n715 Dmim- 07/o T 22�-490 Cast in Pl000 na,,�d Jkutwtiom Bps 1 �/O�2 33 49 20 Curb and Drop Inlets 03/11/2022 22�0 uo.,,7..,.,lls .,.-.,l �x7;......,.,lls �om� Dries^e 07/01 01 1 o�= Division 34 2n�0 34 ^� 1 10.01 - Transportation T,-.,ff a Sigaa4 Raehmeatmix tr�1-1e�'�'��rF� 03//i�z 1 2 / 1 9A2015 24 n� 1 10.02 ZA ne �1.„,, zArttaehment B Controllevpeeifieatien AttaV-llw�it 0Software SpeeiicTtioII 0242012 n2 2 �rZnv03 34 41 }I 11 11 Temperafy Tf ff e Signals 1 11 1 /2�ll�J 2� 41 13 Removing TrfaFf� 03/1�z 2A�0 Readwy 1.. }' �L�'�'1�i9F7 a�0��i�i�ih3S 1�/2n/2n12 r�rrvrto�z 2 n n�OT r �ta;�aJ. r �T'Ll? iaadw .�a a�� r.���i.� 0645,12014 CITY OF FORT WORTH 2O22 BOND YEAR 2 - CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104213 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 3402 r r ntin ci�ni c VEtlf � �0 �1 e1ri4Yr\111�rS 06/15 2015 34 4120.03 Residential LED vitlf !1ari�11.11oC 06r5r2015 34 41 30 Aluminum Signs 11/12/2013 3471 13 Traffic Control 03/22/2021 Appendix GE-4.J1 vailabli�y of Lands GC-4.02 Subsurface and Physical Conditions GC 4.06 I -la- Maus Env -,,, ment.,l Condition at F/ ;e GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC 6.0-9 Do.-m;ts .,,-,.1 Utilities GC-6.2� Nandioc irsir�t4oa GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104213 Revised June 7, 2024 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: 2022 BOND YEAR 2- CONTRACT 12 City Project No.: 104213 Units/Sections: Unit 1: Water Improvements Unit 2: Sanitary Improvements Unit 3: Paving Improvements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond, 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2,6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. 'fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 2 - CONTRACT 12 Revised 913012021 City Project No. 104213- Bid Proposal Workbook -Addendum 1 (1) as 41 oa BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Distribution, Urban and Renewal, 12-inch diameter and smaller b. Sanitary Sewer Collection System, Urban/Renewal, 8" Diameter and smaller c. CCTV, 8-inches and smaller d. Asphalt Paving Construction/Reconstruction (15,000 Square Yards and Greater) e. Concrete Paving Construction/Reconstruction (15,000 Square Yards and Greater) f. - M h. - 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 450 CD days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2, Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work (and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid; \, i a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) i f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 `If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 2 - CONTRACT 12 Revised 9/30/2021 City Project No. 104213 - Bid Proposal Workbook - Addendum 1 (1) 0041 0❑ BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 62. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items Total Base Bid Alternate Bid Total Bid 7. Bid Submittal This Bid is submitted on 03-06-2025 Respectfully submitt (Signature Troy Woody (Printed Name) Title: President Company: Woody Contractor Inc. Address: 650 Tower Dr Kennedale TX, 76060 State of Incorporation: T>< Email: twoody202O@aol.com Phone: 817-401-1901 END OF SECTION $9,127,847.75 $8,947,303.85 #REF? by the entity named below. Receipt is acknowledged of the Following Addenda: JAddendum No. 1: JAddendum No. 2: JAddendum No. 3! (Addendum No. 4: Corporate Seal: Initial 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 2 - CONTRACT 12 Revised 9/30/2021 City Project No. 104213 - Bid Proposal workbook - Addendum 1 (1) 00 42 43 BIDPROPOSAL Page 1 of 3 UNIT PRICE BID SECTION 00 42 43 PROPOSALFORM Project Item Information Bidlist Item No. Description Unit 1 - Water Improvements 1 3311.0461 12" PVC Water Pipe 2 3311.0261 8" PVC Water Pipe 3 3311.0161 6"PVC Water Pipe 4 3311.0001 Ductile Iron Water Fittings w/ Restraint 5 3312.3002 6" Gate Valve 6 3312.3003 8" Gate Valve 7 3312.3005 12" Gate Valve 8 3312.0001 Fire Hydrant 9 3312.0117 Connection to Existing 4"-12" Water Main 10 3312.2001 1" Water Service, Meter Reconnection 11 3312.2003 1" Water Service 12 3312.2004 1" Private Water Service 13 3312.2201 2" Water Service, Meter Reconnection 14 3312.2203 2" Water Service 15 3312.2204 2" Private Water Service 16 0241.1218 4"-12" Abandonment Plug 17 0241.1301 Salvage 4" Water Valve 18 0241.1302 Salvage 6" Water Valve 19 0241.1303 Salvage 8" Water Valve 20 0241.1510 Salvage Fire Hydrant 21 3201.0111 4' Wide Asphalt Pvmt Repair, Residential 22 3201.0121 4' Wide Asphalt Pvmt Repair, Arterial 23 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Residential 24 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 25 3201.0614 Cone Pvmt Repair, Residential 26 3201.0400 Temporary Asphalt Paving Repair 27 3304.0101 Temporary Water Services 28 3305.0103 Exploratory Excavation of Existing Utilities 29 3305.0109 Trench Safety 30 3291.0100 Topsoil 31 3292.0100 Block Sod Placement 32 3305.0202 Imported Embedment/Backfill, CSS 33 3305.0203 Imported Embedment/Backfill, CLSM 34 3305.0207 Imported Embedment/Backfill, Select Fill 35 3305.0204 Imported Embedment/Backfill, Crushed Rock 36 3305.0003 8" Waterline Lowering 37 3125.0101 SWPPP > 1 acre 38 3305.0111 Valve Box Adjustment, Including concrete collar 39 0241.1001 Water Line Grouting 40 0241.1000 Remove Cone Pvmt 41 0241.1300 Remove Cone Curbt&Gutter 42 0241.1400 Remove Cone Valley Gutter 43 0241.1700 Pavement Pulverization (11 ") 44 3123.0101 Unclassified Excavation by Plan 45 3211.0601 CEMLIMET"r (32lb/SY) 46 3212.0303 3" Asphalt Pvmt Type D 47 3213.0401 6" Concrete Driveway 48 3216.0101 6" Cone Curb and Gutter 49 3216.0103 Conc Laydown Curb 50 3216.0301 7" Conc Valley Gutter, Residential 51 3217.5001 Curb Address Painting 52 3217.0111 Preformed Thermoplastic Contrast Markings - 6" SLD (Y) 53 3217.0502 Preformed Thermoplastic Contrast Markings - 24" Crosswalk 54 3217.0504 Preformed Thermoplastic Contrast Markings - 24" Stop Bars 55 3217.2103 REFL Raised Marker TY II -A -A 56 3217.2104 REFL Raised Marker TY II-C-R 57 3471.0001 Traffic Control 58 0171.0001 Construction Staking 59 0171.0001 Construction Survey (GPS Redline Survey) 60 9999.0001 Miscellaneous Structure Adjustment - Irrigation 61 9999.0002 Construction Allowance (Water) JUnit 2 - Sanitary Sewer Improvements Bidder's Application Bidder's Proposal Specification Unit of Bid Quantity Unit Price Bid Value Section No. Measure 33 11 12 LF 70 $ - 331112 LF 9,620 $ 33 11 12 LF 132 $ - 331111 TON 8 $ 33 1220 EA 10 $ - 33 1220 EA 38 $ 33 1220 EA 2 $ - 33 1240 EA 10 $ - 33 1225 EA 20 $ - 331210 EA 148 $ - 331210 EA 148 $ - 331210 LF 550 $ - 331210 EA 1 $ - 331210 EA 1 $ - 331210 LF 20 $ 0241 14 EA 8 $ 0241 14 EA 3 $ 0241 14 EA 14 $ 0241 14 EA 9 $ 0241 14 EA 8 $ 3201 17 LF 200 $ 3201 17 LF 100 $ 3201 17 SY 550 $ 3201 17 SY 500 $ 320129 SY 200 $ 3201 18 LF 12,500 $ 330430 LS 1 $ 3305 30 EA 11 $ 3305 10 LF 3,000 $ 3291 19 CY 50 $ 3292 13 SY 500 $ 3305 10 CY 100 $ 3305 10 CY 100 $ 3305 10 CY 500 $ 3305 10 CY 100 $ 3305 12 EA 7 $ - 31 2500 LS 1 $ 3305 14 EA 20 $ 0241 14 CY 50 $ 0241 15 SY 400 $ 0241 15 LF 985 $ 0241 15 SY 110 $ 0241 15 SY 17,500 $ - 312316 CY 100 $ 321133 TON 280 $ - 321216 SY 17,500 $ 321320 SF 2,220 $ - 321613 LF 1,700 $ - 321613 LF 120 $ - 321613 SY 110 $ 32 17 25 EA 50 $ 321723 LF 100 $ 32 17 23 LF 90 $ 321723 LF 125 $ 32 17 23 EA 130 $ 321723 EA 100 $ 3471 13 MO 5 $ - 017123 LS 1 $ 01 71 23 LS 1 $ - 00 00 00 LS 1 $ 50,000.00 $ 50,000.00 00 00 00 LS 1 $ 150,000.00 $ 150,000.00 Subtotal - Unit 1: Water Improvements $200,000.00 CHT OF FORT WORTH STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS Revised 9/30/2021 2022 BOND YEAR 2 - CONTRACT 12 Cuy Project No. 104213 - Bid Proposal Workbook - Addendum 1 00 42 43 BIDPROPOSAL Page 2 of 3 UNIT PRICE BID Bidlist Item No. SECTION 00 42 43 PROPOSALFORM Project Item Information Description Bidder's Application Bidder's Proposal Specification Unit of Bid Quantity Unit Price Bid Value Section No. Measure 1 3331.4115 8" PVC Sewer Pipe 33 31 20 LF 1682 2 3331.4119 8" DIP Sewer Pipe w/ Protecto 401 Coating/ CSS Backfill 33 31 20 LF 310 3 3331.3101 4" Sewer Service 3331 50 EA 53 4 3301.0002 Post -CCTV Inspection 3301 31 LF 1986 5 3301.0003 Final -CCTV Inspection 33 01 31 LF 1986 6 3301.0004 Final MH-CCTV Inspection 3301 31 EA 10 7 3301.0012 Post -CCTV Inspection of Storm Drain 3301 32 LF 50 8 3305.0114 Manhole Adjustment, Major w/ Cover and Concrete collar 3305 14 EA 7 9 3305.0107 Manhole Adjustment, Minor w/Concrete collar 3305 14 EA 2 10 3305.0112 Concrete Collar 3305 17 EA 10 11 0241.2201 Remove 4' Sewer Manhole 0241 14 EA 9 12 3339.1001 4' Manhole 33 39 20 EA 10 13 3339.1003 4' Extra Depth Manhole 3339 10 VF 25 14 3339.0001 Epoxy Manhole Liner 33 39 60 VF 62 15 3301.0101 Manhole Vacuum Testing 33 01 30 EA 10 16 3201.0111 T Wide Asphalt Pvmt Repair, Residential 3201 17 LF 200 17 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 3201 17 SY 300 18 3201.0400 Temporary Asphalt Paving Repair 3201 17 LF 3050 19 3201.0614 Conc Pvmt Repair, Residential 32 01 29 SY 60 20 3211.0112 6" Flexible Base, Type A, GR-1 32 11 23 SY 100 21 3305.0103 Exploratory Excavation of Existing Utilities 3305 30 EA 6 22 3305.0109 Trench Safety 3305 10 LF 2500 23 3305.0202 Imported Embedment/Backfill, CSS 3305 10 CY 50 24 3305.0204 Imported Embedment/Backfill, CLSM 3305 10 CY 50 25 3305.0207 Imported Embedment/Backfill, Select Fill 3305 10 CY 500 26 3471.0001 Traffic Control 3471 13 MO 3 27 0171.0001 Construction Staking 01 71 23 LS 1 28 0171.0001 Construction Survey (GPS Redline Survey) 01 71 23 LS 1 29 3291.0100 Topsoil 3291 19 CY 63 30 3292.0100 Block Sod Placement 3292 13 SY 2170 31 3292.0400 Seeding, Hydromulch 3292 13 SY 2170 32 3341.0103 18" RCP, Class III 3341 10 LF 50 33 3349.0006 Storm Junction Structure 3349 10 LS 1 34 3125.0101 SWPPP > 1 acre 31 2500 LS 1 35 9999.0003 Storm Drain Repair 00 00 00 LS 1 36 9999.0004 Construction Allowance (Sewer) 00 00 00 LS 1 (Unit 3 - Paving Improvements Base Bid (Concrete) 1 B 0241.1100 Remove Asphalt Pvmt 2B 3123.0101 Unclassified Excavation by Plan 3B 3211.0502 8" Lime Treatment 4B 3211.0400 Hydrated Lime 5B 3213.0101 6" Conc Pvmt 6B 3305.0111 Valve Box Adjustment 7B 3305.0107 Manhole Adjustment, Minor 1 0171.0101 Construction Staking 2 0241.1000 Remove Conc Pvmt 3 0241.1100 Remove Asphalt Pvmt (Gordon & Lipscomb) 4 3211.0502 8" Lime Treatment (Gordon & Lipscomb) 5 3211.0400 Hydrated Lime (Gordon & Lipscomb) 6 3213.0101 6" Conc Pvmt (Gordon & Lipscomb) 7 0241.1700 Pavement Pulverization (I I ") (Buck) 8 3211.0601 CEMLIMET- (32lb/SY) (Buck) 9 3212.0303 3" Asphalt Pvmt Type D (Buck) 10 0241.0100 Remove Sidewalk 11 0241.0300 Remove ADA Ramp 12 0241.0401 Remove Concrete Drive 13 0241.0402 Remove Asphalt Drive 14 0241.0500 Remove Fence 15 0241.0704 Relocate Mailbox - Traditional 16 0241.0705 Remove and Replace Mailbox - Brick 17 0241.1300 Remove Conc Curb&Gutter 18 0241.1400 Remove Conc Valley Gutter a - $ 75,000.00 Subtotal - Unit 2: Sanitary Sewer Improvements_ $75,000.00 0241 15 SY 4365 $ - 312316 CY 398 $ - 321129 SY 5111 $ - 321129 TN 85 $ - 321313 SY 4780 $ 3305 14 EA 2 $ - 33 05 14 EA 3 $ 017123 LS 1 $ 0241 15 SY 8970 $ - 02 41 15 SY 8090 $ - 321129 SY 8970 $ 321129 TN 150 $ - 321313 SY 8970 $ 0241 15 SY 5675 $ - 321133 TN 95 $ 321216 SY 5675 $ 0241 13 SF 17206 $ 0241 13 EA 11 $ 0241 13 SF 17241 $ 0241 13 SF 1290 $ 0241 13 LF 10 $ 0241 13 EA 2 $ 0241 13 EA 2 $ 0241 15 LF 8468 $ 0241 15 SY 100 $ - Cn'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS Revised 9/30/2021 2022 BOND YEAR 2 - CONTRACT 12 City Pr Jen No. 104213 - Bid Proposal Workbook - Addendum 1 00 42 43 BIDPROPOSAL Page 3 of 3 UNIT PRICE BID SECTION 00 42 43 PROPOSALFORM Project Item Information Bidlist Item No. Description 19 3110.0102 6"-12" Tree Removal 20 3110.0103 12"-18" Tree Removal 21 3110.0104 18"-24" Tree Removal 22 3110.0105 24" and Larger Tree Removal 23 3110.0111 Site Clearing 24 3123.0101 Unclassified Excavation by Plan 25 3125.0101 SWPPP > 1 acre 26 3211.0112 6" Flexible Base, Type A, GR-1 27 3212.0401 HMAC Transition 28 3213.0301 4" Cone Sidewalk 29 3213.0311 4" Cone Sidewalk, Adjacent to Curb 30 3213.0321 Cone Sidewalk, Adjacent to Ret Wall 31 3213.0322 Cone Curb at Back of Sidewalk 32 3213.0401 6" Concrete Driveway 33 3213.0403 8" Concrete Driveway 34 3213.0451 6" Concrete Driveway, Exposed Aggregate 35 3213.0501 Barrier Free Ramp, Type R-1 36 3213.0504 Barrier Free Ramp, Type M-2 37 3213.0506 Barrier Free Ramp, Type P-1 38 3216.0101 6" Cone Curb and Gutter 39 3216.0301 7" Cone Valley Gutter, Residential 40 3217.0111 Preformed Thermoplastic Contrast Markings - 6" SLD (Y) 41 3217.0502 Preformed Thermoplastic Contrast Markings - 24" Crosswalk 42 3217.0504 Preformed Thermoplastic Contrast Markings - 24" Stop Bars 43 3217.2103 REFL Raised Marker TY II -A -A 44 3217.5001 Curb Address Painting 45 3232.0100 Cone Ret Wall Adjacent to Sidewalk 46 3291.0100 Topsoil 47 3292.0100 Block Sod Placement 48 3305.0107 Manhole Adjustment, Minor 49 3305.0108 Miscellaneous Structure Adjustment (Meters) 50 3305.0111 Valve Box Adjustment (Gordon & Lipscomb) 51 3305.0111 Valve Box Adjustment w/ Concrete Collar (Buck) 52 3441.4003 Fumish/Install Alum Sign Ground Mount City Std. 53 3441.4110 Remove and Reinstall Sign Panel and Post 54 3346.0008 4" Pipe Underdrain, Type 8 55 3349.5005 Remove and Replace Inlet Top, 5' 56 3471.0001 Traffic Control 57 9999.0005 Concrete Steps 58 9999.0006 Construction Allowance (Paving) 59 9999.0007 Miscellaneous Utility Adjustment (Irrigation) JUntt 3A - Paving Improvements - Alternative A (POL) IA 0241.1700 Pavement Pulverization (I I ") 2A 3123.0101 Unclassified Excavation by Plan 3A 3211.0601 CEMLIMETm (32lb/SY) 4A 3212.0303 3" Asphalt Pvmt Type D 5A 3216.0101 6" Cone Curb and Gutter 6A 3305.0107 Minor Manhole Adjustment w/ Concrete Collar 7A 3305.0111 Valve Box Adjustment w/ Concrete Collar Deduct Items 1B-7B Bidder's Application Bidder's Proposal Specification Unit of Bid Quantity Unit Price Bid Value Section No. Measure 31 1000 EA 4 $ 31 1000 EA 2 $ - 31 1000 EA 1 $ 31 1000 EA 1 $ - 31 1000 SY 500 $ 31 23 16 CY 1370 $ - 31 2500 LS 1 $ 321123 SY 400 $ - 321216 TON 28 $ 32 13 20 SF 36130 $ 321320 SF 1000 $ 32 13 20 SF 1000 $ 321320 LF 1500 $ 32 13 20 SF 21500 $ 321320 SF 600 $ 32 13 20 SF 370 $ - 32 13 20 EA 10 $ 321320 EA 2 $ 321320 EA 14 $ - 321613 LF 3300 $ - 321613 SY 200 $ 32 17 23 LF 120 $ 321723 LF 150 $ 321723 LF 105 $ 321723 EA 50 $ 321725 EA 116 $ 3232 13 SF 1000 $ 3291 19 CY 952 $ 3292 13 SY 8333 $ 3305 14 EA 1 $ - 33 05 14 EA 5 $ 3305 14 EA 8 $ 3305 14 EA 8 $ 3441 30 EA 2 $ 344130 EA 6 $ 334600 LF 500 $ 334920 EA 4 $ 3471 13 MO 5 $ 000000 SF 200 $ - 00 00 00 LS 1 $ 100,000.00 $ 100,000.00 00 00 00 LS 1 $ 50,000.00 $ 50,000.00 Subtotal - Unit 3: Paving Improvements Base Bid (Concrete) $150,000.00I 0241 15 SY 4780 $ - 312316 CY 398 $ 321133 TON 78 $ - 321216 SY 4780 $ - 321613 LF 2980 $ 3305 14 EA 3 $ 3305 14 EA 2 $ - $ Unit 3A - Paving Improvements - Alternative A (POL) Bid Summary Unit 1: Water Improvements Unit 2: Sanitary Sewer Improvements Unit 3: Paving Improvements Base Bid (Concrete) Unit 3A: Paving Improvements Alternate A (POL) Total 1 Base Bid (Concrete) Units 1,2, & 3 Total 2 with Alternate A (POL) Units 1,2, 3 & 3A *Note: The City Reserves the right to select either Total 1 or Total 2. END OF SECTION $200,000.00 $75,000.00 $150,000.00 $425,000.00 $425,000.00 CY1v OF FORT WORTH STANDARD CONSTRUCTTON SPECIFICATTON DOCUMENTS 2022 BOND YEAR 2 - CONTRACT 12 Revised 9/30/2021 City Pr Jeot No. 104213 - Bid Proposal Workbook - Addendum 1 00 52 43 - 1 Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on , is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and , authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: 2022 Bond Year 2 — Contract 12 Citv Proiect No. 104213 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of Dollars ($ ). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance within 450 calendar days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City six hundred fifty and 00/100 Dollars ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104213 Revised March 3, 2024 005243-2 Agreement Page 2 of 6 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance Certification Form (ACORD or equivalent) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by anv act, omission or negligence of the citv. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104213 Revised March 3, 2024 005243-3 Agreement Page 3 of 6 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part. by anv act. omission or negligence of the citv. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non -appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104213 Revised March 3, 2024 00 52 43 - 4 Agreement Page 4 of 6 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time -employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104213 Revised March 3, 2024 005243-5 Agreement Page 5 of 6 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104213 Revised March 3, 2024 005243-6 Agreement Page 6 of 6 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: By: Signature (Printed Name) Title Address City/State/Zip Date CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 3, 2024 City of Fort Worth Lo Jessica McEachern Assistant City Manager Date Attest: Jannette Goodall, City Secretary (Seal) M&C: Date: Approved as to Form and Legality: Douglas W. Black Sr. Assistant City Attorney 2022 BOND YEAR 2 — CONTRACT 12 City Project No. 104213 99 99 00 ADDITIONAL SPECIFICATIONS Page 1 of 2 SECTION 99 99 00 ADDITIONAL SPECIFICATIONS 9999.0001 Miscellaneous Structure Adjustment - Irrigation Summary This item establishes a contract allowance for making necessary irrigation adjustments or repairs required due to the project. An arbitrary allowance amount has been placed in the proposal. However, payment of the proposal amount (whether higher or lower) is not guaranteed. It shall be the Contractor's responsibility to provide the services of a licensed irrigator to make the irrigation adjustments determined necessary by the City. No payment will be made for irrigation adjustments or repairs except those determined to be required by the City. Should the Contractor damage irrigation systems due to negligence, where such systems would not have required adjustment or repair otherwise, the damage shall be repaired and adjusted by the Contractor at the Contractor's expense. Measurement and Payment a. Measurement for additional work covered by the respective Miscellaneous Structure Adjustment - Irrigation shall be negotiated between the City and the Contractor per each respective item, or group of items if multiple related items are encountered. b. Payment for the work performed and material furnished in accordance with this Item shall be paid for as measured per negotiated item or group of items, at unit price(s) negotiated between the City and the Contractor. Payment shall include all necessary materials, labor, equipment, fees, taxes, overhead and profit, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective. Payment to the Contractor for this item shall be the actual cost of the negotiated item (substantiated by sub -Contractor / vendor invoices) plus 10% to cover the cost of overhead, profit, bonds, insurance, etc, as required of the Contractor for managing sub Contractors. 9999.0002 Construction Allowance Summary Construction Allowances shall be available to the City to direct the Contractor to perform additional work items relevant to the successful completion of the project, but which are not identified on the plans or covered in the specifications due to unforeseen circumstances. Arbitrary allowance amounts have been placed in the Proposal. This item will not be paid to the Contractor unless a field order is issued. Unanticipated project changes are not limited to the value of this item. Contract changes above the amount described by this allowance may be processed through a change order. 2. Measurement and Payment a. Measurement for additional work covered by the respective Construction Allowances shall be negotiated between the City and the Contractor per each respective item, or group of items if multiple related items are encountered. b. Payment for the work performed and material furnished in accordance with this Item shall be paid for as measured per negotiated item or group of items, at unit price(s) negotiated between the City and the Contractor. Payment shall include all necessary materials, labor, equipment, fees, taxes, overhead and profit, clean-up and restoration of disturbed areas, and all other related costs to 2022 Bond Year 2 Contract 12 CITY OF FORT WORTH CPN 104213 -Addendum #1 99 99 00 ADDITIONAL SPECIFICATIONS Page 2 of 2 accomplish the work item's objective. Payment to the Contractor for this item shall be the actual cost of the negotiated item (substantiated by sub -Contractor / vendor invoices) plus 10% to cover the cost of overhead, profit, bonds, insurance, etc, as required of the Contractor for managing sub Contractors. END OF SECTION 2022 Bond Year 2 Contract 12 CITY OF FORT WORTH CPN 104213 -Addendum #1 FORT WORTH© City of Fort Worth Business Equity Division INSTRUCTIONS TO BIDDERS ABOUT THE BUSINESS EQUITY GOAL Project Number: 104213 Business Equity Goal: 10.6 Project Name: 2022 Bond Year 2 - Contract 12 It is the policy of the City of Fort Worth to ensure the full and equitable utilization of Business Equity Firms when appropriate, in the procurement of all goods and services. When a Business Equity Goal is established for a bid, it means that the City of Fort Worth believes that there are Business Equity Firms available that can provide goods or services requested by the bid. The Business Equity Goal for Bid number 104213 is 10.6 %. This means that the City believes that there are available Business Equity Firms that can provide goods or services required by this bid and therefore, 10.6 % of the Bidder's awarded amount must be spent with a Business Equity Firm. All requirements and regulations stated in the City's current Business Equity Ordinance #25165-10-2021 apply to this bid. Definitions are at the end of this document. Because a Business Equity Goal has been established for this bid, in order for your bid to be considered, a Bidder must satisfy one (1) of the conditions below. A. Commit to Meet or Exceed the Business Equity Goal Hire Business Equity Firm(s) to provide goods or services and spend at least the goal amount with the Business Equity Firm(s). Step 1: Obtain a listing of Business Equity Firms by completing the "Request for Listing of Certified Firms Form" located at the City of Fort Worth's Business Equity Division WUDbRe. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: Submit the following two (2) forms: a. Utilization Plan b. Letter(s) of Intent B. Prove a Good Faith Effort Show attempt to hire Business Equity Firms to meet or exceed the goal, but was unsuccessful. This can occur in two (2) ways: 1) Bidder proposes a smaller Goal Step 1: Obtain a listing of Business Equity Firms by completing the "Request for Listing of Certified Firms Form" located at the City of Fort Worth's Business Equity Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: Submit the following three (3) forms: a. Utilization Plan b. Letter(s) of Intent c. Good Faith Effort with supportinq documentation 2) Bidder proposes a 0% Goal Step 1: Obtain a listing of Business Equity Firms by completing the "Request for Listing of Certified Firms Form" located at the City of Fort Worth's Business Equity Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: If unsuccessful, submit Good Faith Effort Form. Please see Ordinance �20-370 (Cl) page for requirements of an acceptable Good Faith Effort. C. Prove that the Bidder Can Perform the Service and Provide all Materials on the Project as the Prime Contractor Bidder must show that the Bidder is providing all of the goods and services through their own company and that there are no goods or services provided by a third party or an affiliate. Bidder will not purchase any supplies or inventory from a third party. Step 1: Must submit Prime Contract Waiver Form D. Create a Joint Venture with a Business Equity Firm At least one or both of the firms must be a Business Equity Firm Step 1: Must submit Joint Venture Form DEADLINE TO SUBMIT REQUIRED DOCUMENTS AND FORMS Bidders should submit the completed and signed cover pages (pages 1 & 4 of this document) in the Bonfire Portal before the Close Date and Time. Bidders are strongly encouraged to submit all required Business Equity documents, including a Utilization Plan (or Good Faith Effort), at the time of their bid/proposal submission. However, per City ordinance, Proposers may submit the required documents after the Close Date and Time but no later than 2:00 PM on the 3rd business day (which will usually be the following Tuesday) after the Close Date. Vendors will receive a message following the Close Date and Time at Messages > Vendor Discussions in the Bonfire Portal that will restate these deadlines. To submit the required documents after the Close Date and Time, Vendors must submit the required documents as an attachment to the message and send it back through the Bonfire Portal by the due date and time. All items received through the message function will be appended to the Proposer's response; however, only Business Equity documents will be reviewed. Any attempt to modify any other portion of the bid will not be accepted or reviewed by the evaluation panel or Project Manager. Failure to submit a Utilization Plan (or Good Faith Effort) as required and by the due date and time may render a Proposer non -responsive. For any questions on how to submit the information, please contact Bonfire Support at https://fortworthtexas.bonfirehub.com/portal/support. Do not wait until the deadline to reach out with questions to allow for time for them to respond and assist you. FREQUENTLY ASKED QUESTIONS 1. If I am Business Equity Firm, can I count my performance of the bid? Answer: A Business Equity Prime Contractor can count its self -performance towards meeting the Business Equity Goal for the assigned North American Industry Classification System (NAICS) commodity codes on its Minority Business Enterprise (MBE) or Women Business Enterprise (WBE) certification. 2. What if I am a Business Equity Firm, but I am unable to self perform all work or provide all of the goods under the bid, can I count my performance under the Bid? Answer. If the Business Equity Prime cannot self -perform all of the work, it will be accountable for subcontracting with certified firms to meet the overall goal. Business Equity Firms that qualify under the "Significant Business Presence" definition may count in the Program upon approval of DVIN-BE. 3. This bid does not have a set amount that the City will purchase from the Awarded Bidder, how do I complete the form? Answers: a. For a Low Bid procurement, the lowest bidder shall submit a Utilization Plan no later than 2:00 PM on the third business day after bids are opened detailing all Subcontractors the Contractor intends to utilize in its performance of a Contract. Contractors that are Business Equity Firms may count their self -performed services towards meeting a Business Equity Goal. b. For a Best Value or Multi -award procurement, all bidders who wish to be considered for evaluation scoring shall submit a Utilization Plan by 2:00 PM on the third business day after the 2 bids are opened detailing all Subcontractors the Contractor intends to utilize in its performance of a Contract. Contractors that are Business Equity Firms may count their self -performed services towards meeting a Business Equity Goal. c. For RPP/RFQ's where pricina is not included a preliminary utilization plan, or an acknowledgment of the City's goal must be noted on your proposal. Once pricing has been established an updated utilization plan with letter of intent(s) will be required. d. For CMAR/Design Build, a goal will be placed on the design portion which will need a utilization plan and letter or intent(s), or good faith effort with supporting documentation. For the construction portion where pricina is not included a preliminary utilization plan or an acknowledgment of the City's goal must be noted on your proposal. Once pricing has been established an updated utilization plan with letter of intent(s) will be required. e. Non-compliance. If the lowest bidder for a low bid procurement or any bidder for a Best Value procurement does not timely submit its Utilization Plan with the required documents, that bidder will be deemed Non -Responsive. For a low bid procurement, the City will notify the next lowest bidder who shall then submit a Utilization Plan with required documents no later than 2:00 PM on the third business day after the bidder receives notification. This process will be followed until a bidder submitting the required documents is selected. DEFINITIONS Business Equity Firm means an Independent Firm that is a Certified minority- and/or women -owned business enterprise (M/WBE) with a Significant Business Presence in the City's Marketplace. Business Equity Goal means a calculation prepared by the DVIN-BE that includes all the following factors: the detailed cost estimate of the work to be performed, or goods purchased; the 6-county Marketplace; the availability of Business Equity Firms and non -Business Equity Firms in the Marketplace determined ona Contract -by -Contract basis; and the subcontracting/supplier opportunities of each project. Certified means those firms identified by the North American Industry Classification System (NAICS) that have been determined to be a bona fide MBE or WBE by the North Central Texas Regional Certification Agency (NCTRCA), the Dallas/Fort Worth Minority Supplier Development Council (DFW /MSDC), Women's Business Council -SW (WBCS), Texas Department of Transportation (TxDOT) or another certifying agency that the DVIN-BE may deem appropriate and accepted by the City of Fort Worth. DVIN-BE means the City's Department of Diversity and Inclusion — Business Equity Division Good Faith Efforts means the actions undertaken by a Contractor and approved by DVIN-BE as described inthe Business Equity Ordinance $20-370 (g). Joint Venture means a business entity formed by two or more independent Persons for the purpose of pursuing a common objective, such as a prime contract. The resulting business entity has additional resources and capacity, enhancing its ability to compete for larger awards. A joint venture is generally characterized by shared ownership, shared returns and risks, and shared governance. In a joint venture, the prime managing partner holds 51 % or more interest in the business. Partner(s) hold less than 51 % interest but in most cases, not less than 20%. Marketplace means the geographic area as defined by the City's most current Disparity Study (i.e., Tarrant, Dallas, Denton, Johnson, Parker and Wise counties). Responsive means that a Person is compliant with the requirements of the Business Equity Ordinance. Significant Business Presence means a Person (1) which has its principal place of business located inside the Marketplace; (2) which has its principal place of business located outside the Marketplace but has been verified to be in existence for a minimum of 24 months and from which at least 20% of the business's workforce is based in the Marketplace; or (3) which has cumulative business receipts greater than $1,000,000 for work done in the Marketplace since January 1, 2013. Utilization Plan means the list of Business Equity Firms that a contractor commits will be utilized to meet the Business Equity Goal for a specific project, the scopes of the work and the dollar values or the percentages of the work to be performed. 3 VIOLATIONS AND SANCTIONS 1. Failure to comply with the City's Business Equity Ordinance will result in the bid being considered "Non -Responsive." 2. Failure to submit the required Business Equity forms and documentation will result in the bid being considered non -responsive and a "written warning" letter that may impact the Offeror's evaluation scoring on future City bid opportunities for up to 12 months, refer to Ordinance �20-373 on VIOLATIONS AND SANCTIONS for continued offenses or failures to comply. Legal Name of the Proposer: Name of the Authorized Representative: Title: Signature of the Authorized Representative: Email: Note: Please see the Important Information on the following pages. List of Business Equity Documents Attached: • Instructions to Bidders About the Business Equity Goal • Business Equity Utilization Form • Letter of Intent • Good Faith Effort Form • Prime Contractor Waiver Form • M/WBE Joint Venture Eligibility Form If you have any questions, contact the Department of Diversity & Inclusion, Business Equity Division by question cut-off date provided in Bonfire. Email: DVIN_BE@fortworthtexas.gov I Phone: 817-392-2674 4 FORT WORTH PRIME/OFFEROR/OWNER COMPANY NAME: City of Fort Worth Business Equity Utilization Form Disadvantaged Business Enterprise Utilization Form (Applicable if Federal ly-Fundedl PROJECT NAME: 2022 Bond Year 2 Contract 12 PROJECT NUMBER: BID DATE: City's Business Equity Goal: CPN: 104213 ❑ (Check if addressing DBE Goal) Check all applicable boxes to describe ❑ Not Certified MBE Prime/Offeror/Owner's Classification: Certifying Agency: ❑NCTRCA [:]D/FW MSDC FITX DOT Ethnicity: ❑African American Hispanic Caucasian WBE DBE WBCS Asian Other: ATTACHMENT 1A Page 1 of 4 Offeror's Business Equity (or DBE) 10.6 % Commitment: HUB ❑ VOSB/ ❑Section 3 SDVOSB ❑ Native American Gender: El Male Dernale11 Non -Binary Definitions: Business Equity Firm: Certified MBE Minority Business Enterprise or WBE Women Business Enterprise DBE: Disadvantaged Business Enterprise HUB: Historically Under Utilized Business VOSB: Veteran Owned Small Business Section 3: Certified Housing Urban Development Vendors ALL BUSINESS EQUITY FIRMS MUST BE CERTIFIED BEFORE CONTRACT AWARD Failure to complete this form, in its entirety, and received by the Purchasing Division no later than 2:00 p.m. on the third City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. Exception: CFA, ICA, and CDBG projects, documents will be submitted to the City Project Manaqer if up blicly bid or to the Developer if privately bid. The undersigned Prime/Offeror agrees to enter into a formal agreement with the Business Equity firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth (Exception: Developer projects). The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications. Business Equity firms listed toward meeting the project goal must be located in the City's marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. The marketplace is the Citv of Fort Worth including portions of Denton, Parker, Wise, and all of Tarrant, Dallas, and Johnson counties. Certified means those Business Equity Firms, located within the Marketplace, that have been determined to be a bona -fide minority or women business enterprise by the North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC) and Women's Business Council -Southwest (WBCS). If hauling services are utilized, the Prime/Offeror will be given credit as long as the Business Equity firm listed owns and operates at least one fully licensed and operational truck to be used on the contract. The Business Equity firms may lease trucks from another Business Equity firm, including Business Equity owner -operated, and receive full Business Equity credit. The Business Equity firm may lease trucks from non -Business Equity firms, including owner -operated, but will only receive credit for the fees and commissions earned by the Business Equity as outlined in the lease agreement. Federally -funded Projects (ONLY), Counting DBE Participation: If materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies towards the goal. If the materials or supplies are purchased from a DBE regular dealer, count 60 percent of the cost of the materials and supplies toward the DBE goal. When materials or supplies are purchased from a DBE neither a manufacturer nor a reqular dealer, count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies or fees or transportation charges for the delivery of the materials or supplies delivered to the job site. In all cases, the Prime/Offeror is responsible to identify the amounts to be used toward the committed DBE goal. Note: For DBE Goals, 60% of the services count towards the goal. Effective 01/01/2021 Updated 02/07/2025 FORT WORTH ATTACHMENT 1A Business Equity Utilization Form Page 2 of Please note that only certified Business Equity firms will be counted to meet the Business Equity goal. Prime/Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Business Equity firms and non -Business Equity firms. Prime/Offerors must identify by tier level all subcontractors/suppliers. Tier: means the level of subcontracting below the Prime/Offeror i.e. a direct payment from the Prime/Offeror to a subcontractor is considered 1 st tier, a payment by a subcontractor to its supplier is considered 2nd tier. Business Equity firms are to be listed before non -Business Equity firms. The Prime/Offeror is responsible to provide proof of payment of all tiered sub-contractors/suppliers identified as a Business Equity firm and counting those dollars towards meeting the contract committed goal. Certified Business Equity Prime/Offeror Contractors counting their self -performance towards meeting the contract goal, must be certified within those NAICS commodity codes with a certifying agency acceptable by the City of Fort Worth. Certified Business Equity Prime/Offeror counting self -performing services towards the goal, the service(s) to be performed should be listed first on the Utilization form. Check this box Flif certified Prime Contractor services will be counting towards the Business Equity contracting goal. Please list services first below. Please list certified Business Equity firm names as listed on their certification, includinq DBA names. NAMES AND ADDRESSES OF CONTRACTORS/SUPPLIERS Business Name: Address: Phone: Email: TYPE OF SERVICES/SUPPLIES Specify Tier PROVIDED (NAICS Required) Name 1st Tier Type of Service/Supplies: NAICS Code: Contact Person: $ AMOUNT: Business Name: Type of Service/Supplies: Address: Phone: NAICS Code: Email: Contact Person: $ AMOUNT: Business Name: Type of Service/Supplies: Address: Phone: NAICS Code: Email: Contact Person: $ AMOUNT: Certification Agency Certified By: EID/FW MSDC FINCTRCA EITXDOT E]WBCS Other: Certified By: IIDFW MSDC FINCTRCA IITXDOT F_]WBCS Other: Certified By: IIDFW MSDC FINCTRCA E1TXD0T F_]WBCS Other: Gender and Ethnicity: ❑ Male ❑ Female ❑ Non -Binary African American ❑ Hispanic Asian Caucasian Native American ❑ Male ❑ Female ❑ Non -Binary African American Hispanic ❑ Asian ❑ Caucasian Native American ❑ Male ❑ Female ❑ Non -Binary ❑ African American ❑ Asian ❑ Caucasian ❑ Hispanic Native American Effective 01 /01 /2021 Updated 02/07/2025 FORT WORTH Business Equity Utilization Form Please include multiple copies of this page if needed to list all contractors and suppliers. NAMES AND ADDRESSES OF CONTRACTORS/SUPPLIERS Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: ATTACHMENT 1A Page 3 of 4 TYPE OF SERVICES/SUPPLIES Specify Tier PROVIDED NAICS Re uired Certification Agency Gender and Ethnicity: � q ) Name 1st Tier Type of Service/Supplies: Certified By: ❑ Male ❑Female ❑Non -Binary ❑D/FW MSDC ❑African American ❑ Hispanic ❑NCTRCA NAICS Code: ❑Asian ❑TXDOT ❑WBCS ::]Other: ❑Caucasian El Native $ AMOUNT: American Type of Service/Supplies: Certified By: ❑ Male ❑Female ❑Non -Binary ❑DFW MSDC ❑African American ❑NCTRCA ❑Hispanic NAICS Code: ❑TXDOT ❑WBCS ❑Asian ::]Other: ❑ Caucasian ❑ Native $ AMOUNT: American Type of Service/Supplies: Certified By: ❑ Male ❑Female 1-1 Non -Binary ❑DFW MSDC ❑ ❑NCTRCA African American ❑Hispanic NAICS Code: ❑TXDOT ❑WBCS ❑Asian ❑ Other: ❑ Caucasian ❑ Native $ AMOUNT: American Type of Service/Supplies: Certified By: ❑Male ❑Female El Non -Binary ❑DFW MSDC ❑NCTRCA ❑African American ❑Hispanic NAICS Code: ❑TXDOT ❑WBCS ❑Asian ❑Other: ❑Caucasian ❑Native $ AMOUNT: American Effective 01/01/2021 Updated 02/07/2025 FORT WORTH Business Equity Utilization Form Total Dollar Amount of Certified Prime/Offeror Services towards contract goal $ Total Dollar Amount of Business Equity (or DBE if applicable) Subcontractors/Suppliers $ Total Dollar Amount of Non -Business Equity Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF PRIME/ALL SUBCONTRACTORS/SUPPLIERS $ ATTACHMENT 1A Page 4 of 4 The Prime/Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Business Equity Division through the submittal of a Request for Approval of Change/Addition online. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Prime/Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed Business Equity goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including non -Business Equity firms. The Prime/Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Prime/Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the Business Equity firms on this contract, by an authorized officer or employee of the City. A Prime/Offerer who intentionally and/or knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years. Authorized Signature Title Company Name Address City/State/Zip Code Printed Signature Contact Name and Title (if different) Phone Number Email Address Date Department of Diversity and Inclusion - Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Ph: 817-392-2674 Effective 01/01/2021 Updated 02/07/2025 FORT WORTH [Qyy=1Yo]:ZKe]JAI:7e1kiVill!►/e1JAl:i ATTACHMENT 1B Page 1 of 1 City of Fort Worth Business Equity (M/WBE) Specifications Prime Contractor Waiver Form Check applicable block to describe Prime PROJECT NAME: i�M/WBE 0 NON-MWBE 2022 Bond Year 2 - Contract 12 BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 10.6 Rio Rio 104213 If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by Bonfire to the Proiect Manaqer no later than 2:00 p.m., on the third Citv business day after bid opening, exclusive of the bid opening date, will result in the bid being considered non -responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including certified M/WBE(s) on this contract, the payment thereof and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name (if different) Phone Number Fax Number Email Address Date Business Equity Division Rev. 02/07/2025 Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817)392-2674 FORT WORTH. City of Fort Worth ATTACHMENT 1C Business Equity Division Page 1 of 4 Good Faith Effort Form PRIME/OFFEROR Check applicable box to describe COMPANY NAME: Prime/Offeror's Certification I❑ Business Equity I ❑ Non -Business PROJECT NAME: Firm Equity Firm 2022 Bond Year 2 - Contract 12 BID DATE Business Equity Goal: Offeror's Business Equity Goal Commitment: PROJECT NUMBER 10.6 Rio Rio I If the Offeror did not meet the Business Equity Goal for this project, the Prime/Offeror must complete !I this form. If the Prime/Offeror's method of compliance with the Business Equity Goal is based upon demonstration of a "Good Faith Effort", the Prime/Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 10 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Prime/Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Project Manager on Bonfire no later than 2:00 p.m. on the third City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. Exception: CFA, ICA, and CDBG projects, documents will be submitted to the City Project Manager if publicly bid or to the Developer if privately bid. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a Business Equity firm or non -Business Equity firm. (DO NOT LIST NAMES OF FIRMS). On all projects, the Prime/Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Effective 02/07/2025 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current (not more than six (6) months old from the bid open date) list of Business Equity subcontractors and/or suppliers from the City's Business Equity Division. ❑ Yes ❑ No Date of Listing 3.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? ❑ Yes (If yes, attach list to include name of Business Equity firm, person contacted, phone number and date and time of contact.) ❑ No 4.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by fax, exclusive of the day the bids are opened? ❑ Yes (If yes, attach list to include name of Business Equity firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confirmation" documentation may render the NO GFE non -responsive.) 5.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? ❑ Yes (If yes, attach email confirmation to include name of Business Equity firm, date and time. In addition, if an email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the NO email system for proper documentation. Failure to submit confirmation and/or "undeliverable message" documentation may render the GFE non -responsive.) NOTE: The three methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Prime/Offeror st document that either at least two attempts were made using two of the three methods in order to deemed responsive to the Good Faith Effort requirement. NOTE: The Prime/Offeror st provide supporting documentation to be in compliance with questions 3 thru 5. 6.) Did you provide plans and specifications to potential Business Equity firms? ❑ Yes ❑ No 7.) Did you provide the information regarding the location of plans and specifications in order to assist the Business Equity firms? ❑ Yes ❑ No Effective 02/07/2025 ATTACHMENT 1C Page 3 of 4 8.) Did you prepare a quotation for the Business Equity firms to bid on goods/services specific to their skill set? ❑ Yes (If yes, attach all copies of quotations.) ❑ No 9.) Was the contact information on any of the listings not valid? ❑ Yes (If yes, attach the information that was not valid in order for the Business Equity Division to address the corrections needed.) ❑ No 10.) Submit documentation if Business Equity firms quotes were rejected. The documentation submitted should be in the firms forms of an affidavit, include a detailed explanation of why the Business Equity firms was rejected and any supporting documentation the Prime/Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Prime/Offeror will provide for confidential in -camera access to an inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain Business Equity firm participation on this project. The Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Prime/Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. A Prime/Offeror who intentionally and/or knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years. Effective 02/07/2025 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the Business Equity firms listed was/were contacted in good faith. It is understood that any Business Equity firms listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's Business Equity Division. Authorized Signature Title Company Name Address City/State/Zip Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 Printed Signature Contact Name and Title (if different) Phone Number Email Address Date Effective 02/07/2025 THE CITY OF FORT WORTH, TEXAS 2022 BOND YEAR 2 - CONTRACT 12 UNIT I - WATER IMPROVEMENTS UNIT 2 - SEWER IMPROVEMENTS BUCK AVENUE CHAMBERS AVENUE GORDONAVENUE (W. ROSEDALE ST. S. TO MISTLETOE AVE) (ALAMOAVE. TO W. VICKER Y BL VD.) (MCPHER SON A VE. TO W. L0WDENSI..) LIVINGSTONAVENUE LISBON STREET RUTLEDGE STREET (W. LOWDEN ST. TO W. BOWIE ST.) (CHAMBERS AVE TO LANDERS ST.) (VICKERYBLVD. TO LANDERS ST.) LANDERS STREET MISTLETOE DRIVE HARRISON A VENUE (LOCKE AVE TO LOVELL AVE) (ALLEYBTWN. MISTLETOE AVE & EDWIN ST. TO ROSEDALE ST.) (BUCK AVE TO MISTLETOE DR) MATTIE PARKER MAYOR JESUS "JAY" CHAPA CITY MANAGER LAUREN PRIEUR DIRECTOR, TRANSPORTATION AND WO RKS ORKS DEPARTMENT CHRIS HARDER, P.E. DIRECTOR, WATER DEPARTMENT FILE NO. X-28144, K-2131 CITY PROJECT NO. 104213 CHAMBERS A LANDERS S" LISBON ST, RUTLEDGE & ALLEYS UNION PACIFIC RAILROAD COMPAI LOCATION MAP N.T.S. MAPSCO NO. 75M, 76K, 76U, 76V, 76Y PREPARED BY: Iphl=r N T IEN((a[lN1E1ER9N(a, ON(C, A SAFEWIll Company CONSULTING CIVIL ENGINEERS / SURVEYORS CONSTRUCTION MANAGERS JANUAR Y 2025 X- 281" m K - 2131 FORTWORTH, x LIPSCOMB STREET (PAGE ST. TO W. CAPPS ST.) MISTLETOE BOULEVARD (BUCK AVE. TO MISTLETOE DR.) ALLEY BTWN. ALAMO AVE & VALENTINE ST. (370 FT. S. OF CHAMBERS AVE. TO WEST FWY.) ALLEYBTWN. LISBONST. & VICKERYBLVD. (BEDFORD ST. TO 144 FT. N. OF CHAMBERS AVE) UNION PACIFIC ILROAD COMPANY wsr a16. �r 0112912025 71 0u� 2/06/25 MICHAEL OWEN, P.E. DATE: CITY ENGINEER, TRANSPORTATION AND PUBLIC WORKS 71 y 5.%1aPd 02/03/25 TONY SHOLOLA, P.E. DATE: ASSISTANT DIRECTOR, WATER DEPARTMENT �2aylaw;M i1 ce 01/30/25 CLAYTON TORRANCE, P.E. DATE: PROJECT MANAGER, WATER DEPARTMENT m '75a�xaaz 1 /30/25 ina Samaan (Jan 30, 202515:02 CST) JUSTINA SSA��M��AAN, P.E. DATE: PROJECT MANAGER, TRANSPORTATION AND PUBLIC WORKS 1 /30/25 GREGORY ROBBINS, P.E. DATE: ENGINEERING MANAGER, TRANSPORTATION AND PUBLIC WORKS X - 28144 K - 2131 N v 0 o�\oe E� F'O i NE' SMRM L Ry 6+00-8'SEWER-LINE"A" J I M� i Ex sA f3*2f M-f35 cnorvecx REMOVE EX MANHOLE CONSTRUCT STO 9B"DIA MANHIXE -23f5 /8085 RECONNECT EX 6"S£WERLINE IN ") " RECONNECT EX B"SEWERLINE OUT -(NE) , E=2.315.,06f A15,2BT bT _ICHAMBERS STREET ��A,N L,Nx �B6T I mi I, CONSTRUCT 305 LF OF 8"DIPAND W 96 LF 8" PVC SDR-26 rS115) SAN/TARYSEW R �i REMOVE460LFEX B"SSM-135 Cq NOSERVICESANTICIPATfO 50 ROW i <I �i � 3+04 T5-B"SEWER-LINE q' m , i� EX STA. 16+2B M-f35 W J , B J 3�3 3xo usmx si y Y Ey p% I 9996 I� REMOVE EX MANHOLE CONSTRUCTSTO 4B"OlA MANHOLE RECONNECT EX B"SEWER LINE IN -(SW) RECONNECT EX 6"SEWER LINE IN{NE) _ N-6,95f,64366 E=2,315.oaT2l J Q (p � I , i� �. CHAMBERS STREET i ���L,NFE A"- 1 OftN -IRA 1 �g N i;K p�1 -I NOTES: �('PDQ�\ nrvco CWARN/NG n!. BiNi AA —THIN, EoDaoincESETWTOE,ft sTMBEGRWVN/coE�B TTOHEecsErvOERNDEsRCrAORWNurNcNEwnLgoN, LELECT-AND iFs r UNDE—ROUND GASAANO FIBER-LAICIELDvSEN—ALL LDUOvI IHRTIN Ci/LlTPlO2ITAftYCNHRR qOOTOONRUCONATDGTE D TlCER1TEOONETHWSHEETINES THEREARE NO SEftVICES� I ' JPLATINFORMATION IS SHOWN FOR GENERAL REFERENCEONLY AND EAXTENDEDTO—ISPERN—DS L EES�SRGHB-OFWAY CED 3av vxExTN[ si LINE, UNLESSOTHERWISE NOTED 5 CONTRACTOR SHALL NOTE THAT THEQUANTINPRONOEOFOR I �'I I it to IJ I� I� LEGEND: ® TEMPORARYASPHALTP4VEMENTREPAI1 ELOCASORNEN�MENS10Eq GFEXIT UT1VTTIF53HOWNOYN COMPP�RYRECORDS ITISRIECONTRACTOR'SSOLER£SPONSIBILITY PRIOR TO CONSTRATIONTH DDIMENSIONOFEX13T1NGUnLIT/ES WONNING�EFO[�-AT LEAILST—HOUFSP %—TOTRUCTION EXCAVATION IN THIS AREA f-eB0.343-8113 ATMOS ENERGY-✓OHN CRANE -- - -21—" SOUTH WESTERN DELL TELEPNONECO. -DOE A"-24 AT&T -RICKYHOWARO CELL-- --------------- Z1008319 f FORT WORTHWATER DEPT-FIELDOPERATIONS - CHARTERCOMMUNICATIONS FORT WWRTERAPNSRIOR ATION GENIAL ftTIF�CATION-- i DIG-TESS 41 SGILE IN stE U1 TF;s� &6L6366TNE celfll ORT WORTH CITY OF FORT WORTH, TEXAS TRANSPORTATION & PUBLIC WORKS 2022 BOND YEAR 2 - CONTRACT 12 CHAMBERS STREET (EX M-135) 8"SEWER - LINE "A" ®STREAM WATER GROUP, INC. ENGINEERS & PLANNERS 6737 Bfee W Stein Rd, Ste 230 (x� Forl WOM, Texee 76112 """"1Y Phone: 8W-446-B076, TX Re ist-,, W. F-005488 CITYPROJECTNO. I DATE DESIGNIDRAWNBY cMM/MOR EBRUARY CHECKED BY MSA F' REVI COMMENTS I BY I DATE .,a Exrarssmn�r2r2os Mlsu n. mx Pmp 4' wr cmc cam. C�pact Pmp a"SS Tp Prop SSMH (SW) necf Prop a"SS TO Prop SSMH (X Connect Rpp B"SS TO Pmp SSMH (NEf Conrcc4 Ex 8' SS To Prop SSMN (NW) m=6o0 4 154 E 291490384)2 y. ,� Msr xp oz,ezeart9 mivr. nn. paz,mzan I R PROPS pro _- 30 C OE -OE OE Oe 620 615 610 605 600 595 590 585 e�rxE BLOC 36 r PROP. 8" SS M-135A OE OE OE OE OE OE OE 0 S8SMS M-1 �4'Om sm ssMH wrco,k cak. naprProf 9^ss To Prof ConmIX Ex 9"SS To Prop SSMN (S w) RIm= 60f 53' 9E OE OE OE OE 16' ALLEY Exploratory Excavation Protect E .84" (D-HOLE) Oife nT,a Monolithic Storm Drain T,4 (See Noin Profile) p mTx T p + FACTORY PLACE FACTORY PLACE ADDITION. ADDITION. VOL. 204A, PG. 100 ^W* "° pzo�,M I"a, "o o:,azMro, INsr"r o z aaxe. VOL. 204A, PG. 100 M.R.TC.T. BLOCK36 BLOCK36 M.R.TC.T. M-135A 0+00 1+00 2+00 3+00 400 �I �=p��ma,p��rmepp�,ak.�r^pp.,�aama. �aaa�m X lEGFJ10 ° ® iEMPoFARYASPHALTPAVEMENTREPAIft O� Rff BENCHMARKS: x1w set at am Inklsepnon a enameele st a rtAllaym Roma9mR vamapa s< Ekv 60o 92dR #aaPota e,M VaknIme S(. neer9B4d Ve+en6nerSr. EmY.ssrsabre a asz 615 a T ea OCell Syelem ®B1Aoneo-DIG-TESS Ng1I _ y `p` N. 11ill r2m��,(g �a p 'fan 610 0112912025 N REV DESCRIPTION BY DATE 605 H U FORTWOKM CITYOF FORT WORTH 0 TEXAS a 600 2022 BOND YEAR 2- CONTRACT 12 �j CPN 114213 M-135A FORT WORTH LOCATOR MAP, K 595 MAPSCO PAGE. 75M Z 0 ALLEY BETWEEN ALAMO AVE & VALENTINE ST U FROM S. OF CHAMBERS AVE. TO BEDFORD ST STA 0-00 TO STA 3+69.39 590 no o E- P m z 0 585 D�RA DATE SCALE PROJECT NO. Sheet '� 39 N cHEcrcED.DTE 2026 104213 I a 113 MCPHERSQJ AVE WPHERSON AVE PANNG /MPROLEM£NTS 0 PAID BY MIN W CANTEY ST. C W CANTEY ST o I W LOWDEN ST W LOWDEN ST I 5 PANIMPROVEMENTS + PAIAI D BY UNIT 3 � W BONE ST W BOWIE ST 1 BUILDINGSORSTRUCTURES SHOWN ON THESE DRAWINGS llll AREWITHINOR ADJACENT TOTHE PROPOSED THECONTRACTOR SHALL FIELD VERIFYALL LOCATIONSU� PRIOR TO CONSTRUCTION N2 XTyNFGRATIGNIBGHDWNFGRGENERa REEERENGE 3 ALL MENSIONS ARE —OF CURB. UNLESS N DTHERW,BENDTED x LEGEND: - Al- ® As% LTPA- o —1-A— BENCHMARKS e �� N 2105 X Sel n , - curb m front of 2829 Gordon Ave El-64T 51 ft p 2106 X Set n ar tM1e b/d,--y m front of 2717 Gordon Ave. Elev. —J28 ft ®Taxes One Cell By. 1a66-DIr;TEss DAL -TECH E�#NEERING, INC _ s o 'fix.:l i L i as, .yL z��L 0112912025 REV /\ DESCRIPTION aDDENDUMND f BY DATE 2rzfrzazs Z F ORT WOR CITYOF FORT WORTH TEXAS p 2022BOND YEAR2-CONTRACT 12 V CPN f04213 F FORT WORTH LOCATOR MAP: Q MAPSCOPAGE 76U,Y 9 Paving Layout o Gordon Ave & Livingston Ave w e r W OESIGNEOOTE DATE +'=1zo 46 H CHECKEDOTE 2a25 1oaz13 of 113 1 BUILDINGS OR STRUCTURES SHOWN ON THESEORAWINGS -- THATARE WITHINOR ADJACENTTO THE PROPoSED BLOCK20 BLOCK20 ' `� RIGHT-OF.IACIT iBTEDaT"TIMEOFTNEFIELOBUR— THECONTPACTOR SHALL FIELDVERIFYALL LOCATIONS V BO'Ii0 Iasi uo oatero]az] Flusi rm olrwrml Fnsiu rrervsr uo ozremrcn Trusr no oErez50.ma TRiusi ua aermJsazr 7IORNFORMATION SSHOWN FOR GENERAL REFERENCE N e a ` ONLY k fexrmsraMN1 BtNmlaAx env.tm�tJ aMxmrgB &akmta5mrvtrd'< ' w msr uo mttiemm se fB'oo oa CI FRISCO HEIGHTS S OLTHERMw SEINOTEOETO BACKOF CURB,UNLESS CL Gadmarc+,ue �� VOL. 204-, . 5 N=69439640] APG. - - E=23230J3 J4 MR T.OT suT 0 LEGEND: -ee4.3as6 r1 R a x e mF I p GORDON R AVENUE gdi� R �M� EANOREP ADEDONORE E 6_ s LIO (50'R.O.W) ® wars EA PA smEET PRoaos�o coNCRErE o NEWSIDEWALKK(REMOVE EXISTING M Rebcefe _ _ _'^n1B"' —_ vl W2 �J(1 TREERREMOVAL L jvjr,! Z� FULL DEPTH SAWCUTLINE caw wE-1 -- J vi tt O o I BENCHMARKS n•` #2f0.5 11 O eu,eearur rR rNu+ TBmsr rvo. ru-rroee Tmsr mJ elramla9 elsi n'U otf4fNms msr uo oxworasss msr.rn oazmmeer� F2SOef �aTBre wrOm hm'rf oITBT9Gmeen Ave J xserrearBu,��rv,werv.errAlrmrroinr]coreoAare < Ekv 693 J2B R BLOCK21 BLOCK21 4'>5 660 ��' C I= li _ aa�q. DAL FRM;i �31NG.IND. 655 655 ®Ta1Ao0-DeIG1811 sera •"`Is41 o opT,-- Lt_,LR1 O e I eie Illl�q 650 Ex Lo w n — R r .W LI O 650 0112912025 ry —/ — I REV DESCRIPTION DY DATE pp -- 69L 147 ADDENDUM NO 1 0 5 645 i� lid 645 u ORT �R1 .,OF FORT WORTH TEXAS 640 J 640 2022 BOND YEAR 2-CONTRACT 12 U § _� CPN 104213 a �•/ PAVING PLAN -PROFILE t~J FORT WORTH LOCATOR MAP: 635 635 MAPSCOPAGE 76U,Y � I I °a 630 ,4 d e a 630 Sra fo.00 r0srA 14-00 p N D 625 p p ¢ K K ¢ ¢ I¢'- r ¢ 625 V it DATE �• SCALE PROJECTNO Sheet nj AN o� Moo 10. 50 ii�.00 11.50 1200. 12.50 1" 00 13. 50 c 14�.00 ECKEODIE z6zB 1rr f04213 ofi 13 N 660 655 O 650 cj 645 !JA Q co LLJ 640 W " I J 635 630 625 14. 00 BLOCK20 �� soRlD.w �mn No ou�oze..e rResr Ho azfefNsoz msr No ozf.fT.Aroz FRISCO HEIGHTS VOLO MR TC T I 1.00 FC��-��iY,--�W�i� Rlrtl 1 s.o vvr y .. h • _ .we sbn FRISCO HEIGHTS VOL. 20 A, PG. W M.R.T.CT. �C�\ msr No. oarmuczz wsr _ bv2= BLOCK21 BLOCK 3 rmsr rro. ezrezeim� msr rro wvmeovo msr cn oazooessm � ^ _ [ ��e3g FRISCO HEIGHTS ` VOL. 204-A, PG. 96 O GORDOk�AVENUE MRT.CT. O (50'R. .W) irol fz cs O t co � syax Y ? uj U co FRISCO HEIGHTS VOL. 204-A, PG, 96 MR TC.T T -T No o-z�ol7„0 �mer.,M oaztzsmn �m:r o-o. �rsue ae BLOCK2 14�50 15+00 1550 16%00 16+50 17+00 17. 50 1& 00 1 BUILDINGS OR STRUCTURES SHOWN ON THESEORAWINGS THAT ARE WITHIN OR ADJACENT TO THE PROPoSED THECONTPACTOR SHALL FIELAT"DVERIFYALLLOCATIONSV� V 2-IORT.RMA— ST I OWN FOR GENERAL REFERENCE N ONLYNF k 3 ALL DIMENSIONSARE TO BACKOF CURB,UNLESS LEGEND: ® RE ars REPLAcecorvcRETE PROPDs�DCDNCRErE—T - NEWSIDEWALKKIREMOVE EXISTING BA-THSAWCUTLINE BENCHMARKS. a #X Sef meT tl re cvN in fionf oI2S29 GorCon A re Elev'80751R #X Self Ekv. 7"RcuMtlMeweY lrl Tronf oIT717Gortlon Ave. �VFIRM #T2T T6 N. Cell Sy4m �whll 655 ®#iaoo-Di�TEss d ` 41 —14 650 0112912025 m N REV DESCRIPTION BY DATE g ODENOUMNO f � , 645 J ORT�R1 CITYOFFORT WORTH a TEXAS 640 2022 BOND YEAR 2-CONTRACT 12 CPN 104213 a PAVING PLAN -PROFILE ~ U FORT WORTH LOCATOR MAP: 635 MAPSCOPAGE 76U,Y v GORDONAVENUE N STA 14+00 TO STA 18+00 630 ii�I�EI➢ Kx 5 tik ! ee.au x����O DATE STALE PROJECTNO �Sheef nj 625 Q 1N ECKEDDTE 2 5 -, f04213 or 113 660 I I I 655 I I I 650 I � I € 645 � I s I 4 640 I 635 4 I a I p� 630 we I I o� 625 I �$zaH 0 0 =sae co W LL L,jj J �U 'j 3C! E�No BLOCK3 BLOCK3 O m rav r fR rv� x mI wN rRxsr xo ozrat�zi I yoorlaw , m r o ro vtt¢ a s r� Y MST .,a a2ae23ee37 Msr a az,.Mr o ce ur E a ca �wro FRISCO HEIGHTS H1a2jepppse m I g VOL.2 A, PG, 96 E-2323assar R 8€ MRT.CT. m W w GORDON A VENUE 3 m (50' R. W) s W_ �; �^ a �^ �' 9�s rr✓�sa.� 4 f ? � I FRISCO HEIGHTS1 I 0 O VOL. 204-A, PG. 96 K I M R T.0 T. fy Q Lu msr xo ozu,rawz r�Mer rvo w,.7,oaoa �—' r xo ozz,e,M,. rR.xi, No az,.,re.,w rRxsr xo oMrJ3&ub r MT No az 11. w rsBLOCK2 BLOCK2 �F, RDw Rf P,— Tl� L( & it. �.Lsa�LT S p.p� �xp�1 18+00 1&.50 19+00 19,50 20+00 20.50 21,00 21.50 1 BUILOINGSORSTRUCTURES SHOWN ON THESEORAWINGS TH4T ARE WITHIN OR ADJACENT TO THE PROPoSED THE- TPACTORSH4LL FIELD VERIFY— IE LOCATIONS_ V 2IORT oRMATION 5 SHOWN FOR GENERAL REFERENCE N ONLYNF k 3 ALL DIMENSIONSARETOBACKOFCVRB,,UNLESS LEGEND: ® �� A� RERLaGEGONGRETE �OOCONCRElESTREET — NEWSIDEWALKKIIREMOVEEXISRNG �EDERTHBAWGUTMNE BENCHMARKS. a �� 8 2105 X set near the curb m front of 2829 Gordon Ave. Elev. 64T.61 fl / 2106 X Set near 8M1e curb/tlriwway in front of 2717 Gortlon Ave Elev.643 728 It 660 Da ING. 655 a RM i EE31NG T` N. ca Sy. yMl ®eiaoo-D,�,Ess ` 4, 650 0112912025 REV DESCRIPTION BY DATE /\ aDDENDUMND r 2rz1rza2s 645 OR�CITY OF FORT WORTH TEMS 640 2022 BOND YEAR 2-CONTRACT 12 CPN 104213 PAVING PLAN -PROFILE FORT WORTH LOCATOR MAP: 635 MAPSCOPAGE 76U,Y GORDONAVENUE STA 18a00 TO STA 21M8 630 Ii ��e� o ■ z■ - i aa.au .a�mu�.�� 625 OATE`1 SCALEr�PROJECTxNO� Shx w 11'-0N ECKEDOTE 2025 104213 of� NoReparn lean aalka aelwmn aaewpk araweel wberea9pmaae 2 Pre-Exla(mg McGlansParkwaya xatirq MetlmnNROWs tlishnbx/tlurvrq conswaldl shall bereNmetl ro fherdginal state dbettd uPon sdapaL'ary aMeprolect In Me even/ Mar grass has been C�sturbetl. grass shplbe estaMsbMa(f00%by Codracror Pnw Msotl wseetlar9, remove allrWs 9reare-Man 1'(3292135oEtlrrg -Re,l May13,20T1w3.,aaaon-Naflve SeeGkg-ReNaeO May 13, 1011)AII CMmourMs ahatlhe remoreJfrom MCJianYROWawbrro aeetlng aRer conslvUmnce mmpdatl N 3 Ensarg reMmirg walR are labewoMcieC g//� rotvele unh.Vnttl I '�' aM. 4.Cmburorro remove si0ewelk pamlaaM exPase the rmR wNroul Samaging Nve oaks anOrofhen tumult wrgr PARD Foresby (81]3925]29w II. Sf CmtreadlM rerep� �aexss �Mvremmr�medk�igs accordn9 nth CirywsWntlaNs aM tlddls. bee profectlsn tle(ails aheet4 R Q �,(O� 1 / i m..l w 000fw.maa Q„rere LEGENOEetncE cnNcaETE an'xsA AGAMo oU/�1OEwAYS R RK VOL.405, O PROPOSED tf^PAVEMENT BUCKAVE,9,d„� = PG.11 O P(vERMAT,DN jren ($SR.O.W.) MR.T� O. NEW SIDEWALK (REMOVEEXISTING a zu arz] \1 / 0 w11EFEAPPucaeLE) A. UGE UGE UGE ® + TREE REMOVAL — ice• sew., 11.00UJ �o � OPBWATER(INE ' � 2 � u�xamimm UGE U ' 39ft y 3�I( ` W "aa"s"°'ras enma.omvc..varuwmmisaaca �r+9mmlwro �`• ma°I=nreum m�C ip E mwswreew F w. v�><r IF T=VA' aov scsvrradnr vr.varl _ I T w°rcnasmow X;. F8 myln wmnamzaz ir�°a e>s ar rwrllnva+wn rea'w✓ I BENCHMARKS . MISTLETOE HEIGHTS VOL. 388, PG. 5 MISTLETOE HEIGHTS #x Seam Me m2 at t40f Mstktoe Dr. m suck Ave MR.T CT Q VOL 388, PG 5 mar Me lnrememan dButlrAve aM Misl/eWe Dr N Elev a f3sre I BLOCK I3 BLOCK 13 i MRT.CT #11oa Buck Ave erM Mlstlefoe BNO mBudAve Elev B139a4R m hem $ J� $ 630 I I DA(- cINEER , INc. I I _ aw°,m FIIiMxTTT31" 625 625 ( e'Ao0-oeISTCall sate, ;�prs4i 620 m 620 as oII2912025 ry. �TO'T —Pmo T,:LT I- N f / ^ w , !� (ti REV DESCRIPTION BY DArzTE1rz 5IN ADMN 615 .,OFFORTWORTH TEXAS 610 610 2022 BOND YEAR 2 - CONTRACT 12 (pjau'3615 p e 3' J CPN 104213 9 Buck Ave. te`J FORT WORTH LOCATOR MAP: MAPSCO PAGE: 76K {>�1 Paving Plan -Profile (J Buck Ave. from Rosetlale St. to Mistletoe Ave. N sta fo+00 a,sra 14+00 � p600 600 n )� Z11 �•SCALEr�PROJECT-ISlieef (y - 595 rc z rc ^w rc � rc rc "w � rc s "w 0 rc� iz rc rc",ur 595 D°RA „M s0 o� 10^00 10+50 11+00 11.50 12+00 12+50 13,00 13+50 14+00 ECKEDDTE 5ft•-0 104213 o1113 N OFaplacereatlwakaa,MaaaaMawalkaatlaM1ad, where appmaale agMeomaa,Parr,�ya eaamsl�r�y Mae,aaamowa airn/raaeear�ry so.,marnoa manbe rxam�aro mdrwyirra,arare wbetreraPwr romPl�waa dmawyaU m me arsarmat se nas ama eiaromae, Hresa ananba aamarrarreear foow ay cwrrraoror anormaoewaaaerr,H, rearora arrrwxsgrearer maa ,-(3z sz,ssoetliag - ewsee May 13, 2F21 w329214Non-Naave Seeeng-Fewsetl May 13, 2H2t)All tlrrtmouMs shellceremovee tmn MCNmns?tOWs wrorro eeer�ngralfer ronabuUiar is comMefee g reminirg walls are fo ae profectee 4 Comracra-ro remove sMewalk panels antlexpase th roots wtthvurtlanaga9,rg Gve oaks anero Hxn consult wiN PAFO Fwesry (Bf)392-5128w Bf)-391-5)39)bal urfGrg any rooR2'wbg9erwpaunng fhe mwsMewelkmnels Rererenro beeprINectan eelarh sneet4 5 ConM1acfwmreplaroas exlsfirg pavemenfmaMlnHsaccortllrq w,fh Clty UarMares antltlefalls. BLOCK 19 Sangamo Park I Q Vol. 405, Pg. 12 M.R.T.C. T. i,,,r ra. oaeo,rwo taTzz ��g I m .� awes A- IR W � Uj CID O c PROP e•wATEftuN � ' I W 3 39 -9 ♦rn^ TJ Ind �mIXa r� mr 1 aMP 3N MISTLETOE HEIGHTS zN,,„,u,, VOL. 388, PG. 5 M.R. T.C. T. BLOCK IS 625 620 615 4 610 1 3 605 4 ° 600 �g o� -T4 BLOo 148 LOTa � rm, No ooaat>aas w,am.lrevnm.wnw, BUCKA (55'R.O.VI SANGAMO PARK VOL. 405, PG. 12 M.R.T.C.T. swa�ovii, wmre senan*oawxaamrrw O cs N � a. � T,a L w X MISTLETOE HEIGHTS AND SANGAMOPARKADDID— 3 VOL. 537, PG. 361 n I� BLOCK4A M.R.T.C.T. 0 O O O I P . g Cn Y _ iA ` T F J 1n 8 B a �¢ OF" W ¢ ¢W I6+UU I6 SU IY+W 7B w zU+UU LU+DU z1+W zl+DU zz+(IU LEGEND: DRE FI ays FEFucE cnNCFETE pUoroSED,t^PAVEMEm NEWSIDEWALK(REMOVEEKISTING �LDEPTRFAWD L— _--- TREE REMOVAL BENCHMARKS. a #xsdo, nre rob ar+4B+M,alreroe Dr. oa Fuck Are mar me lnremeUlan dButlrAva aM Misikroe Dr AEV15(heBSMavalk bcafee' fiontd Buck Ave erM MrstlefceBNO on Bud:Ave Elev Bf3944R --R-INEERING FIRM #T2T 625 ®eT4 xas One Cell Systemwhtt iaoo-Di�Tess d ` 4t 620 O112912025 ro N REV DESCRIPTION BY DATE g 615 FORTAbRnb CITYOFFORTWORTH TEXAS a 610 2022 BOND YEAR 2-CONTRACT 12 (3 CPN f04213 Buck Ave. ti U FORT WORTH LOCATOR MAP: 605 MAPSCO PAGE: 76K 2 Paving Plan -Profile Y Buck Ave. from Rosetlale St. to Mistletoe Ave. N Ste 18+00 to Ste 22+00 600 Ore'ceo�rererten���3 ca.aw uL;,��w,�o.eaa a SCALE PROJECTNO nj 595 AN N ECKEODTE zoz5 Ir-0v f04213 or6113 PA a o H o cn o a o �c ST 6 2 N MA'�E RILIiJE - Q 22-CO C_0 1-/GBt+fi Il E)1TTA 1)9: N ft �� L CNTIO �t O -;;,m 41i ri 1� L �i o E,.err/�sos.s � E, Lr r/c=eoe s: F I� �� II 1 O Ri7/ei6/B: I�� LE/l�Ge1 1 F a I' a y —1777 ti o F.�tiM�6'C_2t I fiCf, 1I t4NI� ° EftT %E6'952; iNrCEL2E LT6 R?V1=2\`OC.)0 H R1 T/G=6C559) I �'.T:.R P11 VI Es.ST LT T/L=&K 5• $ Exarr�ecs� I 8, E-QLrr��aL N R,11,1 a0.5-8 fia9Y5 r r. �I mp 9,9 —T N u o m "8 cn o a o N o a o O N A H m - �C Ba, TY m RNo tiO K =�y oung w 2022 BOND KAR 2 - CGrTRACT 12, CITY PRO. L:?�NL 104213 SEE 5 MATCHLIN .I 1 s:l a x I n IRWIN ST — — (45'R.O.W.) I l� C p Tn 3moan A w p 2 0 �vo�x y v72O�T a= �y e� HEET 62 E - STA 22+00 A ; ROSEDALE ST D D (45'R.O.W) _aaaaa e� � a r X-28144 715 710 705 a 700 695 690 y' 685 d: \ -A $0 40 ggmis' \ \ 'p `3^� Smcc \ d'4- N � I Begn Cmshucliorr // Serra a+5900 52g1.58 E=2.'#M9646 E 2�°S2T�39811 s�raw9 g9 J E=232T.i011 )0 rI n WO, al -\ Np a!D � 3h RI e/connete Ctv ,d I R Yp f.R�placeleatl walks between sWewalk a,Mshee(. whereapplicebM sfinetl a.UROWstlsturbetl rerungJrolhwr oa9,°ala.aorearcarapoa aomprero„plg,e proleM. Mg,a avaal oar een tlsNrbef, gross shall be �aMisbetl e1100%by Conhecfw Prrorta sa0wseadrg, remove all rods greeter Men f'(329213-So0tlmg- eMayf3, 282f or 32921°-NomNalivs Seatlllg-ReviseJMay f3, 2g21)AU EM mountla shall ee removetl/ MCJlars/20Ws phwroaeerc4g aRer ronswcmnremmplatM Ex Urtleyrourb O CaaNa — — rwtltwry `r, f eebca2 Ex. Power Pole �-1� W (YOMers)zi ,^ tIR vl LIPS_COMB STREET_ a p I � 60'R.0. W. — — — _ 't G.C. & S.F. R.R. 50' R. O. W, w a s IT PVI E-- ala ri q UT �u V� n Z 9+50 f0170 10+50 ll+00 11+50 12+00 12+50 13 00 13 50 LEGEND. ® PROPOSED PAVEMENTHEAOEft ® REMOVE AND REP(ACECONCRETE DRIVEWAYS PROPOSED CONCrtETESraEET PAVEMENT — NEWSIDEWALK(ftEMOVE EXISTING ��''""jj,, WHEREAPPLICARLE) r7C1 TREE REMOVAL _ -- _ FULG DEPTH SAWCUTLINE BENCHMARKS a .wrar. #3190 aS�el on th cu,D,n fionf o{ Ekv. � mmerc51 on Llpsmme SI A. X Sel on th wrD In /roof oITSPo L�ramD St. Ekv'R989fAR 720 DAL-TEC FIRMGIN2E31NG. INC TeusrOne Call System 2."'"NE�sI 715 710 0112912025 "2 ADDENDUM NO'f 2A212025 i 705 h FORTWORT16 CITYOF FORT WORTH TEXAS a 700 2022BOND YEAR2-CONTRACT 12 U CPN 104213 PAVING PLAN - PROFILE I' U FORT WORTH LOCATOR MAP. 695 MAPSCO PAGE: 76V 2 V U LIPSCOMB STREET N STA 9+50 TO STA 13+50 690 r DESIGNEO'OTE SCALE PROJECTNO S/reer nj 665 DRAWN.DTE 3AN f `-28'H 72 N CHECKED.DTE 2025 1'- N 1-13 of 113 t 0�°CDR m�\°S Go ��aLLbaMr.,,eN \ 2 L� L=1)598eR=50.500_ � �° m�m O cL/asmwarmr. ra I �,• Oi,4 =311A39 RA1 D-BLOCK / - 0 '1�9 q, -A sa 1O^ Ex urmer9mrum �n centlart I :�'� ax I PP1VNE 7? \ _ O r�s4�� ''1 5R =m � O vl W Ro Pa�rPga .; SC (ByOfhers) ) (By (1 O �\�N^I RV` cT (BY OMenI -807eR=JBs00 MODIFIED M-2 en Ml0.BLOCK RAMP 2 Regacekatl walks beMreen sWeaslkaM street, where epµcabk aflnH Metllana/PaAwaYs nn9 MetlwnYROWs tlrsNrbetlOumg MerrorgrnalsYe,a In the r� wrrsnuc5on shallbe re(umeJro orbetter�pon complalion orYre p<yact. eventlba, grass has been tlrsluheC, gross shall be es/ablishetlat f00%by Ganhacfw Piiorro sW aseeEirg, remora all rocks graeKrmen i"(319213-SWtlmg- tlMay 13, 202f or 329214-Non-Native Seatling-Revbetl May 13, 2021) AU INrt mountls shall be removatllran MetllarraoiOWs pHorroaeetlNg a ear cros W c/ron rs mmplelcN I I�l I;� f�� 1� I, ET 720 , 715 n Nl SETA: 13+�70 LtYc .Ba }} 705 1,,... F rp TO Lt c RL A h� uj 700 �v t' 690 kp 685 1 13+50 14+00 14+50 15+00 15+50 16+00 2 X LEGEND. ® PROPOSED PAVEMENTHEAOEft ® REMOVEAND REP(ACECONCRETE DRIVEWAYS PRGFosEDCDNCRErssraEET PAVEMENT — NEWSIDEWALK(ftEMOVE EXISTING WHEREAPPLICABLE) r7C1 TREE REMOVAL _ -- _ FULG DEPTH SAWCUTLINE BENCHMARKS a .,Brara #3100 X Sel on th curb rn fionl or 09 LlPooamb SI on LlPooamb SI Ekv.697.477h A. X SeI on Hre wroln hoof oITSPo L�wmD St. Ekv'6988,4 R 720 DAL-TEC FIRMGIN2E31NG. INC 715 ®TeusrOne Call System 2."'"NE�sI 1-B00.DIG-TESS h 710 0112912025 "2 ADDENDUM NO'f 2A21r2025 1 705 h FORTWORT& CITYOF FORT WORTH TEXAS a 700 12022BONDYEAR2-CONTRACT 12 U CPN f04213 PAVING PLAN - PROFILE I' U FORT WORTH LOCATOR MAP.' 695 MAPSCO PAGE: 76V 2 V U LIPSCOMB STREET N STA 13+50 TO STA 16+00 "0 r DESIGNED DTE TE SCALE —NOS/reeI tj 685 DRAWN.DTE JAN f'E20'H 78 N CHECKED.DTE 2025 1'- N 1-13 of 113 I Non. - au anosfreer. wranapgrraMe . RpMaae lase walks safwean ae.w Ka��L 2ND REV/SIONOF ZµP EE+Bfi,g MCNans,Panways BLOCKS RM PAGEAODITION 'fAg MetivatFOWa dafaNMeuting mnslnetionshadbe nlumMrofheir wiglnal slate Iron ollhe pgcrx. In th evem flat o,better upon m„ple' p V _ Irosca«a va VOL B3, PG 142 gftnss has Oeen OisN,0ee.9,ass aliallceesfaWisheea1100%by Lonrnclw.P4o,rosoewseetling, M.RTCT ZOZ�P�k� 14-Non-Naflve Seetlig-ftevisee May l3, ZOZ1). All tlirtmowWs remoreen rocks greater Man l'(JZ 92f3SotltlNg- ahallbe removeelmm MCOiansrt20Wa p/iorro seeeing N IrRw L°r as sso'dr,i eaks/d rixwL°rfz a��MeyJ, X MI%V wrrazpy aai Np ozraaMaM Larra LOr �i 8LOCK4 rn°ssw.w �r�w+ate ILL.J�� #ai.vo.Lar LEGEND: ® PROVQSED PAVEMENTHEADER o rxzsaimlkmsLd LIPSCOMB STREET vnr.T nu,low �d.Ld --� FEMOVEANO FEPLACECONCFETE DRI EWArs Q $I Q m�' I nl I Ex. (npmyoaq P CJ 60'R.0.W. '�J PROPOSED CONCRETE STFEET PAVEMENT 'F _ _ ridk �= T I/ E, IptlmgrwaM Q IM1SIEREAPPtIKEMOVE EXISTING s W j�cc oMmw.�f af; I I I G —� — WV \ Q 0 11 FULL DEPTH SAWLUTLINE pp I N coLuIr. 2 — _—I— WU _ r—fMiBP. ✓i NM1ER LSE --- urouwwrowrvnwwixs �s K In b 3^ U m I IE d9 I Q_ BLOCK3 PoxwPab BLOCK3a pp i JI ql BENCHMARKS #31g0 XSM on Macro m� ro/ I I � ,N. L°rrr LO11O LOiB rpx Lore rroN aG zssstroseoresr LoriI � Lpamnb sL tpammb v. . sgzmn #xsM wr me wmin xprn oi2sgs upaowrw sr. Ehv.'BBBBf4n q rz Iva I ematu°�sssxsrtis v9'r xp °zr.Rnlws °�-ND.mFpggr vai Na pmavrn MSr. M. pzaAum �Nsbs arse. N°.Ozmttorr etus<dl 720 720 WLTECFEF�G#IN�zRING, INC. 715 ®TB1�B00.DIG IIIIE&S�m 3 715 r ao 1j�iL1�c...�`� 710 710 01/29/2025 DESDw,vrroN Br asrE d o y�y705 R " n ADDENDUNND , 2/2fD02, 3 705 � m a 1� TC I + F Rr 6 j 5 1 FORT WO CITY OF FORT WORTH TEXAS n E', R.rt� Lt 5'� W T 2022 BOND YEAR 24 CONTRACT 12 V g 700 I 1 �r :._V / ,�„� � CPN f09213 L / — ` —._�— W PAVING PLAN - PROFILE v �. ft. uv at jJ 695 FORT MARTH PSCOP GE LOCATORMAP 76V 695 Y U LIPSCOMB AVE N STA 16+00 TO STA 20+00 K a 690 6C q■r T, �@� ryry roPFOJECT DESIONEDD1E riqu it ]JiE 6GLE NO.p6Me[ N 685 DuFACwKNE:DDTmE 4 gi 5e a 685 )7+00 8+0 ig )9 I 104213 e7, 113)7 1150 Note: aM. P�cEaoo/rroN BLOCK 4 1. Replace lead walks between sidewalk and street where applicable. voL. *M. Po. 9e9 L°ru 2. Pre -Existing Medians/Parkways All existing Median5/ROWs disturbed during construction shall be returned to their original state or better upon �J N 1O'a completion of the project. In the event that grew has been disturbed, grass shall be established at 100% by ` X Contractor. Prior to sod or seeding, remove all rocks greater than 1"(32 92 13-Sodding - Revised May 13, u f°rs.5.. sa f°rsu see.K, 2021 or 32 92 14-Nan-Native Seeding - Revised May 13, 2021). All dirt mounds shall be removed from Medians/ROWs prior to seeding alter construction is completed. eE P I °p sl I W LEGEND: xuT +ro tuoi2ss 11f °� ssc + LASATE RANCH, /y I NrsF+ PHASE nVO �l nsi�gm �1ND ® PROPoSEO PAVEMENT HEADER REMOVE AND REPLACE CONLFETE ® LOT 20 wr2r. D21BfYg19 I pR REVASxXIOF M.F.T.GT. Q R.M. PAGER wsT rro ozzo+amn VIX. 59, DRIVEWAYS CONCRETESTREET 112 LO I PG. 141 rrs W H I M.R.T.CT. PPFOPOSEDAVEMENT rL� aLOCK1 ® NEW SIDEWALK(REMOVE EXASTMG wHEFEaPPL1LaaLE) Oe9rm O i Q I ap e sPenr ?r5 oREIN EXlsr Orwy SIC LIPSCOMB STRE •/Jj � sua•r2+oafb:mnesseet+iau `, D( TREE REMOVPl o _ 6BR.O.W II 5' UTIL ESMT—/. IJ��—° .\. FULLOEPTH SAWLUTLINE -I - _ sx sR sw ° �g ` W W 3 avnmr v %mover} .e A G n 31 00 „b1'� -EX H' W JNE L-561 Rel«°fe E)'Polr�fr PdAFEpLq��LFOF 5.000BLEYEL[OW BY others) SOLID = (Vern fitl0 - � SW FlECT Y fA ) I« BARBED MARKER TYPE l4CF �� 2 e uru caws wro rovuva w nus razmrvewxrc xwna rr�^ Vl = — - EM Lmrabuction ar LU wAlEn ut Su 23+z539 ^PROP.LU _ ur msr /2 v, g +59464T3.13snxo E=231TST1.Sf s" uav:ces oErr .rrAwaNr �,/ _ _ _ _ _ _ _— _ BENCHMARKS'�v k� BLOCK 3 nl � � � Xsel on 9re wAE In 4onl or�N 11084psmmC St. on 4psoamO St. STEPHf"N LIPSEii e Ay r� rip ry EW�,4TTe Y310f FAMILY TRUST 24z1 LIPSCOMB s PAGE. R M d g elm �- \ R Taslwscwesr �' } a.f.x ton lmmmaswx as.4f a< ase,FH EStl«tlro aAe MM1OM olT590LpsmrrW Sl. sseaf4 K ODITION Lo1 6 fOT yEuwinH .vrslms[uMsr twrsatorx Sb + 925 E-5gpS4I3.95 I� N 0 D222200000 vai H°onsrop,ys �Bloc� 3 LotLot a =32r5r120 Nsx I BLOCK 3 m5r un arorrmfn ew:'a's s, wra R Pl� I C 720 720 1 _____ OAL-TECH ENGMIEEFMG. NYC FIRM RY213 I 715 _ T�wmoneC.4syw I •yE4y ® 4AOb01G-T— 715 710 1 0112912025 ` 710 l c, V REV OESLFIPTION BY GATE �f ADpEAbI/AI NO. f blllATS , 705 3 705 , CITY OF EXASWORTH u a 700 2022 BOND YEAR 2-CONTRACT 12 U r 700 1-c..�o. 7 'Lt. � CPN f04213 14 I 1� W I T _ _ L poi,..... � PAVING PLAN - PROFILE FORT WORTH LOCATOR MAP: ~ K 1` 695 MAPSCO PAGE: 76V i 695 t - - - -' Prop TCli. � f- LIPSCOMB AVE N (� U STA 20+00 TO STA 23+00 s a c — 690 zs' 690 ( �70ATE ARMI-,L.vr 685 685 IOESIGNEO OTEf 5CALE PROJECTNO. I SIretl ly -104213 75 Ri er 113 2 I aaiRow I sra ao6 C2 CHAMBERS E=2,231E_. N= 316.%848 ST � y 1 8 1 QA$ �• BEGIN CONSTRUCTI J I STA.8M8.s W (MATCH EX ELEV)' ' N=6.31iSS351 3.vvw vcr[m eiw N YI v° �/q E=2315,%961 U'.% M14ITCH EX�f O� tpl� P Pp�pR� " sra.z EMo E Puc f LGOGREGAE 1Ko.w�awa W 1 PR PROTEcrEx 3�u� vER%• POWERPOLE MATCH E4¢ E GFEGAiE ` PROP 5' IMPFOVEMENTS b ^ SEE—— o PROP a"sE CHAMBERS STREET 1: sloEwA K LDRB — — ETJ ��,� �cONCRETE � I aim I -----v -- rr n � "I' e wALL i I I r!' WARNING !!! EXISNOERG OUNIOELGASANOFIR BEUN HEA CONTACT UT11 11LI11TY 4A IRIIR TO CONSTRUCTIONATDIG-TESS, aff 14E'TT j ! sB• mow ! roP Q I I OI mIN ! IROTECTEX m� POWERPOLE `wOTH wn-L, 13 IS- 1.00:r e C ©y - _ a RT r � � \ � •. CURB (rvPf ° • REMOVEAND ° �I _—_—STA - RAMP SALVAGE EX •.yl' I 2rT25. 14SRT�� dip �3 REPLACES/NL T oI BOL(AR0.a (6) I I PROP5 CIO ¢ � SIDEWALK EX SOMH mom JeaewcM ova NHS I I (MarcnExl E M W/LORB- PER SE 1313p PHa,T=D/ of J�3 sr I IMPRovEMENrs AIR SEET PER SHEEi cTlDN321216 UG� REPLACES' -ET TDP ER %4920 D-d21 (MATCH EXI9TlNG) Q NOTES: vLAwoFsD faFORManorvissHOWrvFOFW LENEFUREFEw NLEaTMiarr SXSTEDELOTVONI AFEFTO FALI ELOFCPURB�UNLESS OTHEFW/SE LESS CIRECT TREET E E1NG/NEERE i6'TO FACE OF CURB LEGEND: cuRe PER a12ED VEMEIT P-T PER SECTON. f2 I�( �/ PROPOSED 6'CONCRETE DRIVEWAY PROPOSED 4'CONCRETE SIDEWALKAND BARRIER FREE RAMPS PER SECTION 32 iJ26 ELOCASORNEN�MENSIOEq OFEXISTINBGUTILIOTIFSSHOWNOYN CO.MPPARYRECOFDS ITISRIECONTRACTOR'SSOLER£SPONSIBU1 PRIOR TO CONSTRATIONTH DOIMENSIONOFEVSTINGUNLIT/ES WON ACTTHEFO[�O AT LEAILST�HONFSP %�TOTRUCTION EXCAVATION 1N THIS AREA f-eC0.242-N" ATMOSENERGY-✓OHN CRANE -- - A"-21—" SOUTH WESTERN BELL iELEPHONECO. -OOE ATBT-RICKYHOWARD CELL-- -- ------------- Z10-2048319 21f % FORT WORTHWATER DEPT-FIELDOPERARONS - LHARTERCOMMUNICATIONS FORT WORT RIUM'SRIOft ATION .ENELFAL RTIFSCATION-- i DIG-TESS "ONE CALL"--------------------------91f SGILE IN stE Uf TF;s� ,,'�aL6366TNE f� celfll ORT WORTH CITY OF FORT WORTH, TEXAS TRANSPORTATION & PUBLIC WORKS 2022 BOND YEAR 2 - CONTRACT 12 CHAMBERS STREET (ALAMOA✓ENUE TO LISBONAVENUE) PAVING IMPROVEMENTS ®STREAM WATER GROUP, INC. ENGINEERS & PLANNERS 6737 BrenMrootl Stair Rd, Ste 230 (w� I. WOM, Texes 76112 Ph ... :8W0446-80T6, TX Re wtr ,, No. F-005488 CITYPRO.IECTNO. I DATE DESIGN/DRAWNBY c.M/MDR CHECKED BY MSA FEe�us Y REVI COMMENTS I BY I DATE hi__-_ _-_- 1ti 1 da",;,�' I I J 4_rIITF ______ ____ � as jj BEELINE 1"�oR 1 _ I IM�PaPavEMENTs _ S � pSP�p gEo�� �2 L PR � q rcnTz rmsA sags .u,'µ �Io p LIVINGSTON AVENUE__ orEs Y�EpN�S H/ SEE GENEFALNTEs r PROTECT CONNECTro EX ----------- AM, nr� PROP. 6"GONG I SIDEWALK � 3 EX°TREES � I 1 iies-)- 1 .- Pa O]FE s cREINPoacED coNCFETEvvMr. wrcuae � $ PER SECTION 32131J OR i n� � PONST ALTERNATE "A. ('PAVEMENT ULVE'El=111 J" sPHALT (TYPE Of ESECTION 32 f2 f6 ^ sEE SHEET 88 i !!! WARN/NGcao IXISNOERG OUNlOELG11 FIBS UN CONTACTUTIILII ITY48 HOURSCAARPFND IR , TO CONSTRUCTIONATDIG-TESS, eff rim 5tY W�! ° i S Fp0 "N,N �PRoSP�o� gVpG tl E-23233B8T3 3 - I p�- N z�THE oesftGNRE oNoaraPFovloEosvrHEsuavEv PRpSP CITY MAP: 2042-376 MAPSCO PAGE: 76Y v 665 660 W 655 0 � 1c 650.. 8r -_.-------. ,--- - --.. -,-- ,.-- a----._ J 8 .. _ 645 .... ..... i _ 640 635 . A 630 .__,. .. .. ..._.;. .. ....._ .gip_.... ...,_.... .t... _ ... i_ 4 00 .:... 2 $ :. ...ry .. ... .. _ " E ------>�R --- -_--,4 - _�,Y -- ---- - 1RlZ 2HCO -- -- T _4'i ERT 665 660 W m ...655 IX MTY LT TA: (LEFTI Q W J .. ... i7) 650 m m y 645 ¢� 4 640 635 ... .. ',... Y .. .. .. ... m B 630 500 00 NOTES: Euiw THIN, oreaoin TTOssTMOwNo rHEsaEDRawrNws THAT EXj NOPTET OO EOMON AFEETO FALI EEOFCCUFBE NLEESEOT//EFW/SEY IIAESs C/FECTEDBTTNGINEEFEIE 'I TO FACE C'RIANIIOFCURBL LEGEND: cuaBl IuzEo iEo) PROPOSED6"CONCRETEDRIVEWAY THELOCArIONANOOIMENSIOE S OFEXISrINO UTILITIES sHOWN pYN CO.MPPAN1yRECOFDS ITISTHE ODME 9%OORNOF EXL 3Tl£N PON3IBIE1 PRIOR TO CONSTRATIONTH -ITACTOTNE FO[—AUTiEAI STD HOURS PF-roSTRUCTION —ELECTRIC 1-23321. ATMOSENEFOY ✓OHNCFANE -- - - %7215436gJ a AT-R-YHowAROCEUPNONEco DOE _- raa°ziaea's FORTWORTHWATERDEPT-FIELDOPERATIONS - LHAFTEF coMMuicAnorvs f—TWORTHTRANHlSPOft ATION GENELFAL NO IFICATION-- i-600.DIG-TESS "ONE CALL" - ---- --- --- ---- ---- -- 81f 4 SG1LElN stEp�nF[�1E; s, _ !N I�'�6356 E15F6 ON cel fll ORT WORTH CITY OF FORT WORTH, TEXAS TRANSPORTATION & PUBLIC WORKS 2022 BOND YEAR 2 - CONTRACT 12 LIVINGSTONAVENUE (W. LOWDEN STREET TO BOWIE STREET) PAVING IMPROVEMENTS ®STREAM WATER GROUP, INC. ENGINEERS & PLANNERS 6737 B1ee W Ste, Rd, She 230 ( �,m F. WOM Texee 76112 Phone.80 44"OT6. TX Re wtrat on No. F-OOW8 CITYPRO.IECTNO. :12: DATE DESIGN/DRAWNBY cMM/MDR EBFUARv CHECKED BY MSA F' REVI COMMENTS BY I DATE s REAMWA EFGRODPPFo ELr�,7,22 SHEET 0 113 00 11 13 INVITATION TO BIDDERS Page 1 of 3 SECTION 0011 13 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of 2022 Bond Year 2 Contract 12, CPN 104213 ("Project") will be received by the City of Fort Worth via the Procurement Portal httvs:Hfortworthtexas.bonfirehub.com/portal/?tab=ovenOpportunities, under the respective Project until 12:00 P.M. CST, Thursday, March 6th, 2025). Bids will then be opened publicly and read aloud beginning at 2:00 PM CST at Fort Worth City Hall, 100 Fort Worth Trail, Fort Worth, Texas, Mezzanine Room CH_MZ10_12. Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: httl)s:Hfortworthtexas.bonfirehub.com/portal/?tab=oi)en0l)portunities Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non -responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. SUPPORT For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en- us Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104213 Revised 2/08/24 00 11 13 INVITATION TO BIDDERS Page 2 of 3 To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Unit]: Water Improvements 130 LF — 6" PVC Water Pipe 9,620 IF — 8 " PVC Water Pipe 19,000 SY-11 " Pavement Pulverization 19, 000 SY— 3 " Asphalt Pavement Type D 3,300 LF— 6" Concrete Curb & Gutter 1,390 SY— 6" Concrete Pavement Unit 2: Sewer Improvements 1, 680 LF — 8 " PVC Sewer Pipe 330 LF — 8 " DIP Sewer Pipe 10 EA — 4' Manhole Unit 3: Paving Improvements 13,500 SY— 6" Concrete Pavement 5,700 SY— 3 " Asphalt Pavement 39,740 SF — 4 " Concrete Sidewalk 21,500 SF— 6" Concrete Driveway 600 SF — 8 " Concrete Driveway 27 EA — ADA Ramps 75 LF — 21 " Storm RCP Unit 3: Paving Improvements Alternate A (POL) 5, 000 SY— II " Pulverization 5, 000 SY— 3 " Asphalt Pavement Type D 3, 000 LF — 6" Concrete Curb & Gutter PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre -qualified by the City at the time of bid opening. The procedures for qualification and pre -qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal httns://fortworthtexas.bonfirehub.com/aortal/?tab=oDen0nnortunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104213 Revised 2/08/24 00 11 13 INVITATION TO BIDDERS Page 3 of 3 EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes" under the Intent to Bid section. All Addenda will be posted in the Procurement Portal httos:Hfortworthtexas.bonfirehub.com/n_ ortal/?tab=oi)en0n_ i)ortunities, under the respective Project. PREBID CONFERENCE — Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: February 18, 2025 TIME: 1: 30 P.M. Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. ADVERTISEMENT DATES February 5, 2025 February 12, 2025 END OF SECTION CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104213 Revised 2/08/24 0021 13 INSTRUCTIONS TO BIDDERS SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms Page 1 of 9 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making electronic Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre -qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: httns:Happs. fortworthtexas.2ov/Proi ectResources/ CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104213 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 3.1.1. Paving — Requirements document located at: httus : Hapus. fortworthtexas. aov/Proi ectResources/ResourcesP/02 %20- %20Construction%2ODocuments/Contractor%2OPrecivalification/TPW%2OPavinR %20Contractor%2OPrecivalification%2OProRram/PREOUALIFICATION%20REO UIREMENTS%20FOR%20PAVING%2000NTRACTORS.Pdf 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: httus://arms. fortworthtexas. aov/Prof ectResources/ResourcesP/02 %20- %20Construction%2ODocuments/Contractor%2OPreaualification/TPW%2ORoadwa v%20and%2OPedestrian%2OLiahtin2%2OPreaualification%2OProeram/STREET% 20LIGHT%20PREQUAL%20REQMNTS.udf 3.1.3. Water and Sanitary Sewer — Requirements document located at: httus: //anus. fortworthtexas. aov/Prof ectResources/ResourcesP/02 %20- %20Construction%2ODocuments/Contractor%2OPreaualification/Water%20and%2 OSanitarv%2OSewer%2OContractor%2OPrequalification%2OProaram/W S S%20ure dual%20reQuirements.ndf 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2. 1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 3.5. Special qualifications required for this project include the following: Omitted. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104213 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 9 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. Omitted. 4.1.5. Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.6. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.7. Should perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.8. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima -facie evidence that the Bidder has made the investigations, examinations and tests herein required. CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104213 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 4.1.9. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.1.10. Indicate their intent to bid by selecting "yes" in the Procurement Portal under the Intent to Bid section. You must indicate your intent to bid to be able to submit a bid to the City. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4. Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104213 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City electrically through the Vendor Discussions section under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or before 2 p.m., the Monday, 10 days prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications shall be posted under the respective Project via the Procurement Portal httDs:Hfortworthtexas.bonfirehub.com/Dortal/?tab=ODenODDortunities 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104213 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non -responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: httDs:Hcodelibrarv.amle2al.com/codes/ftworth/latest/ftworth tx/0-0-0-22593 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104213 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 12.2. All blanks on the Bid Form must be completed and the Bid Form signed electronically or signed in ink and scan. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal httDs:Hfortworthtexas.bonfirehub.com/aortal/?tab=oi)enODi)ortunities. CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104213 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104213 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at httus://www.ethics.state.tx.us/data/forms/1295/1295.vdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104213 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 10 of 10 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104213 Revised/Updated 1/17/24 0035 13 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company, The referenced forms may be downloaded from the links provided below. Form CIQ (Conflict of Interest Questionnaire) (state.tx.us) httr)s://www.ethics.state.tx.us/data/forms/conflict/CIS,i)df CIQ Form does not apply CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form does not apply CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: Woody Contractors Inc. 650 Tower Dr Kennedale, Texas 76060 END OF SECTION By: Troy Woody Signature : Title: President CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 2022 BOND YEAR 2 - CONTRACT 12 City Project No 104213 - Bid Proposal Workbook - Addendum 1 (1) 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: 2022 BOND YEAR 2- CONTRACT 12 City Project No.: 104213 Units/Sections: Unit 1: Water Improvements Unit 2: Sanitary Improvements Unit 3: Paving Improvements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond, 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2,6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. 'fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 2 - CONTRACT 12 Revised 913012021 City Project No. 104213- Bid Proposal Workbook -Addendum 1 (1) as 41 oa BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Distribution, Urban and Renewal, 12-inch diameter and smaller b. Sanitary Sewer Collection System, Urban/Renewal, 8" Diameter and smaller c. CCTV, 8-inches and smaller d. Asphalt Paving Construction/Reconstruction (15,000 Square Yards and Greater) e. Concrete Paving Construction/Reconstruction (15,000 Square Yards and Greater) f. - M h. - 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 450 CD days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2, Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work (and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid; \, i a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) i f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 `If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 2 - CONTRACT 12 Revised 9/30/2021 City Project No. 104213 - Bid Proposal Workbook - Addendum 1 (1) 0041 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items Total Base Bid Alternate Bid Total Bid 7. Bid Submittal This Bid is submitted on $ 9,127, 847.75 $8,947,303.85 #REF! 03-06-2025 by the entity named below. Respectfully submitt d, By: w (Signature Trov Woodv (Printed Name) Title: President Company: Woody Contractor Inc. Address: 650 Tower Dr Kennedale TX, 76060 State of Incorporation: i Email: twoody2020@aol.com Phone: 817-401-1901 END OF SECTION Receipt is acknowledged of the following Addenda: /Addendum No. 1: JAddendum No. 2: /Addendum No. 3: /Addendum No. 4! 1 Corporate Seal: Initial CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 2 - CONTRACT 12 Revised 9/30/2021 City Project No. 104213 - Bid Proposal Workbook - Addendum 1 (1) I)o 42 43 9m PROPOSAL Page t al 3 UNIT PRICE BID SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidhst Item No. Description Unit 1 - N nter Improvements 1 3311.0461 12" PVC Water Pipe 2 3311 0261 8" PVC Water Pipe 3 1111 U 16 1 6" PVC Water Pipe 4 3311.000I Ductile Iron Water Fittings w/ Restraint 5 3312.3002 6" Gate Valve 6 3312-3603 8" Gate Valve 7 3312.3005 12" Gate Valve f 8 3312.000t Fire Hydrant 9 3312.0117 Connection to Existing 4"-12" Water Main 10 3312-2001 1" Water Service, Meter Reconnection 11 3312.2003 1" Water Service 12 3312,2004 1" Private Water Service 13 33122201 2" Water Service, Meter Reconnection t4 3312,2203 2" Water Service 15 3312.2204 2" Private Water Service 16 0241.1218 4"-12" Abandonment Plug 17 0241.1301 Saivage4" Water Valve 18 0241.1302 Salvage 6" Water Valve €9 0241.1303 Salvage 8" Water Valve 20 024i,1510 Salvage Fire Hydrant 21 3201 0111 4' Wide Asphalt Pvmt Repair, Residential 1 22 3201,01214'WideAsphalt PvmtRepair, Arterial 23 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Residential 24 3201-0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 25 3201.0614 Cone Pvmt Repair, Residential 26 3201.0400 Temporary Asphalt Paving Repair 27 3304.01 Of Temporary Water Services ' 28 3305.0103 Exploratory Excavation of Existing Utilities 29 3305.OtO9 Trench Safety 30 1291 9100 Topsoil 3I 3292,0100 Block Sad Placement 32 11115,0202 Imported Embedment/Backfili, CSS 33 3305.0203 Imparted Embedment/Sackfill, CLSM 34 3305.0707 Imported EmbedmentlBacktill, Select Fill 35 3305.0204 Imported Embedment/Backfill, Crushed Rock 36 3305.0003 8" Waterline Lowering 37 3125.0101 SWPPP 5 I acre f 38 3305.0111 Valve Box Adjustment, Including concrete cotlar 39 0241.1001 Water Line Grouting 40 0241.1000 Remove Cone Pvmt 4t 0241 1300 Remove Cone Curb&Gutter 42 0241.1400 Remove Cone Valley Gutter 43 0241-1700 Pavement Pulverization (1 I ") 44 3123.OTDI Unclassified Excavation by Plan 45 3211.0601 CEMLIMETm (32lb/SY) 46 3212.0303 Y Asphalt Pvmt Type A 47 3213.0401 6" Concrete Dnveway 48 3216 0101 6" Cone Curb and Gutter 49 3216.0103 Cone Laydown Curb 50 3216,0301 7" Cane Valley Gutter, Residential 51 3217.5001 Curb Address Painting 52 3217-0111 Piefamted Thermoplastic Contrast Markings-6" SLD (Y) 53 3217.0502 Preformed Thermoplastic Contrast Markings- 24" Crosswalk 54 3217.0504 Preformed Thermoplastic Contrast Markings - 24" Stop Bars 55 3217.2103 REFL Raised MarkerTY ll-A-A 56 3717.2104 REFL Raised Marker TY 11-C-R 57 3471.000I Traffic Control C 58 0171 0001 Construction Staking 59 0171 0001 Construction Survey (GPS Redline Survey) 60 9999.0001 Miscellaneous Structure Adjustment - Irrigation 61 9999-0002 Construction Allowance (Water) Unit 2 - Sanitary Sewer Improvements Bidder's Application Bidder's Proposal Specification Unitof Section No. Measure BId QuantiTy Unit Price Bid Value 33 € 112 LF A)$ 134.00' $ 9,380.00 ' 331112 LF I 9,620 $ 92-00 $ 885,040.00 33 lI 12 LF 132 1 $ 80.00 S 10,560-00 33 It 11 TON 8 $ 13,500-00 $ _ I08,D00.00 331220 EA IO 5 1,800.00 S 18,000.00 331220 EA 38 $ 2,600.00 $ 98.800.00 _-- 33 12 20 EA 2 S 4,70000 S 9,400.00 331240 EA 10 -� S _ 5,90000 S -_ 59,000.00 33 1225 EA 20 $ 5,200.00 $ 104,000,00 33 12 10 EA 149 $ 650.00 $ 96,200.00 33 12 10 EA 148 $ 2,165.DO $ _ _ 320,420-00 33 ]2I0 LF 550 $ _ 48.W $ _ 26,400.00 33 12 10 EA 1 $ 1,ID0.00 $ 1,100.00 33 t2 10 EA I $ 4,400.00 $ 4,400.00 33 12 10 LF 20 $ 82,00 S -- - 1,6411,0_0 0241 14 EA 8 $ 200.00 $ 1,600.00 024[ 14 EA 3 5 75.00 $ 225.00 0241 14 EA 14 $ 75.00 $ 1,050.00 0241 14 EA 9 S 75.00 S 675:oo 024114 EA 8 $ _ 300.00 $ 2,400.DO 320117 LF 200 $ 114-00_$ 22,800.00 3201 17 LF 10o $ 157.00 $ 15,700.00 320117 SY 550 i S 65.79_ $ 36,184.50_ 32 0l 17 SY 500 $ 86.73 $_ 43,365 00 320129 SY 200 $ 200,00 _S _ _ 40,000,00_ 320118 LF 12,500 $ 35.00 $ 437,500,00 33 04 30 LS 1 S 229,600-00 S _ 22_9,600,00 33 05 30 EA 11 5 1,300.00 S 14,300.00 130510 LF 3,000 $ 0-10 $ 300.00 32 91 19 CY 50 �_ $ _ 30.00 S 1,50_0.00 3292 13 SY 500 1 $ 12-00 S _ 6,000.00 3305 10 CY 100 3; 149.00 $ 14,900.00 3305 10 CY too _$ 194,00 S 19.400.00 330510 CY Soo �_ $ 4L01) $ 20,500-00 3305 10 CY 100 $ 76,00 S 7,600.00 33 05 12 EA 7 $ 14,250,00 S - 99,750.00 3 t 25 DO LS _ I $ 5,700.00 $ 5,7,00-00_ _ __- 33 05 14 EA 20 $ 1,200.00 _$_ 24,000.00 0241 14 CY 50 5 310.00 $ 15,500.DO 0241 15 SY 400 1 .S 27-00 S 10,800,DD 0241 15 LF 985 S --- - 7.00 $ 6,895.00 024115 SY 110 S 24.00 $ 2,b40.00 024115 SY 17�00 $-_-_-11.00$ 192,500.00 3I2316 CY 100 S 79.00 5 32 1 1 33 TON 280 _ '_ $ _ 461.00 $ _ _7,900.00 129,080.00 32 12 16 SY 17,500 _$ 2T17 S 475,475.00 32 13 20 SF 2,270 } $ 16.00 $ 35,520.Oo 32 16 13 LF 1,700 1 _ 55.00 $ 93,500.00 321611 LF 120 S _ 55.00 S _ 6,600,00 32 16 13 SY 110 $ _ 125.00 $ _ 13,750,65_ 32 1725 EA 50 $ 50.00 $ 2,500.00 32 1723 LF 100 S 2050.$ 2,0511.00 32 1723 LF 90 1 $. - - 82.16 $ 7,389.00 32 1723 I LF 125 $ --- 61.55 $ 7,693.75 32 1723 1 EA 130 $ _ 12,80 $ 1,664.00 32 1723 EA 100 $ 12.80 $ 1,28000 3471 13 MO 5 $ 3,400.00 $ 17,000.00 Ol 71 23 LS ] S 17,000.00 $ _ 17 aoo_00 017123 LS f $ 7,500A_0 $ 7,500.DD 000000 LS I $ _ 50,000.00 $ _ 506)00,00 00 00 00 LS f t 15 150,000.00 $ I5000,0uo Su [alai- Unit 1: Wrier Improvements $4,051,626.25 COY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICA HUN DOCUMENTS R-wd 9130Rm31 2022 RD" YEAR 2 - CONTRACt 12 CAA ",i N. 104213 - Bid F. W.1 W.&I.It - A kkxdenl I (I 1 nn 42 43 DID PRoN%sA . Ng,, 2 al' 3 UNIT PRICE BID SECTION 00 42 43 PROPOSALFORM Project Item Information Hidlist Item No. Description 1 3331.4115 8" PVC Sewer Pipe 2 3331.41 19 8" DIP Sewer Pipe 1 Protecto 401 Coating/ CSS Backftll 3 333I.3101 4" Sewer Service 4 3301.0002 Post -CCTV Inspection 5 3301.00D3 Final -CCTV Inspection fi 3301-0004 Final MH-CCTV Inspection 7 3301.0012 Post -CCTV Inspection of Storm Drain 8 3305.0114 Manhole Adjustment, Major w/ Cover and Concrete collar 9 33050107 Manhole Adjustment, Minor wlConerete collar 10 33050112 Concrete Collar l 1 0241 2201 Remove 4' Sewer Manhole 12 3339-1001 4'Manholc 13 3339-1003 4' Extra Depth Manhole 14 3339,0001 Epoxy Manhole Liner 15 3301.0101 Manhole Vacuum Testing 16 3201.0111 4' Wide Asphalt Pvmt Repair, Residential 17 3701.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 18 3201,0406 Temporary Asphalt Paving Repair 19 3201,0614 Conic Pvmt Repair, Residential 20 3211,0112 6" Flexible ease, Type A, GR-I 21 3305.0103 Exploratory Excavation of Existing Utilities 22 3305,0109 Trench Safety 23 3305.0202 Imported Embedmem/Backftll, CSS 24 3305.0704 Imported Embedment/Backfill, CLSM 25 3305.0207 Imported EmbedmenNBackfill, Select Fill 26 3471.0001 Traffic Control 27 0171.0001 Construction Staking 28 0171.0001 Construction Survey (GPS Redline Survey) 29 3291.0100 Topsoil 30 3292 4100 Block Sod Placement 31 3292.0400 Seeding, Hydromulch 32 334L01M 18" RCP, Class III 33 3349.0006 Storm Junction Structure 34 3125,0101 SWPPP ? I acre 35 9999.0001 Slam Drain Repair 36 9999.0004 Construction Allowance (Sewer) Unit 3 - PI ring Improvements Base Bid (Concrete) I 0241.1100 Remove Asphalt Pvmt i 2B 3123.0101 Unclassified Excavation by Plan 3B 3211,0502 8" Lime Treatment 413 3211.0400 Hydrated Lime SB 3213,0101 6" Cone Pvmt 6H 3305.0111 Valve Box Adjustment 7B 3305,0107 Manhole Adjustment, Minor 1 01710101 Constractian Staking 2 0241.1000 Remove Curse Pvmt 3 0241 1 I06 Remove Asphalt Pvmt (Gordon & Lipscomb) 4 321 1.0502 8" Lime Treatment (Gordon & Lipscomb) 5 3211.0400 Hydrated Lime (Gordon & Lipscomb) 6 3213.0101 6" Cone Pvmt (Gordan & Lipscomb) 7 0241.1700 Pavement Pulverization (1 I") (Buck) 8 3211.0601 CEMLIMET"' (321b/SY) (Buck) 9 3212.0303 3" Asphalt Pvmt Type D ( Buck) 10 0241.0I00 Remove Sidewalk I I 0241.0300 Remove ADA Ramp 12 0241.0401 Remove Concrete Drive 13 0241.0402 Remove Asphalt Drive 14 024I-6500 Remove Fence 15 0241.0704Relocate Mailbox -Traditional 16 0241,U705 Remove and Replace Mailbox - Brick 17 0241 1300 Remove Cone Curb&Gutter 18 0241 1400 Remove Cane Valley Gutter Bidder's Application S-dder's Proposal Specification Unit of Section Na. Measure Hid Quantity Unit Price Bid Value 3331 20 LF 1632 f S 146.00 S 245,572.00 33 31 20 LF 310 $ 224.06 _$ 69,440.00 3331 50 EA 53 $ _ _2_,168.00 S 14,9D4-00 3301 31 LF [98b $ 7.00 $ _I 13.,902.00 3301 31 LF 1996 S 700 $ _ 33 01 31 EA 10 $ 250.00 $ _ _13,9D2.DO 2_,500.00_ 33 01 32 LF 50 f S _ 700 $ _ 35Q00 3305 14 EA 7 S 7,350.00 $ 5 [,450.00 330514 EA 2 1 S 2,150-00 $ 4.300,00 1305 17 EA 10 _5 2,150.00 S 21,50000 0241 14 EA 9 S 550-00 S 4,950,00 33 3920 EA l0 _$ 7,250.00 $ 72,500.00 3339 10 VF 25 S 200.00 S 5,01000 33 3960 VF 62 8 _ 400.00 $ 24,800.00 3301 30 EA 10 S 150.00 S 1,500.00 3201 17 LF 200 I 5 121.00 $ 24,200.Q0 320117 SY 300 1 S 65,79 S 19,737.00 320117 LF 3050 $ 43.00 $ 13_1,150-00 320129 SY 60 S 200.00 $ 12,000.00 32 it 23 SY 100 S 46.00 $ 4,60000 33 0530 EA 6 $ 1430,00 S 8,580.00 33 05 10 LF 2500 $ _LOG S 2,500,001 33 05 10 CY 50 $ 14900 $ _ 7,450.00 33 05 10 CY 50 S 194.00 $ 9,700,00 3305 ]0 CY 500 $ 41,OD S 20,500.00 3471 13 MO 3 $ 3,40D.00 S 10,200.00 01 71 23 LS I S 4,00D,00 S _ _ 4,000.00 01 7123 LS I I S 2,500.00 S 2,566.00 329119 CY 63 $ 30.00 $ 1,890.00 3292 13 SY 2170 $ 12.00 S 26,040no 3292 13 SY 1 2170 $ _ 2.50 $ _ 5,425.00 3341 10 LF 50 I $ 114.23 $ _ _ 5,71 150 334910 LS I $_ _ 48,500.0_0 $ 49,500,00 31 2500 LS 1 S 4,000-00 S _ 4,000,00 00 00 00 LS I S 900.00 $ _ _ 90o,00 000000 LS I $ 75,000.00 $ _ _ 75,000,00 Subtotal -_Unit 2: Sanitary Sewar Improvements - __ $1 17-6,153.50 0241 15 SY 4365 $ 27.D0 $__ I17,855-00 31 23 16 CY 398 $ 13 ].Do $ 32 11 29 SY 51 I I $ 5 _52,138.00 43,443 -50 32 1179 TN 85 $ _ _8.50 _ 404.00 $ _ 34,340.00 3213 13 SY 4790 _. $ _ 74.00 S _ 353,720-00 3305 14 EA 2 [ S 300.00 $ 600.00 33 05 14 EA 3 $ 350 00 S _ _ 1,050.00 01 7123 LS I S 14,000.00 S 14,000.00 0241 15 SY 8970 I S. 2.00 $ 17 440.00 024115 SY S090 $ 27,75 $ 224,49750 321129 SY 8970 $ 9.00 $ 80,730.00 321129 TN I50 $ 404.00 S 60,600-00 321313 SY 8970 $ 80-00 $ 717,600.DO 0241 15 SY 5675 $ _ I t_]0 $ 62,962.50 3211 33 TN 95 1 $ 460.70 $ _ 43,766.50 32 12 16 SY 5675 $ 2751 $ _ 156,119.25 024113 SF 17206 $ 3.5.0 $ _ _ 60,22300 0241 13 EA I i 1 $ 20.000 $ 2,200.00 0241 13 SF 17241 $ 4.00 3 69,964 00 024113 SF 1290 $ 4.00 $ 5,160.00 0241 13 LF 1 ❑ $ 20.00 S 290,00 0241 13 EA 2 I _ _ 300.00 S 600,00 024113 EA 2 _S.. J $ 2,5.50-00 S 5,100,00 024115 LF 9468 S 9.00 S 76,212,00 0241 15 SY 1 100 $ 24-00 S 2,400.00 MY DE FORT woRt ii STANDARD CONSTROCTIoN SPEC117CATION DOCLINIENTS Rc'&d'1130/2n21 202E BOND YEAR 2 - CONIVACT 12 City Pmiw1 No. 1W213-Bid PRTp lWorks,-k-Ad&-.du ItIk 004241 60) PRDPOSAI. Pw 3 nr3 UNIT PRICE BID SECTION 00 42 43 PROPOSALFORM Project Itcm Information Bidlist Item No. Description 1 19 31 t00102 6"-12" Tree Removal 20 3110.0103 17-I8" Tree Removal 21 3110.0104 18"-24" Tree Removal 22 3110.0105 24" and Larger Tree Removal 23 31 10.01 11 Site Clearing 24 3123.0101 Unclassified Excavation by Plan 25 3125.0101 SWPPP > 1 acre 26 3211.0112 6" Flexible Base, Type A, GR-1 f 21 3212.0401 HTVAC Transition 28 3213.0301 4" Cone Sidewalk 29 3213.0311 4" Cone Sidewalk, Adjacent to Curb 30 3213.0321 Cone Sidewalk, Adjacent to Ret Wall H32 31 3213.G322 Cone Curb at Hack of Sidewalk 3213.0401 6" Concrete Driveway 33 32110403 8" Concrete Driveway 34 3213.0451 6" Concrete Driveway, Exposed Aggregate 35 3213 0501 Barrier Free Ramp, Type R-I 36 3213.0504 Barrier Free Ramp, Type M-2 37 3213.0506 Barrier Free Ramp, Type P-1 38 3216.0101 6" Cone Curb and Gutter 39 3216.0301 7" Cone Valley Gutter, Residential 40 3217.0111 Preformed Thermoplastic Contrast Markings- 6" SLD (Y) 41 3217.0502 Preformed Thermoplastic Contrast Markings - 24" Crosswalk 42 3217.0504 Preformed Thermoplastic Contrast Markings- 24" Stop Bars 43 3217.2103 RFFL Raised Marker TY II -A -A 44 3217.5001 Curb Address Painting 45 3233 0100 Cane Ret Wall Adjacent to Sidewalk 46 32910100 Topsoil 47 3292,0100 Block Sod Placement 48 3305,0107 Manhole Adjustment Minor 49 3305.0109 Miscellaneous Structure Adjustment (Meters) 50 3305.0111 Valve Box Adjustment (Gordon R Lipscomb) 51 3305.01 1 1 Valve Box Adjustment wl Concrete Collar (Buck) j 52 3441.4003 Fumish/Insiall Alum Sign Ground Mount City Sid. 53 3441.42 10 Remove and Reinstall Sign Panel and Post P5554 3346 0008 4" Pipe Underdrain, Type 8 3349.5005 Remove and Replace Inlet Top, 5' 1 56 3471.0001 Traffic Control_ 57 9999.0005 Concrete Steps 58 9999,0006 Construction Allowance (Paving) 59 9999,0007 Miscellaneous Utility Adjustment (Irrigation) Unit 3A - Paving Improvements - Alternative A ( POL) I A 0241 1700 Pavement Pulvenmtlon (I I ") 2A 3123.0101 Unclassified Excavation by Plan 3A 3211.0601 CEMLIMET'm (32lblSY) 4A 3212.0303 3" Asphalt Pvmt Type D 5A 3216.0101 6" Cone Curb and Gutter 6A 3305.O107 Minor Manhole Adjustment w/ Concrete Collar 7A 3305.0111 Valve Box Adjustment wl Concrete Collar Deduct Items IB-7B Bidder's Application Bidder's Proposal Specification Unit of Bid Quantity Unit Price Hid Value Section Na_ Measure 311000 EA 4 $ 375,00 $ 1,500.00 31 1000 EA 2 $ 85000 S _ 1,700.00 31 1000 EA 1 $ 050.00 $ _ 1,550.00 311000 EA 1 $ 2,000.00 S _ 2,000.00 I 31 1000 SY 500 $ 10,00 $ 5,000.00 3123 16 CY 1170 1 $ 13100 $ I80,840.00 312500 LS 1 I $ 4,000.00 T 4,000,00 3211 23 SY 400 S 14.00 5,600,00 32 12 16 TON 28 $ _5 355.00 $ 9,940.00 32 13 20 SF 36130 S 12.00 $ 431,560.00 32 1320 SF 1000 $ 16.00 1 16,000.00_ 32 1320 SF 1000 S 16.00 S _ 323320 LF 1500 $ 15.00 $ _ _16,000.00 22,560 00 32 1320 SF 71500 f $ _ 16.00 $ 344,000,00 32 1320 SF 600 17.00 $ 10,200.00 32 13 20 SF 370 -$ S _ _ 18.50 $ 6,845.00 32 13 20 EA 10 $ 3,750.00 $ --3,600.00 37,500.o0 32 13 20 EA 2 S_--- S 7,200.00 32 13 20 EA 14 _$ 2,875.00 $ 40,250.00 32 16 13 LF 3300 S 55.00 S 181,500.00 32 16 13 SY 200 1 $ 125.00 S 25,00000 321123 LF 120 S 20.50 S 2,460.00 32 1723 LF 150 $ 32.10 S 12,315.00 32 17 23 LF 105 S 61.55 S 6,462.75 32 17 23 EA 50 1 S 12,80 S 640.00 32 17 25 EA 116 $ 5000 S 5,800.00 3232 13 SF 1000 1 S 45.00 S 45,00_0,00 3291 19 CY 952 $ _ 3Q00 S 28,560.00 3292 13 SY 8333 S 12.00 S 33 05 14 EA I $ 2,150.00 S _99,996.00 2,150.00 3305 14 EA 5 1 $ 150.00 3305 14 EA 8 $ _ _S 300.00 _ $ _750.00 330514 EA 8 1 S 1,200.00 $ _ _2,400.00_ 3441 30 EA 2 S 900.00 $ ___9,600.00 34 41 30 EA 6 S 200.00 $ _ _ _1,80o.00_ 33 46 00 LF 500 $ 50.00 $ 25,000.00_ 33 49 20 FA 4 I $ 8,000.00 $ _ x-o.Op 34.71 13. MO 5. S 3,400.00 $ _ 17,DOOAO 000000 SF 200 S 34.00 $ 6,800.00 00 00 OD LS I $ 100,00000 $ 100,000.00 00 00 00 LS I S 50,000.00 $ 50,00000 iuhtatal - Unit 3: Paving Improvements ase Bid (Concrete) $4,005 068,00 0241 I5 SY 4780 $ 11.00 _$_ 52,58o,0o 1 31 23 [6 CY 399 1 $ 79.00 $ 31,442,60 32 1 1 33 I TON 78 S 461.00 S 35,959 00 32 12 16 SY 4780 $ _ 27.17 $ 32 16 t3 LF 7990 s 55.00 s _--_-129,87160 163,900.00 330514 EA 3 $ _ 2,150.00 $ 6,450.00 3305 14 EA 2 S 1,200.W S 1,400.00 $ _ (603,146.50) Unit 3r. -Paving Improvements - Alternative A (POLE 4180,543.90 Bid Summary ! Unit L Water improvements $4,051 626.25 Unit 2: Sanitary Sewer Improvements $1,071,153.50 Unit 3, Paving Improvements Base Bid (Concrete) S4,005,068.00 (Jail 3A: Paving Improvements Alternate A (POL) 4180,543.90 Total I Base Bid (Concrete) Units 1,2, 8. 3 $9,127,847.75 Total 2 widl Alternate A (POL) Units 1,2, 3 R 3A $8,947,303.95 "Note! The City Reserves the right to select either Total 1 or Total 2. END OF SECTION Cr Y OF FORT WORTH STANDARD CONSIRUCrION SPECIFICATION DOCIIMF.NIS Ile .d 9130/2021 2a21110ND YU-4112 - CONTRACT 12 City Pmj, kNo_114111-bid P,,mW WnrktN t-Add,,du 11I1 O • ► 9 The American Institute of Architects, AIA Document No. A310 (February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, that we Woody Contractors, Inc. as Principal hereinafter called the Principal, and Vigilant Insurance Comvany as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fort Worth, TX as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Bid Amount (5%) Dollars (T'--------------------- ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for 2022 Bond Year 2 - Contract 12 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 6th day of March 2025 WOODY CONTRACTORS, INC. Principal J(Seal) � By: •� Name/Title VIGILANT INSURANCE COMPANY urety (Seal) By: G. Kyle W. Swee ey Attorney -in -Fact Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Elizabeth Gray, Charles D. Sweeney, Kyle W. Sweeney and MichaelA. Sweeney of Fort Worth, Texas-------------------•---_-_•------------------------------------------------------------------------------------------------------------- each as their true and lawful Attorney -in -Fact to execute under Such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) liven or executed in the course of business, and any instruments intending or altering time same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 16ei day of September, 2019. l>lwii V1 4"his,rt f:, Sr Jctarp STATE OF NEW JERSEY County of Htmterdon s``' Stvphon M. Ilan .1 xY- Prr..ident x On this 16's day of September, 2019, before me, a Notary Public of NewJersey, personally came Dawn M. Chloros, tome known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros, being by me duly sworn, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that she is acquainted with Stephen M. Haney, and knows him to be Vice President of said Companies; and that the signature of Stephen M. Haney, subscribed to said Power of Attorney is in the genuine handwriting of Stephen M. Haney, and was thereto subscribed by authority ofsaid Companies and in deponent's presence. Notarial Seal eQ�! KATMERINE J. ADELAAR t rARY NOTARY PUBLIC OF NEW JERSEY Na. �ttBLrG Commisaian Expipi resasJ. Duty 16, 2424 Nt,ieryk'ntillc CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016: "RESOLVED, that the following aulhnrizations relare to the execution, for and un behall'ofthe Company, ofbonds, undertakings, recognizances. contracts and other written commitments ofthe Company entered into in the ordinary course nfbusiness (each a "Written Commitmenr'): (1) Each of the Chairman, the president and the Vice presidents of the Company is hereby authorized to execute any Written Commitment for and onbehalrofthecompany, under the seal of the Company or otherwise. (2) Each duly appointed attorney -in -fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise, to the extent thatsucli action is authorized by the grant of powers provided for in such person s written appointment as such attorney -in -fact. (3) Each or the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to appoint in writing any person the attorney In -fact of the Company with full power and authority to execute, for and on behalf of the Company, under the sea] of the Company or otherwise, such Written Commitmentsofrhe Company as may be specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalfof the Company, to delegate in writing to any other officer of the Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments ❑fthe Company as are specified in such written delegation, which specification may be by general type or class of Written Commitments or byspedt)cationofone ormore particular Written Commitments, (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may he affixed by facsimile on such Written Commitment or written appointment or delegation. FUR"rHLRRtSOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement nfihe powers and authority of officers, employees and other persons to act for and on behalfof the Company, and such Resolution shall not limit or otherwise allect the exercise orany such power or authority otherwise validly granted or vested." I, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that the Foregoing Resolutions adopted by the Board ol'Directars of the Companies are true, correct and in full force and effect, (11) the foregoing Power of Attorney is true, correct and in full farce and effect. Given tinder my hand and seals of said Companies at Whitehouse Station, NJ, this 6th day of March, 2025. Down M Chkntx>.:1a i l:lm S� ielarv, PI THE EVENT YOU WISH TO VERIFY TH E AUf H EMICITY OF THIS BOND OR No'l'IFY US OF ANY OTHER MA'1'rER. PLEASE CONTACT US AT: 'relephone(908)903.3a93 Fax(908)903-36S6 e-mail! suretyCiachubb.com FED- VIG-PI (rev 08-1B) Rios, Leonel From: SuretyEmail <surety@chubb.com> Sent: Friday, May 16, 2025 12:07 PM To: Rios, Leonel Cc: Jones, Bridgette; Vannucci, Daniel L Subject: RE: Pending 5/16/25 Lateefah Keyes [EXTERNAL] Bond #K40202213 Verification -Woody Contractors, inc. This email is from an unknown sender Report Suspicious This is the first time you are receiving an email from this sender. Good Afternoon, According to our records, the information for Bond# is active and valid with Vigilant Insurance Company. Principal: Woody Contractors Obligee: City of Fort Worth Effective Date:5/13/2025 Description: 2022 Bond Year 2- Contract 12, City Project No. 104213. Lateefah Keyes Surety Technical Assistant, Service Center 202B Halls Mill Road, Whitehouse Station, NJ, o8889, USA E Lateefah.Keves(&chubb.com Chubb. insured_' From: Rios, Leonel <Leonel.Rios@fortworthtexas.gov> Sent: Thursday, May 15, 2025 4:24 PM To: SuretyEmail <surety@chubb.com> Subject: Pending 5/16/25 Lateefah Keyes [EXTERNAL] Bond #K40202213 Verification -Woody Contractors, inc. Good afternoon, The City of Fort Worth requires bond verification before a contract can be executed. We have received the following bonds from Woody Contractors, inc.: Bond #K40202213, in the amount of $9,127,847.75, issued by Vigilant 1 Insurance Company for City Project #104213, 2022 Bond Year 2, Contract 12. Please confirm that the bonds and corresponding amounts are valid so we can proceed with awarding the contract to Woody Contractors, inc. Thank you, Leond J. Rios Contract Compliance Specialist Transportation Public Works 817-392-7233 (office) 100 Fort Worth Trail, Fort Worth, Texas 76102 leonel.riosC&,,FortWorthTexas.2ov FORT WORT Working together to build a strong community This email (including any attachments) is intended for the designated recipient(s) only, and may be confidential, non- public, proprietary, and/or protected by the attorney -client or other privilege. Unauthorized reading, distribution, copying or other use of this communication is prohibited and may be unlawful. Receipt by anyone other than the intended recipient(s) should not be deemed a waiver of any privilege or protection. If you are not the intended recipient or if you believe that you have received this email in error, please notify the sender immediately and delete all copies from your computer system without reading, saving, printing, forwarding or using it in any manner. Although it has been checked for viruses and other malicious software ("malware"), we do not warrant, represent or guarantee in any way that this communication is free of malware or potentially damaging defects. All liability for any actual or alleged loss, damage, or injury arising out of or resulting in any way from the receipt, opening or use of this email is expressly disclaimed. 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. 0 BIDDER: Woody Contractors Inc. 650 Tower Dr Kennedale TX, 76060 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECfFICATION DOCUMENTS Revised 9/30/2021 By: Troy Woody oO".o�n < Title: President Date: 2022 BOND YEAR 2 - CONTRACT 12 City Project No 104213 - Bid Proposal Workbook - Addendum 1 (1) 0045 11 -1 BIDDERS PREQUALIFICATIONS Pagel of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 5 have applied for prequalification by the City for the work types requiring prequalification 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven (7) days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 16 The prequalification process will establish a bid limit based on a technical evaluation and 17 financial analysis of the contractor. For example, a contractor wishing to submit bids on 18 projects to be opened on the 7th of April must file the information by the 31 st day of March 19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's 20 Prequalification Application, the following must accompany the submission. 21 a. A complete set of audited or reviewed financial statements. 22 (1) Classified Balance Sheet 23 (2) Income Statement 24 (3) Statement of Cash Flows 25 (4) Statement of Retained Earnings 26 (5) Notes to the Financial Statements, if any 27 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 28 of Incorporation, Articles of Organization, Certificate of Formation, LLC 29 Regulations, and Certificate of Limited Partnership Agreement). 30 c. A completed Bidder Prequalification Application. 31 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 32 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 33 number visit the Texas Comptroller of Public Accounts online at the 34 following web address www.window.state.tx.us/taxpermit/ and fill out the 35 application to apply for your Texas tax ID. 36 (2) The firm's e-mail address and fax number. 37 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 38 is used by the City for required reporting on Federal Aid projects. The DUNS 39 number may be obtained at www.dnb.com. 40 d. Resumes reflecting the construction experience of the principles of the firm for firms 41 submitting their initial prequalification. These resumes should include the size and 42 scope of the work performed. 43 e. Other information as requested by the City. 44 45 2. Prequalification Requirements 46 a. Financial Statements. Financial statement submission must be provided in 47 accordance with the following: 48 (1) The City requires that the original Financial Statement or a certified copy 49 be submitted for consideration. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 2 — CONTRACT 12 Revised August 13, 2021 City Project No. 104213 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility for Award of Contract 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104213 Revised August 13, 2021 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to 2 perform the prequalified work types until the expiration date stated in the letter. 3 8 END OF SECTION CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104213 Revised August 13, 2021 00 45 12 PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Water Distribution, Urban and Renewal, 12-inch diameter and smaller Sanitary Sewer Collection System, Urban/Renewal, 8" Diameter and smaller CCTV, 8-inches and smaller mtiprlcut raviriy Construction/Reconstruction (15,000 Square Yards and Uuriulg--W+ k Illy Con struction/Reconstruction (16,000 Square Yards and l=roo#orl Contractor/Subcontractor Company Name PrequalificationExpiration Date Woody Contractors Inc. 4/30/2025 Woody Contractors Inc. 4/30/2025 American Rehab & Inspections Inc 1/31/2026 Texas Materials Group Inc. 4/30/2026 McClendon Construction CO Inc. 5/30/2025 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Woody Contractor Inc. By: Troy W4edy 650 Tower Dr -0-11- Kennedale TX, 76060 a/ (Se) 0 Title: President Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 2 - CONTRACT 12 Revised 0913012021 City Project No. 104213 - Bid Proposal Workbook -Addendum 1 (1) 2 3 4 5 6 7 8 9 t0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 0045 26 - L CONTRACTOR COMPL[ANCE WITH WORKER'S COMPENSATION LAW Page I of l SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 104213. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: J Company G . () OWCr Y,ri V-e, Address -;61►tc. �l 7x V 61a City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: 0 &] t.✓O0,4-1 {Please Print) J Signature: ered,14 Title: 4- (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared j r. p (Q �d , known to me to be the person whose name is subscribed4o the foreoing instrument, and acknowledged to me that he/she executed the same as the act and deed of �,�/„aJ 4�, s L for the purposes and consideration therein express d and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this �day of 20?9j f �r r� lilt A MYELO t , -/,/w �•� •�� NaNty tic, � of TimeNo ry P blic i and for the State of Texas AWN 20, 2027 NOPrARY lit 12BW410-0 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2022 BOND YEAR 2— CONTRACT 12 City Project No, 104213 00 45 40 - 1 Business Equity Goal Pagel of 2 1 SECTION 00 45 40 2 Business Equity Goal 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. 6 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 7 (M/WBEs). 9 POLICY STATEMENT 10 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 11 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 12 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11- 13 2020 (codified at: httDs://codelibrarv.amle�4al.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593) apply to 14 this bid. 15 16 BUSINESS EOUITY PROJECT GOAL 17 The City's Business Equity goal on this project is 10.6% of the total bid value of the contract (Base bid applies 18 to Parks and Community Services). 19 20 METHODS TO COMPLY WITH THE GOAL 21 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 22 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 23 ordinance through one of the following methods: 1. Commercially useful services performed by a 24 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination 25 of Business Equity prime services and Business Equity subcontracting participation, 4. Business 26 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. Prime 27 contractor Waiver documentation. 28 29 SUBMITTAL OF REOUIRED DOCUMENTATION 30 Applicable documents (listed below) must be submitted electronically with the other required bidding 31 documents at the time of the bid under the respective Project via the Procurement Portal: 32 hUs://fortworthtexas.bonfirehub.com/portal/?tab=ol2enOpportunities 33 OR received no later than 2:00 p.m., on the third City business day after the bid opening date, 34 exclusive of the bid opening date with the respective Project via the Procurement Portal by 35 responding to the message sent within Bonfire to all the bidders. It is highly encouraged that bidders 36 submit required documentation at the time of bid submission. 37 38 The Offeror must submit one or more of the following documents: 39 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 40 2. Letter of Intent, for all M/WBE Subcontractors; 41 3. Good Faith Effort Form and Utilization Form, including supporting documentation, if 42 participation is less than stated goal, or no Business Equity participation is accomplished; 43 4. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform 44 all subcontracting/supplier opportunities; or 45 5. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor- 46 Prot6ge participation. 47 48 These forms can be accessed at: 49 Business Equity Utilization Form and Letter of Intent CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104213 Revised June 7, 2024 00 45 40 - 2 Business Equity Goal Page 2 of 2 1 httDs://anus.fortworthtexas.eov/Pro_iectResources/ResourcesP/60 - MWBE/Business Equity Utilization 2 Form DVIN 2022 220324.Ddf 3 4 Letter of Intent 5 httDs://aDDs.fortworthtexas.2ov/ProiectResources/ResourcesP/60 - MWBE/Letter of Intent DVIN 6 2021.Ddf 7 8 Business Equity Good Faith Effort Form 9 httl)s:HaDDs.fortworthtexas.aov/Pro_iectResources/ResourcesP/60 - MWBE/Good Faith Effort 10 Form DVIN2022.Ddf 11 12 Business Equity Prime Contractor Waiver Form 13 httns://aDDs.fortworthtexas.2ov/Pro_iectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor 14 Waiver-220313.ndf 15 16 Business Equity Joint Venture Form 17 httns://aDns.fortworthtexas.2ov/Pro_iectResources/ResourcesP/60 - MWBE/MWBE Joint 18 Venture 220225.1)df 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON -RESPONSIVE AND THE BID REJECTED. FAILURE TO SUBMIT THE REOUIRED BUSINESS EOUITY DOCUMENTATION OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON- RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. For Questions, Please Contact the Business Equity Division of the Access and Opportunity Services Department at (817) 392-2674. END OF SECTION CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104213 Revised June 7, 2024 00 52 43 - 1 Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on May 13, 2025, is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and Woody Contractors, Inc., authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: 2022 Bond Year 2 — Contract 12 Citv Project No. 104213 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of nine million, one hundred and twenty-seven thousand, eight hundred and forty-seven and 75/100 Dollars ($9,127, 847.75). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance within 450 calendar days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City six hundred ON and 00/100 Dollars ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104213 Revised March 3, 2024 00 52 43 - 2 Agreement Page 2 of 6 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance Certification Form (ACORD or equivalent) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to overate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in vart, by anv act, omission or neelieence of the citv. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104213 Revised March 3, 2024 00 52 43 - 3 Agreement Page 3 of 6 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by anv act, omission or negligence of the citv. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non -appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104213 Revised March 3, 2024 00 52 43 - 4 Agreement Page 4 of 6 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time -employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104213 Revised March 3, 2024 00 52 43 - 5 Agreement Page 5 of 6 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104213 Revised March 3, 2024 00 52 43 - 6 Agreement Page 6 of 6 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: Woody Contractors, Inc. In TroyS7*-trAay 14, 202515:00 CDT) Signature Troy Woody (Printed Name) PRESIDENT Title 650 TOWER DRIVE Address KENNEDALE, TX, 76060 City/State/Zip 05/14/2025 Date City of Fort Worth By: op(� Jessica McEachern Assistant City Manager 06/03/2025 Date pORt�a� a�O°........°�Y00 �o Attest: owe ep aaan n�4g4ga Jannette Goodall, City Secretary (Seal) M&C:25-0425 Date: 05/13/2025 Approved as to Form and Legality: Douglas Black (May 22, 202518:00 CDT) Douglas W. Black Sr. Assistant City Attorney Lauren Prieur, Director, Transportation and Public Works Department CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 3, 2024 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 2022 BOND YEAR 2 — CONTRACT 12 City Project No. 104213 1 2 3 4 5 6 7 SECTION 00 6113 PERFORMANCE BOND THE STATE OF.TEXAS § COUNTY OF TARRANT § 006113-1 PERFORMANCE BOND Page 1 of 2 Band No. K40202213 KNOW ALL BY THESE PRESENTS: 8 That we, Woody Contractors, Inc., known as "Principal" herein and 9 Vigilant Insurance Company . a corporate surety(sureties, if more than 10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 1 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of Texas, known as "City" herein, in the penal sum of nine million, one 13 hundred twenty seven thousand, eight hundred forty seven and 75/100 Dollars ($9,127,847.75), 14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment 15 of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, 16 successors and assigns, jointly and severally, firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City awarded 18 the 13 day of May, 2025, which Contract is hereby referred to and made a part hereof for all 19 purposes as if fully set forth herein, to furnish all :materials, equipment labor and other accessories 20 defined by law, in the prosecution of the Work, including any Change Orders, as provided for in 21 said Contract designated as 2022 Bond Year 2 -- Contract 12, City Project No. 104213 22 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 23 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 24 perform the Work, including Change Orders, under the Contract, according to the plans, 25 specifications, and contract documents therein referred to, and as well during any period of 26 extension of the Contract that may be granted on the part of the City, then this obligation shall be 27 and become null and void, otherwise to remain in full force and effect. 28 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 29 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 30 Worth Division. CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104213 Revised December S, 2023 0061 13-2 PERFORMANCE BOND Pagc 2 of 2 I This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 5 instrument by duly authorized agents and officers on this the 13th day of May 6 ,2025 . 7 8 9 10 11 12 13 ATT T: 14 15 t r1 16 (Principal) Secretary 17 18 19 20 21 22 Wit s a to Principal 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 itness to Surety Jennifer L. Alt 38 39 PRINCIPAL: Woody Contractors, Inc. BY: / -'site re woo)�] 1Vame and T-ttle Address: 650 Tower Drive Kennedale. TX 76060 SURETY: Vigilant Insurance Company BY: Signature Kyle W. Sweeney, Attorney -in -Fact Name and Title Address: 5400 LBJ Frwy, Suite 600 Dallas. TX 75240 Telephone Number: 214-754-0777 Email Address: surety(achubb.com 40 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 41 from the by-laws showing that this person has authority to sign such obligation. If 42 Surety's physical address is different from its mailing address, both must be provided. 43 The date of the bond shall not be prior to the date the Contract is awarded. 44 CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104213 Revised December 8, 2023 0061 14 - 1 PAYMENT BOND Page 1 of Bond No, K40202213 I SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Woody Contractors, Inc., known as "Principal" herein, and 8 Vigilant insurance Company , a corporate surety 9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether 10 one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation 1 created pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of nine 12 million, one hundred twenty seven thousand, eight hundred forty seven and 75/100 Dollars 13 ($9,127,847.75), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 14 Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, 15 executors, administrators, successors and assigns, jointly and severally, firmly by these presents: 16 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 17 13 day of May, 2025, which Contract is hereby referred to and made a part hereof for all purposes 18 as if frilly set forth herein, to furnish all materials, equipment, labor and other accessories as defined 19 by law, in the prosecution of the Work as provided for in said Contract and designated as 2022 20 Bond Year 2 -- Contract 12, City Project No. 104213. 21 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 22 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 23 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 24 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 25 force and effect. 26 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 27 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 28 accordance with the provisions of said statute. 29 CITY OF FORT WORTH 2022 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 104213 Revised December S, 2023 0061 14-2 PAYMENT BOND Page 2 of 2 l IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the l3th day of 3 May , 2025 . 4 5 6 7 8 9 10 HF 12 ATTEST: 'Principal) Secretary 7�z�. WitiT as Principal ATTEST: Evac,t_a (Surety) Secretary ltness as o Surety Jennifer L. Alt PRINCIPAL: Woody Contractors, Inc. BY: 4_5� /� L Name afld Title Address: 650 Tower Drive Kennedale, TX 76060 SURETY: Vigilant Insurance Company BY; Si nature Kyle W. Sweeney, Attorney -in -Fact Name and Title Address: 5400 LBJ Frwy, Suite 600 Dallas. TX 75240 Telephone Number: 214-754-0777 Email Address: surety(a)chubb.com Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS City Project No. 104213 Revised December 8, 2023 1 2 3 4 5 6 7 8 9 to 12 13 14 15 16 17 18 19 20 21 22 23 24 SECTION 00 6119 MAINTENANCE BOND THE STATE OF TEXAS § § COUNTY OF TARRANT § 0061 19- 1 MAIMNANCEBOND Page I of 3 Bond No. K40202213 KNOW ALL BY THESE PRESENTS: That we Woody Contractors, Inc., known as "Principal" herein and Viailant insurance Company . a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum of nine million, one hundred twenty seven thousand, eight hundred forty seven and 75/100 Dollars ($9,127,847.75), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the 13 day of May, 2025, which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract and designated as 2022 Bond Year 2 — Contract 12, City Project No. 104213; and 25 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 26 accordance with the plans, specifications and Contract Documents that the Work is and will remain 27 free from defects in materials or workmanship for and during the period of two (2) years after the 28 date of Final Acceptance of the Work by the City ("Maintenance Period"); and 29 30 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 3 t receiving notice from the City of the need therefor at any time within the Maintenance Period. 32 CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104213 Revised December 9, 2023 CJO61 19-2 MAMENANCE BOND Page 2 of 3 1 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy 2 any defective Work, for which timely notice was provided by City, to a completion satisfactory to 3 the City, then this obligation shall become null and void; otherwise to remain in full force and 4 effect. 5 6 7 8 9 IU 11 12 13 14 15 16 17 18 19 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance frond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY Of FORT WORTH 2022 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 104213 Revised December 8, 2023 0061 19-3 MAINTENANCE BONG Page 3 or3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 13th day of May 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 16 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 .20 25 . ATTEST , ,7 ri"ipal) Secretary Witness,a tPrincipal ATTEST: (Surety) Secretary ness as Sure , Jennifer L. Alt PRINCIPAL: Woody Contractors, Inc. ern WOD+-� 1�me and Title J 4, Address: 650 Tower Drive Kenn _ale. TX 76060 SURETY: Vigilant Insurance Company BY: t Signature Kyle W. Sweeney, Attorney -in -Fact Name and Title Address: 5400 LB1 Frwy, Suite 600 Dallas. TX 75240 Telephone Number: 214-754-0777 Email Address: suretvachubb.com *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH 2O22 BOND YEAR 2 — CONTRACT 12 STANDARD CONSTRUCT70N SPECIFICATION DOCUMENTS City Project No. 104213 Revised December 9, 2023 Policyholder Information Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Chubb's toll -free telephone number for information or to make a complaint at 1-800-36-CHUBB You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES. Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Form 99-10-0299 (Rev. 1-08) AVISO IMPORTANTE Para obtener informaci6n o Para someter una queja; Usted puede llamar al numeeo de tel6fono gratis de Chubb's Para informaci6n o para someter una queja al 1-800-36-CHUBB Puede comunicarse con el Departarnento de Seguros de Texas Para obtener informaci6n acerea de companias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: hup://www.tdi.state.tx.us E-mail; ConsumerProtection@tdi.state.tx.us DISPUTES SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente primero. Si no se resueve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo Para prop6sito de informaci6n y no se convierte en parte o condicio'n del documento adjunto. HUS' Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Elizabeth Gray, Charles D. Sweeney, Kyle W. Sweeney and MichaelA. Sweeney of Fort Worth, Texas-----------------------------------------------------------------------•---------------------------------------------------------------- each as their true and lawful Attorney-ln-Pact to execute under such designation In their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed In the course of business, and any Instruments amending or altering the same, and consents to the modilicadon or alteration of any instrument referred to in said bonds or obligations, in Witness Whereof, said FEDERAL INSURANCE COMPANY, VlallANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 161, day of September, 2019. Dawn \J.Chhnris. AssfswllINC:relary STATE OP NEW JERSEY County of F(unterdon �tcphen11 Halley. ViceIII-1--fdenf On this 161s day of September, 2019, before me, a Notary Public of Newiersey, personally came Dawn M, Chloros, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros, being by me duly sworn, did depose and say that she Is Assistant Secretary of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows tha corporate seals thereof. that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that site is acquainted with Stephen M. Haney, and knows him to be Vice President of Bald Companies; and that the signature of Stephen M. fiancy, subscribed to said Power of Attorney is in (fie genuine handwriting of Stephen M. I laney, and was thereto subscribed by authority of said Companies and in deponents presence. Notarial Seal Kok"MNIIE J. AOE€ A.AR N{ITApy NOTARY PUt3l.iC 6R N!~Nt JERSL'Y - -i No. 231e605 Commleaton Expirea JWy 10. 2024 vofary Pullft P CERTIFICATION Resolutions adopted by the Boards ofDtrcctors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANYon Augtist30, 20K 'RESOLVED. [hat the rollnwing authoriyationa relate to the execution. For and on behalf of the Company, of bonds. undertakings, recognlzances, contracts and other written Commitments of the Company muered Into in the ordinary course ofliush,ess (each a "Written Commitment'): (n Each of the Chalrman, rite President and the Vice Presidents or dieCompanyishereby authorized toexeruteauyWritten Commitment for and onhehalrofthe cuntpany,trader the seal ofthe Campanyor otherwise. (2) Each tidy appointed attorney -In -Pact of the Company is hereby authorized to exer uce any Wrhten Comml[ment lior and on behalf of the Company, under the seal of the Company or Otherwise, to the exmnt that such action isaudhot'€wd by the grant arrmwera provided far in vetch per.9mi s writtcn uppo€ntmentas such attorney-In•fact (3) Each of the Chairman, the President and the Vice Presfdents of the Company €shereby authorixed,torandon behalfoftheCompany, toappnintIII writing any person the attorney- hrfact of the Company with full power and authority to execute, fur and on beharf ofthe Company, under the seal ❑f the Company or otherwise, such Written Commitments or tile Company as may be specified in such written appuhume t. which speciiicatlon may be by general type or class of Written Comminments or by specification of one or more particular Written Commitments. (4) Each of the Chalrmnn. Elio 1'residerit and the Vice Presidena; of the Company Is hereby authorized, dn' and on behalf ordhe Cmupany, to delegate in writing to any other officer orthe Company the autharity to execton, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the company as are xpocllied In such written delegation, whicih spoelficatlon may he by general type or class of Written COMITALnen18 or by specllication ofone or more panicular Written Connnitmenes, (5) The signature of any olncer or other person executing any Written Commitment orappointment or delegation pursuant to this Resolution, and doe seal of the Company, may be allixed by facsimile on such Written Commitment Orwrltten appointment Or delegation. FURTHERRESOLVEl7, than the foregoing Resolution .shall not he deemed to be an exclusive statement of the towers and authority of olikers, employees and other persons to act for and on helhalrul' die Compauy, and such Resnlunon shall not limit orotherwt5e ati'ect the exercise of'anysuch power or authority otherwise validly granted or vested." I, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (1) the foregoing Resolutions adopted by the Board of Direciors of the Companies are true, correct and in full force and effect, (R) the foregoing Power of Artomey Is true, correct and In full force and effect. Given under my hand andscalsofsaidCompanies atWhitchouseStation,NJ, this 13th day of May, 2025. Dawn M. Chb tx't & Assistant S[.rretary IN THE RVEW YOU WISU TO VERIPYTHE AUTfIENTICITY OFT[ Its BOND OR NOTIFY US OF ANY OTiIER MATTER, PLEASECONTACTUS AT; Telephone (908) 993.3493 tax (908) 903-3656 email: surety@chubb,com FED-VIG-Pi (rev. 08-18) ( FORT WORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: 2022 Bond Year 2 Contact 12 M&C: CPN: 104213 CSO: DOC#: Date: 05/08/25 To: Name Department Initials Date Out I. Troy Woody Vendor -Signer 05/14/25 2. Justina Samaan TPW-Signer 05/14/25 3. Leonel Rios TPW-Review 05/19/25 4. 5. 6. 7 8 9 10. CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW Contracts DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES ❑No RUSH: []YES ®No SAME DAY: ❑YES ❑No NEXT DAY: ❑YES ❑No ROUTING TO CSO: ®YES ❑No Action Reauired: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return To: Please notify TPWContracts(&,fortworthtexas.2ov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you! 0Bond Verification MM&C 104213 - 2022 Bond Year 2 Contract 12 Final Audit Report 2025-06-03 Created: 2025-05-19 By: Leonel Rios(Leone 1.Rios @fortworthtexas.gov) Status: Canceled / Declined Transaction ID: CBJCHBCAABAAHEzb9sTtEy1A4KTcaF6jphG49NoZZovQ "104213 - 2022 Bond Year 2 Contract 12" History Document created by Leonel Rios(Leonel.Rios@fortworthtexas.gov) 2025-05-19 - 5:54:04 PM GMT- IP address: 208.184.124.181 Document emailed to Leonel Rios(Leonel.Rios@fortworthtexas.gov) for filling 2025-05-19 - 6:23:26 PM GMT =; Form filled by Leonel Rios(Leone 1.Rios@fortworthtexas.gov) Form filling Date: 2025-05-19 - 6:24:07 PM GMT - Time Source: server- IP address: 208.184.124.181 Document emailed to Justina Samaan (Justina.Samaan@fortworthtexas.gov) for approval 2025-05-19 - 6:24:17 PM GMT Email viewed by Justina Samaan (Justina.Samaan@fortworthtexas.gov) 2025-05-19 - 6:24:24 PM GMT- IP address: 20.159.64.138 =; Document approved by Justina Samaan (Justina.Samaan@fortworthtexas.gov) Approval Date: 2025-05-19 - 8:39:16 PM GMT - Time Source: server- IP address: 204.10.90.100 - Document emailed to Donnette Murphy (donnette.murphy@fortworthtexas.gov) for filling 2025-05-19 - 8:39:26 PM GMT Email viewed by Donnette Murphy (don nette.murphy@fortworthtexas.gov) 2025-05-19 - 8:39:32 PM GMT- IP address: 20.159.64.152 Form filled by Donnette Murphy (don nette.murphy@fortworthtexas.gov) Form filling Date: 2025-05-19 - 8:57:14 PM GMT - Time Source: server- IP address: 208.184.124.181 Document emailed to Patricia Wadsack (patricia.wadsack@fortworthtexas.gov) for approval 2025-05-19 - 8:57:23 PM GMT Email viewed by Patricia Wadsack (patricia.wadsack@fortworthtexas.gov) 2025-05-19 - 8:57:29 PM GMT- IP address: 20.159.64.152 FORT WORTHS 1 POHeY"y Adobe Acrobat Sign =„ Document approved by Patricia Wadsack(patricia.wadsack@fortworthtexas.gov) Approval Date: 2025-05-21 - 9:38:39 PM GMT - Time Source: server- IP address: 208.184.124.181 Document signing automatically delegated to Monty Hall (monty.hall@fortworthtexas.gov) by Lauren Prieur (Lauren.Prieur@fortworthtexas.gov) 2025-05-21 - 9:38:48 PM GMT - Document emailed to Lauren Prieur (Lauren.Prieur@fortworthtexas.gov) for signature 2025-05-21 - 9:38:48 PM GMT C'y Document emailed to Monty Hall (monty.hall@fortworthtexas.gov) for signature 2025-05-21 - 9:38:49 PM GMT Email viewed by Monty Hall (monty.hall@fortworthtexas.gov) 2025-05-21 - 9:38:55 PM GMT- IP address: 52.244.179.71 60 Document e-signed by Monty Hall (monty.hall@fortworthtexas.gov) Signature Date: 2025-05-22 - 3:54:35 PM GMT - Time Source: server- IP address: 204.10.90.100 Ey Document emailed to Lorita Lyles (Lorita.Lyles@fortworthtexas.gov) for approval 2025-05-22 - 3:54:36 PM GMT f) Email viewed by Lorita Lyles (Lorita.Lyles@fortworthtexas.gov) 2025-05-22 - 3:55:40 PM GMT- IP address: 52.244.129.126 FS© Document approved by Lorita Lyles (Lorita.Lyles@fortworthtexas.gov) Approval Date: 2025-05-22 - 4:13:54 PM GMT - Time Source: server- IP address: 208.184.124.181 P4 Document emailed to Douglas Black (Douglas.Black@fortworthtexas.gov) for signature 2025-05-22 - 4:14:03 PM GMT &0 Document e-signed by Douglas Black (Douglas.Black@fortworthtexas.gov) Signature Date: 2025-05-22 - 11:00:26 PM GMT - Time Source: server- IP address: 208.184.124.181 * Document emailed to Jesica McEachern Oesica.mceachern@fortworthtexas.gov) for signature 2025-05-22 - 11:00:37 PM GMT '5 Email viewed by Jesica McEachern aesica.mceachern@fortworthtexas.gov) 2025-05-22 - 11:00:42 PM GMT- IP address: 20.159.64.152 tl Email viewed by Jesica McEachern Qesica.mceachern@fortworthtexas.gov) 2025-05-27 - 7:32:24 AM GMT- IP address: 52.244.179.71 Email viewed by Jesica McEachern aesica.mceachern@fortworthtexas.gov) 2025-05-30 - 6:41:44 AM GMT- IP address: 52.244.179.71 FORT WORTHS 1 Powered'y Adobe Acrobat Sign Document e-signed by Jesica McEachern Qesica.mceachern@fortworthtexas.gov) Signature Date: 2025-06-03 - 7:12:39 AM GMT - Time Source: server- IP address: 204.10.90.100 Document approval automatically delegated to Katherine Cenicola (Katherine.Cenicola@fortworthtexas.gov) by Ronald Gonzales (Ronald.Gonzales@fortworthtexas.gov) 2025-06-03 - 7:12:49 AM GMT - Document emailed to Katherine Cenicola (Katherine.Cenicola@fortworthtexas.gov) for approval 2025-06-03 - 7:12:50 AM GMT C'y Document emailed to Ronald Gonzales (Ronald.Gonzales@fortworthtexas.gov) for approval 2025-06-03 - 7:12:50 AM GMT Email viewed by Katherine Cenicola (Katherine.Cenicola@fortworthtexas.gov) 2025-06-03 - 7:12:59 AM GMT- IP address: 20.159.64.152 L, Document declined by Ronald Gonzales (Ronald.Gonzales@fortworthtexas.gov) Decline reason: The M&C number on the signature page reflects M&C 24-0425; however, the M&C attach is M&C 25-0425. Please correct the M&C number and we will process once corrected. 2025-06-03 - 12:23:05 PM GMT- IP address: 208.184.124.181 FORT WORTHS 1 Powered'y Adobe Acrobat Sign FORT WORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: 2022 Bond Year 2 Contract 12 M&C: 25-0425 CPN: 104213 CSO: Date: 05/19/25 To: Name 1. Donnette Murphy 2. Patricia Wadsack 3. Lauren Prior 4. Lorita Lyles 5. Doug Black 6. Jesica McEachern 7 Ronald Gonzales g Jannette Goodall 9 Allison Tidwell 10. TPW Contracts Department Initials Risk -Approver TPW Approver TPW-signer Legal -Approver L Legal -Signer Doug ACM -Signer CSCO-Approver Kc CSCO-Signer IF - CSCO-Form Filler TPW DOC#: Date Out 05/19/25 05/21/25 05/22/2025 05/22/25 05/22/25 06/03/25 06/03/2025 06/04/2025 06/06/2025 CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW Contracts DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: []YES ®No RUSH: []YES ®No SAME DAY: ❑YES ❑No NEXT DAY: ❑YES ❑No ROUTING TO CSO: ®YES ❑No Action Re uired: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File Link to General Conditions ❑ Attach Signature, Initial and Notary Tabs Return To: Please notify TPWContracts a@fortworthtexas. qvv for pickup when complete. Call eat. 7233 or eat. 8363 with questions. Thank you!