Loading...
HomeMy WebLinkAboutContract 63609CSC No. 63609 FORT WORTH, CONTRACT FOR THE CONSTRUCTION OF Water, Sanitary Sewer, and Paving Improvements 2022 Bond Year 3 — Contract 14 City Project No.104315 Mattie Parker Jesus "Jay" Chapa Mayor City Manager Chris Harder Director, Water Department Lauren Prieur Director, Transportation and Public Works Department Prepared for The City of Fort Worth Water Department & Transportation and Public Works Department 2025 e5z� - JC� mm� je OF T ode ADAM T�GIBLIN ••••••••••� 137032 OFFICIAL RECORD B O� �!�ENSE� •'• mm CITY SECRETARY S Gm e�osONAL Nm FT. WORTH, TX 02/25/2025 FORT WORTH,. 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 "1011111061 0:1200 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 6643 13 iiCyudii,ft,,aiivu Ap /IuLalivii 00;13,L021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 03/07/2025 00 52 43 Agreement 3/08/2024 0061 13 Performance Bond 12/08/2023 0061 14 Payment Bond 12/08/2023 0061 19 Maintenance Bond 12/08/2023 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 03/08/2024 00 73 00 Supplementary Conditions 03/08/2024 Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 3120 Project Meetings 07/01/2011 01 32 16 Construction Schedule 10/06/2023 01 3233 Preconstruction Video 07/01/2011 01 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 50 00 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 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104315 Revised March 7, 2025 Addendum #4 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 Provisions to Standard Specification 34 71 13 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httv:Hfortworthtexas.2ov/ti)w/contractors/ or httvs:Happs.fortworthtexas.2ov/Proi ectResources/ Division 02 - Existing Conditions Last Revised 0241 13 Selective Site Demolition 03/11/2022 0241 14 Utility Removal/Abandonment 12/20/2012 0241 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 03/07/2025 03 34 13 Controlled Low Strength Material (CLSM) 03/07/2025 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 260533 7tiU Of,-4A Raeew ays .,,,..7 Be*es f .. L'loOnml .sy4effls 1e«gf-E)4444- F ,. L'lo,.�..,..,1 17�7rc�-2(—)0- z n71nvrr, 260550 Uft —PIUG IS A.,.l RaeOW&YS SyStOfRS GonzS'mx ,aa efis Multi Duet Conduit i/20ii m17vz�-zvrzviv Division 31 - Earthwork 31 00 00 Site Clearing 03/22/2021 3123 16 Unclassified Excavation 01/28/2013 31 23 23 nl /'fvr 284 i3 31 24 00 Embankments 01/28/2013 31 25 00 313600 1�0 Erosion and Sediment Control Gabions 04/29/2021 1 /zzr20/20 i s 1 7zzr20/2012 3 Division 32 Riprap - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 12/20/2012 3201 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 1123 Flexible Base Courses 12/20/2012 32 1129 Lime Treated Base Courses 12/20/2012 32 1133 Cement Treated Base Courses 06/10/2022 CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104315 Revised March 7, 2025 Addendum #4 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 32 1137 Liquid Treated Soil Stabilizer 08/21/2015 32 1216 Asphalt Paving 6/07/2024 32 3 A spha4 Paving CF &\i E2a)mrnks 1 � 1�Q 32 13 13 Concrete Paving 06/10/2022 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 12/09/2022 32 1373 Concrete Paving Joint Sealants 12/20/2012 32 14 16 Bfk--\cl ,1 "nit Ba ing 1 f /'fez 32 16 13 Concrete Curb and Gutters and Valley Gutters 12/09/2022 32 1723 Pavement Markings 06/10/2022 32 1725 3231 13 Curb Address Painting !"'1.ai L'e..ees .,*,1 !" a4e., 11/04/2013 17/zzi-z010012 27�0 32 ) 29 AT;«e L'e.-.,,ems .,Rd !`_Atp-q Ale,,,1 Fe00es 1 Gfates; 12/7�-240012 1�/�Q 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 4 Nor. Native Seeding �12 4 3-292 15 e- rw-c .erA 1V4d&wfL WQ�-*Mn 1 n1 /n -3 3293 43 Tr -ego anxi Efrubo 1'f/zzr2OA20iz 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 2A 0 10 %T''rZr' Du1r1Hxlmg ofExistingSewer- syste 1'f/')r�20/20i2 3304 10 � Teit# Befiding .,., F d '.:�v�r�1 . T _0�1at� � 1 'f /'1!1001'1 22�11 !''., ffE)Si0 GE,.-,+,-01 TO'1 EA.e4Aii$ 1'f/'fzzr20/2oiz 33 04-12 Magnesium 14x„ae r.,+t edict Pr-ateetion S yste..... 1 �/�12 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Pipes 03/11/2022 3305 10 Utility Trench Excavation, Embedment, and Backfill 12/13/2024 3305 12 Water Line Lowering 12/20/2012 3305 13 Frame, Cover and Grade Rings 09/09/2022 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 03/11/2022 Grade 3305 17 3 2� 21�i Concrete Collars Auger- B e -inn T,,,m - 03/11/2022 1 'f /'/zzr�0/2012 1 7 /r�-20/20 3 Z�z 33 05 23 el Lifter- Plate Steel (-'., sing P pe L%rA Tumi-aling 1Lnstallation iz 1 'l /7 z 1 /�12 330524 of Car-r-iccPirc in !-'.,sing ,..- Tunnel Liner- e,- Dl.,+e 12/09/2022 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 1105 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/09/2022 33 11 11 Ductile Iron Fittings 09/20/2017 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 09/09/2022 33 11 13 2 e. Type GoneretePr-ess,,,. e Pipe Bar- 3ALF a Steel G 03,�107/202- yha CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104315 Revised March 7, 2025 Addendum #4 3L? 11 11 33 1210 12, 1211 33 1220 33 1221 33 1225 33 1240 3� 1250 33 1260 33-31 12 Z 31 !\? Z 3? M 33 31 20 2,312,121 33-3122 333123 33 31 50 333170 33-39-10 33 39 20 33 39 30 333940 33 39 60 3341 10 � 3,2 11 11 `,? 11 12 33 11 13 33 46 00 33 4601 AA 46 02 3349 10 33 49 20 3� 4940 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 Died Paol Piron,1— ., Fittings Water Services 1-inch to 2-inch Resilient Seated Gate Valve Connection to Existing Water Mains Fire Hydrants Watar Ea►WJe Stations StandaM Blow off N' Coed c Moe No e (C High Density U yethyleae (LIDDE) Pif-fo: Swilary-Sewff Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe Pipe Sanitafy Sewer Uir, lrrr.:g Sanitafy SewzT n* Ear a geffwn4 Sanitary Sewer Service Connections and Service Line Precast Concrete Manholes Liners for Sanitary Sewer Structures Reinforced Concrete Storm Sewer Pipe/Culverts High Density n yethylene (HDPE) Pirefor- StorIn Dmin Subdrainage Cast -in -Place Manholes and Junction Boxes Curb and Drop Inlets &Grin Dmituge IIo.,,l. , lls a -a Wing- , lls Division 34 - Transportation 34 41 10 T.-.,FF;e S;gft is � zn 41 10.t-ae�=nen 01 Cefit- lle-Cabinet � �n� ��A 34 41 1n02 n� �+ ll Spe �rzvvs i-r�tik xixei�� beatiener�sc icutl�n 34 41 1 n.03 rttiien�-C—S6 cie-creefzeu fia 2Ate= Temperafy T,affio E gna1t 2 A�3 D e.,...,; 4ag Tra ffiW E Q V 34 4120 Readw IllurAin&cie„ n sse,..,i.1; e� 2n ^env1 Ar-tA-ia! LTD Rem - Laminwroz 24 4120.02 -Fr-ee y LTD Roadway Tzaminaires zn 4120.03 Residential tir Erg Roadway 34 41 30 Aluminum Signs 34 �o Single Mode Fiber- Optie Cable 3471 13 Traffic Control 12,120/2012 02/ 14/2017 , /�ti 05/06/2015 04,123/2019 02/06/2013 1 'f1 /',z 01 /03/2014 09/09/2022 12�/'�12 11 Plz 04/26/2013 12/204 1 2� /1�24 12/13/2024 12/1�z4 1 2 /1 G/ 20/20 1" 04/29/2021 07/01 /2011 11 /'lz , ,, /�t5 0611vvr0/2022 12/20/2012 7 n/no„ 01 Q 12/13/2024 03/11 /2022 07 /non 03 11mr1 1r2 oz2 1 2 /zzr1 8r2015 02 02 1 1 /7�- 2/2013 03 / ivy 4 1 /2022 11 /'lz 06/lvv45Q015 06 / 1�15 n� / ivvrv1 -5 11/12/2013 tr, lo�-6 03/22/2021 CITY OF FORT WORTH 2O22 Bond Year 3 - Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104315 Revised March 7, 2025 Addendum #4 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Appendix GG 4.0? Page 5 of 6 GC-4.02 Subsurface and Physical Conditions GG-4:-A6- L%zar, Sus E,wif:e nenta Condition at Site GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GG 6.99 PGrmit&-ar3 Utilities GG 6. 1 Naffdic'--virninatiee GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104315 Revised March 7, 2025 Addendum #4 Official site of the City of Fort Worth, Texas ACITY COUNCIL AGEND FORTWORrTH Create New From This M&C DATE: 6/24/2025 REFERENCE **M&C 25- LOG NAME: 202022 BOND YEAR 3 NO.: 0590 CONTRACT 14 - STABILE CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 8 and CD 11) Authorize Execution of a Contract with Stabile & Winn, Inc., in the Amount of $9,802,228.50 for Combined Street Paving Improvements, Stormwater Improvements, Water and Sanitary Sewer Main Replacements for the 2022 Year 3 - Contract 14 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 and Amend the Fiscal Years 2025-2029 Capital Improvement Program (2022 Bond Program) RECOMMENDATION: It is recommended that the City Council 1. Authorize execution of a contract with Stabile & Winn, Inc., in the amount of $9,802,228.50 for combined street paving improvements, stormwater improvements, water and sanitary sewer main replacements for the 2022 Bond Year 3 - Contract 14 project (City Project No. 104315); 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of $6,110,427.00, from available PayGo residuals in the Water and Sewer Capital Projects Fund, for the purpose of funding the 2022 Bond Year 3 - Contract 14 project (City Project No. 104315) to effect a portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program; 3. Adopt the attached appropriation ordinance adjusting appropriations in the 2022 Bond Program Fund, by increasing appropriations in the 2022 Bond Year 3 - Contract 14 project (City Project No. 104315) in the amount of $4,925,000.00, and decreasing appropriations in the Street Improvement -Deteriorating Streets programmable project (City Project No. PB0019) by the same amount; 4. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Stormwater Capital Projects Fund, by increasing estimated receipts and appropriations in the 2022 Bond Year 3 - Contract 14 project (City Project No. 104315) in the amount of $87,205.00 and decreasing estimated receipts and appropriations in the Drainage Improvements programmable project (City Project No. P00043) by the same amount; and 5. Amend the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: This Mayor and Council Communication (M&C) is to authorize a construction contract for the Year 3 Neighborhood Streets Improvements project associated with the 2022 Bond Program. The 2022 Bond Year 3 - Contract 14 project includes water, sanitary sewer, stormwater, and street paving improvements on approximately 5.30 lane miles, on the following streets: Street From To Scope Council District Adean Street Gilcrest Drive Rosemere Paving/Water 11 Avenue Anna Street Bomar Wilkinson Paving 8 Avenue Avenue Beach Street, W Adean Street Race Street Paving/Water/Sewer 11 Bomar Avenue Hudson Street Beach Street Paving 8 Fairview Street Noble Avenue Airport Freeway Paving 11 Gilcrest Drive Adean Street Airport Freeway Paving/Water/Sewer 11 Karnes Street Noble Avenue Airport Freeway Paving 11 Rosemere Avenue Adean Street Race Street Paving/Water/Sewer 11 Watson Street Barnett Street Meadowbrook Paving/Stormdrain 11 Drive Race Street* Beach Street Beach Street Water/Sewer 11 Airport Freeway Fairview Cartwright Street Water 11 Frontage Road* Street Airport Freeway Seaman Beach Street Water/Sewer 11 Frontage Road* Street Wilkinson Avenue* Anna Street Beach Street Water 8 Bomar Avenue* Hudson Street 660' west Water 8 Taft Street* Bomar Avenue Scott Avenue Water 8 Carter Avenue* Hudson Street Beach Street Water 8 Alley between Carter Avenue & Hudson Street Beach Street Sewer 8 Bomar Avenue* Beach Street* Bomar Lancaster Water 8 Avenue Avenue Lancaster Avenue* Anna Street Beach Street Water 8 *Due to the close proximity to the 2022 Year 3 — Contract 14 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 Stormwater Division has identified the need to replace deteriorated sections of an existing 30" storm drain pipe in the intersection of Watson Street and Meadowbrook Drive as part of this project. The project was advertised for bid on February 26 and March 5, 2025, in the Fort Worth Star - Telegram. On April 10, 2025 the following bids were received: Amount Bidders Base Bid** (Concrete Alternate A (Asphalt Time of Completion Paving) Paving) Stabile & Winn, Inc. $9,802,228.50 $9,899,153.50 50 s Calendar Y McClendon Construction Company, Inc. $10,796.655.50 $10.796.592.50 **In an attempt to secure alternate bids, staff advertised the project with concrete as the base bid to reconstruct existing streets included in the bond with concrete travel lanes. Alternate A was bid as a rehabilitation of the existing roadway with new asphalt and replacement of damaged curb and gutter. Staff recommends award of the contract for the base bid (Concrete option). Concrete paving typically has a 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 $4,264,570.00 (Paving: $4,194,365.00; Stormwater: $70,205.00). The paving funds for this project are included in the 2022 Bond Program. The Water Department's share of this contract is $5,537,658.50 and will be available in the Water and Sewer Capital Projects Fund for the project (City Project No. 104315). In addition to the contract amount, $937,438.50 (Water: $295,967.50, Sewer: $110,671.00, Stormwater: $10,000.00, and Paving: $520,800.00) is required for project management, material testing, and inspection. $382,965.00 (Water: $119,750.00, Sewer: $46,380.00, Stormwater: $7,000.00 and Paving: $209,835.00) is provided for project contingences. This project will have no impact on the Transportation & Public Works or the Water Department's operating budgets when completed. The sanitary sewer component of this project is part of the Sanitary Sewer Overflow Initiative Program of the Water Department. Approximately 5,975 linear feet of cast iron water pipe and 1,145 linear feet of sanitary sewer main will be removed and replaced as part of this project. The storm drain component of this project will repair a portion of the existing storm drain system, which is in need of rehabilitation to ensure continued drainage system performance and improve future maintenance of the system. The action in this M&C will amend the Transportation & Public Works contribution to the Fiscal Years 2025-2029 Capital Improvement Program as follows: Capital Fund FY2025 CIP Budget Change Revised Name Project Name Appropriations Increase/Decrease FY2025 Budget 2022 Bond Street Imprv- Program - Fund Deteriorating $25,173,471.59 ($4,925,000.00) $20,248,471.59 34027 Sts-PB0019 Stormwater Drainage Capital Projects - Improvement $3,365,781.33 p � Projects - ($87,205.00) $3,278,576.33 Fund 52002 P00043 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 FY2025 CIP Budget Change Revised Fund Name Name Appropriations Authority Increase/Decrease FY2025 Budget 56002 - W&S 104315 - Capital Fund 2022 Bond $0.00 This M&C $6,110,427.00 $6,110,427.00 Projects Year 3 - Contract 14 Funding is currently available in the Unspecified All -Funds project within the Water & Sewer Capital Projects Fund for the purpose of funding the 2022 Bond Year 3 — Contract 14 project. Funding is also budgeted in the 2022 Bond Program Fund in the Street Improvement -Deteriorating Streets programmable project, and in the Stormwater Capital Projects Fund in the Drainage Improvements Projects programmable project. Appropriations for the water, sanitary sewer, stormwater, and paving improvements for the 2022 Bond Year 3 — Contract 14 project by Fund will consist of the following: Fund 2022 Bond Program - Fund 34027 W&S Capital Projects - Fund 56002 Stormwater Capital Projects - Fund 52002 Existing Appropriatons $473,180.00 $458,501.00 $0.00 Additional project Total* Appropriations $4,925,000.00 $5,398,180.00 $6,110,427.00 $6,568,928.00 $87,205.00 1 $87,205.00 Project Total $931,681.00 $11,122,632.00 $12,054,313.00 *Numbers rounded for presentation purposes The Business Equity Division placed a 11.07\% business equity goal on this solicitation/contract. Stabile & Winn, Inc., will be exceeding the goal at 11.72\%, 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 8 AND 11. 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, the Drainage Improvement Projects programmable project within the Stormwater Capital Projects Fund, and in the Unspecified All Funds project within the W&S Capital Project Funds and upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the W&S Capital Projects Fund, the Stormwater Capital Projects Fund and 2022 Bond Program Fund for the 2022 Bond Year 3 — Contract 14 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 Reference # Amount Year (Chartfield 2) Program Activity Budget Reference # Year (Chartfield 2) Jesica McEachern (5804) Lauren Prieur (6035) Monty Hall (8662) 104315 Compliance Memo Stabile & Winn Inc.pdf (CFW Internal) 104315 Form 1295 Stabile & Winn Inc.pdf (CFW Internal) 104315 Project Budget Summary_pdf (CFW Internal) 202022 BOND YEAR 3 CONTRACT 14 - STABILE funds availabilitv.pdf (CFW Internal) 202022 BOND YEAR 3 CONTRACT 14 - STABILE Updated FID.xlsx (CFW Internal) 34027-220101 99-Pro position Report.pdf (CFW Internal) MC Map CPN104315 202213ond Yr3 Co14 updated.pdf (Public) ORD.APP 202022 BOND YEAR 3 CONTRACT 14 - STABILE 34027 A025(R3).docx (Public) ORD.APP 202022 BOND YEAR 3 CONTRACT 14 - STABILE 52002 A025(R4).docx (Public) Amount ORD.APP 202022 BOND YEAR 3 CONTRACT 14 - STABILE 56002 AO25(R2).docx (Public) SAM Report Stabile & Winn Inc.pdf (CFW Internal) 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 000515-1 ADDENDA Page 1 of 1 SECTION 00 05 15 ADDENDA END OF SECTION CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 104315 Revised July 1, 2011 CITY OF FORT WORTH Transportation and Public Works Department 2022 Bond Year 3 — Contract 14 City Project No. 104315 ADDENDUM NO. I Addendurn No.1: Issued Tuesday, March 111h, 2025 Bid Open Date: Thursday, March 27th, 2025 This Addendum forms part of the Contract Documents and Specifications for the above - referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, and in the proposal (SECTION 00 41 00). Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specification documents for 2022 Bond Year 3 — Contract 14, City Project No. 104315, are hereby revised by Addendum No. I as follows: 1. SPECIFICATIONS & CONTRACT DOCUMENTS: a. SECTION 00 11 13 —Replace the INVITATION TO BIDDERS in its entirety with the attached revised INVITATION TO BIDDERS, revising the }aid Opening Date to 2:00 P.M. CST, Thursday, March 27"', 2025. This Addendum No. 1 forms part of the Specifications and Contract Documents for the above - referenced project and modifies the original Project Manual and Contract Documents of the same. Acknowledge your receipt of Addendum No. I by completing the requested information in the space provided in Section 00 41 00, Bid Form, Page 3 of 3 A signed copy of Addendum No. I should be included in the submitted sealed bid at the time of bid submittal. Failure to acknowledge the receipt of Addendum No. 1 could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. Page 1 of 3 CITY 017 FORT WORTI l 2022 Bond Year 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I04315 Revised September 14,2022 Addendum I Addendum No. 1 RECEIPT ACKNO LEDGEMENT: By: Company: Stabile & Winn, Inc. Address: P.D. Box 79380 City: Saginaw State: TX CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 14, 2022 Lauren Prieur, P.E. Director, Trans ortati/on and Public Works By: Yb Gre R b ins, P.E. Engineering Manager, TPW Page 2of3 2022 Bond Year 3 — Contract 14 City Project No. 104315 Addendum 1 00 11 13 INVITATION TO BIDDERS PRge 1 of 3 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of 2022 Bond Year 3 — Contract 14 CPN 104315 will be received by the City of Fort Worth via the Procurement Portal httDS://fortworthtexas.bonfireliub.COM/Dortal/?tab=oDCnOnnortunities, under the respective Project until 2:00 P.M. CST, Thursday, March 27, 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 CII_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 liirefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing SUffiCient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: httDs://fortworthtexas.bonfirchub,coln/portal/?tab=onen0nuortunities 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 :king 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 ofthe 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- Lis Contactthe Bonfire supporttealn at Support@GoBonf4re.colrl or by calling 1-800-354-8010. CITY OF FORT WORTH 2O22 Bond Year 3 — Conlrocl 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Cily Project Number 104315 Revised 2/09/24 Addendum 91 0011 13 INvrrA'rlpN'I'O 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.corn) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Unit 1: Water Improvements 7,600 LF — 8" PVC Water Pipe 52 EA — 8" Gate Valve Unit 2: Sanitary Server Improvements 14 EA -- 4' Marihole 3,400 LF — 8" Sewer Pipe Unit 3: Paving Improvements: 34,000 SF -- 4" Concrete Sidewalk 16,600 SF — 6" Concrete Driveway 20,500 SY - 6" Concrete Pavement Unit 3a: paving; Improvements Alternate A (POI.) 21,900 SY — 3" Asphalt Pavement Type D 9,400 LF -- 6" Concrete Curb and Gutter 22,000 SY - Pavement Pulverization (I I") Unit 4: Storm Spot Repair 60 LF -- 30" RCP, Class III PREQUALIEICATION 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 htti)s://fortworthtexas.bonfirchub.coin/mortal/?tab=ODellODDortmiities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes" under the Intent to Bid section. All Addenda will be posted in the Procurement Portal httos://fortworthtexas.bonfirchub.com/portal/?tab=openODr)ortunities, under the respective Project. PREBID CONFERENCE — Web Conference CITY Of FORT WORTH 2O22 Bond Year 3 — Controel 14 s'rANDARD CONSTRUCTION SPECIFICATION DOCUMENT CityPrafectArumber104315 Revised 2/08/24 Addendum 41 0011 13 INVITATION TO BIDDERS Page 3 of 3 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: March 11 i1', 2025 TIME: I1: 00AM 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 RIDS 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 26, 2025 March 05, 2025 END OF SECTION CITY OF FORT WORTH 2O22 Bond Year 3—Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 104315 Revised 2108124 Addendom 91 CITY OIL FORT WORM') Transportation and Public Works Department 2022 Bond Year 3 — Contract 14 City Project No. 104315 ADDENDUM NO.2 Addendum No. 2: Issued Thursday, Marcia 2011, 2025 Bid Open Date: Thursday, April 311, 2025 This Addendum forms part of the Contract Documents and Specifications for the above - referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, and in the proposal (SECTION 00 41 00). Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specification documents for 2022 Bond Year 3 — Contract 14, City Project No. 104315, are hereby revised by Addendum No. 2 as follows: I. SPECIFICATIONS & CONTRACT DOCUMENTS: a. SECTION 00 11 13 —Replace the INVITATION TO BIDDERS in its entirety with the attached revised INVITATION TO BIDDERS, revising the Bid Opening Date to 2:00 P.M. CST, Thursday, April 3"', 2025. This Addendum No. 2 forms part of the Specifications and Contract Documents for the above - referenced project and modifies the original Project Manual and Contract Documents of the same. Acknowledge your receipt of Addendum No. 2 by completing the requested information in the space provided in Section 00 41 00, Bid Form, Page 3 of 3 A signed copy of Addendum No. 2 should be included in the submitted sealed bid at the time of bid submittal. Failure to acknowledge the receipt of Addendum No. 2 could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. Page 1 of 2 CITY OF PORT WORTH 2022 Bond Year 3 — Contract 14 STANDARD CONKRUC1'ION SPECIFICATION DOCUMENTS City Project No, 104315 Revised September 14, 2022 Addendum 2 Addendum, No. 2 RECEIPT ACKNO By; Stabile & Winn, Inc. Address: P.O. Box 79380 City: Saginaw State: TX ENT: Lauren Prieur, P.C. Director, Tra ortation and Public Works By: Or�o bins, P.E. Engineering Manager, TPW Page 2 of 2 CI"1'Y OF FORT WORTH 2O22 Bond Year 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMUNTS City Project No. 104315 Revised September 14, 2022 Addendum 2 00 11 13 INVITATION TO BIDDERS Page I of 3 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of 2022 Bond Year 3 — Contract 14 CPN 104315 will be received by the City of Fort Worth via the Procurement Portal httus://fortworthtexas.bonfirehub.com/aortal/?tab=oDenOnnortunities, under the respective Project until 2:00 P.M. CST, Thursday, April 3rd, 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 CII MZ10-12. Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises, All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https ://fortworthtexas, bonfirchub. coln/n octal/?tab=open0ntuorturiities 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 Bonlirc Platform (Procurement Portal). Bidders are encouraged to frilly 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://vendorsLipport,gobonfire.coin/hc/en- us Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. CITY OF PORT WORTH 2022 Bond Year 3 — Confroct 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 104315 Revised 2/08/24 Addendum ##2 00II 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 (gobonfirexonl) GENERAL DESCRIPTION OF WORK The maj or work will consist of the (approximate) following: Unit 1: Water Improvements 7,600 LF — 8" PVC Water Pipe 52 EA — 8" Gate Valve Unit 2: Sanitary Sewer Improvements 14 EA — 4' Manhole 3,400 LF — 8" Sewer Pipe Unit 3: Paving Improvements: 34,000 SF — 4" Concrete Sidewalk 16,600 SF — 6" Concrete Driveway 20,500 SY 6" Concrete Pavement Unit 3a: paving Improvements Alternate A (POL) 21,900 SY— 3" Asphalt Pavement Type D 9,400 LF — 6" Concrete Curb and Gutter 22,000 SY - Pavement Pulverization (I I") Unit 4: Storm Spot Repair 60 LF — 30" RCP, Class III PREQUALIFIC.ATION 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 httt)s://fortwortl-itexas.bonfirchub.coln/i)ortal/?tab=ot)en0pportunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes" under the Intent to Bid section. All Addenda will be posted in the Procurement Portal httt7s://fortworthtexas.bonfirehub.coir]/bortal/?tab=obenOnvortunities, under the respective Project, PREBID CONFERENCE --- Web Conference CITY OF PORT WORT] I 2022 Bond Year 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 104315 Revised 210812F4 Addendum 42 00 11 13 INVITATION TO BIDDERS Page 3 of 3 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: March 11th 2025 TIME: I1: 00AM Invitations with liiA,s to the web confereneing 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 RIGIIT 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 26, 2025 March 05, 2025 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/24 .202213ona' Year 3 — Contract 14 Cite Project Number 104315 Addendum #2 CITY OF FORT WORTH Transportation and Public Works Department 2022 Bond Year 3 — Contract 14 City Project No. 104315 ADDENDUM NO.3 Addendum No. 3: Issued Monday, March 311, 2025 Bid Open Date: Thursday, April 10th 2025 This Addendum forms part of the Contract Documents and Specifications for the above - referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, and in the proposal (SECTION 00 41 00). Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specification documents for 2022 Bond Year 3 — Contract 14, City Project No. 104315, are hereby revised by Addendum No. 3 as follows: I. SPECIFICATIONS & CONTRACT DOCUMENTS: a. SECTION 00 11 13 — Replace the INVITATION TO BIDDERS in its entirety with the attached revised INVITATION TO BIDDERS, revising the Bid Opening Date to 2:00 P.M. CST, Thursday, April ] 0tn, 2025. This Addendum No. 3 forms part of the Specifications and Contract Documents for the above - referenced project and modifies the original Project Manual and Contract Documents of the same. Acknowledge your receipt of Addendum No. 3 by completing the requested information in the space provided in Section 00 4100, Bid Form, Page 3 of 3 A signed copy of Addendum No. 3 should be included in the submitted sealed bid at the time of bid submittal. Failure to acknowledge the receipt of Addendum No. 3 could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. Page 1 of 2 CITY OF FORT WORTH 2022 Bond Year 3 — Contract 14 STANDARD CONSTRUCTION ,SPECIFICATION DOCUMENTS City Project No. 104315 Revised ,September 14, 2022 Addendum 3 Addendum No. 3 RECEIPT ACKNOWLEDGEMENT: B/Mppanyw: Cabile & Winn, Inc. Address: P.O. Box 79380 City: Saginaw State: TX CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 14, 2022 Lauren Prieur, P.E. Director, TranaNrtation and Public Works By: Grei Kbins, P.E. Engineering Manager, TPW Page 2 of 2 2022 Bond Year 3 — Contract 14 City Project No. 104315 Addendum 3 00 11 13 INVITATION TO BIDDERS Page 1 of 3 SECTION 001113 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of 2022 Bond Year 3 — Contract 14 CPN 104315 will be received by the City of Fort Worth via the Procurement Portal httns:l/fortNvorthtexas.bonfrehub.com/portal/?tab=oDenOnnortunities. under the respective Project until 2:00 P.M. CST, Thursday, April 10, 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 reconunends 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 tape time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https://fortworthtex,is.bonfirehub. c om/poilal/?tab=ooenOt)nortunities 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://vendorsuppoit.gobonfire.coin/ho/en- us Contact the Bonfire support team at Support@,GoBonfire.com or by calling 1-800-3 54-8010. CITY OF FORT WORTH 2O22 Bond Year 3 —Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 104315 Revised 2/08/24 Addendum #3 0011 13 INVITATION TO BIDDERS Page 2 of 3 To get started with Bonfire, watch this five-minute training video: Vendor Registration. and Submission [VIDEO] —Bonfire Vendor Support (gobonh.re.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Unit 1: Water Improvements 7,600 LF — 8" PVC Water Pipe 52 EA --- 8" Gate Valve Unit 2: Sanitary Sewer Improvements 14 EA — 4' Manhole 3,400 LF -- 8" Sewer Pipe Unit 3: Paving Improvements: 34,000 SF — 4" Concrete Sidewalk 16,600 SF — 6" Concrete Driveway 20,500 SY - 6" Concrete Pavement Unit 3a: paving Improvements Alternate A (POL) 21,900 SY — 3" Asphalt Pavement Type D 9,400 LF — 6" Concrete Curb and Gutter 22,000 SY -- Pavement Pulverization (11 ") Unit 4: Storm Spot Repair 60 LF -- 30" RCP, Class III PRE QUALIFICATION 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 httt)s://fortworthtexas.bonfirehub.coin/oortal/?tab—ot)enOt)portunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes" under the Intent to Bid section. All Addenda will be posted in the Procurement Portal httr)s://fortwollhtexas.bonfirchub.con-i/nortal/?tab=oDenODnortunities, under the respective Project. PREBID CONFERENCE — Web Conference CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number104315 Revised 2/08/24 Addendum #3 00 11 13 INVITATION TO BIDDERS Page 3 of 3 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: Match 11 th 2025 TIME: 11: 00AM 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 Fehruaty 26, 2025 March. 05, 2025 END Of SECTION CITY OF FORT WORTH 2O22 Bored Year 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Arumber 704315 Revised 2/09/24 Addendum #3 CITY OF FORT WORTH Transportation and Public Works Department 2022 Bond Year 3 — Contract 14 City Project No. 104315 ADDENDUM NO.4 Addendum No. 4: Issued Friday, April 04111, 2025 Bid Open Date: Thursdav, April 10'. 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 3 -- Contract 14, City Project No. 104315, are hereby revised by Addendum No. 4 as follows: L SPECIFICATIONS & CONTRACT DOCUMENTS: a. SECTION 00 00 00 — Replace the TABLE OF CONTENTS in its entirety with the attached revised TABLE OF CONTENTS. b. SECTION 00 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 45 40 Replace the BUSINESS EQUITY GOAL in its entirety with the attached revised BUSINESS EQUITY GOAL. e. SECTION 00 52 43 -- Replace the AGREEMENT in its entirety with the attached revised AGREEMENT f. SECTION 00 73 00 — Replace the SUPPLEMENTARY CONDITIONS in its entirety with the attached revised SUPPLEMENTARY CONDITIONS g. BID TABLE (BT-020X) — The bid table has been revised in Bonfire to reflect the changes made to the proposal form. h. BID TABLE (BT-25NO) — The bid table has also been revised to include the changes made to the proposal. i. SUBMISSION INSTRUCTIONS -- 25-0102 — The submission instructions have been updated to include Addendum No. 4 under the Requested Information Section. II. CONSTRUCTION PLANS: a. Replace the CONSTRUCTION PLAN SET in its entirety with the attached revised CONSTRUCTION PLAN SET. Page I of 5 CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104315 Revised September 14, 2022 Addendum 4 During the Pre -Biel Conference, the attendees asked the following questions. The City of Fort Worth's responses are below. Question 1: Is a TxDOT permit required for working within their ROW? What is the status? Response 1: Yes, the permit for SH-121 Service Road has been obtained. The permit for SH-180 (Lancaster Ave) is in process and will be obtained prior to construction. Question 2: On Sheet 21124, there is a note about temporary pavement being subsidiary to the permanent concrete pavement repair bid item. Need clarification as the City has always paid for both. Response 2: This note has been removed. Saw -cutting is subsidiary to the installation of the pipe. The City doesn't pay for both temporary and permanent trenches for the same location; it is either one. Refer to the revised plan sheet for the correct trench repair type. Question 3: On Sheet 86187 what is the concrete repair item here? Response 3: Find the updated call out on sheets 86187 for Arterial Full Panel Concrete Pavement Repair details on sheets 121 to 132, Question 4: On Sheet 85 what is the concrete pavement here? Response 4: The area beyond the paving limits will be paid under Concrete Valley Gutter. Question 5: All paving sheets, the legend says 8" concrete pavement but the typical section and bid items are 6". Which is correct? Response 5: Find the updated plan sheets legend for the 6" concrete pavement. Question 6: On Fairview Street (and maybe other places), there is a major manhole adjustment shown on a stormwater manhole. Response b: Refer to the updated plan sheets. There are no major manhole adjustments for the Stormwater manhole; there are only minor adjustments. Question 7: On Sheet 1091111, the concrete detail is incorrect with regard to the contraction joint spacing. Response 7: Find updated concrete details on sheets 109 to 111. Question 8: On Sheet 114, the driveway detail for a sidewalk against the back of the curb shows a modified p-2 ramp. What is this for? Page 2 of 5 CITY OF FORT WORTH 2022 Bond Year 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104315 Revised September 14, 2022 Addendum 4 Response 8: Find the updated sheet, this has been revised. Question 9: In the bid proposal, the quantity for unclassified excavation is the same in both the base and alternate bids. These should probably be different for the different paving types. Response 9: Find the updated proposal sheet with updated bid quantities. Question 10: On sheet 38, need clarity about removing the retaining wall. Response 10: Removing the retaining wall is subsidiary to the pipe replacement. New bid items are added to replace it under Unit 2. Question 11: 450 CD is not enough for this contract and should be closer to 550. Response 11: The calendar days have been revised to 500 days. Contractors should plan to start paving operations while utility installation is still underway. This is consistent with previous City projects with similar scope. Question. 12: All typical sections showing sidewalk again back of curb only shows 4" and doesn't show a thickened edge behind the curb. Is it required? Response 1.2: Find the updated city standard sidewalk detail, sheet 117 detail 32 13 20-D546 with the sidewalk at BOC with a thickened edge. Question 13: On Sheet 56, the typical section for Beach Street doesn't say what subgrade is required and how it's paid. Response 13: Beach St will be Arterial Full Panel Concrete Pavement Repair, details on sheets 121 to 132. Question M On Sheet 56, the typical section for Beach Street indicates a longitudinal expansion join at the location where we connect to existing pavement? Should this be a control joint instead? Response 14: Beach St will be Arterial Full Panel Concrete Pavement Repair, details on sheets 121 to 132. Question 15: Overall: Can we supply an overall paving map showing what all the paving and what unit is paying for each section? Response 15: Find sheet 40 for an overall paving map. Question 16: On Watson Street, many of the houses are set back 100' feet from the roadway. How are residents supposed to park on the street/around the corner and still access their property? Is the contractor supposed to keep access open to these properties? Page 3 of 5 CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104315 Revsscd September 14, 2022 Addendum 4 Response 16: Contractors are required to maintain access to properties during construction. They cannot replace two consecutive driveways at the same time and must stagger the work so that property owners can share driveways when needed. Additionally, a high early strength driveway bid item has been included in the contract to expedite driveway access if necessary for this area. Question 17: Several locations in the plans call for 8" DIP Sewer Pipe at storm drainage crossings. Projects done in the past stipulated that the pipe type would be uniform from manhole to manhole rather than one length of 20' DIP transitioning to 200' of PVC. Does the same apply to this project? Response 17: The plans have been updated to reflect uniform sanitary sewer pipe material from manhole to manhole. Question 18: Can you verify whether there are perpendicular connections to the water line at the following locations: W-3 STA 10+23.17 and W-7 STA 5+54.16? Response 18; For W-3 STA 10+23.17, this was an irrigation service that was mistakenly shown on the plans as a main connection. It has been removed. For W-7 STA 5+54.16, there is a connection to an existing 8" water main. Question 19. Is there an estimated cost available? Response 19: The engineer's estimate for this project is approximately $9,500,000. Page 4 of 5 CITY OF FORT WORTH 2O22 Bond Year 3 -- Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104315 Revised September 14, 2022 Addendum 4 This Addendum No. 4 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. 4 by completing the requested information in the space provided in Section 00 41 00, Bid Form, Page 3 of 3 A signed copy of Addendum No. 4 should be included in the submitted sealed bid at the time of bid submittal. Failure to acknowledge the receipt of Addendum No. 4 could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. Addendum No. 4 RECEIPT ACKNOWLEDGEMENT: Lay: r ompany: St�abille'a Winn, Inc. Address: P.O. Box 79380 City: Saginaw State: TX Lauren Prieur, Y.E. Director, Trans ortation and Public Works By: Gres ob ins, P.E Page 5 of 5 CITY OF PORT WORTH 2022 Bond Year 3 —Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104315 Revised September 14, 2022 Addendum 4 City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 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 00 11 13 Invitation to Bidders 02/08/2024 0021 13 Instructions to Bidders 01/17/2024 0035 13 1 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 0043 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 0045 11 Bidders Prequaliflcations 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 j 00 45 40 Business Equity Goal 03/07/2025 00 52 43 Agreement 3/08/2024 J 0061 13 Performance Bond 12/08/2023 J 0061 14 Payment Bond 12/08/2023 J j 0061 19 Maintenance Bond 12/08/2023 J 0061 25 Certificate of Insurance 07/01/2011 J 00 72 00 General Conditions 03/08/2024 J 0073 00 Supplementary Conditions 03/08/2024 J Division 01. - General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 J 01 2500 Substitution Procedures 07/01/2011 J 01 31 19 Preconstruction Meeting 08/17/2012 J 01 3120 Project Meetings 07/01/2011 01 3216 Construction Schedule 10/06/2023 J 01 3233 Preconstruction Video 07/01/2011 J 01 3300 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 J 01 45 23 Testing and Inspection Services 03/09/2020 j 01 5000 Temporary Facilities and Controls 07/01/2011 j 01 5526 Street Use Permit and Modifications to Traffic Control 03/22/2021 j 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 j 01 58 13 Temporary Project Signage 07/01/2011 j 01 6000 Product Requirements I 03/09/2020 j 01 6600 Product Storage and Handling Requirements I 07/01/2011 j 01 7000 Mobilization and Remobilization I 11/22/2016 01 7123 Construction Staking and Survey I 02/14/2018 01 7423 Cleaning 07/01/2011 01 7719 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 7839 Project Record Documents 07/01/2011 J CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 104315 Revised March 7, 2025 Addendum #4 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 Pro,ject's Contract Documents Division 31 - Earthwork 31 1000 � Site Clearing Division 34 - Transportation 34 71 13 1 Special Provisions to Standard Specification 34 71 13 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: htti)://fortworthtexaS.ZOV/taw/contractors/ or httus://avt)s.fortworthtexas.i!ov/ProicetResources/ Division 02 - Existing Conditions Fast Revised 0241 13 Selective Site Demolition I 03/11/2022 0241 14 Utility Removal/Abandonment 12/20/2012 0241 15 Paving Removal 02/02/2016 Division 03 - Concrete 1 03 3000 Cast -In -Place Concrete 03/07/2025 03 34 13 Controlled Low Strength. Material (CLSM) 03/07/2025 0334 16 Concrete Base Material for Trench Repair 12/20/2012 03 8000 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 7ti�v won xr itec„ lis fat: Ele + 1 034 W02 �.��1~ '1F� DeR164lir» fa; Nca`�figat Q(at 12/20/201 J r_ 1 1�12n12012 I 'U Of 3., �✓nrr�c a�� Bcllao ��' .�lc:.tria� lijcrt�s ��� 1 260543 43 feF We.t,-ical Systems 07,101,120i y I ��--.� d ltla:ar��r� ... ! 260550 G,,,,,r,, ni-aalions N4Iti-Dua go n4uit 02/ v 20167nl6 f Division 31 - ]arthwork 31 0000 Site Clearing 03/22/2021 31 23 16 Unclassified Excavation 01/28/2013 31 23 31 24 00 $erg Embankments I 01/28/2013 31 25 00 31-36 00 3' 3700 Erosion and Sediment Control Ggiens Ripr-ap I 04/29/2021 -- - ;2rsm�vzFr2nrany2 Division 32 - Exterior Improvements I 122OA2,0-12, 3201 17 Permanent Asphalt Paving Repair 12/20/2012 3201 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 11 23 Flexible Base Courses 12/20/2012 32 11 29 Lime Treated Base Courses 12/20/2012 32 11 33 Cement Treated Base Courses 06/10/2022 CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00, Project No. 104315 Revised March 7, 2025 Addendum 44 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 32 1137 Liquid Treated Soil Stabilizer 08/21/2015 32 12 16 Asphalt Paving 6/07/2024 AWhalt PQ7/ ng gFae--k Sealants 12 20/201 � 32 13 13 Concrete Paving 06/10/2022 f 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 12/09/2022 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 12/09/2022 32 1723 Pavement Markings 06/10/2022 32 1725 231 4; Curb Address Painting C1J i11 F eR60 S ,,,a G-at s 11/04/2013 i2c2nr��o Go.�n12 32 32 13 Cast -in -Place Concrete Retaining Walls 06/05/2018 3291 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022 3292 13 929 Sodding 05/13/2021 n c 11� r�� 3292 1.,c Nanr yux+l WIdFYit owe.. See,di*g io/061'?n 4 2 93 43 Troo�,-xA Shrubs 12/20l2Q12 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 i 33 01 32 Closed Circuit Television (CCTV) Inspection — Storm Drain 12/08/2023 33-03•4-0 Bypass Pumping of Ehi8tiag i2/20/2W2 33 nn 1 n �-,-�� 33 04 11 Joint ru �d-ing all ❑1 + 1 1 aa.I�az r�Jratierl 1 � 20/2 � -��� 33 04 17 v .de GR4h .di., U,eteetiai Syst.,,,, 12/20420012 1=0/20 2 33 0430 Temporary Water Services 07/01/2011 33 0440 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Pipes 03/11/2022 33 05 10 Utility Trench Excavation, Embedment, and Backfill 12/13/2024 j 33 05 12 Water Line Lowering 12/20/2012 33 05 13 Frame, Cover and Grade Rings 09/09/2022 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 03/11/2022 Grade 33 05 1G G,,nere+e�+efVai:lk crnTcru c ccx—r--r.[c�rc� 1=0,zo1l�n12 33 05 17 gg 052v Concrete Collars Auger`Ba�in6 03/11/2022 12/20 33 0521 TUIrxV-, LraiaF Pla4e 201 2 YG L-II}ZVZ 12/2012912 �4, d„stallation of GafFiei Pipe -i7=t-C a&kagvi Tureni! 12/nn�2 33 05 26 Utility Markers/Locators 12/20/2012 33 0530 _ Location of Existing Utilities 12/20/2012 33 1105 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/09/2022 33 11 11 Ductile Iron Fittings 09/20/2017 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 09/09/2022 33 11 43 �� f�'.�ncr-ele P-,. . �o�s�r��cr;;rar;, Pipc, 03,10742025 CITY OF FORT WORTH 2O22 Bond Year 3 - Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104315 Revised March 7, 2025 Addendu n #4 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 33-4 -4.4 I1uyi lQd Stems N-pe andA#i-ffgs 42�28/2012 33 1210 Water Services 1-inch to 2-inch 02/14/2017 33 Q 1 1 6avge WeAe • MeteFs 12/28/2012 33 1220 Resilient Seated Gate Valve 05/06/2015 33 1225 Connection to Existing Water Mains 02/06/2013 33 4 CetTibinlation Air ValNr A,33,- 1 �: tulle Wale'. 1 120/1 0i 33 1240 Fire Hydrants 01/03/2014 re eta, ion 12/20/2013 33� stafidafd Blow ffNf 1..0 Oi/119/29M J 3 31 13 €i-bo-,glam Rainfereed Pipe foF QFavity Smi4aiy S,-_wo c -3-341-4-5 High Density n lyethylefie (1119PE) PiVc fCl ranitarf Evt(w 0449 33 3120 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 09/09/2022 0d Pr-efilo gr-a .;t„ Cyan S 31 2,- &a4tatry S:yffa r P):p Linin 33 3123 Semitary S✓f(ar-nips 5nlargame+t 12/`V20,�2 33 3150 Sanitary Sewer Service Connections and Service Line 04/26/2013 33-31-70 Gambwii-�rlr. Air Valve forr Eairlitar XX20/20Q 33-3-9--1.9 _ria, in Pla-,e-GE*tffetc ALxN'aolac 12434024 �� I1 33 3920 Precast Concrete Manholes 12/13/2024 33-19-3-e lwz �zagr.&les 13�2e24 -3-39 40 asta�oesA fivrnbor ( G) 42l20/2U12 33 3960 Liners for Sanitary Sewer Structures 04/29/2021 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 3'2�3 r_ ig" r,enst+., n 1.. +1 ..1 (IIDPE) Pipe ki, f3torm Dnain 137�1 41 12 33 111 13 Rein— ed Polyethylene (S PE) Pipe ky S"Or 4W31120i5 n6no,z0/202� 2 33 46 00 Subdrainage l2/20/2012 -39 46 01. 33 Slk%, d Et n7m� '�i 4602r 33 49 10 Cast -in -Place Manholes and Junction Boxes 07/01/2011 12/13/2024 33 4920 Curb and Drop Inlets 03/11/202-2 3 49 40 S+olrm Diuinaga Hea w ll3 and «':*gwallq 07/04�2011 Division 34 - Transportation 34 41 40 T-Faffc ✓�ialo Q34 P2022 34 n10.01 AttaE-1metA- A Coil 1.1,x Cabine 12,1184046 �4-44-W42 Attachment B Go tfaller S e .flea, 02/2012 1 344440 03 AttashrneiA G Se#safe Speeil4ealio 01/2012 34 4 1 11- T_& cl,,Qr/ T�rff+&&i-gfta 11 221 20T1� 1 u 41 1� Re gA T_'raff\2 &V,-+-U,-, nX,1�322 9n�z1--20 R,\idv, ti '1 117 z I 3AA�v4 77v)- 7�,., Y'+t:,iio7. LF1D 1N�6lT/af LliiinaaiFes 04l1� ?/1 11 30%92 Fn uv`_- / LJAD n6f1� c � J f 34 1 l '310/J3 R+,sit#el Val L5D P_oadfray :fu.nina-if es 06f1 5 34 41 30 Aluminum Signs 11/12/2013 34 41-50 &-R& 1%od3 Fibaf Opfie Cable 02Q6/2016 f 3471 13 Traffic Control 03/22/2021 CITY OF FORT WORTH 2O22 Band Year 3 - Contract 14 STANDARD CONSTRUCTION SPFCINCATION DOCUMENTS City Project No. 104315 Revised March 7, 2025 Addendum #4 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 Appendix GE4.LL AvjiUh.lity efts GC-4.02 Subsurface and Physical Conditions G C-,-4 0 U-4orgreand GG 4.k Lkazavdo s B „ al Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates G C Us' NrFnits a .� r Tomes �C 6.24 Non&'10,in"lila u— GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH 2022 F3oncd Year 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104315 Revised March 7, 2025 Addendum 44 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: 2022 Bond Year 3 Contract 14 City Project No.: 104315 Units/Sections: Unit 1 - Water Improvements Unit 2 - Sanitary Sewer Improvements Unit 3 - Paving Improvements Unit 4 - Storm Drain Improvements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 3 CONTRACT 14 Revised 9/3012021 CITY PROJECT NO. 104315 - Bid Proposal Workbook - Addendum 4 0041 00 BID FORM Page 2 of 3 d. 'coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. - Water Distribution, Urban and Renewal, 12-inch diameter and smaller b. - CCTV, 8-inches and smaller c. - Sewer Collection System, Urban/Renewal, 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) M h. - 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 500 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. S. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 3 CONTRACT 14 Revises! 9/30/2021 CITY PROJECT NO. 104315 - Bid Proposal Workbook - Addendum 4 0041 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items Unit 1: Water Improvements Unit 2: Sanitary Sewer Improvements Unit 3: Paving Improvements Unit 3A: Paving Improvements Alternate A (POL) Unit 4: Total 1: Base Bid (Concrete) Units 1,2 & 3) Total 2: with Alternate A (POL Units 1,2,3 MA) i. Bid Submittal This Bid is submitted on Respectfully submitted, By: (Signature) (Printed Name) Title: Company: Address: State of Incorporation: Email: Phone: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFfCATION DOCUMENTS Revised 913012021 $120,000.00 $50,000.00 $140,000.00 $0.00 $320,000.00 $320,000.00 by the entity named below, Receipt is acknowledged of the following Addenda: JAddendum No. 1: JAddendum No. 2: JAddendum No. 3: JAddendum No. 4: Corporate Seal: Initial 2022 BOND YEAR 3 CONTRACT 14 CITY PROJECT NO. 104315 - Bid Proposal Workbook - Addendum 4 UNIT PRICE BID SECTION 00 42 43 PROPOSALFORM Project Item Informntion Bid list Item No. Description Unit 1 -Water Improvements 1 3311,046I 12" PVC Water Pipe (DR-14) 2 33I 1,0261 8" PVC Water Pipe (DR-14) 3 331 1.0161 6" PVC Water Pipe (DR-14) 4 3312.3005 12" Gate Valve 5 3312,3003 8" Gate Valve 6 3312.3002 6" Gate Valve 7 3312,0001 Fire Hydrant 8 3201,011 t 4' Wide Asphalt Pvmt Repair, Residential 9 3201.0201 Asphalt Pvtnt Repair Beyond Defined Width, Residential 10 3201.0121 4' Wide Asphalt Pvmt Repair, Arterial 11 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 12 3201.0400 Temporary Asphalt Paving Repair (2" HMAC on 6" Flexbase) 13 3201.0614 Conc Pvtnt Repair, Residential 14 3201.0616 Conc Pvtnt Repair, Arterial/Industrial 15 3212.0401 HMAC Transition 16 0241.0100 Remove Sidewalk 17 0241.0300 Remove ADA Ramp 18 024L0401 Remove Concrete Drive 19 0241,0402 Remove Asphalt Drivc 20 0241,1000 Remove Cone Pvtnt 21. 0241,1001 Water Line Grouting 22 0241,1013 Remove 8" Water Line 23 024 t,1218 4"-12" Water Abandonment Plug 24 0241,1300 Remove Couc Curb&Gutter 25 0241,1303 Remove and Salvage 8" Water Valve 26 0241.1302 Remove and Salvage 6" Water Valve 27 0241.1301 Remove and Salvage 4" Water Valve 28 0241.1400 Remove Cone Valley Gutter 29 0241.1510 Salvage Fire Hydrant 30 0241.1700 11" Pavement Pulverization 31 3110.0111 Site Clearing 32 3110,0103 12"-18"Tree Removal 33 3110.0104 18"-24" Tree Removal 34 3125.0101 SWPPP > 1 acre 35 3211.0601 8" CEMLD E (321blSY) 36 3212.0303 3" Asphalt Pvmt Type D 37 3213,0301 4" COnc Sidewalk 38 3213,0311 4" Conc Sidewalk, Adjacent to Curb 39 3213,0401 6" Concrete Driveway 40 3216,0101 6" Cone Curb and Gutter 41 3216,0301 7" Cone Valley Gutter, Residential 42 321T5001 Curb Address Painting 43 3217.0504 Preformed Thermoplastic Contrast Markings - 24" Stop Bars 44 3291.0100 Topsoil 45 3292.0100 Block Sod Placement 46 3305.0003 8" Waterline Lowering 47 3305.0103 Exploratory Excavation ofExisting Utilities 48 3305,0107 Manhole Adjustmeut, Minor 49 3305,0109 Trench Safety CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/3012021 00 42 43 PROPOSALFORM Page 1 of 5 Bidder's Application Specification I Unit of Bid Section No. Measure Quantity 33 11 12 LF 65 33 11 12 LF 7606 33 It 12 LF t82 33 1220 EA 2 33 1220 EA 42 33 1220 EA 20 33 1240 EA 20 3201 17 LF 500 3201 t7 SY 100 3201 17 LF 500 3201 17 SY 100 32 O1 18 LF 6500 32 01 29 SY 500 320129 SY 2500 32 12 16 TN 50 024113 SF L000 0241 13 EA 2 0241 13 SF 1000 024113 SF 300 024115 SY 2500 0241 14 CY 8 02 41 14 LF 22 0241 14 EA 4 0241 15 LF 2000 02 41 14 FA 7 0241 14 EA 11 0241 14 EA I 0241 15 SY 200 0241 14 EA 7 0241 15 SY I0117 31 1000 SY 500 31 1000 EA 2 31 1000 EA 2 31 25 00 LS t 321129 TOP! 162 32 12 16 SY 10117 32 13 20 SF 1000 32 13 20 SF 500 32 1320 SF 3000 32 16 13 LF 2500 32 16 13 SY 200 32 1725 EA 15 32 1723 LF 50 3291 19 CY 40 3292 13 SY 500 33 05 12 EA 8 33 05 30 EA 24 3305 14 EA 7 3305 10 LF 385 Bidder's Proposal Unit Price Bid Vplue 2022 BOND YEAR 3 CONTRAOT 14 CITY PROJECT NO. 104315- Bid Proposal Workbook -Addendum 4 UNIT PRICE BID SECTION 00 42 43 PROPOSALFORM Project Item Information 00 42 43 PROPOSALFORM Page 2 of 5 Bidder's Application Bid list Description Specification Unit of Bill 1tcnI Section No, Measure Quantity 50 3305.01 l l Valve Box Adjustment w/ Concrete Collar 3305 14 EA 42 5I 3305.0112 Manhole Adjustment wlConorete Collar 33 05 17 FA 4 52 0241.1512 Salvage V Water Motor 024114 FA 104 53 3311,000 t Ductile Iron Water Fittings w(Restraint 33 11 11 TON 9 54 3311,0117 Connection to Existing 4"-12" Water Main 33 1225 EA 19 55 3312.2001 1 " Water Service, Meter Reconnection 33 12 10 EA 104 56 3312.2003 1" Water Service 33 12 10 EA 104 57 3312.2004 V Private Water Service Relocation 33 12 10 LF 300 58 3305.0202 Imported Hmbedment/Backfill, CSS 33 05 10 CY 2W 59 3305,0203 Imported EmbedmentlBackfill, CLSM 33 05 10 CY 200 60 3305 0207 Imported EmbedmentlBackfill, Select RH 33 05 10 CY 1000 61 3304,0101 Temporary Water Services 33 0430 LS 1 62 347L000i Traffic Control 347113 MO 6 63 3305.0110 Utility Markers 33 05 26 LS 1 64 3349.5005 Remove and Replace Inlet Top, 5' 33 49 20 EA 2 65 3349.5006 Remove and Replace Inlet Top, 10' 33 49 20 EA 1 66 0I71.0101 Construction Staking 01 7123 LS 1 67 0171.0102 As -Built Survey (GPS Redline Survey) 017123 LS 1 68 9999 0001 TxDOT Item 531 Modified Type 7 Club Ramp, TXDOT PED - 18 32 13 20 EA 1 69 9999.0002 Salvage orRep] ace Historic Address Tiles 000009 EA 3 70 9999.0003 Miscellaneous Utility Adj ustme«t (Irrigation) 33 05 M LS 1 71 9999,0004 Construction Allowance (Water) 00 00 00 LS 1 Bidder's Proposal Unit Price Bid Value $20,000.00 $20,000.00 $100,000.00 $100,000.00 SUBTOTAL, UNIT I - Water Improvements $120,000,00 Unit 2 - Sanitary Sewer Improvements 1 3331,4115 8" PVC Sewer Pipe 1 10, 33 31 12, 33' Lb' 2300 2 3331,4119 8"DIP Sewer Pipe 33 1110 LF 1150 3 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 13 4 3339.1002 4' Drop Manhole 33 39 10, 33 39 20 EA 1 5 333 ].3101 4" Sewer Service 33 3150 EA 69 6 3305.0112 Concrete Collar for Manhole 3305 17 EA 14 7 3331.3105 4" Private Sewer Service Relocation 33 3150 LF 200 8 3339.0001 Epoxy Manhole Liner (Warren Environmental or Chesterton) 33 396 VF 35 9 3301.010I Manhole Vacuum Testing 33 01 30 EA 14 10 31 10.0101 Site Clearing 31 1000 SY 500 11 31 10.0102 6"-12" Tree Removal 31 1000 EA 2 12 3110.0103 12"-18" Tree Removal 31 1000 EA 4 13 3110.0104 18"-24" Tree Removal 31 1000 EA 1 14 3110,0105 24" and Larger Tree Removal 31 1000 EA 1 15 3125,0101 SWPPP > I acre 3125 00 LS 1 16 3201,011 I 4' Wide Asphalt Pvmt Repair, Residential 3201 17 LF 190 17 3201,0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 32 Ol 17 SY 200 18 3201.0400 Temporary Asphalt Paving Repair (2" FIMAC on 6" Flex%e) 3201 IS LF 3202 19 3201,0614 Conc Pvrnf Repair, Residential 32 01 29 SY 1000 20 3216.0101 6" Cone Curb and Gutter 32 16 13 LF 100 21 3291.0100 Topsoil 3292 13 CY 379 22 3292.0100 Block Sod Placement 3292 13 SY 1200 23 3301.0001 Pre -CCTV Inspection 33 O1 31 LP 1000 24 3301.0002 Yost -CCTV Inspection 33 0131 LF 3392 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 3 CONTRACT 14 Revised 9130l2021 CITY PROJECT NO. 104315 - Bid Proposal Workbook - Addendum 4 UNIT PRICE BID SECTION 00 42 43 PROPOSALFORM Project Item Information 00 4243 PROPOSAL FORM Page 3 of 5 Bidder's Application Bid list Specification Unit of Bid Item No. Description Section No, Measure Quantity 25 3301.0003 Final CCTV Inspection 3301 31 LF 3392 26 3301,0004 Final Mill CCTV Inspection 330131 EA 14 27 3305,0103 Exploratory Excavation of Existing Utilities 3305 30 EA 9 26 0241,2201 Remove 4' Sewer Manhole 02 41 14 EA 11 29 0241-0100 Remove Sidewalk 024113 SF too 30 0241.0600 Remove Wall <4' 0241 13 LF 20 31 3305.0114 Manhole Adjustment, Major wl Cover 3305 14 EA 7 32 3305.0109 Trench Safety 33 05 I0 LF 3392 33 3305,0202 Imported EmbedmentlBackfill, CS 33 05 10 CY 200 34 3305,0203 Imported Enlbednlent/Backfiill, CLSM 33 05 10 CY 200 35 3305.0207 Imported Embedment/Backfill, Select Fill 33 05 10 CY 1000 36 3213.0322 Cone Curb at Back of Sidewalk 32 1320 LF 75 37 3213.0321 Cone Sidewalk, Adjacent to Rot Wall 32 1320 SF 200 38 3232.0100 Conc Rot Wall Adjacent to Sidewalk 3232 13 SF 200 39 3471.0001 Traffic Control 3471 13 MO 3 40 3341.0103 18" RCP, Class 111 3341 10 LF 50 4 l 3305.01 10 Utility Markers 33 0526 LS 1 42 0 t71.0101 Conshuction Staking 01 7l 23 LS 1 43 0171,0102 As -Built SLevey (Rodline Survey) 01 71 23 LS 1 44 9999,0005 Construction Allowance (Sewer) 00 00 00 LS 1 Bidder's Proposal Unit Price Bid Value S50,000.00 $50,000.00 SUBTOTAL, UNIT 2 - Sanitary Sewer Improvements 560,000.00 UnR 3 -Paving Improvements Base Bid (Concrete) 1-13 0241.1100 Remove Asphalt Pvmt 02 41 15 SY 18880 2-B 3123.0101 Unclassified Excavation byPlan 312316 CY 2319 3-13 32I 1.0502 8" Linrc Treatment 32 It 29 SY 21870 4-B 3211.0400 Hydrated Lime (40 lbs/SY) 32 11 29 TN 437 5-B 3213.0106 6" Cone Pvmt 32 13 13 SY 20480 6-13 3305,01 t 1 Valve Box Adjustment 33 05 14 EA 21 7-B 3305,0107 Minor Manhole Adjustment 33 05 14 EA 10 8 0171.0101 Construction Staking 01 7123 LS 1 9 0241.0100 Remove Sidewalk 0241 13 SF 2190 10 0241.0300 Remove ADA Ramp 0241 13 EA 8 11 0241,0401 Rernuvc Conorcte Drive 0241 13 SF 13500 12 C241.0402 Remove Asphalt Drive 0241 13 SF 960 13 0241,0702 Relocate Mailbox - Traditional 0241 13 EA 11 14 0241,0705 Remove and Replace Mailbox Brick 0241 13 EA 9 15 024 L I000 Remove Cone Pvmt 02 41 15 SY 1000 16 024L 1300 Removo Cone Curb&Gutter 02 41 15 LF 5490 17 3305,0108Miscellaneous Structure Adjustment (WM), 6" or Higher 33 05 14 EA 10 18 0241.1510 Salvage Fire Hydrant 02 41 14 EA 1 19 3110.0111 Site Clearing 31 1000 SY 500 20 3110.0102 6"-12" Tree Removal 31 1000 EA 25 21 3110.0103 12"-18" Tree Removal 31 1009 EA 9 22 3110.0104 18"-24"'free Removal 31 10 00 EA 3 23 3110.0105 24" and Larger Tree Removal 3 t 1000 EA 5 24 3212.0401 HMAC Transition 32 12 16 TN 50 25 3125.0101 SWPPP > 1 acre 312500 LS 1 26 3213.0301 4" Cone Sidewalk 32 13 20 SF 19830 CITY OF FORT WORTH STANPARP CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 3 CONTRACT 14 Revised 0l30l2021 CITY PROJECT NO, 104315- Bld Proposal Workbook- Addendum 4 00 42 43 PROPOSA.FORM Page 4 of 5 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bid list Description Specification U11it of Bid Unit Price Bid Value Item No. Section No. Measure Quantity 27 3213.03 1l 4" Cone Sidewalk, Adjacent to Curb 32 13 20 SF 12730 28 3213.0322 Cone Curb at Back of Sidewalk 32 13 20 LF 1000 29 3213.0321 Cone Sidewalk, Adjacent to Ret Wall 32 1320 SF 500 30 3232.01.00 Cone Ret Wall Adjacent to Sidewalk 3232 13 SF 200 3 t 3213.0401 6" Concrete Driveway 32 13 20 SF 16600 32 32I3.0403 8" Concrete Driveway 32 13 20 SF 1000 33 3213.0501 Banner Free Ramp, Type R-1 32 13 20 EA 5 34 3213.0506 Barrier Free Ramp, Type P-1 32 1320 EA 3 35 3213.0507 Barrier Free Ramp, Type P-2 32 t3 20 EA 2 36 3216.0102 Cone Laydown Curb 32 16 13 LF 290 37 3217,5001 Curb Address Painting 32 1725 EA 114 38 3291,0100 Topsoil 3292 13 CY 900 39 3292,0100 Block Sod Placement 3292 13 SY 8110 40 3349 5005 Remove and Replace Inlet Top, 5' 33 49 20 EA 3 41 3349, 5006 Remove and Replace Inlet Top, 10' 33 49 20 EA 4 42 3441,4110 Remove mid Reinstall Sign Panel and Post 3441 30 EA 9 43 3471,0001 Traffic Control 3471 13 MO 8 44 0241.4005 Remove 5' or Less Curb Inlet 0241 15 EA l 45 3341.0103 18" RCP, Class III 3341 10 LF M 46 3349.5001 l D' Curb Inlet 33 49 20 EA 1 47 9999.0006 Barrier Free Ramp, Modified Type 7 Curb Ramp (RefTXDOT Ped- 32 1320 FA 4 48 9999.0007 Barrier Free Ramp, Modified Type 10 Curb Ramp (Ref TxDOT Pcd 32 1320 EA 1 49 9999.0009 Barrier Free Ramp, Modified Type R-t 32 1320 EA 5 50 9999,0009 Barrier Free Ramp, Modified Type M-3 32 13 20 EA 1 51 9099,0010 Miscellaneous Utility Adjushncnt(Irri8+ation) 33 05 14 LS 1 $40,000.00 $40,000,00 52 9999.00 t 1 Remove & Reinstall or Replace Historic Tile Curb Address 32 1725 EA 4 53 9999.0012 6" Concrete Driveway (HES) 32 1320 SF 2500 54 9999.0013 Construction Allowance (Paving) 00 00 00 LS 1 $100,000,44 $100,000,Do SUBTOTAL, UNIT 3 - Paving Improvements Base Bid (Concrefe) $140.000.00 Unit 3A - Paving Improvements Alternative A (POL) I -A 024 1, t700 I I -inch PavementPulvcrization 024115 SY 21870 2-A 3123,0101 Unclassified Excavation byPlan 3123 16 ' CY 620 3-A 3211.0601 8" CEMLINET"' (32 Ibs/SY) 32 11 29 'IN 350 4-A 3212.0303 3" Asphalt Pvmt Type D 32 12 16 SY 21870 5-A 3216,0I01 6" Cone Curb and Cutter 32 16 13 LF 9270 6-A 3216,0301 7" Conc Valley Gutter, Residential 32 16 13 SY 300 7-A 3305,0107 Manhole Adjustment, Minor w/ Concrete Collar 33 D5 14 EA 10 8-A 3305,0111 Valve Box Adjustment w/ Concrete Collar 33 05 14 EA 21 Deduct Items 1B-73 SUBTOTAL, UNIT 3A - Paving Improvements Alternative A (POL) Unit 4 - Storm Drain Improvements 1 0241.0401 Remove Concrete Drive 0241 13 SF 90 2 0241 A D00 Remove Cone Pvmt 0241 15 SY 10 3 G241.1100 Remove Asphalt Pvmt 0241 15 SY 20 4 0241.3017 Remove 30" Storm Line 0241 14 LF 30 5 3201.0113 6' Wide Asphalt Pvmt Repair, Residential 3201 17 LF 30 6 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 3201 17 SY 100 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 3 CONTRACT 14 Revised MW2021 CITY PROJECT No, 104315 - Bld Proposal Workbook -Addendum 4 SECTION 00 42 43 PROPOSAL FORM R1N kA=� 4114 4 Lai Project Item Information Bid list Description [term No, 7 3201.0614 Conc Pvmt Repair, Residential $ 3213.0401 6" Concrete Driveway 9 3292,0100 Block Sod Placement i0 3291 0100 Topsoil 11 334L0302 30" RCP, Class III 12 3301.0011 Pre -CCTV inspection of Stolen Drain 13 3301.0012 Post -CCTV Inspection of Storm. Drain 14 3305.0109 Trench Safety 15 3305.0206 Imported EmbednlentlBacktill, Acceptable BackflI 1­16 9999.0014 Construction Allowance (Storm) Bid Summary 00 42 43 PROPOSAL FORM Page 6 of $ Bidder's Application Bidder's Proposal Specification Unit of Bid Unit Price Section No. Measure Quantity 32 Ol 29 Sy too 32 l3 20 SF 90 3291 19 Sy 40 32 92 t3 CY 100 33 4 t 10 LF 30 33 DI 32 LF too 3301 32 LF too 3305 t0 LF 30 3305 t0 CY 30 co 0o 00 I,S 1 $10,000.00 SUBTOTAL, UNIT 4- Storm Drain Improvements Unit l: Water Improvements Unit 2: Sanitary Sewer Improvements Unit 3: Paving Improvements Base Did (Concrete) Unit 3A: Paving Improvements Alternate A (POL) Unit 4: Storn1 Drain Improvements Total I Base Bid (Concrete) Units 1,2, 3, & 4 Total 2 with Alternate A (POL) Units 1,2, 3, 3A & 4 *Nate: The City Reseivos the right to select either Total I or Total 2. Bid Value $ t 0,000, 00 $10,000,00 $120,000.00 $50,000.00 $140,000,DD $10, 000.00 $320, 000.00 $320,000.00 CITY OF FORT WORTH STANDARD CONSTRUCTION sPEcIFICATION DOCUMPNTS 2022 BOND YEAR 3 CONTRACT 14 Revised 913012021 CITY PROJFCT NO, 104315 - Rid Proposal Workbook - Addendum 4 00 45 40 - 1 Business Equity Goal Page 1 of 2 SECTION 00 45 40 Business Equity Goal APPLICATION OF POLICY If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises (MA'VBES). 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 10 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 11 stated in the City's Business Eouitv Ordinance #25165-10-2021, (codified in Chapter 20, Article X of 12 the City's Code of Ordinances, as amended) and found online at: 13 littos://codelibrarv.ainlei�al.com/codes/ftworth/latest/ftworth tx/0-0-0-22593) apply to this bid. 14 15 BUSINESS EOUITY PROJECT GOAL 16 The City's Business Equity goal on this project is 11.07% of the total bid value of the contract (Base bid 17 applies to Parlc& Recreation Department). 18 19 METHODS TO COMPLY WITH THE GOAL 20 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 21 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 22 ordinance through one of the following methods: 1. Commercially useful services performed by a 23 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination 24 of Business Equity prime services and Business Equity subcontracting participation, 4. Business 25 Equity Joint Venture/Mentor-Prot6ge participation, 5. Good Faith Effort documentation, or 6. 26 Prime contractor Waiver documentation. 27 28 SUBMITTAL OF REOUIRED DOCUMENTATION 29 Required Business Equity documents, as detailed below, must be submitted no later than 2:00 PM on the 3«d 30 business day after the bid Close Date and Time. The apparent low bidder will receive a message following the 31 Close Tate at Messages > Vendor Discussions in the Bonfire Portal that will restate these deadlines and direct the 32 bidder to submit the required M/WBE documents. The notified bidder must submit the required documents as an 33 attachment to the message and send it through the Bonfire Portal by the deadline. 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 The Offeror must submit one or more of the following documents: 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if participation is less than stated goal, or no Business Equity participation is accomplished; 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform all subcontracting/supplier opportunities; or 4. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor- Protdge participation. These forms are available in the Appendix: Business Equity Utilization Form and Letter of Intent ! Letter of Intent Business Equity Good Faith Effort Form CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 03/07/2025 2022 Bond Year 3 — Contract 14 CityProjeciNo, 104315 Addendum 44 2 3 4 5 6 7 8 9 10 12 13 14 15 100 00 45 40 - 2 Business Equity Goal Page 2 of 2 Business Equity Prime Contractor Waiver Form Business Equity Joint Venture Form FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE REQUIREMENTS OF THIS SECTION MAY RESULT IN THE BIDDER BEING DECLARED NON -RESPONSIVE AND THE BID REJECTED. FAILURE TO SUBMIT THE REOUIRED BUSINESS EOUITY DOCUMENTATION WILL RESULT IN 'THE BIDDER BEING DECLARED NON -RESPONSIVE. THE BID REJECTED AND MAY SUBJECT THE BIDDER TO SANCTIONS AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. For Questions, Please Contact the Business Equity Division of the Department of Diversity and Inclusion at (817) 392-2674. END OF SECTION CITY OF PORT WORTH STANDARD CONSTRucT[ON SPECIFICATION DOCUMENTS Revised 03/07/2025 2022 Bond Year 3 -- Contraol 14 City Project No. 104315 Addendum #4 00 52 43 - I Agreement Page t of 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 I. 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 tinder the Contract Documents may be the whole or only a part is generally described as follows: 2022 Bond Year 3 Contract 14 CPN 104315 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current finds, 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 500 calendar days after the date when the Contract Time commences to ruff, 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 fiftV and 00/100 Dollars ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 Bond Year 3 — Contract 14 Revised March 3, 2024 Cify Project No, 104315 Addendum #4 00 52 43 , 2 Agreement Page 2 of 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 Proj ect's Contract Documents. 6, Drawings. 7. Addenda. Documentation submitted by Contractor prior to Notice of Award. 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 Drovision is specifically intended to oneratc and be effective even if it is alleged or Droven that all or some of the damaEcs being souelit were caused, in whole or in Dart, by anv act, omission or neelieence of the city. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 Bond Year 3 — Contract 14 Revised March 3, 2024 City Project No. 104315 Addendum 44 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 any act, omission or negligence of the city. Article 7. MISCELLANEOUS 7.1 Terms. 'Perms 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 Doctuments 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 obl igations contained in the Contract Documents. 7.4 Severabilityl.Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or utienforceable 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 fiTture 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 Bond Year 3 — Contract 14 Revised March 3, 2024 Cite Project No. 104315 Addendum #4 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 terra of this Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2622 Bond Year 3 -- Coni act 14 Revised March 3, 2024 City Project No. 1043 1S Addendum 44 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 MOLD 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, employees4 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 Bond Year 3 — Contract 14 Revised March 3, 2024 City Project No. 104315 Addendum 94 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 Port Worth 0 Jesica McEachern Assistant City Manager Date Attest: Jannette Goodall, City Secretary (Sea]) M&C: Date: Approved as to Forth and Legality: Douglas W. Black . Sr. Assistant City Attorney 2022 Bond Year 3 — Contract 14 CityProject No. 104315 Addendum 44 00 73 00 SUPPLEMENTARY CONDITIONS Page 1 of 6 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are. modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01 A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of March 20, 2025: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUNIBER OF POSSESSION ►MIT' The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2, "Availability of Lands" CITY OF FORT WORTH 2O22 Fond Year 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 104315 Revised March 8, 2024 Addendum 4 0073 00 SUPPI,RMENTARY CONDITIONS Page 2 of 6 Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of March 20, 2025: EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT Oncor Power Pole on Rosemere, and 2 more on Anna St July 2025 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A laboratory test for street coring Report No. CPN 104315, dated 03/24/23 prepared by The City of Fort Worth Soil Lab providing additional information on street cores and subgrade lab test The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: None SC-4.06A., `fikiazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions ]mown to the City: None SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: None (3) Other: None SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each employee $500, 000 Disease -policy limit CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 104315 Revised March 8, 2024 Addendum 4 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of6 SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.0413. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of., $1,000,000 each occurrence $2, 000, 000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "V, "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C, Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount'not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250, 000 Bodily Injury per person / $500, 000 Bodily Injury per accident / $100,000 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks. "None" The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the Genera] Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: Required for this Contract CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revised March 8, 2024 $Confirm Limits with Railroad $Confirm Limits with Railroad X Not required for this Contract 2022 Bond Year 3 — Contract 14 City Project Mimber 104315 Addendum 4 . 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 6 With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. .All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07 A.., "Duty to pay Prevailing Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: 2013 Prevailing Wage Rates (Heavy Highway Construction Project) A copy of the table is also available by accessing the City's website at: h ttDs://ao Ds.fortwo rthtexas.vov/P ro i ectResou rces/ You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 — General Conditions SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: CITY OF FORT WORTH 2012 Bond Year 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Ntimber 104315 Revised March 8, 2024 Addendum 4 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 6 1. SWPPP 2. Street Use Permit 3. TxDOT Permit SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: None SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of April 4, 2025: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION TX O"T SH-121 Complete SH - 180 Prior to Construction SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority I None SC-8.01, "Communications to Contractor" None SC-9.01., "City's Project Manager" The City',s Project Manager for this Contract is Gustavo A. Vallejo, or his/her successor pursuant to written notification from the Director of Transportation and Public Works. SC-13.03C., "Tests and Inspections" None SC-16.01C.1, "Methods and Procedures" None END OF SECTION CITY OF PORT WORTH 2O22 Bond Year• 3 ._ Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 104315 Revised March 8, 2024 Addendum 4 00 73 00 SUPPLEMENTARY CONDITIONS Page 6 of 6 Revision Log DATE NAME. SUMMARY OF CHANGE i12212016 F. Griffin SC-9,01., "City's Project Representative" wording changed to City's Project Manager. 3/9/2020 D-V, Magaha SC-6.07, Updated the link such that files can be accessed via the City's website. 1 W06123 Michael Owen SC-6.07, Allow affidavit regarding paying prevailing wages to be submitted on compfetion of job, as opposed to with each progress report 3/08/24 Michael Owen Removed revisions related to affidavit, as those changes have been made in General Conditions CITY OR PORT WORTH 2O22 Bond Year 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 104315 Revised March 8, 2024 Addendum 4 CITY OF FORT WORTH Transportation and Public Works Department 2022 Bond Year 3 -- Contract 14 City Project No. 104315 ADDENDUM NO.5 Addendum No. 5: Issued Tuesday, April 0811, 2025 Bid Onen Date: Thutrsday. Auril 10t". 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 3 -- Contract 14, City Project No. 104315, are hereby revised by Addendum No. 5 as follows: I. CONSTRUCTION PLANS: a. Replace the EMBEDMENT DETAILS (SHEETS 121-132) in its entirety with the attached revised EMBEDMENT DETAILS (SHEETS 121-132). II. CLARIFICATIONS: a. On plan sheets 83,87-89, the City intends for the contractor to utilize Pay Item 1-14 (3201.0616 Cone Pvmt Repair, Arterial/Industrial) for the concrete trench repair for the water line installation in Beach Street Service Road. The Contractor should install the pavement at a minimum thickness of 11" for the length of the repair. This Addendum No. 5 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. 5 by completing the requested information in the space provided in Section 00 41 00, Bid Form, Page 3 of 3 A signed copy of Addendum No. 5 should be included in the submitted seated bid at the time of bid submittal. Failure to acknowledge the receipt of Addendum No. 5 could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. Page 1 of 2 CITY OF FORT WORTH 2022 Bond Year 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104315 Revised September 14, 2022 Addendum 5 Addendum No. 5 RECEIPT AC NOW EDGEMENT: Icy: Company: Stabile & Winn, Inc. Address: P.O. Box79380 City: Saginaw State: TX Lauren Prieur, P.E. Director "ITra rtation and Public Works By: K9wV Gregmins, P.F Page 2 of 2 CITY OF FORT WORTH 2022 Bond Year 3 —Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104315 Revised September 14, 2022 Addendum 5 LMsnxq .mA I/ z' I I W Ji asu u� a• w� rNo : • ,�. I IG71 G MN�I APo]tpi irt>'.D q t�fn 2�¢LNr � 32 01 17-0520 ASPHALT PAVEMENT TRENCH REPAIR 35 05 10-D001 ACCEPTABLE BACKRLL 33 05 10-D101 EMBEDMENT FOR WATERUNcS f2--INCH AND SMALLER a arpux yuis urt �� 71�}� � MATS elevt. i/�I VI rwc cwr� - -- s& � x ] / �B nmt .. + 1" MIN. J, f.� 32 01 17-D520 ASPHALT PAVEMENT TRENCH REPAIR 33 05 10-9001 ACCEPTABLE SACKFILL 33 05 10-D104 EMBEDMENT FOR WATER SER14CES �6 �f 4 nac wu� scovi of "� i 1 IVi+ PIE + it s• NN. Nn Ym�a lYe� 32 01 17-D520 ASPHALT PAVEMENT TRENCH REPAIR 33 05 10-DOOI ACCEPTABLE BACKPLL 33 05 I0-D201A EMBEDMENT FOR SAMTARY SERER OP TO 15-INCR DIAMETER I REVISIONS Ixo Q ➢ESCRWTIP4 MTE ILIA I IA - la p 4F'H"MONIIM- EMENC11 WPAIR NOTES M I.PA AlIDB PAY RESTORATION PER LATEST OTI!]lY CT OLIC" CONSINII FILL P REO R RISE 13 115 2 EZ OAC ALL TIiERCNES FNl 15 REWIRm )W TI IN OOWNT o 5[PLEIS ANO 9PTIONAL IN 6THFR AREAS Ir} IN BNCHFAI PER SECTION 33 09 1LL O m 3,ONLY SINGLE LIFO of 3" TYPE "B" HMAC REQUIRED FBRNt RF9SENi3AL STREET" N 0. ALL CON5TId1CTILVl HEIST BEN ACCIXioANCE NTH piY OF FORT WORTH SPECIFlCATIONS >S 92NERETE PM%WiTNT 7Q" N RE-g nnIES. 1. FLEVAELE FILL IS REQUIRED TO BACIffILL All lRQm M IN WWTITOWN SBEETS AND OPTIONAL IN OTHER ARE RACXFILL PER SECRON 33 05 io. 2 FOR RESIDENTIAL STREET' USE J4 BARS AR 1g' O.pEW Al@ W O.C.EW. FOR ARTEPoAC mu HouSWAL REI FOR 3 REINFORCIM CONCRETE PAT/- REPLACES TO A MFO RM DEPTH OF 9' ELR RE Z EG lOINI1A1 STREETS 11' FOR ARTERIAL Alm I STFG FOR l FOR RESp(:lVTIAN STREETS. IriA nR USE #4R BARS DOWEL AND iPPxTE17 MIN B'INTO EXISTING IN 6t TO EX TIN AT O.C. (lTP), ANo 1Y 6.0 FIXt , ARTERIAL JN ARTERIAL ANo 1NWSTRIAL BE I:I-15 S CORT SHALL BEIN ACCORDANCE WITH aT, F WR CITY OF FORT Y10Rili SFANTPRo S'£GIFICATICNS Dzrzs"m¢s CONTACT INFORMATION na�c isin� ffi"ID r � ' HORIZONTAL 11 VERTICAL CONTROL �wana.ee«cwww�s ca.�nwrss.s S �� �rax w�.s'�c�-rerwsvaarv�mcr>e:vasNo.+arsrsiuuo �z.� � xrm�okcT etnms x-.ner � I- WORTH, TEXAS 2022 BOND YEAR 3 - CONTRACT 14 CO N EMSEDMENTDFTAfLS N LanPla nnNg tauxasranxr enav a Engineethg d Program Mare9emeM awr �marwu+tetm 77 mpP� nmNR � £� nMc �6+cAe1¢ �NAtwu. N ��� sreauue I��rP''•: HACKFILL AND 1E;+`+'+'+'+•+'+'+'+'+•+• SURFACE REPAIR TO,+; ..+'.,+'.'.,..+.:'. SNATCH SEWER MAIN 0 MIN. I I1' ENCH GZ07EXMLE FABRIC CnA OCK I;PER SECTION r 33 D5 70 2' MIN. 32 01 17 D520 ASPHALT PAVEMENT TRENCH REPAIR 33 05 10—DO01 ACCEPTABLE BACff711 33 05 10-0202 EMBEDMENT FOR 5ANITARY SEWER SERVECES � k]uu � 9u�'NE�.wIT gAIAN 7 lRE)!41 n6ula leafs r Reavu.E �`�7� T.rx mmaDc sA� �1 1 ,Al i+ SBGVUCE 'i3 'aI�eFANV,6 ¢ TAS F•' � S ............. HACKFILL AND SURFACE REPAIR ID Tp+ MATCH SEWER MPJt - - - - - - 'M SAWYR N`1 A 2" MIN. III �RFNEH GECTEX[iLE usE eA su 4_� reeRcE I I I� I- FABRIC i a+ a w to `I� �" ROCK D CRUSHEE CRU SED 14 f f �IY wK iAxal ww_ 2" MIN. �P1 1.5 32 01 17-0520 ASPHALT PAVEMENT TRENCH REPAIR 33 05 10—D001 ACCEPTABLE HACKFILL 33 05 10—D402 EMBEDMENT FDR RCP STORM SEYIER ALL SIZES 1.6 32 01 29—DWI CONCWFIE PAWMENT TRENCH REPAIR 33 05 10—D001 ACCEPTABLE BACICFILL 33 05 10-0202 EMBEDMENT FOR SANITARY SE NFJ7 SERVICES REVISIONS rm p r�sraianou i p - a p s p A`PHAIT PAVEMENT TRlN REPAIRuDNP CC7 1. ADOITDN% PAYFd1ENT REQUIREM ON PER LATEST IrnliiY rJ CRJS3HHCIION ISPIOUCYREQ REQUIREMENTS BACN X 2 FtoWASLE m IS R AND, TO RA@ffIIN ALL TRENCHES IN DOWNT PER HTR M ANO OPTICN% IN OMEN AREAS M] ONLY MK PER TT OF 33 a5 3a O 3. RIEY 9NGU' LFT RF Y TYPE 'p" yMAC REQUIRED FOR RFSIOENTWE SRiEEETTS N 4. AT FORT WORIJT S MUST ff PI ACCORDANCE 5N111 CflY OF FORT YNRTH SPER�5 �C CONCRETE PAV. EIFNT TREUU RCP R N 1 FR�D 1. iLOWABLE FlLL b REOD AND TO ZONAL IN ALL TRENCHES IN OOMTITOMN RECTOS AND OPTIONAL IN 07FE:R AREAS. DACI6TE1 EN S_ ME 3j 05 10. 2 AND12' o,MIAL SR2E AR IRE $4 OARS AR 1r O.CEw ANo 1z• accw. FOR EARMn wousTRUL SEI EE S 3. RFlNFOiINIM CONCRETE F 9-1 F 1IF SHALL BE RFPLEE7S 70 A MFORA DEPTH OF) FOR RIAL STREETS STREETS OR 11• FOR ARTERIAL AND ImE #ow $TREE'($, 4, FOR RESIOENRAN EP I$ A IN fi- INTO E-A ea TN OARS N7 A lAr EPDXIED . IIW 6• INTO E%ISIING PAVETIENr AT 1B' 0.G (IYP) AND 1T O.G FRi ARTERIAL ANC O SHT MEETS i ALL CONSTRDCTION SHALL HEEININ ACCGRDANCE WITH CITY OF FORT WRiiH STANDARD SPERFiGTIRLS �� ozrzvzazs Esc.�z�ArucxL�G'ONTACT�fNFORM�4T10N�� �rt2o rosenmvs 'tlrmwramr sarcrwav � 1° n� r'"'an C HORT7ONTAL S VERTICAL CONTROL x-zeeas � A1W4RTR. C171'OFFORT WORTH, TEXAS A 2022 BOND YEAR 3 - CONTRACT 14 Da EMBEDMENT DETAILS coil Lan Planning > Ia ,a.+wcw nw, Enylneeling R Program Me„agement w� � ORAYmtAw I as S+HriN� FE9RUaRYN2S 1 -7- (.i � �3 r3-nT.Srx (iev] -^mow �cvua u�TMc G�oe ox�amM9;c�aE-Ir Bp�"i G � �w r3 � ox 'xEs' Ir f �u�iTTES I rfswNTBi w oRAWxcs I R _ iE E„ nx sn.v� ncN.mucncamn"suw xmE /A AER St�i3 ti-m�a [>�P-7 � xrw'c sxuE �M �x xwu FMPIT glecvcna TRE4TFL PA NeSw x 1t®£ pAlWt p19PAMNCS��yE •t��um - RI-V a Inkns"n�"xu�rF gg xa �aamo cow v xnrsn 1""-} 1. � tnhx P.�tr Rcsws 32 01 29-D521 CONCRETE PAVEMENT TRENCH REPAIR 3105 7D-D5W ACCEPTABLE BACKFILL 33 05 7O-D101 EMBEDMENT FOR WATER LINES 1-9 INCH AND SMALLER ��aws,313 TF.' Ll I€ .+ m � 32 01 29-D521 CONLRE lE PAVEMENT TRENCH REPAIR 33 05 10-D001 ACLLP7ABLf BACKELL 33 05 ID-D201A EMBEDMENT FOR SANITARY SEKrR UP TO 15 INCH DIAMETER REVISIONS xo A c,=sonPrmv r ve A A a A P1L Nfi?FP M AS\'jjpLF PMALI T 1RF_NT NP 1. AOO]RRNAL FOUNT RESiVfEMENT PFl2 LATEST UTWTY COMABLiF X PIX10T REpUITo FINST 2 A sAcS IN ALL TRENCFSS m F ALL I5 RETS IN DD STRIEE U POW 1. PV =T,OS ANP OP1I(9NgE W OR1ER ATERS vi ANTI O NAL DNLYCFlLL PER SECTON 33 0.5 O 3 ONLY SINGLE LIFT OF 3` TYPE 'P' HYAC REQIARm FOR '0 STRCTpM S N RLL CONTAL 6. ALL CaN51Tu14'ROPI BE IN ACCORDANCE WITH CITY OF >G SPFCIFlC CJM FPRT pRpNS �*'7�7 'P yFiu.FM TRf*' REPNP.N44T5 1. FLOWABLE FILL 6 REg11Rm TP BACKRLL ALL TRENMiES IN POWIJTONw STaFFTs AEN OPTIONAL IN ETHER AREAS BACKFlLL PER SECTION 33 05 ld 2 FOR RMIOENTWL S"IRFE IS USE h4 BARS AR 1B' MaF.W AND 12` O.C.E.X FOR ARTERIALS AND INDUSTRIAL sI RNMR 3 COCEPT IE PAVFlFM SHALL BE REPIA 1N Ix0 TO A .1CFA TO A NINLR B' FOR RESIDFNNEr 5TNEEfS RgAg A TERIA A lYi 13' FOR ARTERIAL AND g1OO5TRFAL SIREE'ES PnvaeTl R. FORRESDFNTIAL STREETS, VSE IY FO Q4%IPREM PARS. DOWEL AMEPCXYM A YIN 9 INTO IXISIING I PAVEMENIT AT 18' 00, (TrPx AM 12` O.C. FOR ARTERIAL AND INDUSTRIAL STREETS a7V of MIT �HSMLANOAIN SPELTFlAOOORTI IM NFSTWIR Ammm�'Ya RDYA enca�u. � • • • • • � sGoranl� y s3:nw sa oa to K `. scow v as to 16•.'v snoam �• � - .�.�Pwiox waar nrAwNrf�(1tP.� 0 32 01 18 TEMPORARY PAVEMENT TRENCH REPAIR 33 05 10-DOW ACCEPTABLE BACKRLL 33 05 10-D101 EMBLDMENT FOR WATER 12' AND SMALLER CONTAC TIN ORMATION � .a.on«areamrs msccna_soF.v. �.r.�ma m°v � I�r U HORIZONTAL $ VERTICAL CONTROL awKrrro� `°�••"gar-crzw«rNxro�ns.errnm.+w�x caw�nwtrss.. O wurcrmnmur,ausera.,rasa,ncr,m�r,� ram,:wrcamzr.-m.T () v rossre n'.,ps, ri X-1&u5 FOR--TpRTp. CI7I. OF FORT WORTH, TEXAS }W. �•� Q 2022 BON➢ YEAR 3- CONTRACT 14 ca N N EMBEDMENT DETAILS N Lan Wanexg ,a,n�� Engirreering O Program Management 1I �� Ryry x I AS SrrOuwr I r�eriwrtraozs ] c 1zJ U P:\137\137-10019-001\4-0-Production-Working\4-1-91M-CAD\Civll\Sheets\137-10019-O01-DET-EUMT.dvg 02-25-2025 mdhemondez 0 ON IN is ro m v_ rn 2 4 O In CPN 104315 - 2022 BOND YEAR 3 CONTRACT 14 fn ? V N 2 IN' �z da�mQag � Qua p X-28405, K-3341 E E ��EKI.CE➢ N +1 r�r� 1 ! PA / l �O-OoO �vm,v 7__TT1..0 BACKFLLL AN0 E, :s�� sq�T 3e 9 vsuss (roJ ����� �1im1 w°Ao n{w�yuQ�� �Y AS P� 91NS 9C m � .. •�'lY -0-0 0000 0000 0000 a 0 00000 0000 0000 REVISIONS Na A oFsrar�ron P4T£ sp : p s A ASWIALT PAVEH'NT W..N:r+ PEF6P 1. AMTICNAL PA ENT PESi(%LATION PER L = UTILRY M o STRUCApJ PMU REUUFL`TAENTS ' 2 PLOWABLE ALL IS RECURIEU TO & CKN1 ALL TRENCHES IN DOWNTOWN STREETS AND OP ONIN . Cjry R AREAS 1h' RAC14lLL PER �CHON 33 OB 1D- O 3. CNLY 9NCY UFT OE 3' TYPE 'U' NMAC RDWREn FOR - RE9DENTIl SIItEET•i N 4. ALL C0NSURUC110N MUST BE IN ACCCROANCE W CITY OF FORT WORTH ZPECAC TIO S �G DnurRFTE PAr_NFNT mEyRE Rs1NR ICUs BAL OEalx sAwarr 1. ROWABLE EL LS REQUIRED TO BAC RF ALL TRENCHES T(TWJ r�4E MTV }t• IN DOWNTOAN SIIB:EP' AND OPWNAL IN CVIFjl AREAS FACI PER ScCTRE 33 0510. � RES 2 FM R6IDENML RFETS USE }4 AR 1RI I�LIf/1 i F AND AND 12, QC.EiY FlRi ARIIIilALS AND ]NDIT$IRIgL REINFD5 3. TO A!RCEO CONCRETE F 9- IIEHT SHALL BE EZEPLACm TO MINIMUM 0EPR1 RESIOE]YIFAL STREETS +'+: r✓ . I A INDUSTRIAL Fi n• FUR sRTEF1P1 AND UEJ48 5'IREEfS 4. RE AL SIRFElSr USE BARS DOWEL AND OML A MIN IN 6- TO DlSjm INTO FF R1nG `ar rsivaFn PBAR AVEMENT AT Ur D-Il O ARD 12 ARTERIA AND 0USTFMALSSTRE1T512 0.G FOR 5. ALL CUNSTRUCT[CN SHAIl BE N ACDDRDANCE PATH CITY OF FORT WORTH STANDARD 5PEaHKAT[ONS SURFACE REPAIR TO �E70000�0000000 pop 00000 O000OI BACKIF LL AND —❑ISO` OHO` O•'O"O"L' "y"'�"" MATCH SEWER MAIN ^a^0^0^0^0^0^n0n0 n0., oo„o„ SURFACE REPAIR0�4�0�O J4 �z 4 209{y u.ArCn sFWEN MAN �1=(( _ 2' MIN. I1 ( - FABRIC GEOIE%n LE / lie Y MIN. ENCH OEOTEXIILE IIIa seawc �° I - FABRIC CRUSNEO RUCK O� a m — 9T` ER / 11- U � I I I PSEC7i0N PERCONTACTLFIFOR ATIOi,nvwmawro 33 05 1D �E= III, e4 I� 3305 10 sr.�rar<rt.r.•.o�.nol. ,�wancn, ITI:.:i I Ili I 11 i, r� A - 2' MEN. .I — I I_ �.f _ Pr.xwronulras ren,rux.naas tY dirk-nmtd r.,, 2' HIM. II 11= - r ROR;ZONTAL�& VERTICAL CONTROL 32 01 17-D520 ASPHALT PAVEMENT TRENCH REPAIR 32 01 17-D520 ASPHALT PA I"DVT TRENCH REPAIR 32 01 29-D521 CONLRE7E PAVEMENT TRENCH REPAIR 33 05 70-DOD3 CEMENT STASIUZE➢ SAND (CSS) BACICFILL 33 05 10-DOD3 CEMENT STABILIZED SAND (CSS) BACKFILL 33 05 ID-D003 CEMENT STAHJUZED SAND (CSS) RACICFRL "0N'""`•��1eVnRS rv0 U 33 05 10-0202 EMBEDMENT FOR SANITARY SEWER SERVICES 33 05 10-D402 FMHIDMENT FOR RCP ST0RM .SEWER ALL SIZES 33 05 IO-D202 EMBIDMENT FOR SANITARY -IEWR SERWCFS CITYOF FORT WORTH, TEXAS 2OZ2 B0NO YEAR 3 - CONTRACT 14 f N I EMBEVUENT DETAILS N LanNsnning " r6�.� Englneering Q. Hegram Managemeirt rae � I� o: I ws srarx I F£9lar.tRY�S iccnx r.s C.] REWSIONS w+ Q CESCPoADdk MIF 1 Q A 3 A ASPTTBLI PPYENFIl775H:. +i3 REPAIR NO7F4 (�'1 1. ADCITIMAL PAV°/ENT RESTORATION PER LATENT CONSTRuo"DN POLICY REQUIREMENTS Y 2 F ABLE FlLL IS REQpfRE➢ TO MCMEL ALL TRENCHES IN DCWNTOYM STREFTS AM OPHUNAL NJ OT R AREAS. (t) HAQffILL PER SECTION 33 m Ia. O 3. ONLY SINGLE LIFT OF Y TYPE V HRAC REWIRED FCR � RCMDEN'ML STREETS. 4. ALL C0.NS'(RNC710N MUST BE IN ACCORDANCE WTR aw OF FORT WONHS SHEuHuTi NS CG epN(r;FTF Pk-HFNI TM,4 REPAIR Nm mxslRurnevs 30'� y5gi��,yyRT MRi seNv1 1. RAWABLE FILL IS REQUIRED EU UACKFILL ALL TRENCHES _ _ _ 9uCWE ✓arcr snwv] mExrTt cin (�7 IN pOpN3ONN STREETS AND OPTONAL IN CTHER AREAS PTA 3S 13 55-esic (rn.) scEx¢I Rua uR iivcn s L]tl511NC „u 3113 1]-6510 (Ma � tt¢�T.TI fF EACKF3LL PER SECI[OPI 33 05 SA cwr elA scil - 2 FOR RE ENMAL STREETS USE RATER AR 18- 0,C,E.W D a vmotwe pe >+rl+) we'x� /0.05t1 S�ws�c PAyvRUT y MIT ppy¢r ns vossai AND 12' OZ.E % FOR ARTERIALS AMC INDUSTRIAL °m-nx¢ sla:.nn ARE¢ m oa...wls� F r'EE Ro1F, Az»7�r�warr a RpNFaecm COFCREIE PAVEMENT SHALL RE REPLACED _ �a rc�r-�rT 1" - ,y 'es� sAlas fsma TO A MINIAIUu DEPIN OF 9" FOt RESpFMRAL STREETS /r Air FO 31' FOR AL STL AND USE # IAL PREF R ♦ �I'ri. a^- y IwORllirt011 EaNeY¢101x Ixyui �.w 4. FOR RESIDENTIAL S'EPDXT{" USE IN 6' PRFF IXi sl�Nr:IN Awn _I� �.aauuc Qr ulh 4�t� //`� MIED EARS. UOWEL ANC EPC."lEl) p MIN d' !NT(l IXISIFNG ssmNyMy .17T TAc%c.H / PAVF]If?IT A718" O.C. (T1P}, ANP 12" QF FOR Ji-L /,� ! Ali1FRA1 ARC INDUSTRIAL sIRIFES •; ' ••�•� � � •: •f �; ; Iw 3. Al%. CONSTRUCTION SHALL 6E W ACCCRCANM Wtl rawwaaa {i CITY OF FORT WORTH STANDARD SPECIF1CAMNS 000°o°o°v°o°o� EF,°p°p°o°o°o°o( OOODOOOOOo000 F 3000000000000( e.•4 °ovc 0 0 0 0 )o°o°ovo°o°o°ql o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0( 0000 o000 0 0O� O O D O O C 0 0 0 0 0 0 O O 000 0 0 0 ° o° 0 0 0 0 O O O O o o 0 o c o 0 /, 000000°°o°o° 1�f,-w-�, _ 000°v°v°voo°� ..� ll.�° o 0 0 ° o 0 6 0 0 0 0 p O O O O O o OOD°00000000 000,0°0°°000°�006°O°O°O 000000000o0°C� °0000000000°� ¢rn¢Ium 90pO�ODOQo�O� IL :t dV n 0 6 0 0 0 C� 000000000000°' 0000o°0 0 °000 OOO0000 ]N� a �°OOODaO°O°O°D - O°O°�°..WL. °°�_ L TV �I mrzsrzozs �.,—oo°v°v°vovovo Nlru_ ¢�4i1LL � � n� ��'•� I NISVI e�lioslLXL � ^.. • • 1RQg1 4EGTE(n[E �1 - _ � ¢E¢lE(111E 11.-� =X., ¢ ]] , COIVTACTINFORIA47ION n ^�: �cwl y m w e• waV- .xq - - 6 fuv. AV¢ - I IY�c 6•+asN�irc J �1-' R H#'�'N IYalav�uc� .•- �+ vrrrxoiw[znncvs 'nn�ravgd sa p s sr vx + N_ »w. r Tar. Tonal xu " I"n U 1 .A- 8 HORIIZONTTAI V¢ERR KCAL CONTROL hwas a i ti c 32 01 29-9521 CONCRETE PAVEMENT TRENCH REPAIR 32 Ol 29 D521 CONCRETE PAVEMENT 7PENCH REPAIR 32 Of 18 TEMPORARY PA VFMENT TRENCH REPAIR a 33 05 1�DO03 CEMENT STABILIZED SAND (CIS) 8ALl'SFIIL 33 05 10-Df1D3 CEMENT STABLIZED SAND (CSS) BACI(RU 33 05 10-D003 M BACKFf11"A°At'rcr,,,'rw.+w.ssE*ar°asrAc^ur�w=^ur,�eerua wrslsmrnnna... (3 33 05 1O-D701 LMBIDMENT FOR WATER L1NES 12-INCH AND 33 05 10-0207A EMBE➢MENT FOR SANITARY SEWER UP TO 33 05 f0-D101 EMBEDMENT FOR WATER 12' AND SMALLER K-e3.r SMALLER f5 INCH DTAMLTER I "'�"'�rEc-r a 3 1:111I 012TWOftTH, TEDAS y E I 2022 BOND YEAR 3 -CONTRACT 14 O o EA I c EMBEDMENT DETAILS Lan Planning n Pm�sm MalmgemeM ��Nvrxmn�a» L.' �oRAv.N. ¢Lw I wsa.vwR � rteRtuAvaeP� I +t>3 Lj O>P•7 �� uu'TT 10 ��' Y TAaf MAi� alrx,nC IIF um}� �� 9•elnN ¢+ ��ie 1 S II-j V TA(%COUT� xmN. �S;Tv' FIBMC ¢nrzx,uc 1' MIN. un I ns `z' �. ,u - - w9�xi �-W_: -I1 UTHUTY SAND PER SECTION •,, I-,``. �4< <; I SECTION 33 DS tO Irk y e, �ii I , I' MIN. J II _y� ,--.,--s•q'_-_.'!_ � � 49WW�+W+IRR 32 01 17--D520 ASPHALT PAVEMENF TRENOT REPAIR 32 01 17—D520 ASPHALT PAVEMENT TRFNCH REPAIR 33 05 10—D004 CONTROLLED LOW STRENGTH WA MAL 33 05 10-0004 CONTROLLED LOW STRENGTH MATERIAL (OLSM) (CLSM) RACKRU &AOKFU 33 05 10—DIOI EVE OMENT FOR WATERLINES' 12—INCH AND 33 05 10-0104 EMBEDMENT FOR WATER SCRVILLS SMALLER I REVISIONS Iruo A aescawnov v rE I+ p la p IT p ASPHAI T PAKAIFFTT 1gFy� (FEP91F_F.7'i6� m 1. Al)OtT10NAL PAVENENr rss+aRAnoN PEN - -5T UIR.- M CONSIFNCTfON POLCY REg111REINENT$ �'. 2 F OwW FILL f$ REWIRED TO BACNFf1-L ALL TRp,(]Rg IN DOWNTOWN,AND OPTIONAL IN CTER AREAS, lrj BADNFILL PEN SEC—N 3 05 I0. 3 ONLY SINGLE LIFT OF 3' TYPE'D' EIMAC REWIRED FOR RESIDENDAL STREEA N - 1. ALL CMSTRucli MUST BE IN ACCORDANCE WIT CITY OF FORT WORTH 9PEunuAONS �G 47fGR€TT PAIkT"IT IRrreSi+H 1. FLOWAHL FELL IS REOUIRM TO RACJd1LL ALL MENCHES Eg51Nl61RFw >s�+ Er my) um� I slip � u� IN Co•+INTaWN Sn$E IS AND OPTIONAL IN O1 CR AREAS BACIEFlLL PER SECTION 33 U5 lo. Acx mA m X,6 I I T/ 2 FOR RESE,EN ML STREETS USE g4 OARS AR 1FY dC.E,W } AI✓ AN61,5 O.C.EW. FOR MTQtl AND INDUSTMA 3 RQNFORf2D CONCRETE PAVEMENT SHALL BE REPLACED A "II MINI DEFT Of 9' ESR PFS1DENnu M OR 11' FOR MTERIAL AN6 INDU57gIAL $TRE'cTS • FoR RE VENTW STREETS USE J4 a PREFORUED i •• BARS. DOWEL AND ERO1fYE➢ A MIN Sr To EMSHNG nA¢r ys . `++ PAMEMENT AT 1T O.O. "). AND 12' dC. FOR �gaypE ARTERIAL AMU INOUSIRIAL STREETS 5. All. CONSTRUCTION STALL BE W ACCORDANCE WITH CITY OF FORT WORT STANDARD SPECIFICATIONS y nt<12 oarzszo� - xvu_ 9EIs1IaT¢E e• un wm �EDINNG CONTAGT INFORMATION AGTfN .RMATI0JV srnAwro Ew�*xc,rEvx�vc,no+, u=.nna mPa f;r�noaat�nays ,aoa�ss+, Q «rseAmssesvr �.m��gsiu°o � rvaraa cawmw .�o,.wa�,r� � U HORIZONTAL & VERTICAL CONTROL J "" 32 01 17-0520 ASPHALT PAVE ENT TRENCH REPAIR D 33 05 10—D004 CONTROLLED LOW STRENGTH MATERIAL (LYSM) RACKfYL 33 05 10—D201A EMSE MFNT FOR SANITARY SEVER UP TO x-:v.w nt: 15—lNLYi DIAMETER Fbgr'^^OIT H. CITY OF FORE WORTH, TEXAS I ca 2022 80ND YEARS- GGNTRAGT T4 C) m N EMBEDMENT DETAILS N Lan I Panning +Erns w Engmeenn9 O Pmgram Ma+,aaen�m is�r�uu.z m E i 1� En�� � Rn. oenx ra P 9 PL4CE9 N u �H�WL � lafwiED j �%w-C�E�e..sEvu lF]a 111+1 � ewe f }' Twf mti-� 0.neV 3� e� I �P RACKFILI_ AND SURFACE REPAIR TD WATLH SEWER MAIN 2` MIN. _ { �RENCH GEOTE:)MLE FABRIC j amrrne - CRUSHED ROCK III_ pp' PER SECTION 33 05 FB — f>r� 2' MIN.• 0-4 4.4 4.5 32 07 17—D520 ASPHALT PAKMF)VT TRLNCI-I REPAIR 32 01 17—D520 ASPHALT PAVEMENT TRENCH REPA)R 33 05 10-0004 CONTROLLED LOW STRENGTH MATERIAL (CLSM) 33 05 10—DO04 CONTROLLED LOW STRENGTH MATERIAL (CYSM) BACKFILL SACKFTLL ,U I75 10-0202 EMBEDMENT FOR SAIVIMRY SENFR SERVICES 33 05 1O—D402 EMBEDMENT FOR RCA Slaw SEWFR ALL SIZES �4Ur"GVE .Ni�2Nxn � IREHCH ea uNrs {MJ m�s�YGfe1C G�nilo�Arw Fewis�n�s¢�'n aE� f.Fsw.tm w ow,Maios � R BACKFILL AND SURFACE REPAIR TO MATCH SEWER MAIN ••................. 2" MIN. I 1REWSIONS Ifra n ,>�R�T�a GATE I� n la p IS o ASPHAI T PnUMl31T TRENCH REPAR NOTE. C�"f 1. ANRON PR IATST OTUN CNSHRJCTON POLICY IEWREMEMS E`] 2 FLOwAI'.1.E HLL IS RECOIRm U NAi- IN ALL 1REN EO& IN ODWNTONR S4N'ET$ ANO OPTlLNAL IN OhIER AREAS h NAC UNCLE N PER I E OF 33 OS 10. O 3. ONLY SI71AL LIFT OF 3' TOPE '0' NMAC REQUIRED f0.R , CfONSTR STREETS. N 1. ALL CONSTRUCT! MUST C[RC TI IN a6pRppNOE N1TH CITY OF FIXiT MOfiTH SPECIE7CATONS >C CONCRETE PAlk MWT ]I2w7, REPAIR Nqg�+ uNzn t. FLCWABLF FILL B REQUIRE[ TO BACIUTLL ALL 7RENMES IN CO TO SSRFETS ANC WMCNA IN O ER AREAS E}F BACA !J- PER SECTON 33 05 1C. 2. FOR RE3E.`E STREETS USE #F BARS m UP 0.GEW T AND t27 O,aEw. FOR ARTERIALS AND INDUSTRIAL SENFIS 1 TO A!RCm CONCRETE PAVEMENT SHA�ESIDE II REPLACES m A MINIMUM CEPTH OF 8' FOR RESICENT{AL STREETS mil FOR ANiE STR ANC USE # GL STRE R 4. FOR FE51O AN STREETS, USE IN 6' PNEFpRMEp OARS OOMEL AND D.0 xCTp A MIN 12 INTO E%13'CNG ARTERI M AND N 0.G (T'EP� AN➢ 12' 0.G FOR ARTERIAL ARo INCUS 5. ALONSTRUCTON AU- RE IN OANCENTR CITY pF FORT WSFANOARC SPECIFlCRTC,NS RENCN GEOTE(TILE ABRIC vuisrzoxs I I1 d. CRUSHED ROCK PER SE 33 05 10 nrwrxwnrr�cx INTACT tINFORhP770� 2' MIN. HORIZONTALS& VERTICAL CONTROL 1 ti 32 01 29—D521 C CRF7E PAVEMENT TRENCH REPAIR U 33 05 10-0004 CONTROLLED LOW STRENGTH MATERIAL (a-) " "`�'"�" �f e1'a"�'"�` "" ""'�iOiSi"""°'"•"�" BACKFILL I x,r �aEcr :�w-3,5 K-ter 33 05 10—D2112 EMBEDMENT FOR SAMTARY Sian SEwcE5 aeP � lr„�„r j CITYOFFORT.TH, 7FxA5 I � O 2022 BOND YEAR 3 - CONTRACT 14 j N EMBEDMENTDETAttS cry LanEngineering O Pragmm Maoageme 1 �ry N I a55�mvux I •LRRutRravl5 � I� U E i 9 mr wax e�,.xyT u. x*Tx aau cex �c`-ncxay'>a"` � re �3 u-nsta (IraJ c'�w �aurs ms c �� � R Pm � to t�rca +s"•:r amne uuia � ��� rme �'H CNtlE'I£ uT e�4�-��5 a p�7� N �er� F�5nx��m�..amr�iaATLH 1+ gu1VR u y aowtur 9SXiy➢E QF !lTT1 / tl to �� �1�A5 Pr®®e � µTEN su u� ! 1rvT [xp RNhv�i16 as P[g�E // / OF9GHARS ar orsntwr�5 �gE x p � � o[ve+A SE£ xol� ¢ Ana �.>: m ,� ,rw>a� n m t •� � -a �E r RfA. AM 12�YAx� REVISIONS uu�A eFsrlavna�v aarE t ❑ I ASPHAIT F6WmENT ]i F.h'121 PEPAIR NnTF2 1. ADDITIONAL PAT MEHT RESTGWAMW PER LATEST UIILRY r1 CONSli Uu M POUCY RFgHY1EiuEN75 x 2 FTAWABLE FlLL IS REWRED TG DAOKFlLL A! TRENCHES IN M—Tp N STREETS AN OPTIONAL PI OTFEFi AREAS h eACT6T[L — SECTION 33 W 3. ONLY SNGLE EIFF CIF Zr TYPE 'V HMAC REWIRED FCR RFSDmmT STREETS. 4. ALL CONSTRUCTION — BE IN ACCORDANCE WTN oTr OF FORT WORTH SPECIFICATTDNS CC cournE7L= ?BMiNTYIFN, Rt— ]. FLOWAsLE FlLL Is R gm9m TO SACKFILL ALL TRENCFES 1N ➢OWNTOWN STREETS ANC OPTIONAL In OTHER AREAS. HAcm4 PER SECTION 33 05 TO. 2 FOR R&SIOMN STREETS U8E ga BARS M 18' O.CEW AND 12' 0.C.EW. F ARTENALS AND INDLrsm AL _ STREF S 3 REINFORCED OONERETE PAVEMENT 51TA.L BE REl'IACm r iE+v] rm TO A MINotUM DEPTH CF 9' FOR ]iE90ETFTlEF STREET" FS'F OR Il' FOR MT AND INDO-4MV STREETµ gym. tflWl siaxvc iP xwf \ SM 4. FIXi ftESCENTIAN STREETS, A IN 6' TO EX Mm RARS pONEL AND MIN fi' INTO EY.iSTING Tr �'� PAVEMENT AT (1C. 0.C. {TWJ, ANO 1S O.0 FM . _ ARIFAIAL Akp UNU57RIAL STREETS O OQ1�FORi WfMNZTF S�7AnoAR0 S TNtlISVATx �+emswr�o � asx�—rtiA�eAanuL �vv a iii a1.11. 1r MIx. T[ENni u o I v .. 1TFivt — pG's�u Tiex C .1uaWUI� 0.ENLW(E im famrc 4EM4J:E Tana —NOP�NN�TIA 32 Ol 29—D521 ONCRETE PA lEA1ENT TRENCH REPAIR 32 01 29—D521 CONCRETE PAVEMENT TRENCH REPAIR 32 M 18 TEMPORARY PAVEMENT TRENCY! REPAIR 33 05 10--DO04 CONTROLLED LOW STRENGTH MATERIAL (CLSM) 33 05 10-0004 CONTROLLED LOW 57RFNG7N MA,-ERIAC (G_9N) 33 05 10—DO04 CLSM BACKFILL SACXFILL BACKFYL 3.3 05 10—DIO1 EMBEDMENT FOR WATER 12" AND-WALLER 33 05 10—D1O1 EMBEDMENT FOR WATER LINES 12—INCH AND 33 05 10—D201A EMBEDMENT FOR SANITARY SEWFR LIP TO 15 SMALLER INCH DIAMETER rqw 6 ozrzvzozs CONTA�CTT'N OR AIIONN Fo rxiom+�un2'3 R'/tau-%"a acamc Hni�6W v Nrltrae�Jrs .r HORIZONTAL & VERTICAL COMROL a state.rares ca.r.m.�.soaca.taxrv..rs ...u,x�..s �+to,a,.,��s Z UDGWO O urr»w,ecr s.wsrs N-zsar � x cos � '^r �' CITYOF FORT WORTH, TEXAS 2022 BOND YEAR 3 - CONTRACT 14 - 0 IA N N EMBEDMENT DETAILS ry Lan Plannln9 rsona+aa Pmgram Managerree orwv�wu I ASs;arry I reaxurutr�s ..I o� tz9 C] mALn�,H��rr A�T � T�LL �,1 SIN l PAPExO1T tv secnox a1 3r �� i Pn � T �,�IT o„41,1 / s� 11 �•a•a•aa+aaa+aaaaaaa�� ¢ulamw�a 11000000�� wwesvi -x rv+s x TTC 0000 o�4C' v[Fl1mi Cif °_O_O°n 1 ref __.�� nTrt.a lE aso�,'�y SIYa�aa-aa•'aa~ 1 ' e'O°°°O°N 1E 0a°oOOO� [E ®1exnlr< l" MIN. J 1' MIN. UnUTY SAND PER SECTION 33 05 10 � yl�lll � II Ill �l1111 >rTr1RT 1'PkSEM AfS561T� 32 01 17-D520 ASPHALT PAVEMENT TRENCH REPAIR 32 07 17-D520 ASPHALT PA vnAENT TRENCH REPAIR 33 05 70-DO05 DEEP TRENCH HACKRU 33 05 10 -DO05 UEEP TRENCH 8ACKFILL 33 05 10-D701 EMBEDMENT FOR WATERLINES 12-INCH AND 33 05 70-0704 CMHEDMENT FOR WATER SERVICES SMALLER i it LTP] we flat oti•Trf T11I�y 916R�JE TA-q 1 1 I a�wcr�. w a wx�uw.r _ I Y ILL um Nm.A erwui'Lu. rol.�;.O'b- 7kI 1 =- (Tn.)y°rL ,5.3 32 01 17--D520 ASPHALT PAVEMENT TRENCH REPAIR 33 05 10-DD05 DFEP TRENCH SACKFILL 3.7 05 10-D201A EMRFDMFYT FOR SANITARY SEY,€R LIP TO 15-INCH DIAML7ER - - - REVISIONS 1� R .L--I T PAST IT T ENrr_x'FM HR7i M 1. ADDITIONAL PA �ADN PER LATEST UnLr1Y 10 CpNSTRUCTION POLICY REQUPENENTS �+ 2 FLOVIAELE ALL Is REOUIRED TO SACNF3Ii ntl_ TRENDIES IN DOWNTOWN STREETS MID OPT WAL N OiIiER AREAS. M] O U- PER SECTON S n5 10_ O 3. ONLY SNGLE LIFT of r TYPE 'U' HMAC REQIARm FOR � FE51 ENAAL STREE35 N 4. ALL CONSTRU°TION -- HE IN AGCORUANCE WITH aTY OF FORT woNTH SpzanCA.nms CQN(:Ri_MFPAVE4ENLTRET'CH REPAIR NOTES 1. FLOWARLE FTL IS REQUIRED TO SACI ILL ALL TRENCHES N OOVMTOWN STREETS AND OPTIONAL IN OTHER AREAS BACFffILL PER SECTION 33 05 l0. 2 FOR RMIDENTIAL STREETS USE #4 BARS AR le O.CE.W - AND 12' O.C.EW. FOR ARTERIALS AND iNDI15TRIAL STREETS S REINFORCED CONCRETE PAVEMENT SHALL BE REPLACE➢ TO A MINIMUM 01` 9FOR DI D' FE"amENTIAL STREETS OR 11" FOR ARTERIAL AND INDUSTRIAL STREETS A FOR RESIOEHTIAL STFfE LSE j4AM8' PRFPORNf71 BARS. 10W AND EPONCYID A MAN s' VNTO EXISTING PAVEMENT AT 19- 0- (h ), AND 12- O.C. FOR ARTERIAL. AND INDUSTRIAL STREETS 5. ALL aXFSLRUCTION SNAIL RE IN ACC— MOE WTTH CITY OF FORT WORTH STANDARD SPECIFICATIONS r': a! FV l:. Iaroaz "tere+er<-� Dzr_srzon CONTAC TTIINFOR wATfONN rw-.mrr3zs � ot�m+r=arnal�a eaenwnm savg'anaar. MI].:NSntl � Pa1n U HORIZONTAL & VERTICAL CONTROL j wru ar�irranmu awarserer�ss�c"ecxsera�a�c��,��uv.aa�, U p-m.os r arwsls x-aaP� � FH-�.Wov p" CITYOF FORI'WOR7x, TExAS } 2022 BOND YF_,4R 3 -CONTRACT 14 O On N EMBEDMENT DETAILS N program Managemem moss lw,v usu A I rssr — i FFP.Tu.1rT — I a— U EACKFIL AND SURFACE REPAIR TO MATCH SEWER MAN j/ 2' MIN. I 17 " �1•i .T — ss 0000000�@yam o�a�o�o r4 2" MIN. —_ TRENCH GEOTEXTILE FABRIC —CRUSHED ROCK PER SECM N 33 05 10 I �FA[E➢1N "m rnEsue 11 I D� "J 0000aoo .5.4 5.5 32 01 17—D520 ASPHALT PAVEMENT TRENCH REPAIR 32 Of 17--D520 ASPHALT PA CEMENT TRENCH REPAIR 33 05 10-9005 DEEP TRENCH BACKFILL 33 05 10—DO05 DEEP TRENCH BACKFLLL 33 05 IO—D202 EMBEDMENT FOR SANITARY SEWER SEROCE3 33 05 10-9402 EMBEDMENT FOR RCP STORM SEWER ALL &ZES Pen aCQ'E a�916s_Navr TxpIW 'p�'rRO mPa 'NTN6 �raPLL— - P.Nnc P9t stove s �� � nN=1 o bvuliiPl qt �.�MN6� PF&1Y AS P(ASttE v T�4 SVBLRPnY REVISIONS ao A t�cRrrrlau nnrE A A s A — ASPNAI T PAAMFNT TREi+�9" RIY_AIR fijJV—+ t�0 t_ ADOMMAI- PAVEMENT PffSTORaTON ft� MATEST URUTY 17 CCNSTtUCTION PoLIGY REQUIREMENTS X Y. FLRAYA6 HU IS REQUIRED TO BAR]OT-L ALL TR[IJCNFS IN DOWTITOWN S� AND D NAL IN mm AREAS. BPGKFELL PER SIXMOU 33 OS 1d i ONLY 9NGLE LIFT OF Zr TYPE 'D' HMAC REWIRE) FOR O RESOFI4TAL STREETS. (V h ALL CONSMOTON MUST BE IN ADCOFDAMCE x1-IH OFy OF FORT IVWTH SPQaFICAT]Wi5 �G CGNRTiFIF PAMFAENT MEN -CH JRIFAR NQT$ '�YAGUT 1. FLOYIABLE RLL IS REQUIRED TO FAC LL ALL TiENCHES IN WYRIIDWN STREETS AND OPROMAL IN OTHER ARFnS N BACNFlLL Pp= b£GTW1 33 p 10. 2 FW RESDE Al- STREETS USE 04 BARS AR 16' O.C,E,W rt AND 17 0.LEW. FOR ARTERIALS MD INDUSTRIAL STREETS 3. REINFORCED OCNLRETE PAVEMENT SHAM. BE REPLACED TO A MIMMUM DEPTH OF A- FDR FIESIDENTIA. STREETS OR 11' FOR ARTER{PL ANB INDUSDBAL STREETS i. FOR RE�CNII . STREETS, USE JM A' PFWURNE➢ BARS DOWL AND WO A MIN 6' INTO FASTING PAVEMIXT AT 18- O.C. OW). AND 17 0.11 F011t ARTERIAL AND INDUSTRIAL STREETS 5. ALL GOMSTFHICTIOM SHAL♦- BE IN A RDANCE KITH CITY OF FORT WGRTH STANDARD SPECIFICATIONS ° BACKFILL AN➢�°o°o°o° SURFACE REPAIR TO IFa000s°s HATCH SEVER MAIN ^ ozrzs mzs I 2" MIN NCN GEOTbrnLE FABRIC I" CRUSHED ROCK CONTACTINFORMATION III OAP' PER SECTION rouvmm�cnrirws.+eemrmsaxvaw ro _- 33 05 10 2' MIN. ',� I uo aoro un a ro,n kl�fIHII-lI1- I . .. ur o++merux mrs ararn-esoFrr � �u� � HORIZONTAL & VER17CAL CONTROL 32 Ol 29—D527 CONCRETE PAVEMENT TRENCH REPAIR O 33 05 10—DO05 DEEP TRENCH BAIa(FfLL 'mxcrmm.screas.serer,wsr,.�m rs.,„,cr ,.r�w.��,.�a.r� .ros, u 33 05 10-9202 EMBEDMENT FOR SANITARY SFWFR SFRiPCF3 r'++arECT erws=s rc xsaT x�v cc CRY OF FORT WORTH, TEXAS }w. Y p 2022 BOND YF-4R 3 - CONTRACT 14 Z O On N EMBEDMENT DETAILS N La n E�incenng O F'mgram Marvgemeirt OE9fGNED.� I A�sr>�vry I eIDfnrutraos Ienw mr V j113 �LJOW 4FF(l,�J 'rtfxw Aexx iOlns RTo.]�Ix �Ie mxr T uuns PEi -4 OOSTnc'IfEA1m PAxxc�vu� �3T ( ¢cam �®BL ///r'' C4SIx11CilW .A] ��I PomuAvm aw WS��SEE NOTE iO� ,� wBal� GF NDT '>ffs w I I // PAvEa00' �a� n0e (IF .,.'Y 4I14YIIII �w IF IW�ttPE51 ns Bf4. [fRAlf➢�OIi IpM1nxG5 ! j 000aoo Too o o _ �� O O O O�� > o�ono _- 11 I o°o�o°off - �i NO IXtOMlc cP0vII0 xnml :�-) 5.7 32 01 29—➢521 CONCRETE PA "ENT TRENCH REPAIR .%i 05 10—D005 DEEP TRENCH BACKRU 33 05 10—Df01 EMBEDMENT FOR WATER LINES 12—INCH AND SMALLER QRF�O$i S 32 01 29--D521 CONCRETE PA"ENT TRENCH REPAIR 33 05 10-1)005 DEEP TRENCH BACKF1LL 33 05 10—D201A EMBEDMENT FOR SANITARY SEWER LIP TO 15 INCH DIAMETER REVISIONS e p p -7--1I PAYEUENT TRENCH REPAIR NQTP3 1. AUDITONAL PAVEMENT RESTORATION PER -TEST UPLUY CUN3 UnM POLICY REQUFIENENTS 2 ELOWABLE HI IS REQUIRED TO RACM'A ALL TRENCHES IN DOWNPURIAL TO -I S7AEk AMU OIN Oh AREAS EWS U- PER SE-, 33 0.4 I.- 1 ONLY 9 GLE UFT OF Zr TPE 'U' IWAC R..FOR RESIOENTl L sT""L 4. ALL CONSTROCTON MUST RE IN ACCORDANCE %TH OW OF FORT WORTH SPECIFICATIONS cUNCRETF VA"riR rPjr: I Im.. K,051 _ I. TIOWABLE FIt,L IS REWIRED TO SAC U- AIL TTEMMES N UOVMT]XTI STREETS AA UP a— IN OTHER AREAS. BAU FFl PER SECTION M OS 10. 2. FOR RMTIAL STREETS USE g413AP5 AR 18' 0.GLW AND 127 D.O.E.W, FOR AR7ERINS AND INDUSIIOAL ST FFM1 3. RO A MIMM CONCRETE PAVEMENT SHALL TI RFPLAf.ET m A MIEARUN ARTERIAL AN I FOP RESIDEMTAC STREETS OR 1R FOR ARTERIAL AND USE j KIB SIREFOR Q FOR DOWL AN STREETS, USE `'0%e PREFORMED DABS DOWEL AND TP((o( A MIN B' INTO F]QSIING PAV EM ENT AT 1N 0.G (1YP), ANO 4Y O.G FOR ARTERIAL ANp INOOSFIAlL SIREEl3 9 ALL CONSTRUCTION SHALL BE DA IN AOCORDA ON WI1H C11Y OF FORT WORTH STAEIDARO SPECIFICATOHS 53>� ,n,A� £ `nvavzvzs _= JI CON7ACT1NFOfZ TION crrrQrr�rwonTn. r�.vs Nc mz ki on�.,xr..c«rr� U TRENCH WATER STOP 33 05 Za D, HORIZONTAL & VERTICAL CONTROL 0 Rm4c,m,,,.m,.,�u�,a.�r,.m�ze�crn�tir-,-r,m,ors,so,>Fn �azrzus U cr x,wsra K .aI M •�,p;iTx CITYOF FORT WORTH, TEXAS f a 2022 BOND YEAR 3 - CONTRACT 14 2 O m N EMBEDMENT DETAILS Planning ^� Lan Eng neenn9 Program NfanagemenE i � Aab O � U rranwrt urr I .ts.srrnxu I FFNauurvzws I tL 0011 13 INVITATION TO BIDDERS Pagel of 3 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of 2022 Bond Year 3 — Contract 14 ("Project") will be received by the City of Fort Worth via the Procurement Portal https:Hfortworthtexas.bonfirehub.com/portaU?tab=openOpportunities, under the respective Project until 2:00 P.M. CST, Thursday, March 20, 2025. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST at Fort Worth City Hall, 100 Fort Worth Trail, Fort Worth, Texas, Mezzanine, Room CH_MZ10_12. Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https: //fortworthtexas.bonfirehub. com/portal/?tab=openOpportunities Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non -responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted 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 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 104315 Revised 2/08/24 0011 13 INVITATION TO BIDDERS Page 2 of 3 To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Unit 1: Water Improvements 7,600 LF — 8" PVC Water Pipe 52 EA — 8" Gate Valve Unit 2: Sanitary Sewer Improvements 14 EA — 4' Manhole 3,400 LF — 8" Sewer Pipe Unit 3: Paving Improvements 34,000 SF — 4" Concrete Sidewalk 16,600 SF — 6" Concrete Driveway 20,500 SY - 6" Concrete Pavement Unit 3a: Paving Improvements Alternate A (POL) 21,900 SY — 3" Asphalt Pavement Type D 9,400 LF — 6" Concrete Curb and Gutter 22,000 SY - Pavement Pulverization (11") Unit 4: Storm Drain Improvements 60 LF — 30" RCP, Class III PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre -qualified by the City at the time of bid opening. The procedures for qualification and pre -qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST 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 CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 104315 Revised 2/08/24 0011 13 INVITATION TO BIDDERS Page 3 of 3 https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Proj ect. PREBID CONFERENCE — Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: March 11 `h 2025 TIME: 9: OOAM 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 26, 2025 March 05, 2025 END OF SECTION CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 104315 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: httos://apl)s.fortworthtexas.2ov/Proi ectResources/ CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 104315 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 3.1.1. Paving — Requirements document located at: httDs://aDDs.fortworthtexas. Rov/Prof ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPreaualification/TPW%2OPavin2 %20Contractor%2OPrcoualification%2OProeram/PREOUALIFICATION%20REO UIREMENTS%20FOR%2OPAVING%2000NTRACTORS.Ddf 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: httl)s://aDDs.fortworthtexas. Rov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPreaualification/TPW%2ORoadwa v%20and%2OPedestrian%2OLi2htine%2OPreaualification%2OProaram/STREET% 20LIGHT%20PREOUAL%20REOMNT S. Ddf 3.1.3. Water and Sanitary Sewer — Requirements document located at: httl)s: //aDDs. fortworthtexas. ,izov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPreaualification/Water%20and%2 OSanitarv%20Sewer%2OContractor%2OPreaualification%2OPro2_ ram/WSS%2ODre aual%20reauircments.Ddf 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 3.5. Sp@ i �; , oa r� this projwt inclv1_4 Oka- 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 104315 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 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 104315 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 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 104315 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=or)en0pportunities on or before 2 p.m., the Monday, 10 days prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications shall be posted under the respective Project via the Procurement Portal https:Hfortworthtexas.bonfirehub.com/portal/?tab=openOpportunities 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 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 104315 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: httos://codelibrarv.amle2al.com/codes/ftworth/latest/ftworth tx/0-0-0-22593 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 104315 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 https://fortworthtexas.bonfirchub.com/portal/?tab=openOpportanities. CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 104315 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 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 104315 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 httos://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 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 104315 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 Ll CIO Form does not apply ❑ CIO Form is on file with City Secretary 1711 CIO Form is being provided to the City Secretary ❑ CIS Form does not apply ❑ CIS Form is on File with City Secretary 0 CIS Form is being provided to the City Secretary BIDDER: Stabile & Winn, Inc. P.O. Box 79380 Saginaw, TX 76179 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 By: Jerry H ders Z�7 Signature: -- --- - Title: Vice President 2022 BOND YEAR 3 CONTRACT 14 CITY PROJECT NO. 104315 - 3id Proposal Workbook - Addendum 4 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICEUSEONI.Y This questionnaire is being tiled in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business re[ationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. Name of vendor who has a business relationship with local governmental entity. Stabile & Winn, Inc. J ❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or 'inaccurate.) J Name of local government officer about whom the information is being disclosed. NONE Name of Officer 4] Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIO as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? F7Yes Fx� No B. is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes F x1 No J Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. NONE J ❑ Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts Xatlure in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1 ). J ndor ping business with the governmental entity Date ' Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 LOCAL GOVERNMENT OFFICER CONFLICTS DISCLOSURE STATEMENT (Instructions for completing and filing this form are provided on the next page.) This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. This is the notice to the appropriate local governmental entity that the following local government officer has become aware of facts that require the officer to file this statement in accordance with Chapter 176, Local Government Code. ._J Name of Local Government Officer NONE J Office Meld NIA FORM CIS OFFICE USE ONLY Date Received JName of vendor described by Sections 176.001(7) and 176.003(a), Local Government Code WIM JDescription of the nature and extent of each employment or other business relationship and each family relationship with vendor named in item 3. NIA JList gifts accepted by the local government officer and any family member, it aggregate value of the gifts accepted from vendor named in item 3 exceeds $100 during the 12-month period described by Section 176.003(a)(2)(B). Date Gift Accepted NIA Description of Gift N/A Date Gift Accepted NIA Description of Gift NIA Date Gift Accepted NIA Description of Gift NIA (attach additional forms as necessary) =1 AFFIDAVIT I swear under penalty of perjury that the above statement is true and correct. i acknowledge that the disclosure applies to each family member (as defined by Section 176.001(2), Local Government Code) of this local government officer. I also acknowledge that this statement covers the 12-month period described by Section 176,003(a)(2)(B), Local Government Code. Signature of Local Government Officer AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said of , 20 , to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath , this the day Title of officer administering oath r Form provided by Texas Ethics Commission www.etNcs.state.tx.us Revised 11/3012015 0041 00 BID FORM Page 1 of 4 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: 2022 Bond Year 3 Contract 14 City Project No.: 104315 Units/Sections: Unit 1 - Water Improvements Unit 2 - Sanitary Sewer Improvements Unit 3 - Paving Improvements Unit 4 - Storm Drain Improvements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 3 CONTRACT 14 Revised 9/30/2021 CITY PROJECT NO. 104315 - Bid Proposal Workbook - Addendum 4 0041 00 BID FORM Page 2 of 4 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. - CCTV, 8-inches and smaller c. - Sewer Collection System, Urban/Renewal, 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. h. - 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 500 CD days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 3 CONTRACT 14 Revised 9/30/2021 CITY PROJECT NO. 104315 - Bid Proposal Workbook - Addendum 4 0041 00 BID FORM Page 3 of 4 h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items Unit 1: Water Improvements Unit 2: Sanitary Sewer Improvements Unit 3: Paving Improvements Unit 3A: Paving Improvements Alternate A (POL) Unit 4: Total 1: Base Bid (Concrete) Units 1,2 & 3) Total 2: with Alternate A (POL Units 1,2,3 &3A) 7. Bid Submittal This Bid is submitted on April 10, 2025 Respectfully rn tte By: Signature) Jerry Henderson (Printed Name) Title: Vice President Company: Stabile & Winn, Inc. Address: P.O. Box 79380 Saginaw, TX 76179 State of Incorporation: Texas Email: jerry@stabilewinn.com $3,991,669.50 $1,545,989.00 $4,194, 365.00 $96,925.00 $9,802,228.50 $9,899,153.50 by the entity named below. Receipt is acknowledged of the Initial following Addenda: Addendum No. 1: JAddendum No. 2: 41 JAddendum No. 3: JAddendum No. 4: QooEn.�ov►A rJiO. S — Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 3 CONTRACT 14 Revised 9/3012021 CITY PROJECT NO. 104315 - Bid Proposal Workbook - Addendum 4 0041 00 BID FORM Page 4 of 4 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 3 CONTRACT 14 Revised 9/30/2021 CITY PROJECT NO. 104315 - Bid Proposal Workbook - Addendum 4 00 42 43 PROPOSALFORM Page 1 of 5 UNIT PRICE BID SECTION 00 42 43 PROPOSALFORM Project Item Information Bid list Description Item No. Unit 1 - Water Improvements 1 3311.0461 12" PVC Water Pipe (DR-14) 2 3311.0261 8" PVC Water Pipe (DR-14) 3 3311.0161 6" PVC Water Pipe (DR-14) 4 3312,3005 12" Gate Valve 5 3312.3003 8" Gate Valve 6 3312.3002 6" Gate Valve 7 3312.0001 Fire Hydrant 8 3201.0111 4' Wide Asphalt Pvmt Repair, Residential 9 13201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential I 10 13201.0121 4' Wide Asphalt Pvmt: Repair, Arterial 11 13201,0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 12 13201.0400 Temporary Asphalt Paving Repair (2" HMAC on 6" Flexbase) 13 13201.0614 Cone Pvmt Repair, Residential 14 13201.0616 Cone Pvmt Repair, Arterial/Industrial 15 13212.0401 IIMAC Transition 16 10241.0100 Remove Sidewalk 17 10241.0300 Remove ADA Ramp I 18 10241.0401 Remove Concrete Drive 19 10241.0402 Remove Asphalt Drive 20 10241.1000 Remove Cone Pvmt 21 10241.1001 Water Line Grouting 22 10241.1013 Remove 8" Water Line 23 10241.1218 4"-12" Water Abandonment Plug 24 10241.1300 Remove Cone Curb&Gutter 25 10241.1303 Remove and Salvage 8" Water Valve 26 10241.1302 Remove and Salvage 6" Water Valve 27 10241.1301 Remove and Salvage 4" Water Valve 28 10241.1400 Remove Cone Valley Gutter 29 10241.1510 Salvage Fire Hydrant 30 10241.1700 11" Pavement Pulverization 31 13110.0111 Site Clearing 32 13110.0103 12"-18" Tree Removal 33 13110.0104 18"-24" Tree Removal 34 13125.0101 SWPPP > I acre 35 13211.0601 8" CEMLIME (32lb/SY) I 36 13212.0303 3" Asphalt Pvnit Type D I 37 �3213.0301 4" Cone Sidewalk I 38 3213.0311 4" Cone Sidewalk, Adjacent to Curb I 39 13213.0401 6" Concrete Driveway I 40 13216.0101 6" Cone Curb and Gutter I 41 I3216.0301 7" Cone Valley Gutter, Residential I 42 13217.5001 Curb Address Painting 43 13217.0504 Preformed Thermoplastic Contrast Markings - 24" Stop Bars 44 13291.0100 Topsoil 45 I3292.OI00 Block Sod Placement I 46 13305.0003 8" Waterline Lowering I 47 13305.0103 Exploratory Excavation of Existing Utilities I 48 3305.0107 Manhole Adjustment, Minor I 49 13305.0109 Trench Safety I CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 Bidder's Application Bidder's Proposal Specification I Unit of Bid Unit Price Bid Value Section No. Measure Quantity 331112 LF 65 $169,00 $10,985.00 331112 LF 7606 $90.00 $684,540.00 331112 LF 182 $90.00 $16,380.00 331220 EA 2 $5,300.00 $10,600.00 331220 EA 42 $3,100.00 $130,200.00 33 1220 EA 20 $2,400.00 $48,000.00 331240 EA 20 $5,900.00 $118,000.00 320117 LF I 500 $120.00 $60,000.00 3201 17 SY 100 $50.00 $5,000.00 320117 LF 500 $130.00 $65,000.00 320117 SY 100 $50.00 $5,000,00 320118 LF 6500 $23.001 $149,500.00 320129 1 SY 1 500 $185.001 $92,500.00 32 01 29 1 SY 1 2500 $205.001 $512,500.00 321216 1 TN 1 50 $150.001 $7,500.00 0241 13 I SF 1000 $3.501 $3,500.00 024113 1 EA 2 $995.001 $1,990.00 0241 13 I SF 1000 $6.501 $6,500.00 024113 I SF I 300 $6.501 $1,950.00 0241 15 I SY I 2500 $25.001 $62,500.00 024114 I CY I 8 $600.001 $4,800.00 024114 LF I 22 $55.001 $1,210.00 0241 14 EA I 4 $550.001 $2,200.00 024115 LF 2000 $10.00 $20,000.00 02 41 14 EA 7 $100.00 $700.00 024114 EA 11 $100.00 $1,100.00 0241 M EA 1 $100.00 $100.00 0241 15 SY 200 $35.00 $7,000.00 0241 14 EA 7 $550.00 $3,850.00 024115 SY 10117 $12.501 $126,462,50 311000 SY 500 $11.001 $5,500.00 311000 EA 1 2 $975.001 $1,750.00 311000 I EA 1 2 $1,300.001 $2,600.00 312500 I LS I 1 $1,500.001 $1,500.00 321129 TON I 162 $500.001 $81,000.00 321216 SY I 10117 $31.001 $313,627.00 321320 SF I 1000 $12.001 $12,000.00 32 13 20 SF 500 $13.50I $6,750.00 32 13 20 I SF 3000 $13.501 $40,SOO.00 321613 I LF 2500 $57.001 $142,500.00 321613 1 SY 200 $160.001 $32,000.00 321725 I EA 1 15 $80.001 $1,200.00 321723 I LF I 50 $23.001 $1,150.00 329119 CY 1 40 $63.001 $2,520,00 32 92 13 SY I 500 $15.001 $7,500.00 33 05 12 I EA I 8 $10,600.001 $84,800.00 33 05 30 I EA I 24 $1,650.001 $39,600.00 3305 14 1 EA I 7 $800.001 $5,600.00 330510 1 LF I 385 $1.001 $385.00 2022 BOND YEAR 3 CONTRACT 14 CITY PROJECT NO. 104315 - Bid Proposal Workbook - Addendum 4 00 42 43 PROPOSALFORM Page 2 of 5 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bid list • Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity 50 3305.0111 Valve Box Adjustment w/ Concrete Collar 3305 14 EA 42 $500.00 $21,000.00 51 3305.0112 Manhole Adjustment w/Concrete Collar 3305 17 EA 4 $800.00 $3,200.00 52 0241.1512 Salvage 1" Water Meter 0241 14 EA 104 $55.00 $5,720.00 53 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 9 $9,600.00 $86,400.00 54 3311.0117 Connection to Existing 4%12" Water Main 33 1225 EA 19 $3,100.00 $58,900.00 55 3312.2001 1" Water Service, Meter Reconnection 33 1210 EA 104 $400.00 $41,600.00 56 13312.2003 1" Water Service 33 12 10 EA 104 $2,600.00 $270,400.00 57 13312,2004 1" Private Water Service Relocation 33 1210 LF 300 $28.00 $8,400.00 58 13305,0202 Imported Enibedment/Backfill, CSS 3305 10 CY 200 $85.00 $17,000.00 59 13305.0203 Imported Embedment/Backfill, CLSM 1 3305 10 I CY 200 $185.00 $37,000.00 60 13305.0207 Imported EmbedmentBackfill, Select Fill 1 3305 10 CY 1000 $55.00 $55,000.00 61 �3304.0101 Temporary Water Services I 33 04 30 LS 1 $190,000.00 $190,000.00 62 3471.0001 Traffic Control 3471 13 MO 6 $9,350.00 $56,100.00 63 13305.0110 Utility Markers 33 05 26 LS 1 $2,600.00 $2,600.00 64 13349.5005 Remove and Replace Inlet Top, 5' 33 49 20 EA 1 2 $9,400.00 $18,800.00 65 13349.5006 Remove and Replace Inlet Top, 10' 33 49 20 EA 1 $10,200.00 $10,200.00 66 10171.0101 Construction Staking 01 7123 LS 1 $25,000.00 $25,000.00 67 10171.0102 As -Built Survey (GPS Redline Survey) 01 7123 LS 1 $10,000.00 $10,000.00 68 19999 0001 TXDOT Item 531 Modified Type 7 Curb Ramp, TXDOT PED - 18 32 1320 EA 1 $3,600.00 $3,600.00 69 19999.0002 Salvage or Replace Historic Address Tiles 00 00 00 EA 3 $2,900.00 $9,700.00 70 19999.0003 Miscellaneous Utility Adjustment (Irrigation) 3305 14 LS 1 $20,000.00 $20,000.00 71 19999.0004 Construction Allowance (Water) 00 00 00 LS 1 $100,000.00 $100,000.00 SUBTOTAL, UNIT 1 -Water Improvements $3,991,669.50 Unit 2 - Sanitary Sewer Improvements 1 3331.4115 8" PVC Sewer Pipe 1 10,33 31 12, 33 `- LF 2300 $113.00 $259,900.00 2 3331.4119 8" DIP Sewer Pipe 33 11 10 LF 1150 $183,00 $210,450.00 3 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 13 $10,050.00 $130,650.00 4 3339,1002 4' Drop Manhole 33 39 10, 33 39 20 EA 1 $11,350.00 $11,350.00 5 3331.3101 4" Sewer Service 33 31 50 EA 69 $2,500.00 $172,500.00 6 3305,0112 Concrete Collar for Manhole 3305 17 EA 14 $1,200.00 $16,800.00 7 13331.3105 4" Private Sewer Service Relocation 3331 50 LF 200 $95.00 $19,000.00 8 3339,0001 Epoxy Manhole Liner (Warren Environmental or Chesterton) 33 39 6 VF 35 $525.00 $18,375.00 9 13301.0101 Manhole Vacuum Testing 3301 30 EA M $320.00 $4,480.00 10 13110.0111 Site Clearing 31 1000 SY 500 $11.00 $5,500.00 11 13110.0102 6"-12" Tree Removal 31 1000 EA 2 $525.00 $1,050.00 12 13110,0103 12"-18" Tree Removal 31 1000 EA 4 $875.00 $3,500.00 13 13110.0104 18"-24" Tree Removal 311000 EA 1 $1,300.00 $1,300.00 14 13110.0105 24" and Larger Tree Removal 31 1000 EA 1 $2,100.00 $2,100.00 15 13125.0101 SWPPP > 1 acre 31 2500 LS 1 $1,000.00 $1,000.00 16 13201.0111 4' Wide Asphalt Pvmt Repair, Residential 3201 17 LF 180 $125.00 $22,500.00 17 13201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 3201 17 SY 200 $50.00 $10,000.00 18 13201.0400 Temporary Asphalt Paving Repair (2" IIMAC on 6" Flexbase) 3201 18 LF 3202 $23.00 $73,646.00 19 13201.0614 Cone Pvmt Repair, Residential 32 01 29 SY 1000 $185.00 $185,000.00 20 �3216.0101 6" Cone Curb and Gutter I 32 16 13 LF 100 $57.00 $5,700.00 21 3291.0100 Topsoil 3292 13 CY 379 $63.00 $23,877.00 22 13292.0100 Block Sod Placement I 32 92 13 SY 1200 $15.00 $18,000.00 23 13301.0001 Pre -CCTV Inspection 33 01 31 LF 1000 $6.00 $6,000.00 24 13301.0002 Post -CCTV Inspection I 33 0131 LF 3392 $6.00 $20,352,00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 3 CONTRACT 14 Revised 9/30/2021 CITY PROJECT NO. 104315 -Bid Proposal Workbook- Addendum 4 00 42 43 PROPOSALFORM Page 3 of 5 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bid list Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity 25 3301.0003 Final CCTV Inspection 33 01 31 LF 3392 $6.00 $20,352.00 26 3301.0004 Final MH CCTV Inspection 33 01 31 EA 14 $325.00 $4,550.00 27 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 9 $1,650.00 $14,850.00 28 10241.2201 Remove 4' Sewer Manhole 0241 14 EA 11 $850.00 $9,350.00 29 10241.0100 Remove Sidewalk 0241 13 SF 100 $3.50 $350.00 30 10241.0600 Remove Wall <4' 0241 13 LF 20 $47.00 $940.00 31 13305.0114 Manhole Adjustment, Major w/ Cover 3305 14 EA 7 $6,000.00 $42,000.00 32 13305.0109 Trench Safety 3305 10 LF 3392 $1.00 $3,392,00 33 13305.0202 Imported Embedment/Backfill, CSS 3305 10 CY 200 $85.00 $17,000.00 34 13305.0203 Imported Embedment/Backfill, CLSM 3305 10 CY 200 $185.00 $37,000,00 35 13305.0207 Imported Embedment/Backfill, Select Fill 3305 10 CY 1000 $55.00 $55,000,00 36 13213.0322 Cone Curb at Back of Sidewalk 32 1320 LF 75 $27.00 $2,025.00 37 13213.0321 Cone Sidewalk, Adjacent to Ret Wall 32 13 20 SF 200 $15.00 $3,000,00 38 13232.0100 Cone Ret Wall Adjacent to Sidewalk 3232 13 SF 200 $50.00 $10,000,00 39 13471.0001 Traffic Control 3471 13 MO 3 $9,350,00 $28,050,00 40 13341.0103 18" RCP, Class III 3341 10 LF 50 $170.00 $8,500.00 41 13305.0110 Utility Markers I 33 05 26 I LS 1 $2,600.00 $2,600.00 42 10171.0101 Construction Staking 01 71 23 LS 1 $9,000.00 $9,000.00 43 10171.0102 As -Built Survey (Redline Survey) 01 71 23 LS 1 $5,000.00 $5,000.00 44 19999.0005 Construction Allowance (Sewer) I 00 00 00 I LS 1 $50,000.00 $50,000.00 1 SUBTOTAL, UNIT 2 - Sanitary Sewer Improvements $1,545,989.00 Unit 3 - Paving Improvements Base Bid (Concrete) I-B 0241.1100 Remove Asphalt Pvmt 024115 SY 18880 $10.00 $188,800.00 2-13 3123.0101 Unclassified Excavation by Plan 3123 16 CY 2319 $55.00 $127,545.00 3-B 3211.0502 8" Lime Treatment 32 1129 SY 21870 $8.00 $174,960.00 4-13 3211.0400 Hydrated Lime (40 lbs/SY) 32 1129 TN 437 $400.00 $174,800.00 5-13 3213.0106 6" Cone Pvmt 32 13 13 SY 20480 $101.00 $2,068,480.00 6-B 13305.0111 Valve Box Adjustment 3305 14 EA 21 $500.00 $10,500.00 7-13 13305.0107 Minor Manhole Adjustment 3305 14 EA 10 $800.00 $8,000.00 8 10171.0101 Construction Staking 01 71 23 LS 1 $24,000,00 $24,000.00 9 10241.0100 Remove Sidewalk 0241 13 SF 2190 $2.00 $4,380.00 10 10241.0300 Remove ADA Ramp 0241 13 EA 8 $250.00 $2,000.00 11 10241.0401 Remove Concrete Drive 0241 13 SF 13500 $3.00 $40,500.00 12 10241.0402 Remove Asphalt Drive 0241 13 SF 960 $2.00 $1,920.00 13 10241.0702 Relocate Mailbox - Traditional I 0241 13 1 EA 11 $200.00 $2,200,00 14 10241.0705 Remove and Replace Mailbox Brick 0241 13 EA 9 $2,000.00 $18,000,00 15 10241.1000 Remove Cone Pvmt 0241 15 SY 1000 $25.00 $25,000.00 16 10241.1300 Remove Cone Curb&Gutter 0241 15 LF 5490 $5.00 $27,450.00 17 13305.0108 Miscellaneous Structure Adjustment (WM), 6" or Higher 3305 14 EA 10 $75.00 $750.00 18 10241.1510 Salvage Fire Hydrant 0241 14 EA 1 $550.00 $550.00 19 13110.0101 Site Clearing 31 1000 SY 500 $11.00 $5,500.00 20 13110.0102 6"42" Tree Removal 31 1000 EA 25 $525.00 $13,125.00 21 12"-18" Tree Removal 31 1000 EA 9 $875.00 $7,875.00 22 13110.0103 3110.0104 18"-24" Tree Removal 31 1000 EA 3 $1,300.00 $3,900.00 23 13110.0105 24" and Larger Tree Removal I 31 1000 EA I 5 $2,100.00 $10,500.00 24 13212.0401 HMAC Transition 32 12 16 TN 50 $300.00 $15,000.00 25 13125.0101 SWPPP > 1 acre 31 25 00 LS 1 $2,500.00 $2,500.00 26 13213.0301 4" Cone Sidewalk I 32 1320 SF I 19830 $12.00 $237,960.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 3 CONTRACT 14 Revised 9/30/2021 CITY PROJECT NO. 104315 - Bid Proposal Workbook - Addendum 4 00 42 43 PROPOSALFORM Page 4 of 5 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bid list Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value 27 3213.0311 4" Cone Sidewalk, Adjacent to Curb 32 13 20 SF 12730 $14.00 $178,220.00 28 3213,0322 Cone Curb at Back of Sidewalk 32 13 20 LF 1000 $15.00 1 $15,000.00 29 3213.0321 Cone Sidewalk, Adjacent to Ret Wall 32 13 20 SF 500 $16.00 1 $8,000.00 30 3232.0100 Cone Ret Wall Adjacent to Sidewalk 32 32 13 SF 200 $50.00 1 $10,000.00 31 3213.0401 6" Concrete Driveway 32 1320 1 SF 1 16600 $14.00 1 $232,400.00 32 13213.0403 8" Concrete Driveway 32 1320 1 SF 1 1000 $15,501 $15,500.00 33 13213.0501 Barrier Free Ramp, Type R-1 32 13 20 1 EA I S $3,900,001 $19,500.00 34 13213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA I 3 $2,900.001 $8,700.00 35 13213.0507 Barrier Free Ramp, Type P-2 I 32 13 20 EA 1 2 $3,200,001 $6,400.00 36 13216.0102 Cone Laydown Curb 321613 LF 1 290 $18.001 $5,220.00 37 I3217.5001 Curb Address Painting 32 17 2S EA 1 114 $80.001 $9,120.00 38 13291.0100 Topsoil 3292 13 CY 1 900 $27,001 $24,300.00 39 13292.0100 Block Sod Placement I 3292 13 SY 1 8110 $9.001 $72,990.00 40 13349.5005 Remove and Replace Inlet Top, 5' I 33 49 20 1 EA 1 3 $9,400.00 1 $28,200.00 41 13349.5006 Remove and Replace Inlet Top, 10' 33 49 20 1 EA 1 4 $10,100.001 $40,400.00 42 13441.4110 Remove and Reinstall Sign Panel and Post 34 41 30 1 EA 1 9 $450.001 $4,050.00 43 13471.0001 Traffic Control I 3471 13 1 MO 1 8 $9,350.001 $74,800,00 44 10241.4005 Remove 5' or Less Curb Inlet I 0241 15 EA 1 1 $1,600.001 $1,600,00 45 13341.0103 18" RCP, Class III 3341 10 LF 1 30 $169.001 $5,070.00 46 13349.5001 10' Curb Inlet 33 49 20 I EA I 1 $11,200.001 $11,200.00 47 19999.0006 Barrier Free Ramp, Modified Type 7 Curb Ramp (Ref TxDOT Ped=1 32 13 20 1 EA 1 4 $3,000.001 $12,000.00 48 19999.0007 Barrier Free Ramp, Modified Type 10 Curb Ramp (Ref TxDOT Pedl 32 13 20 1 EA I 1 $3,200,001 $3,200.00 49 19999.0008 Barrier Free Ramp, Modified Type R-1 1 32 13 20 1 EA ( 5 $4,000,001 $20,000.00 50 19999,0009 Barrier Free Ramp, Modified Type M-3 1 32 13 20 1 EA 1 $3,200.001 $3,200.00 51 9999.0010 Miscellaneous Utility Adjustment (Irrigation) 3305 14 LS 1 $40,000.00 $40,000.00 52 19999.0011 Remove & Reinstall or Replace Historic Tile Curb Address 32 17 25 I EA 4 $2,900.00 $11,600.00 53 19999.0012 6" Concrete Driveway (HES) 32 1320 SF 2500 $15,00 $37,500.00 S4 19999.0013 Construction Allowance (Paving) 00 00 00 LS 1 $100,000.00 $100,000.00 SUBTOTAL, UNIT 3 -Paving Improvements Base Bid (Concrete) $4,194,365.00 Unit 3A - Paving Improvements Alternative A (POL) 1-A 0241.1700 11-inch Pavement Pulverization 0241 15 SY 21870 $20.00 $437,400.00 2-A 3123.0101 Unclassified Excavation by Plan 3123 16 CY 620 $50.00 $31,000.00 3-A 3211.0601 8" CEMLINETM (32 lbs/SY) 32 11 29 TN 350 $525.00 $183,750.00 4-A 3212.0303 3" Asphalt Pvnrt Type D 32 12 16 SY 21870 $43.00 $940,410.00 5-A 13216.0101 6" Cone Curb and Gutter 32 16 13 LF 9270 $125.00 $1,158,750.00 6-A I3216.0301 7" Cone Valley Gutter, Residential 32 16 13 SY 300 $250,00 $75,000.00 7-A 13305.0107 Manhole Adjustment, Minor w/ Concrete Collar 3305 14 EA 10 $900.00 $9,000.00 8-A 13305.0111 Valve Box Adjustment w/ Concrete Collar 3305 14 EA 21 $700.00 $14,700,00 IDeduct Items 1B-7B $ (2,753,085.00) SUBTOTAL, UNIT 3A - Paving Improvements Alternative A (POL) $96,925.00 Unit 4 - Storm Drain Improvements 1 0241.0401 Remove Concrete Drive 0241 13 SF 90 $7.50 $675.00 2 0241.1000 Remove Cone Pvmt 0241 15 SY 10 $25.00 $250.00 3 0241,1100 Remove Asphalt Pvmt 0241 15 SY 20 $25.00 $500.00 4 0241.3017 Remove 30" Storm Line 02 41 14 LF 30 $60.00 $1,800.00 5 3201.0113 6' Wide Asphalt Pvmt Repair, Residential 3201 17 LF 30 $150.00 $4,500.00 6 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 32 01 17 SY 100 $50.00 $5,000.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 3 CONTRACT 14 Revised 9/30/2021 CITY PROJECT NO. 104315 - Bid Proposal Workbook - Addendum 4 00 42 43 PROPOSALFORM Page 5 of 5 UNIT PRICE BID SECTION 00 42 43 PROPOSALFORM Project Item Information Bidder's Application Bidder's Proposal Bid list Description Specification Unit of Bid Unit Price Bid Value Item No, Section No. Measure Quantity 7 3201.0614 Cone Pvmt Repair, Residential 32 01 29 SY 100 $240,00 $24,000.00 8 3213.0401 6" Concrete Driveway 32 1320 SF 90 $25,00 $2,250.00 9 3292.0100 Block Sod Placement 3291 19 SY 40 $20.00 $800.00 10 13291.0100 Topsoil 3292 13 Cy 100 $85.00 $8,500.00 11 13341.0302 30" RCP, Class III 3341 10 LF 30 $225.00 $6,750.00 12 13301.0011 Pre -CCTV Inspection of Storm Drain 3301 32 LF 100 $10.00 $1,000.00 13 13301.0012 Post -CCTV Inspection of Storm Drain 33 01 32 LF 100 $25.00 $2,500.00 14 13305.0109 Trench Safety 3305 10 LF 30 $1.00 $30.00 15 13305.0206 Imported Embedment/Bacicfill, Acceptable Backfill 3305 10 CY 30 $55.00 $1,650,00 16 19999.0014 Construction Allowance (Storm) 00 00 00 LS 1 $10,000.00 $10,000.00 SUBTOTAL, UNIT 4 - Storm Drain Improvements $70,205.00 Bid Summary Unit 1: Water Improvements $3,991,669.50 Unit 2: Sanitary Sewer Improvements $1, 545, 989.00 Unit 3: Paving Improvements Base Bid (Concrete) $4,194, 365.00 Unit 3A: Paving Improvements Alternate A (POL) $96,925,00 Unit 4: Storm Drain Improvements $70,205.00 Total 1 Base Bid (Concrete) Units 1,2, 3, & 4 $9,802,228.50 Total 2 with Alternate A (POL) Units 1,2, 3, 3A & 4 $9,899,153.50 *Note: The City Reserves the right to select either Total I or Total 2. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 BOND YEAR 3 CONTRACT 14 Revised 9/30/2021 CITY PROJECT NO. 104315 - Bid Proposal Workbook - Addendum 4 Bid Bond Surety Department KNOW ALL MEN BY THESE PRESENTS, That we, Stabile & Winn, Inc., as Principal, hereinafter called the Principal, and the Amerisure Mutual Insurance Comnanv Corporation created and existing under the laws of the State of Michigan, whose principal office is in Farmington Hills, MI, as Surety, hereinafter called the Surety, are held and firmly bound unto the Citv of Fort Worth, Texas, as Obligee, hereinafter called the Obligee, in the sum of Five Percent (5%) of the amount bid Dollars ($------------), 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. Water, Sanitary Sewer, and Paving Improvements 2022 Bond Year 3 — Contract 14 - Citv Protect No. 104315 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 10th day of April, 2025. Attest: By: _Oj.G /r ) Witness: tTE Form S-3266-4 Printed in U.S.A. I2-70 Stabile & Winn, Inc. (Princip By - - rry Henderson, Vice -President Amerisure Mutual Insurance Company By Tracy Tucker, ttorney-in-Fact (SEAL,) AMERISURE �' Y AMERISURE MUTUAL INSURANCE COMPANY �,\SURETY AMERISURE INSURANCE COMPANY AMERISURE PARTNERS INSURANCE COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Amerisure Mutual Insurance Company, Amerisure Insurance Company and Amerisure Partners Insurance Company are corporations duly organized under the laws of the State of Michigan (herein collectively the "Companies"), and that the Companies do hereby make, constitute and appoint: TRACY TUCKER, STEVEN TUCKER, KEVIN J. DUNN, W. LAWRENCE BROWN BENNETT BROWN AND ROBERTA H. ERB of Tucker Agency, Ltd. , its true and lawful Attomey(s)-in Fact, each in their separate capacity if more than one is named above, to sign, execute, sea] and acknowledge, for and on its behalf and as its act and deed, bonds or others writings obligatory in the nature of bond on behalf of each of said Companies, as surety, on contracts or suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: ONE HUNDRED MILLION ($100,000,000.00) DOLLARS This Power of Attorney is granted and signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of Amerisure Mutual Insurance Company, Amerisure Insurance Company and Amerisure Partners Insurance Company at meetings duly called and held on February 17, 2022. "RESOLVED, that any two of the President & Chief Executive Officer, the Chief Financial Officer & Treasurer, the Senior Vice President Surety, the Vice President Surety, or the general Counsel & Corporate Secretary be, and each or any of them hereby is authorized to execute, a Power of Attorney qualifying the attorney -in -fact named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that President & Chief Executive Officer, Chief Financial Officer & Treasurer or General Counsel & Corporate Secretary each or any ofthem hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to anycertificate relating thereto electronically/digitally or by facsimile, and any such Power of Attorney or certificate hearing such electronic/digital or facsimile signatures or electronic/digital or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached; FURTHER RESOLVED, that any work carried out by the attomev-inin�iant to this resolution shall be valid and binding upon the Company." ERS Ilys.,, •�Ppl.'••C�.; By: R-Q-.,oFz R,gA5,9 .9'e g:: o r .� �`Q`` o sr'• - Michael A. Ito, Senior Vice President Surety:2 .�: SEAL SEAL_.: SEAL s N'. 2000 ryas; �., 1968 ;tea: By: 2600 d,�''e'�cNioht?.:�a •• �y�,c op�?:� •c ;�yy y • b� , 6 • H1x! • *,4 Aaron Green, Vice President Surety �L'CryyG•.�� u „ V,uui1i1xp„ IN WITNESS WHEREOF, Amerisure Mutual Insurance Company, Amerisure Insurance Company and Amerisure Partners Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 26th day or April 20 23 Amerisure Mutual Insurance Company Amerisure Insurance Company Amerisure Partners Insurance Company State of Illinois County of Kane On this 261h day of April 20 23 before me, a Notary Public personally appeared Michael A. Ito, of Amerisure Mutual Insurance Company, Amerisure Insurance Company and Amerisure Partners Insurance Company and Aaron Green of Amerisure Mutual Insurance Company, Amerisure Insurance Company and Amerisure Partners Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power ofAttomey as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies OFFICIAL SEAL LJ7 1 1 • 1L M KENNV NOTllgv alat,lc, BTAT'E FIUJN016 M.Kermy, Notary Public My COMmmlw.,L 1Fpi�06 I, Christooher M. SDaude, the duly elected Chief Financial Officer & Treasurer of Amerisure Mutual Insurance Company, Amerisure Insurance Company and Amerisure Partners Insurance Company, do hereby certify and attest that the above and foregoing is a true and correct copy of a Power of Attorney executed by said Companies, which remains in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 1 Oth day of April 2025 Christopher M Spaude, Chief Financial Officer & Treasurer Rios, Leonel From: Roberta Erb <roberta@tuckeragency.com> Sent: Wednesday, June 25, 2025 1:20 PM To: Rios, Leonel Subject: RE: Bond #8054269 Verification -Stabile & Winn, Inc. This email is from an unknown sender This is the first time you are receiving an email from this sender. Good afternoon, Yes those bonds are valid for those same amounts stated below. Thanks! Report Suspicious Roberta Erb 96 Tucker Agency TUCKER AGENCY t: 817.336.8520 1 m: 940.389.8840 BONDS a INSURANCE e: roberta@tuckeragency.com I w: https:Htuckeragency.com a: 2821 W. 7th St. #500, Fort Worth, TX 76107 Receipt of e-mail by any employee of Tucker Agency, Ltd., does not constitute an agreement to bind, write, or revise coverage. This communication, together with any attachments hereto or links contained herein, is for the sole use of the intended recipient(s) and may contain information that is confidential or legally protected. If you are not the intended recipient, you are hereby notified that any review, disclosure, copying, dissemination, distribution, or use of this communication is STRICTLY PROHIBITED. If you have received this communication in error, please notify the sender immediately by return e-mail message and delete the original and all copies of the communication, along with any attachments hereto or links herein, from your system. provided, unless that information is subsequently confirmed in writing. Any views or opinions presented in this email are solely those of the author and do not necessarily represent those of the company. From: Rios, Leonel <Leonel. Rios( a�fortworthtexas.Rov> Sent: Wednesday, June 25, 2025 12:59 PM To: Roberta@tuckeraRencv.com Subject: Bond #8054269 Verification -Stabile & Winn, Inc. Good afternoon, The City of Fort Worth requires bond verification before a contract can be executed. We have received the following bonds from Stabile & Winn, Inc.: Bond #8054269, in the amount of $9,802,228.50, issued by Amerisure Mutual Insurance Company for City Project #104315, 2022 Bond Year 3. Please confirm that the bonds and corresponding amounts are valid so we can proceed with awarding the contract to Stabile & Winn, Inc. Thank you, Leone( J. Rios Contract Compliance Specialist Transportation Public Works 817-392-7233 (office) 100 Fort Worth Trail, Fort Worth, Texas 76102 leonel.rios(a,FortWorthTexas. 2ov 0043 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 bfdders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent iower 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. Yll BIDDER: Stabile & Winn, Inc. P.O. Box 79380 Saginaw, TX 76179 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/3012021 By: Jerr Henderson (Signature) Title: Vice President Date: 1 O-Apr-25 2022 BOND YEAR 3 CONTRACT 14 CITY PROJECT No. 104315 - Bid Proposal Workbook - Addendum 4 004511-1 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 2O22 BOND YEAR 3 - CONTRACT 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 104315 Revised August 13, 2021 0045 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility for Award of Contract 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH 2O22 BOND YEAR 3 - CONTRACT 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 104315 Revised August 13, 2021 004511-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to 2 perform the prequalified work types until the expiration date stated in the letter. 3 8 END OF SECTION CITY OF FORT WORTH 2O22 BOND YEAR 3 - CONTRACT 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 104315 Revised August 13, 2021 00 45 12 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type - Water Distribution, Urban and Renewal, 12-inch diameter and smaller - CCTV, 8-inches and smaller - Sewer Collection System, Urban/Renewal, 8-inches and smaller - Asphalt Paving Construction/Reconstruction (15,000 sgFFuaareFyRRards and - uohNt Paving Construction/Reconstruction (15,000 square yards and GREATER) Contractor/Subcontractor Company Name Expir alificati I Expiration Date R&D Burns Brothers, Inc. 4/30/2026 American Rehab & Inspection, Inc. 1/31/2026 R&D Burns Brothers, Inc. 4/30/2026 Peachtree Construction 9/30/2026 Stabile & Winn, Inc. 12131/2026 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Stabile & Winn, Inc. P.O. Box 79380 Saginaw, TX 76179 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 913012021 By: J H rson ( nature) Title: Vice President Date: If ect t- END OF SECTION 2022 BOND YEAR 3 CONTRACT 14 CITY PROJECT NO. 104315 -Rid Proposal Workbook- Addendum 4 2 3 4 5 6 7 8 9 I0 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 004526- 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 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. 104315. 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: Stabile & Winn, Inc. Company P.O. Box 79380 Address Saginaw, TX 76179 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: Jerry Henderson (P ase Print) Signature: 'title: Vice President (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Jerry Henderson , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Stabile & Winn, Inc. for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 25th day of June , 2025. Nota Public in and for the State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 "�YP�6 DIANA DIA7 NOTARY PUBLIC ' STATE OF TEXAS MY COMM. EXP. 06/19/28 NOTARY ID 134953U4 2022 Bond Year 3 — Contract 14 City Project Number 104315 00 45 40 - 1 Business Equity Goal Page 1 of 2 1 SECTION 00 45 40 2 Business Equity Goal 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. 5 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 6 (M/WBEs). 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 10 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 11 stated in the City's Business Equity Ordinance #25165-10-2021, (codified in Chapter 20, Article X of 12 the City's Code of Ordinances, as amended) and found online at: 13 httDs:Hcodelibrarv.amle2al.com/codes/ftworth/latest/ftworth tx/0-0-0-22593) apply to this bid. 14 15 BUSINESS EOUITY PROJECT GOAL 16 The City's Business Equity goal on this project is 11.07% of the total bid value of the contract (Base bid 17 applies to Park& Recreation Department). 18 19 METHODS TO COMPLY WITH THE GOAL 20 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 21 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 22 ordinance through one of the following methods: 1. Commercially useful services performed by a 23 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination 24 of Business Equity prime services and Business Equity subcontracting participation, 4. Business 25 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. 26 Prime contractor Waiver documentation. 27 28 SUBMITTAL OF REOUIRED DOCUMENTATION 29 Required Business Equity documents, as detailed below, must be submitted no later than 2:00 PM on the 31a 30 business day after the bid Close Date and Time. The apparent low bidder will receive a message following the 31 Close Date at Messages > Vendor Discussions in the Bonfire Portal that will restate these deadlines and direct the 32 bidder to submit the required M/WBE documents. The notified bidder must submit the required documents as an 33 attachment to the message and send it through the Bonfire Portal by the deadline. 34 35 The Offeror must submit one or more of the following documents: 36 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 37 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if 38 participation is less than stated goal, or no Business Equity participation is accomplished; 39 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform 40 all subcontracting/supplier opportunities; or 41 4. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor- 42 Protege participation. 43 44 These forms are available in the Appendix: 45 • Business Equity Utilization Form and Letter of Intent 46 • Letter of Intent 47 48 • Business Equity Good Faith Effort Form CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 03/07/2025 2022 Bond Year 3 — Contract 14 City Project No. 104315 00 45 40 - 2 Business Equity Goal Page 2 of 2 Business Equity Prime Contractor Waiver Form Business Equity Joint Venture Form FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE REOUIREMENTS OF THIS SECTION MAY RESULT IN THE BIDDER BEING DECLARED NON -RESPONSIVE AND THE BID REJECTED. 9 FAILURE TO SUBMIT THE REOUIRED BUSINESS EOUITY DOCUMENTATION WILL RESULT IN 10 THE BIDDER BEING DECLARED NON -RESPONSIVE. THE BID REJECTED AND MAY SUBJECT 11 THE BIDDER TO SANCTIONS AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. 12 13 For Questions, Please Contact the Business Equity Division of the Department of Diversity and 14 Inclusion at (817) 392-2674. 15 END OF SECTION 16 CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104315 Revised 03/07/2025 005243-1 Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on June 24 , 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 Stabile & Winn. Inc. authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: 2022 Bond Year 3 Contract 14 CPN 104315 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, Eight Hundred Two Thousand, Two Hundred Twenty Eight 50/100 Dollars ($9,802,228.50). Contract Price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance within 500 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 Bond Year 3 — Contract 14 Revised March 3, 2024 City Project No. 104315 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 svecificallv 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 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 Bond Year 3 — Contract 14 Revised March 3, 2024 City Project No. 104315 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 Bond Year 3 — Contract 14 Revised March 3, 2024 City Project No. 104315 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 Bond Year 3 — Contract 14 Revised March 3, 2024 City Project No. 104315 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 Bond Year 3 — Contract 14 Revised March 3, 2024 City Project No. 104315 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: By: Signature Jerry Henderrson (Printed Name) Vice President Title P.O. Box 79380 Address Saginaw, Texas 76179 City/State/Zip 06/25/2025 Date City of Fort Worth By: Jesica McEachem Assistant City Manager Date Attest: Jannette Goodall, City Secretary (Seal) M&C: 25-0590 Date: 06/24/25 Approved as to Form and Legality: Douglas Black (Jul 2, 202511:21 CDT) Douglas W. Black Sr. Assistant City Attorney CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 3, 2024 APPROVAL RECOMMENDED: 7� Lauren Pneur (Jul 1, 2025 09:32 CDT Lauren Prieur, Director, Transportation & Public Works 2022 Bond Year 3 — Contract 14 City Project No. 104315 Bond No. 8054269 00 61 13 � 1 PERFORMANCE BOND Page I of 2 1 SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNO'fJ4' ALL BY THESE )PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Stabile & Winn, Inc. known as 9 "Principal' herein and Amarisura Mutual Insurance Company a corporate 10 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal 13 sum of, Nine Million, Eight Hundred Two Thousand, Two Hundred Twenty Eight 601100 Dollars 14 ($ 9,802,228.50 ), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, 16 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents. 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the 24 day of June , 20_25, which Contract is hereby referred to and made a part 20 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 21 accessories defined by law, in the prosecution of the Work, including any Change Orders, as 22 provided for in said Contract designated as 2022 Bond Year 3 — Contract 14, City Project 23 No.104315 24 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 26 perform the Work, including Change Orders, under the Contract, according to the plans, 27 specifications, and contract documents therein referred to, and as well during any period of 28 extension of the Contract that may be granted on the part of the City, then this obligation shall be 29 and become null and void, otherwise to remain in full force and effect. 30 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 31 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 32 Worth Division. CITY OF FORT WORTH 2022 Bond Year 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City ProfectNumber 104315 Revised December 8, 2023 0061 13-2 PERFORMANCE BOND Page 2 of 2 1 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 24th day of June 6 12025 . 7 8 9 10 11 12 13 ATTES : 14 15 16 (PrincipaI) Secretary 17 18 19 20 22-%,—t as to Principal 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 Witness as ety 38 39 PRINCIPAL: /Stabilenn, Inc. Be Jerry Henderson, Vice President Name and Title Address: P. O. Box 79380 Saainaw, Texas 76179 SURETY: Amerisure Mutual Insurance Company B�� Signa e Tracy Tucker, Attorney -in -Fact Name and Title Address: 2821 W. 7th Street #500 Fort Worth, Texas 76107 Telephone Number: 817/336-8520 Email Address: tracv@tuckeraaencv.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 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 104315 Revised December 8, 2023 Bond No. 8054269 00 61 14- 1 PAYMENT BOND Page 1 of 2 1 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, Stabile & Winn, Inc. known as 8 "Principal" herein, and Amerisure Mutual Insurance Company a 9 corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" 10 herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal 12 sum of Nine Million, Eiaht Hundred Two Thousand, Two Hundred Twentv Elvht BMW 13 Dollars (0.802.228.50 ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 15 our heirs, executors, administrators, successors and assigns, jointly and severally, fninly by these 16 presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the is 24 day of June , 2025 , which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 20 labor and other accessories as defined by law, in the prosecution of the Work as provided for 21 in said Contract and designated as 2022 Bond Year 3 — Contract 14, City Project No. 104315. 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 104315 Revised December S, 2021 1 2 3 4 5 6 7 8 9 10 I 12 13 0061 14-2 PAYMENT BOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 24th day of June 20 25 PRINCIPAL: Stabile & Winn, Inc. ATTEST: Vgenature+ e Terry Henderson, Vice President . Oas P ' - l) Secretary Name and Title Address: P. 4. Box 79380 Saginaw, Texas 76179 to Principal SURETY: Amerisure Mutual Insurance Comoanv ATTEST: BY ignature 5 ~ (Surety) Secretary .KV11M__. Tracy Tucker, Attorney_ -in-Fact Name and Title Address: 2821 W. 7th Street #500 Fort Worth, Texas 76107 Telephone Number: 817/336-8520 _ Email Address: tracv@tuckeragency.corn 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 STANDARD CONSTRUCTION SPECTHCATiON DOCUMENTS Revised December 8, 2023 2022 Bond Year 3 — Contract 14 City Project Number 104315 Bond No. 8054269 00 61 19.1 MARTMANIM BOND pap 1 On 1 SECTION 00 6119 2 MALNEENANCE BOND 3 4 T11 E !;STATE OF TEXAS � 5 KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT ¢ 7 a That we Stabile & Winn, Inc. known as g "`Principal„ herein and Arnerisure Mutual Insurance Comoany a corporate surety 10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "SuzW' herein (whether one or more), are held and fim ly bound unto the City of Fort ®North, a 12 municipal corporation created pursuant to the laws of the State of Texas, known as "City" 13 herein, in the sum of Nine Million, Eizbt Hundred Two Thoumd, Two hundred TwenV Eli1t 14 501100 Dollars ($9JM2.228.50), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Teams, for payment of which sum well and truly be made unto the City and 16 its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, 17 jointly and severally, firmly by these presents. 18 19 WHEREAS, the Principal has entered into a certain written contract with the City 20 awarded the_,24^ day of _ June 2025 which 21 Contract is hereby referred to and a made part hereof for all purposes as if fully set forth 22 herein, to fi nmish all materials, equipment labor and other accessories as defiuned by 23 law, in the prosecution of the Work, including any Work resulting from a duly 24 aaxtl whed Change War ( collectively herein, the "Work") as provided for in said 25 con=ct and designated as 2022 Bond Year 3 — Contract 14, City Project No. 104315; and 26 Z7 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documen% that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of two (2) years 30 aim the date ofFhW Acceptance ofthe ®Mork by the City ("Maintenance Period'); and 31 32 33 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period. C rrY OF FORT WORTH 2O22 Board Pear 3 — CW%ft t 14 STANDARD CONSMUCMNt SPBCDWAT10N,DOM914TS ChyAufecrMwber 104315 Reviled December 8.2023 006119-2 MAINTENANCE 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 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to be 8 repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the 9 Surety under this Maintenance bond; and 10 11 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 12 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 13 Worth Division; and 14 15 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive 16 recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH 2O22 Bond Year 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 104315 Revised December 9, 2023 0061 19-3 MAINTENANCE BOND Page 3 a f 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 24th day of June 3 � 20 25 . 5 6 7 8 9 10 11 ATTEST: 12 13 14 (Pr cipal) Secretary i5 16 17 18 19 20 s as to Principal 21 22 23 24 25 26 27 28 29 WITNESS: 30 31 32 (Surety) Secretary 33 34 35 Witness as to S e 36 PRINCIPAL: Stabile Winn, Inc. BY: ignature Jerry Henderson, Vice President Name and Title Address: P. O. Box 79380 Saginaw, Texas 76179 SURETY: Amerisure Mutual Insurance Company B� Signatu e Tracy Tucker, Attorney -in -Fact Name and Title Address: 2821 W. 7th Street #500 Fort Worth, Texas 76107 Telephone Number: 817/336-8520 Email Address: trace@tuckeraaercy,corn 37 38 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 39 from the by-laws showing that this person has authority to sign such obligation. If 40 Surety's physical address is different from its mailing address, both must be provided. 41 The date of the bond shall not be prior to the date the Contract is awarded. 42 CITY OF FORT WORTH 2022 Bond Year 3 — Contract 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 104315 Revised December B, 2023 AMERISURE AMERISURE MUTUAL, INSURANCE COMPANY ';"SURETY AMERISURE INSURANCE COMPANY AMERISURE PARTNERS INSURANCE COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Amerisure Mutual Insurance Company, Amerisure Insurance Company and Amerisure Partners Insurance Company are corporations duly organized under the laws of the State of Michigan (herein collectively the "Companies"), and that the Companies do hereby make, constitute and appoint: TRACY TUCKER, STEVEN TUCKER, KEVIN J, DUNN, W. LAWRENCE BROWN BENNETT BROWN AND ROBERTA H. ERB of Tucker Agency, Ltd. , its true and lawful Attorney(s)-in Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge, for and on its behalf and as its act and deed, bonds or others writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts or suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: ONE HUNDRED MILLION ($100,000,000.00) DOLLARS This Power of Attorney is granted and signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of Amerisure Mutual Insurance Company, Amerisure Insurance Company and Amerisure Partners Insurance Company at meetings duly called and held on February 17, 2022. "RESOLVED, that any two of the President & Chief Executive Officer, the Chief Financial Officer & Treasurer, the Senior Vice President Surety, the Vice President Surety, or the General Counsel & Corporate Secretary be, and each or any of them hereby is authorized to execute, a Power of Attorney qualifying the attorney -in -fact named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that President & Chief Executive Officer, Chief Financial Officer & Treasurer or General Counsel &Corporate Secretary each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to anycertificate relating thereto electronically/digitally or by facsimile, and any such Power of Attorney or certificate bearing such electronic/digital or facsimile signatures or electronic/digital or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract ofsurety to which it is attached; FURTHER RESOLVED, that any work carried out by the attomev-in--ffact nuns ]ant to this resolution shall be valid and binding upon the Company." �. , *Pp P4'pyl`'-y U,Rq, By. ✓�� �51iNsv ". ; o Michael A. Ito, Senior Vice President Surety 4Q:.o¢POR„fT!F,y'•"; a SEAL SEAL 0 SEAL 2000 ;d ,.4f Px,.•as C*G-*ay -tvr . �.: a - By fYb-/,Cr]yGP.-T�,. ��HIG y>S` Aaron Green, Vice President Surety ya> �a�,,•' rN WITNESS WHEREOF, Amerisure Mutual Insurance Company, Amerisure Insurance Company and Amerisure Partners Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 26th day of April 20 23 Amerisure Mutual Insurance Company Amerisure Insurance Company Amerisure Partners Insurance Company State ofrllinois County of Kane On this 26th day of April - 20 23, before me, a Notary Public personally appeared Michael A. Ito, of Amerisure Mutual Insurance Company, Amerisure Insurance Company and Amerisure Partners Insurance Company and Aaron Green of Amerisure Mutual Insurance Company, Amerisure Insurance Company and Amerisure Partners Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. oFFlausea Illy-). ,- M KENNY NOT.�RY PUB].F6, 8TArE OF ILL.fN01$ M.Kenny, Notary Public MY COMM1981DN E7WIPPS 19/MRo86 1, Christopher M. Spaude, the duly elected Chief Financial Officer & Treasurer of Amerisure Mutual Insurance Company, Amerisure Insurance Company and Amerisure Partners Insurance Company, do hereby certify and attest that the above and foregoing is a true and correct copy of a Power of Attorney executed by said Companies, which remains in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 24th day of June 20 25 Christopher M. Spaude, Chief Financial Officer & Treasuror AMERISURE Sl U R E T Y Texas Important Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Amerisure Surety's toll -free telephone number for information or to make a complaint at: 1-800-257-1900 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 12030 Austin, TX 78711-2030 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the company 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. Amerisure Mutual Insurance Company Amerisure Insurance Company Amerisure Partners Insurance Company P.O. Box 9098 Farmington Hills, MI 48333-9098 AVISO IMPORTANTE Para obtener informacion o para presentar una que.ja: Usted puede llamar al numero de telefono gratuito de Amerisure Surety's para obtener informacion o para presentar una queja al: 1-800-257-1900 Usted puede comunicarse con el Departamento de Se-guros de Texas para obtener informacion sobre com-panias, coberturas, derechos, o quejas al: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a: P.O. Box 12030 Austin, TX 78711-2030 Fax: (5I2)490-1007 Sitio web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTES POR PRIMAS DE SEGUROS O RECLAMACIONES: Si tiene una disputa relacionada con su prima de seguro o con una reclamacion, usted debe comunicarse con la compaiiia primero. Si la disputa no es resuelta, usted puede comunicarse con el Departamento de Seguros de Texas. ADJUNTE ESTE AVISO A SU POLIZA: Este aviso es solamente para propositos infonnativos y no se con-vierte en parte o en condicion del documento adjunto. 104315-CNST-2022 Bond Year 3 Final Audit Report Created: 2025-06-26 By: Leonel Rios(Leone 1.Rios @fortworthtexas.gov) Status: Canceled / Declined Transaction ID: CBJCHBCAABAAOMsmP3kt45n4lQelgYhXHZviLhoiyKg5 "104315-CNST-2022 Bond Year 3" History Document created by Leonel Rios(Leonel.Rios@fortworthtexas.gov) 2025-06-26 - 8:12:05 PM GMT- IP address: 204.10.90.100 Document emailed to Leonel Rios(Leonel.Rios@fortworthtexas.gov) for filling 2025-06-26 - 8:17:28 PM GMT Agreement modified by Leonel Rios (Leonel.Rios@fortworthtexas.gov) 2025-06-26 - 8:28:36 PM GMT 2025-07-03 [ : Agreement modified acknowledged by Leonel Rios(Leone 1.Rios@fortworthtexas.gov) 2025-06-26 - 8:28:55 PM GMT Form filled by Leonel Rios(Leone 1.Rios@fortworthtexas.gov) Form filling Date: 2025-06-26 - 8:30:06 PM GMT - Time Source: server- IP address: 204.10.90.100 Document emailed to Donnette Murphy (donnette.murphy@fortworthtexas.gov) for filling 2025-06-26 - 8:30:14 PM GMT Email viewed by Donnette Murphy (don nette.murphy@fortworthtexas.gov) 2025-06-26 - 8:30:23 PM GMT- IP address: 20.159.64.152 Email viewed by Donnette Murphy (don nette.murphy@fortworthtexas.gov) 2025-06-30 - 0:05:15 AM GMT- IP address: 20.159.64.152 Form filled by Donnette Murphy (don nette.murphy@fortworthtexas.gov) Form filling Date: 2025-06-30 - 3:21:58 PM GMT - Time Source: server- IP address: 208.184.124.181 Document emailed to Patricia Wadsack (patricia.wadsack@fortworthtexas.gov) for approval 2025-06-30 - 3:22:05 PM GMT Email viewed by Patricia Wadsack (patricia.wadsack@fortworthtexas.gov) 2025-06-30 - 3:23:02 PM GMT- IP address: 52.244.129.126 FORT WORTHS 1 POHeY"y Adobe Acrobat Sign =„ Document approved by Patricia Wadsack(patricia.wadsack@fortworthtexas.gov) Approval Date: 2025-06-30 - 10:18:04 PM GMT - Time Source: server- IP address: 208.184.124.181 Document emailed to Lauren Prieur (Lauren.Prieur@fortworthtexas.gov) for signature 2025-06-30 - 10:18:12 PM GMT Email viewed by Lauren Prieur (Lauren.Prieur@fortworthtexas.gov) 2025-06-30 - 10:19:02 PM GMT- IP address: 52.244.129.126 =i ICDocument e-signed by Lauren Prieur (Lauren.Prieur@fortworthtexas.gov) Signature Date: 2025-07-01 - 2:32:57 PM GMT - Time Source: server- IP address: 76.227.105.128 C'y Document emailed to Lorita Lyles (Lorita.Lyles@fortworthtexas.gov) for approval 2025-07-01 - 2:33:04 PM GMT f) Email viewed by Lorita Lyles (Lorita.Lyles@fortworthtexas.gov) 2025-07-01 - 2:33:21 PM GMT- IP address: 52.244.179.71 &0 Document approved by Lorita Lyles (Lorita.Lyles@fortworthtexas.gov) Approval Date: 2025-07-02 - 1:13:33 PM GMT - Time Source: server- IP address: 208.184.124.181 Ey Document emailed to Douglas Black (Douglas.Black@fortworthtexas.gov) for signature 2025-07-02 - 1:13:43 PM GMT Email viewed by Douglas Black (Douglas.Black@fortworthtexas.gov) 2025-07-02 - 1:13:52 PM GMT- IP address: 20.159.64.152 48 Document e-signed by Douglas Black (Douglas.Black@fortworthtexas.gov) Signature Date: 2025-07-02 - 4:21:06 PM GMT - Time Source: server- IP address: 204.10.90.100 C'y Document emailed to Jesica McEachern aesica.mceachern@fortworthtexas.gov) for signature 2025-07-02 - 4:21:13 PM GMT f) Email viewed by Jesica McEachern Qesica.mceachern@fortworthtexas.gov) 2025-07-02 - 4:22:56 PM GMT- IP address: 20.159.64.138 &0 Document e-signed by Jesica McEachern Qesica.mceachern@fortworthtexas.gov) Signature Date: 2025-07-02 - 9:58:29 PM GMT - Time Source: server- IP address: 204.10.90.100 A3 Document approval automatically delegated to Katherine Cenicola (Katherine.Cenicola@fortworthtexas.gov) by Ronald Gonzales (Ronald.Gonzales@fortworthtexas.gov) 2025-07-02 - 9:58:35 PM GMT P+ Document emailed to Katherine Cenicola (Katherine.Cenicola@fortworthtexas.gov) for approval 2025-07-02 - 9:58:36 PM GMT FORT WORTHS 1 Powered'y Adobe Acrobat Sign C-. Document emailed to Ronald Gonzales (Ronald.Gonzales@fortworthtexas.gov) for approval 2025-07-02 - 9:58:36 PM GMT f) Email viewed by Katherine Cenicola (Katherine.Cenicola@fortworthtexas.gov) 2025-07-02 - 9:58:41 PM GMT- IP address: 52.244.129.126 &0 Document approved by Ronald Gonzales (Ronald.Gonzales@fortworthtexas.gov) Approval Date: 2025-07-03 - 12:17:06 PM GMT - Time Source: server- IP address: 208.184.124.181 C'y Document emailed to Jannette Goodall Oannette.goodall@fortworthtexas.gov) for signature 2025-07-03 - 12:17:21 PM GMT Email viewed by Jannette Goodall 0annette.goodall@fortworthtexas.gov) 2025-07-03 - 12:17:28 PM GMT- IP address: 20.159.64.152 AG Document e-signed by Jannette Goodall 0annette.goodall@fortworthtexas.gov) Signature Date: 2025-07-03 - 1:39:46 PM GMT - Time Source: server- IP address: 66.169.118.105 tO Form filling automatically delegated to Elisa Winterrowd (Elisa.Winterrowd@fortworthtexas.gov) by Allison Tidwell (allison.tidwell@fortworthtexas.gov) 2025-07-03 - 1:39:52 PM GMT C-. Document emailed to Allison Tidwell (allison.tidwell@fortworthtexas.gov) for filling 2025-07-03 - 1:39:53 PM GMT Cy Document emailed to Elisa Winterrowd (Elisa.Winterrowd@fortworthtexas.gov) for filling 2025-07-03 - 1:39:53 PM GMT Email viewed by Elisa Winterrowd (Elisa.Winterrowd@fortworthtexas.gov) 2025-07-03 - 1:40:11 PM GMT- IP address: 20.159.64.152 p Document declined by Allison Tidwell(allison.tidwell@fortworthtexas.gov) Decline reason: The text box is missing for the contract number. 2025-07-03 - 2:10:36 PM GMT- IP address: 204.10.90.100 FORT WORTHS 1 Powered'y Adobe Acrobat Sign FORT WORTH. ir000� Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: 2022 Bond Year 3 M&C: 25-0590 Date: 06/26/25 CPN: 104315 CSO: 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 axxv„e , Legal -Approver Legal -Signer D. gWBIWk ACM -Signer CM CSCO-Approver :o�o..m CSCO-Signer a. ett CSCO-Form Filler •4U— TPW DOC#: Date Out 06/30/25 06/30/25 07/01 /25 07/02/25 07/02/25 07/02/25 07/03/25 07/03/25 07/03/2025 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!