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!