HomeMy WebLinkAbout064259 - Construction-Related - Contract - Klutz Construction, LLCCSC No. 64259
FORT WORTH®
CONTRACT
FOR
THE CONSTRUCT ION OF
Mattie Parker
Mayor
RANDOL MILL HROM
City Project No. 104092
Christopher Harder
Director, Water Department
Lauren Prieur
Jesus Chapa
City Manager
Director, Transportation and Public Works Department
Dave Lewis
Director, Parks and Recreation Department
Prepared for
The City of Fort Worth
Transportation and Public Works Department
Stormwater Management Division
2025
iii halff
��� �����
Cit of FortWorth
Y
Standard Construction Specification
Documents
Adopted September 2011
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 8
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions
Last Revised
00 OS 10 Ma or and Council Communication 07/O1/2011
00 OS 15 Addenda 07/O1/2011
00 11 13 Invitation to Bidders 02/08/2024
00 21 13 Instructions to Bidders O1/17/2024
00 35 13 Conflict of Interest Statement 02/24/2020
00 41 00 Bid Form 09/30/2021
00 42 43 Pro osal Form Unit Price O1/20/2012
00 43 13 Bid Bond 09/11/2017
00 43 37 Vendor Com liance to State Law Nonresident Bidder 06/27/2011
00 45 11 Bidders Pre ualifications 08/13/2011
00 45 12 Prequalification Statement 09/30/2021
00 45 26 Contractor Compliance with Workers' Compensation Law 07/O1/2011
00 52 43 Agreement 3/08/2024
00 61 13 Performance Bond 12/08/2023
00 61 14 Pa ment Bond 12/08/2023
00 61 19 Maintenance Bond 12/08/2023
00 61 25 Certificate of Insurance 07/O1/2011
00 72 00 General Conditions 03/08/2024
00 73 00 Su lementa Conditions 03/08/2024
Division Ol - General Re uirements Last Revised
O1 11 00 Summa of Work 12/20/2012
O1 25 00 Substitution Procedures 07/O1/2011
O1 31 19 Preconstruction Meetin 08/17/2012
O1 31 20 Project Meetings 07/O1/2011
O1 32 16 Construction Schedule 10/06/2023
O1 32 33 Preconstruction Video 07/O1/2011
O1 33 00 Submittals 12/20/2012
O1 35 13 Special Project Procedures 03/11/2022
O1 45 23 Testin and Inspection Services 03/09/2020
O1 50 00 Tem or Facilities and Controls 07/O1/2011
O1 55 26 Street Use Permit and Modifications to Traffic Control 03/22/2021
O1 57 13 Storm Water Pollution Prevention Plan 07/O1/2011
O1 58 13 Temporary Project Signage 07/O1/2011
O1 60 00 Product Re uirements 03/09/2020
O1 66 00 Product Stora e and Handlin Re uirements 07/O1/2011
O1 70 00 Mobilization and Remobilization 11/22/2016
O1 71 23 Construction Stakin and Surve 02/14/2018
O1 74 23 Cleaning 07/O1/2011
O1 77 19 Closeout Re uirements 03/22/2021
O1 78 23 O eration and Maintenance Data 12/20/2012
O1 78 39 Pro'ect Record Documents 07/O1/2011
Technical Specifications which have been modified by the Engineer speci�cally for this
Project; hard copies are included in the Project's Contract Documents
CITY OF FORT WORTH Randol Mill HROM
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104092
Revised June 7, 2024
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Division 02 -
02 41 13
n��
n��
Conditions
Selective Site Demolition
Page 2 of 8
Date
Modi�ed
04/10/2025
i.r�
TT��
Division 03 - Concrete
Division 26 - Electrical
Division 31 - Earthwork
z'� c;�o rv�� i.r�
� 1-2-3—�6 "r�
�'� � ��
�8 ��8 ��
31 25 00 Erosion and Sediment Control 04/10/2025
2 i�w � �
�i�� �� ��
1 i i i i
� .. . . _ •.
� . . .. •.
� . . . . .. ._. . •. _
._. _ .•._
. _ _. . . . •. _
� •.
•.
��• - - - - _
.. . .. . •. _
• . •.
rsr�°• - -- - -
- - � .. . •. _
� � � � . •.
• . •.
. _ � . • .. . •. _
. •.
. . •.
. . •.
. •. _
. •. _
. •,
. • •
• • . . •
• , •, _
CITY OF FORT WORTH Randol Mill HROM
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104092
Revised June 7, 2024
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 8
• � . . . •.
• . .s. •.
• . . •. _
Division 33 - Utilities
� � , .,
� ..
� � • . ..
- ,:, _ :.e�s'sz� -- - - -
�. � •. •.
�. . •.
�. „ • . •.
�. � . •.
�. .� . „ •.
�. � „ , •. _
� � • •.
� . •.
� � . •.
� � � . •.
„ �. •
� . - ' ' •
� _ . •. _
� . •. _
� � �. . •. _
� ._ . . . •. _
� ..... .•._
- �• -
� . •.
� . . . . •.
� _ . „ _ . •. _
� � . •.
� �. . . •. _
� � _ .. . _. . •. _
� •.
•. . . . . . . . .. . • . _
. . . . •.
— - - — .,�.- - - — i� - -
. � • . •.
� . •.
,,. . •. _
� .. .. . •. _
• • e . •.
„ •.
� .. •.
.� . •. _
� . •.
�:�.,,�_ -
_� � . •.
. . .. . •.
._ . •.
�_ •. �• • •,
- ::_._�:��.a._�„_..":,..�::�.:...__.�_.:.�.:.__..,:..,.,_. _ - .. - � _ -
� .. . . •.
irs's*--�:.. - -- - - --- -- -
.. . .
•.
� _ _ -
CITY OF FORT WORTH Randol Mill HROM
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104092
Revised June 7, 2024
Division 99 —
99 99 O1
99 99 02
99 99 03
99 99 04
99 99 OS
99 99 06
99 99 07
Construction Allowance
Remove and Salvage Flood Gauge System and Wiring
Relocate and Reconnect Keypad System
Metal Beam Guard Fence and Guardrail End Treatrnent
Concrete Scupper
Swin� Gate with Remote Control
04/10/2025
04/10/2025
04/10/2025
04/10/2025
04/10/2025
04/10/2025
04/10/2025
Technical Speci�cations listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
http://fortworthtexas.gov/tpw/contractors/
or
CITY OF FORT WORTH Randol Mill HROM
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104092
Revised June 7, 2024
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 8
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
https://apps.fortworthtexas.gov/Proi ectResources/
Division 02 - Existing Conditions
n�� coio,.�;..o c;�o no,,,,,i;�;,,,,
02 41 14 Utili Removal/Abandonment
02 41 15 Pavin Removal
Division 03 - Concrete
Division 26 - Electrical
Page 5 of 8
Last Revised
n�ii��
12/20/2012
02/02/2016
�-A�gg nz i,o ,�;''�z
�� nc in i�i�ni�ni�
�� ��
26 OS 33 Raceways and Boxes for Electrical Systems 12/20/2012
26 OS 43 Under round Ducts and Racewa s for Electrical Systems 07/O1/2011
�H-A3-�9 r,,,,,,,,,,,,;,..,�;,,,,� ra„i�; n,,,.� r,,,,a,,;� mi��o
Division 31 - Earthwork
31 00 00 Site Clearing 03/22/2021
31 23 16 Unclassified Excavation O1/28/2013
31 23 23 Borrow O1/28/2013
31 24 00 Embankments O1/28/2013
2 ,�no � ����
� �i9i�8 � � ���z
31 37 00 Ri ra 12/20/2012
Division 32 - Exterior Im rovements
32 O1 17 Permanent As halt Paving Repair 12/20/2012
32 O1 18 Tem ora As halt Pavin Re air 12/20/2012
32 O1 29 Concrete Paving Repair 12/20/2012
32 11 23 Flexible Base Courses 12/20/2012
27 1�1 70� T; o T,-o��o.a R��o (`..,,,-�o� 17/7�rsviZviz
32 11 33 Cement Treated Base Courses 06/10/2022
�� n 4 i���
32 12 16 Asphalt Paving 6/07/2024
�3� n�,,t,.,�� n.,.,;,,,. rv...,,,v eo.,�.,,,�� i�i���
32 13 13 Concrete Paving 06/10/2022
32 13 20 Concrete Sidewalks, Drivewa s and Barrier Free Ram s 12/09/2022
�� i � i��z
�� in i� i�i�ni�ni�
�o �z
32 16 13 Concrete Curb and Gutters and Valle Gutters 12/09/2022
32 17 23 Pavement Markin s 06/10/2022
�� i i in��
32 31 13 Chain Fences and Gates 12/20/2012
32 31 26 Wire Fences and Gates 12/20/2012
�� �a�,.,.a �or„o� .,�a r.,�o� , � i���
32 32 13 Cast-in-Place Concrete Retainin Walls 06/OS/2018
CITY OF FORT WORTH Randol Mill HROM
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104092
Revised June 7, 2024
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 6 of 8
32 91 19 To soil Placement and Finishin of Roadwa Ri ht-of-wa s 03/11/2022
32 92 13 Soddin OS/13/2021
�� o� in nvi�i�mi
�TT �T�2.T
32 92 15 Native Grass and Wildflower Seedin 10/06/2023
�-9�-4� rrroo� ,,,,a ci.,.,,ti,� i � i��z
Division 33 - Utilities
33 O1 30 Sewer and Manhole Testin 09/07/2018
33 O1 31 Closed Circuit Television CCTV Ins ection — Sanit Sewer 03/11/2022
33 O1 32 Closed Circuit Television (CCTV) Inspection — Storm Drain 12/08/2023
�8 i � i��z
2 2�8 i � ����
�� r,.,...,.�;,,� r,.�,..,.i -ro�� e�.,�;,,�� i�i��z
�� i � i��z
�3-A4�8 n�in� i io�r
33 04 40 Cleanin and Acce tance Testin of Water Mains 02/06/2013
33 04 50 Cleaning of Pipes 03/11/2022
33 OS 10 Utility Trench Excavation, Embedment, and Backfill 04/02/2021
33 OS 12 Water Line Lowering 12/20/2012
33 OS 13 Frame, Cover and Grade Rin s 09/09/2022
33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 03/11/2022
Grade
�� r,,,,,.ro�o �x�„�o,. v.,,,i�� i � i��z
33 OS 17 Concrete Collars 03/11/2022
�8 i � i���
�-A�-�� -r,,,,roi r;,,o,- ni.,�o i � i���
33 OS 22 Steel Casing Pipe 12/20/2012
��� u.,,,a rr,,,,,,oi;,,,. i�i��z
33 OS 24 Installation of Carrier Pi e in Casin or Tunnel Liner Plate 12/09/2022
33 OS 26 Utility Markers/Locators 12/20/2012
33 OS 30 Location of Existing Utilities 12/20/2012
zz i i nc u,.i�� rT„�� .,,,a r�.,�vo�� i �i�ni�ni �
�� , , ��
33 11 10 Ductile Iron Pipe 12/09/2022
33 11 11 Ductile Iron Fittin s 09/20/2017
33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 09/09/2022
2 2�� i � ����
> >
�4 u,,,.;o,� c�ooi n;ro .,,,,� �;,+;r,.� i � i���
33 12 10 Water Services 1-inch to 2-inch 02/14/2017
�� i � i��z
33 12 20 Resilient Seated Gate Valve OS/06/2015
�} nn i���
33 12 25 Connection to Existin Water Mains 02/06/2013
33 12 30 Combination Air Valve Assemblies for Potable Water S stems 12/20/2012
33 12 40 Fire H drants O1/03/2014
�8 , � i���
�8 n�ii��
�� i � i��z
�� i � i��z
�� �i ic nni��i�nio
�� ��
33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pi e 09/09/2022
CITY OF FORT WORTH Randol Mill HROM
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104092
Revised June 7, 2024
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 7 of 8
n„i.n,;,,..i ri.i,,,.;ao (D�7(''1 (''1„�oa nr„�;io r_,.,,.,;�, c,,,,;�.,,.., co.�,o,.
22 Zi �i i�i�ni�ni�
��r ��
�� i � i��z
2 2�� i � ����
�� n� i���
�9 i � i��z
33 39 10 Cast-in-Place Concrete Manholes 12/20/2012
33 39 20 Precast Concrete Manholes 12/20/2012
�8 , � i���
�39-49 �x�„��o.�,.,�o,. n,.,.o�� ri..,,,,�,or r�x� n r� i� i���
�3-�9--69 nn i���
33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/O1/2011
�3--4-�� , � i���
�-4-�� i i i i��
�-4�� n� i i��
�q.�-A9 � � ����
� n�ino ��n
� n�ino ��n
33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012
33 49 20 Curb and Dro Inlets 03/11/2022
33 49 40 Storm Drainage Headwalls and Wingwalls 07/O1/2011
Division 34 - Transportation
34 41 10 Traffic Si als 03/11/2022
�n ni inni n ii r � i�ii4i�nic
�vT rrt�e'� rii� �a�9a€�' acz rtrrvravz�
2i1 �l�vi r�rt��[%trrirn�i+rv--cvir�ii�vpcGriicu�n tl�t�V t�
2 /1 /1�� r�rt��[%brir"'i-s�lit�. —dtl�Lfk�vpcGtlic[c�6n n 1 /vrzvii
�--�-�� To.,-„�.,,r�,-�. Tr.,FF,'.. C;�..,.,1� 1 1/7nr�vi�
�� !12 / 1�z
34 41 20 Roadway Illumination Assemblies 12/20/2012
2n n�� n�iio c��
�n n�� n�iio c��
�n n i�n n� no�;ao„�;,,i r�n n,,,,a.�,.,., r,,.,,;,,.,;ro� n�ii ci�ni c
�� ��
34 41 30 Aluminum Si s 11/12/2013
z^� c;,,�.io ra,,,�o �;t,o,. nr�;,, rV.,t,io mi�o ���
z^� -r,-.,f�;,. r,,,,�,.,,i nzi�o ��,-�i
Appendix
GC-4.01 Availability of Lands
GC-4.02 Subsurface and Physical Conditions
GC-4.04 Underground Facilities
GC-4.06 Hazardous Environmental Condition at Site
GC-6.07 Wage Rates
GC-6.09 Permits and Utilities
GC-6.24 Nondiscrimination
GR-01 60 00 Product Requirements
END OF SECTION
CITY OF FORT WORTH Randol Mill HROM
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104092
Revised June 7, 2024
c�ty of Fo�t wo�tn,
Mayor and
Texas
Council Communication
DATE: 10/21/25 M8�C FILE NUMBER: M&C 25-0991
LOG NAME: 20SWM RANDOL MILL HROM CONSTRUCTION-KLUTZ
SUBJECT
(CD 5) Authorize Execution of a Construction Contract with Klutz Construction, LLC in the Amount of $9,644,054.75 for Construction of the Randol
Mill Hazardous Road Overtopping Mitigation Project, Amend the Transportation and Public Works Stormwater Fiscal Years 2026-2030 Capital
Improvement Program, and Adopt Appropriation Ordinances, including one to effect a Portion of Water's Contribution to the Fiscal Years 2026-
2030 Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize the execution of a contract with Klutz Construction, LLC in the amount of $9,644,054.75 for construction of the Randol Mill
Hazardous Road Overtopping Mitigation project (City Project No. 104092);
2. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Drainage Revenue Bonds Series 2023
Fund in the amount of $5,970,876.00 by increasing estimated receipts and appropriations in the Randol Mill Hazardous Road Overtopping
Mitigation project (City Project No. 104092) and decreasing estimated receipts and appropriations in the SW Hazardous Rd Overtopping
Programmable project (City Project No. P00120) by the same amount;
3. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Stormwater Capital Projects Fund in the
amount of $3,595,512.00 by increasing estimated receipts and appropriations in the Randol Mill Hazardous Road Overtopping
Mitigation project (City Project No. 104092) and decreasing estimated receipts and appropriations in the SW Hazardous Rd Overtopping
Programmable project (City Project No. P00120) by the same amount;
4. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund
in the amount of $1,308,238.00 from available PayGo residuals, for the purpose of funding the Randol Mill Hazardous Road Overtopping
Mitigation project (City Project No. 104092), and affect a portion of Water's contribution to Fiscal Years 2026-2030 Capital Improvement
Program; and
5. Amend the Stormwater Fiscal Years 2026-2030 Capital Improvement Program.
DISCUSSION:
This Mayor and Council Communication (M&C) will authorize execution of a construction contract with Klutz Construction, LLC in the amount of
$9,644,054.75 to reduce hazardous roadway flooding at a flood-prone section of Randol Mill Road, between Territory Trail and Goldeneye Lane.
The project is part of the Stormwater Hazardous Road Overtopping Mitigation (HROM) Program, which is an ongoing effort to identify hazardous
road flooding locations, prioritize them based on risk, and, where feasible, develop solutions to make them safer. The HROM program was
created in response to life-threatening and fatal incidents associated with flooded roads, usually at stream crossings. This site has experienced
severe flooding with cars washed off the road and high-water rescues.
The improvements at this location involve a realignment of the roadway away from the floodplain, raising the roadway elevation, eliminating two (2)
existing culvert crossings, adding a new culvert crossing, channel improvements, and the addition of underground stormwater drainage pipes.
Additional improvements include adding sidewalks, new sewer and water lines, trail improvements to Mallard Cove Park due to the project
impacting parkland and adding a dual turn lane to the roadway.
The project was advertised for bid in the Fort Worth Star-Telegram on May 14, 2025, and May 21, 2025. On June 11, 2025, the following bids
were received:
Bidder Amount
Klutz Contractors, LLC $9,644,054.75
McCarthy Building Companies, Inc. $10,093,918.64
Jackson Construction, Ltd. $11,515,279.00
Construction is expected to begin in January 2026 and be completed by May 2026.
Funding for design and right-of-way acquisition for the Randol Mill project, in the amount of $2,315,000.00, was provided by M&C 22-0776, which
amended the Stormwater Fiscal Years 2022-2026 Capital Improvement Program. Funding for the relocation of Atmos facilities in conflict with the
proposed construction for the Randol Mill HROM project, in the amount of $419,000.00, was recommended as part of the September 30, 2025
M&C Agenda. Additional funding in the amount of $10,874,626.00 is needed to fully fund the project through construction.
The Water DepartmenYs share of this contract is $1,130,185.90 (Water $808,659.90; Sewer $321,526.00) and will be available in the Water and
Sewer Capital Projects Fund for the project (City Project No. 104092). The Stormwater Division's share of this contract is $8,513,868.85. In
addition to the contract cost, $720,355.00 (Stormwater; $613,330.00; Water: $75,718.00; Sewer: $31,307.00 is required for project management,
material testing, inspection and stormwater GIS/project controls, and $510,216.00 (Stormwater: $439,189.00; Water: $48,520.00; Sewer:
$22,507.00) is provided for project contingency. This project will have no impact on the Transportation & Public Works Department nor the Water
DepartmenYs operating budgets when completed. The sanitary sewer component of this project is part of the Sanitary Sewer Overflow Initiative
Program of the Water Department.
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 of this M&C will appropriate funds in
support of the Water's portion of the City of Fort Worth's Fiscal Years 2026-2030 Capital Improvement Program.
Funding is available in the Unspecified All-Funds project within the W&S Capital Projects Fund for the purpose of funding the Randol Mill HROM
project.
The 2020 Stormwater Revenue Bonds, 2023 Stormwater Revenue Bond, TPW Stormwater Capital Projects fund, and W&S Stormwater Capital
Projects will fund this project.
M&C 25-0933 approved by City Council on September 30, 2025 will add additional appropriations into the Stormwater Capital Projects Fund in
the amount of $219,000.00 and Drainage Rev Bonds Series 2023 in the amount of $200,000.00.
The Funding for the Randol Mill HROM project is summarized in the table below:
Fund Existing Additional project Total
Appropriations Appropriations
Stormwater Rev
Bonds Series 2020 — $633,000.00 $0.00 $633,000.00
Fund 52007
Stormwater Capital
Projects—Fund $1,901,000.00 $3,595,512.00 $5,496,512.00
52002
Drainage Rev Bonds
Series 2023 — Fund $200,000.00 $5,970,876.00 $6,170,876.00
52008
W&S Capital Projects $0.00 $1,308,238.00 $1,308,238.00
- Fund 56002
Project Total $2,734,000.00 $10,874,626.00 $13,608,626.00
Funding is budgeted in the Stormwater Hazardous Road Overtopping Programmable project (City Project No. P00120) with the Drainage
Revenue Bonds Series 2023 and Stormwater Capital Projects Funds for the Transportation and Public Works Department for the purpose of
funding the Randol Mill HROM project (City Project No. 104092), as appropriated.
Funding for this projects was not included in the FY2026-2030 Capital Improvement Program due to the concerns that were unknown at the time of
the development of the Capital Improvement Program. The action in this M&C will amend the FY2026-2030 Capital Improvement Program as
approved in connection with Ordinance 27979-09-2025.
This project is in COUNCIL DISTRICT 5.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are available in the SW Hazardous Rd Overtopping programmable project within the Stormwater
Capital Projects and the Drainage Rev Bonds Series 2023 Funds and in the Unspecified All-Funds project within the W&S Capital Projects Fund
and upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the
Stormwater Capital Projects Fund, Drainage Rev Bonds Series 2023 and in the W&S Capital Projects Fund for the Randol Mill HROM project, to
support execution of the construction contract. Prior to any expenditure being incurred, the Transportation & Public Works and Water Departments
have the responsibility for verifying the availability of funds.
Submitted for City Manager's Office b� Jesica McEachern 5804
Originating Business Unit Head: Lauren Prieur 6035
Additional Information Contact: Thanaa Maksimos 6035
John Kasavich 8480
Expedited
C1TY OF FORT VIiOR`�H
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
RANDOLMILLHROM
City Project IVo. 104092
ADDENDUM NQ. 7
Add�ndum '1 Release Date: May 28, 2025
1"his addendum forrns �art of the Plans, Contract Documen#s and Specifications for the above
r�ferenced Project and modifies the original Specificatians and Contract Documents. Bidder shall
acknowiedge receipt of this addendum in the space pro�ided below and on the Bid Form (SECTION 00
4100j. Failure to acl<nowledge receipt of this addendum could subject the bidder to disqualification.
The plans and specification documents for Randol Mill HROM, City Project No. 104092 are hereby
revised by Addendum No. 1 as follows:
1. ftevise Section 00 11 �.3, Invitation to Bidders as fo[lows:
PREBID CONFERENCE -- Web Conference
A pre-bid conference will be h�l� as discussed ir� section 00 2113 — INSTRUCTIONS TO BI�DERS at
the following date, and time via a web conferencing application:
DATE: Tuesday, June 3, 2025
T�ME: 2:00 PM C5T
Please acknowledge receipt of Addendum No. 1 in the following locations:
(1) In the space provided �elow.
(2j In Section DO 41 OQ, Bid Form, Page 3 of �
Failure to acknowledge the r�c�ipt of Addendum No. � could cause the suhject bidder to be considered
"N�N-R�SPONSIV�", resuiting in disqualification. A signed copy of this addendum shall be placed into
the proposal at the time of bid submittal.
A-1 ,aooen�ounn s
RandollVliil HROM
City Praject No, J.04092
Ha[ff Associates, lnc.
�� U
������t��� 1
� ,. �f 1 f+�``
.
.*.:..., : �.......:.: �
.... ... ... . /
���1�. .. •��„�
May 28, 2025
By:
Jacob Hays, P.E.
RECEIP CK OWk GED
�
By; ��
TRAf�SPORTATION AND PUBLIC WORKS
DEPARTME�[T
DfRECTOR
LAUREN PRIEUR, PE
r
�� x -
By: '--
Berton Guidry
Project Manager
Company; _f'L �(��Z ��_S�GIG�� Uf'IJ �i�Ci
A-2 ADDENDUM 1
Randol Mil4 FiROM
City Project No. 1a4092
CITY OF F�RT W�RTH
TRANSPORTATION AND PUB�IC WORKS DE.PARTMENT
RANDOL MILL HROM
City Project No. 104092
ADDENDUM NO. 2
Addendum 2 Release Date: June fi, 2025
This addendum forrr�s part af the PEans, Contract pacuments and S�ecifications for the above referenced
Project antk modifies the original Specifications and Contract Documents. Bidder shall acknowledge
recei�t of this addendum in the space pro�ided below and an the Bid Fo�m (SEC�ION DO 410D). Fail�re to
acknawledge receipt of this addendum could subject the bidder to disqualification.
ihe plans and specifica�ion documents for Randol Mill HROM, City Project No. 1D4042 are hereby revised
by Addendum No. 2 as follows:
The pian set is hereby revised by this Addendum No. 2 as follows:
1. K-3388 has 6een added to e�ery sheet of the plan set. The "K" number is iocated at the top right
corner on the sheet border. aue to the "K" number revision on the l�Qrder of each she�t, the plan
set is hereby replaced in its entirety. A new pEan set is posted on Bon#ire. Other changes to specific
sheets are described below with these sheets attached ta this add�ndum.
Z. The COVER PAGE sheet has been signed by City officials,
3. On sheet 5, general notes for Portable Message Sign have been acicled.
4. On sheet 4Z, Water Line Lowering Detail (33 05 12-D162) has been revised by remo�ing the notes
for "NOTE TO D�SIGNER".
5. On sheet 44, Utility Repair Designation Sign (D019) has been remo�ed.
6. On sheet 75, Traffic Control Typical 5ignai Installations (34 71 13-D65a) has been remo�ed.
The praject manual is herehy re�ised by this Addendum No. 2 as foNows:
1. Bid item for Portal�le Message 5ign has been added to Unit Price Bid under Section 00 42 43 —
Proposal Forrn.
2. Section 00 11 13 — In�itation to 8idders is revised as follows:
RECEIPT OF BIDS
Electronic bids for the construction of Randol Mi[I HROM, CPN; 104D92 ("PrajecY'} will be
recei�ed by the City of Fort Worth via the Procurement Portal
https://fortworthtexas.bonfirehub.com/pa�-tal/?ta�=openOpportunities, under the
respective Project until 2:00 P.M. CST, Thursday, June 25, 2Q25.
A-Z A��ENDUM 2
Randal Mi11 HROivI
City Project No. 104692
3. 7he prequalification for the canstruction of retaining walls has been remo�ed and updated an
pages;
a. Section 00 41 a0— Bid Form
b. Section 00 45 12 — Prequalification Statement
4. On Section 00 �5 �0 — Business Equity Goal, the project goal percentage is 12,98%.
Please acl�now�edge receipt of Addencfum Na. 2 in the following locations;
(1) In the space provided on the next page.
(2) In Section 00 4100, Bid Farm, Page � of �
Failure to acknowf�dge the receipt of Addendum No. 2 could cause the subject bidder �o �e car�sidered
"NOfV-RESPONSIVE", resulting in disqua�ificatian. A signed copy of this addendum shall be placed into the
proposal at the tim� of bid submittal.
A-2 ADDENUUM z
Randol Mili HROM
Clty Project No. 104tl92
Halff Associates, Inc.
.�
� �iP��'�F r ��
, y . F.}�S.�I
+ � .
........................ ....................
MARK C. GALYAN
..��::.....1 �a80......:; ��'
.
��t o.�•-.��C�r�s`�°.:'�`��
`` ��S�ONAL���'�
�y; °� C'• �-
Mark Gal �an, PE
TRARlSPORTATION AND PU6LlC WO�KS
I�l��_Ci�1�i1�►��
DIRECTOR
LAUR�N PRIEUR, P�
gy. ,_ - .._..
Berton Guidry, PE, CFIVI
Praject Manager
RECEIPT I�WI.EDGED
_,� �
gy: �
� � ���
Companv:I�IU�Z C-Ui'JS�fG �7, �G�
A-2 ADpENOEIM 2
Randol Mill HRpM
City Project f�o. 164092
CITY OF FORT WORThi
TRANSPORTAT�ON AND PUBL.IC W�RKS D�PARTMENT
R�����nni�.�HRo�n
City Project No. 104092
ADD�NDUM NO. 3
Addendum 3 Release Dai�e: June 23, 2025
This adcEendum forrris part of the Plans, Contract DocumenCs and Specifications for Che above referenced
Praject and modifies t1�e original Specifications and Contract Documents. Bidder shall acknowledge
receipt ofthis add�ndum in the space pro�ided belaw and on the eid Form (S�CTION 40 410fl). Failure to
acknowledge receipt of this addendum could subject t�e bidder to disqualification.
The plans and specificatio�t documents far Randol Mill HROM, City Project No. 104092 are hereby revised
by Addendum No, 3 as foilows:
The plan set is hereby revised by this Addendum No. 3 as follows:
1. On sheet 5, added a note under Narrative for Sequence of Construction to clarify contract time
when Atmas Ener�y Relocation conflicts with project's canstruction.
2. On sheet 88, a typical s�ctian and note w�re added for Atmos Driv�way and MainCenance Ramp
ta clarify pavement and subgrade,
3. On sheet 89, a typical section for Driveway [a� Sta 30+6A was added to clarify pavement and
subgrade,
4. On sheets �.00, 105, and 107, a callaut was provided ta clarify construction of cancrete dri�eway
a�proach.
5. On sheets 127-129, street sections in details have been re�ised to sl�ow correct number far rebar
and pa�ement thickness.
6. On sheets 132 and 133, de#ails re�ised for contraction joint spacing.
7. Revised sheets 5, 88, 89, 100, 105, 107, 127-129, 132, and 133 are attached and included as part
of this add�ndum.
The project manual is hereby reWised by #his Addenc�um No. 3 as follows:
1, Sectian 00 42 43 — Proposal Form is reviseci as follows:
a. Add new bid item for Manhole Vacuum Testing (Unit 11�13).
b. The quantity for Unclassified Excavation by Plan has been revised (Unit III-40}.
c. 7he quantity for Borrow by plan �as been re�ised (Unit III-41).
d. The quantity for Embankment by Plan has been revised (Unit lll-42).
e. 1"he quantity for 24" RCP, Class III has been re�ised (Unit III-85).
2. The Contract Time has been re�ised to 455 calendar days and shown on Section 00 41 00 — Bid
Farm and Sectior� 00 52 43 — Agreement.
A-3 ADDEfVDU IVI 3
Randol Mill HRdM
City Project No. 1p4Q92
3. Revised Sections 00 42 43 and 00 52 43 are attached and included as part of this adder�dum.
All questions and responses have been posfed to BON�tRE and are attached and inciuded as part of
this addendurn.
Please acknowledge receipt of Addendum No. 3 in the follawing locations:
(1) In the space provided on the next page.
(2j In Section 00 41 00, Bid For�, Page 3 af 3
Failure to acknowledge the receipt of Addendum No. 3 could cause the subject bidder to be considered
"NON-RESPOfVSIVE", resulting in disqualification. A signed copy of this addendum shall be placed into the
proposal at the time af bid submittal.
A-3 AUDENDUM 3
Rando! Mill MROM
City Project No. 104D92
Halff Associates, Inc.
TRANSPORTATIOR[ AND PUBLlC WORKS
DEPARTM ENT
DIRECTOR
�� ----""�� LAUREN PRIEUR, PE
�
S�P�� O� r���,1
rry � • ;��j -. _. � �% i'
/ .....::...................................::.....�j B : �y � / ! i C/
! MARK C. GALVAN r v� - '
� ..........�..� � ......� ................. �y.....
�I� ,�:. 34ggp �a,�� Berton Guidry, PE, CF �
�11�0�••.<�ce�s�a; \,��,�� Project Manager
1�11`�`S�dNAI. E�G�
��
��4\o-v.��`
gy; � �• �
Mark Galv n, PE
RECEiPT OWL GE -�
j
�
gv. � : �_
CompanV: ��! L.�`� C-f)llf7 !2l(�� ��
p,-3 ADDENL3l3M 3
Randol Mill HROM
City Project No. 10409Z
00 11 13
INVITATION TO BIDDERS
Page 1 of 3
SECTION 00 11 13
INVITATION TO BIDDERS
RECEIPT OF BIDS
Electronic bids for the construction of Randol Mill HROM, CPN: 104092 ("Project") will be
received by the City of Fort Worth via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portaU?tab=oUenOpUortunities, under the
respective Project unti12:00 P.M. CST, Thursday, June 26, 2025.
Bids will then be opened publicly and read aloud beginning at 2:00 PM CST in the City
Council Chambers.
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=openO�portunities
Failure to submit all completed required information listed in the respective Solicitation will be
grounds for rejection of a bid as non-responsive. No late bids/proposals shall be accepted. Bids
delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be
accepted or considered.
If, upon being opened, a submission is unreadable to the degree that material conformance to the
requirements of the procurement specifications cannot be ascertained, such submission will be
rejected without liability to the City, unless such bidder provides clear and convincing evidence
(a) of the content of the submission as originally submitted and (b) that the unreadable condition
of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform
(Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not
constitute and shall not be considered an error or malfunction of the Bonfire Platform
(Procurement Portal). Bidders are encouraged to fully review each page of every document within
their submission prior to submitting to ensure all documents are clear, legible, and complete.
SUPPORT
For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en-
us
Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010.
CITY OF FORT WORTH Randol Mill HROM
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN: 104092
Revised 2/08/24
00 11 13
INVITATION TO BIDDERS
Page 2 of 3
To get started with Bonfire, watch this five-minute training video:
Vendor Registration and Submission [VIDEO] — Boniire Vendor Support (gobonfire.com)
GENERAL DESCRIPTION OF WORK
The major work will consist of the (approximate) following:
Unit I: Water Improvements
- 96 LF of 6" DR-14 PVC water line
- 1,914 LF of 8" DR-14 PVC water line
- 79 LF of 12" DR-14 PVC water line
- 149 LF of 20" steel casing and 169 LF of 8" ductile iron carrier pipe
- Installation and adjustment of water appurtenances such as fire hydrants, combination
air valve assembly, service lines with meter and box, gate valves, and utility markers
- Water line lowering
Unit IL• Sanitary Sewer Improvements
- 790 LF of 8" SDR 26 PVC sanitary sewer line
- Installation and adjustment of manholes, including extra deep manholes
Unit IIL• Paving and Draina�provements
- 2,157 SY of concrete pavement to be removed
- 10,121 SY of asphalt pavement to be removed
- 123 trees to be removed
- 8,465 CY of excavation and 33,440 CY of fill material
- 9,787 SY of concrete pavement
- 4,307 SY of asphalt pavement
- 11,560 SF of concrete sidewalk
- 2,466 SY of sodding and 24,443 SY of seeding
- 1,341 LF of RCP (various diameters) and 633 LF of RCB (various sizes)
- Installation and construction of storm drain appurtenances such as headwalls,
wingwalls, junction boxes, and inlets
- 15 street lights to be installed and 1 street light to be relocated
- 2 retaining walls to be constructed
Unit IV: Mallard Cove Park Improvements
- 590 CY of excavation and 2,175 CY of fill material
- 37,528 SF of concrete sidewalk
- 8,606 SY of seeding
- 1 retaining wall to be constructed
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.
CITY OF FORT WORTH Randol Mill HROM
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN: 104092
Revised 2/08/24
00 11 13
INVITATION TO BIDDERS
Page 3 of 3
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract Documents may be examined or obtained via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openO�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
https://fortworthtexas.bonfirehub.com/portal/?tab=openO�portunities, 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: Tuesday, June 3, 2025
TIME: 2:00 P.M. CST
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.
FUNDING
Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from
revenues generated from bonds and reserved by the City for the Project.
ADVERTISEMENT DATES
Wednesday, May 14, 2025
Wednesday, May 21, 2025
END OF SECTION
CITY OF FORT WORTH Randol Mill HROM
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN: 104092
Revised 2/08/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 1 of 9
SECTION 00 21 13
1NSTRUCTIONS TO BIDDERS
1. Defined Terms
11. 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.
1.23. 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:
https://a�ps.fortworthtexas. og v/ProjectResources/
CITY OF FORT WORTH Randol Mill HROM
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN: 104092
Revised/[Jpdated U17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 2 of 9
3.1.1. Paving — Requirements document located at:
https://a�s.fortworthtexas. o� v/ProjectResources/ResourcesP/02%20-
%20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving
%20Contractor%20Prequalification%20Progratn/PREQUALIFICATION%20REQ
UIREMENTS%20FOR%20PAVING%2000NTRACTORS.t�df
31.2. Roadway and Pedestrian Lighting — Requirements document located at:
htCps://a�ps.fortworthtexas. og v/ProjectResources/ResourcesP/02%20-
%20Construction%20Documents/Contractor%20Prequalification/TPW%20Roadwa
v%20and%20Pedestrian%20Lighting%20Prequalification%20Program/STREET%
20LIGHT%20PREQUAL%20REQMNTS.pdf
31.3. Water and Sanitary Sewer — Requirements document located at:
htCps://apps.fortworthtexas. o� v/ProjectResources/ResourcesP/02%20-
%20Construction%20Documents/Contractor%20Prequalification/Water%20and%2
OSanitarv%20Sewer%20Contractor%20Prequalification%20Program/W S S%20pre
qual%20requirements.pdf
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.
33. 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. REMOVED
4. Examination of Bidding and Contract Documents, Other Related Data, and Site
4.1. Before submitting a Bid, each Bidder:
CITY OF FORT WORTH Randol Mill HROM
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN: 104092
Revised/[Jpdated U17/24
00 21 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. REMOVED
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.
41.7. 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 Randol Mill HROM
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN: 104092
Revised/[Jpdated U17/24
00 21 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
o£
4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to
the site which have been utilized by City in preparation of the Contract Documents.
The logs of Soil Borings, if any, on the plans are for general information only.
Neither the City nor the Engineer guarantee that the data shown is representative of
conditions which actually exist.
4.2.2. those drawings of physical conditions in or relating to existing surface and
subsurface structures (except Underground Facilities) which are at or contiguous to
the site that have been utilized by City in preparation of the Contract Documents.
4.2.3. copies of such reports and drawings will be made available by City to any Bidder
on request. Those reports and drawings may not be part of the Contract
Documents, but the "technical data" contained therein upon which Bidder is entitled
to rely as provided in Paragraph 4.02. of the General Conditions has been 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.
43. 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 Randol Mill HROM
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN: 104092
Revised/[Jpdated U17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 5 of 9
5. Availability of Lands for Work, Etc.
51. The lands upon which the Work is to be performed, rights-of-way and easements for
access thereto and other lands designated for use by Contractor in performing the Work
are identified in the Contract Documents. All additional lands and access thereto
required for temporary construction facilities, construction equipment or storage of
materials and equipment to be incorporated in the Work are to be obtained and paid for
by Contractor. Easements for permanent structures or permanent changes in existing
facilities are to be obtained and paid for by City unless otherwise provided in the
Contract Documents.
5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed
in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-
of-way, easements, and/or permits are not obtained, the City reserves the right to cancel
the award of contract at any time before the Bidder begins any construction work on the
proj ect.
53. 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 electronically through the Vendor Discussions section under the respective Project
via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or before 2
p.m., the Monday prior to the Bid opening. Questions received after this day may not be
responded ta 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.
63. Addenda or clarifications shall be posted under the respective Project via the
Procurement Portal
htCps://fortworthtexas.bonfirehub.com/portal/?tab=openO�portunities
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 Randol Mill HROM
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN: 104092
Revised/[Jpdated U17/24
00 21 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.OSA., 6.OSB. and 6.OSC. of the General
Conditions and is supplemented in Section O1 25 00 of the General Requirements.
11. Subcontractors, Suppliers and Others
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:
https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth t�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 Randol Mill HROM
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN: 104092
Revised/[Jpdated U17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 7 of 9
12.2. All blanks on the Bid Form must be completed and the Bid Form signed
electronically or signed in ink and scan. A Bid price shall be indicated for each Bid
item, alternative, and unit price item listed therein. In the case of optional
alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered.
Bidder shall state the prices for which the Bidder proposes to do the work
contemplated or furnish materials required.
123. 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
htCps://fortworthtexas.bonfirehub.com/portal/?tab=openO�ortunities.
CITY OF FORT WORTH Randol Mill HROM
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN: 104092
Revised/[Jpdated U17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 8 of 9
15. Opening of Bids
Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and
major alternates (if any) will be made available to Bidders after the opening of Bids.
16. Bids to Remain Subject to Acceptance
All Bids will remain subject to acceptance for a minimum of 90 days or the time period
specified for Notice of Award and execution and delivery of a complete Agreement by
Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid
security prior to that date.
17. Evaluation of Bids and Award of Contract
17.1. City reserves the right to reject any or all Bids, including without limitation the rights
to reject any or all 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.
171.1. 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.
173. 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 Randol Mill HROM
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN: 104092
Revised/[Jpdated U17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 9 of 9
17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and
responsive Bidder whose evaluation by City indicates that the award will be in the
best interests of the City.
17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award
contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than
the lowest bid submitted by a responsible Texas Bidder by the same amount that a
Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a
comparable contract in the state in which the nonresident's principal place of
business is located.
17.7. A contract is not awarded until formal City Council authorization. If the Contract is
to be awarded, City will award the Contract within 90 days after the day of the Bid
opening unless extended in writing. No other act of City or others will constitute
acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by
the City.
17.7.1. The contractor is required to fill out and sign the Certificate of Interested
Parties Form 1295 and the form must be submitted to the Project Manager
before the contract will be presented to the City Council. The form can be
obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf
17.8. Failure or refusal to comply with the requirements may result in rejection of Bid.
18. Signing of Agreement
181. When City issues a Notice of Award to the Successful Bidder, it will be accompanied
by the required number of unsigned counterparts of the Proj ect 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 Randol Mill HROM
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN: 104092
Revised/[Jpdated U17/24
00 35 13
CDNFLICT OF INTEREST STATEMENT
Page 3 of 1
SECTION QO 35 13
CONFLICT OF INTEREST STATEMENT
Fach bidder, offeror or respondent to a City of Fort Worth procur�m�nt is rsquired to complste a
Conflict of Interest Questiannaire or cer�ify that one is current and on file with the City Secretary's
Qffice pursuant ta state faw.
if a m�mb�r of the Fort Worth City Counci�, any one or more af the City Manager or Assis�an#
City Managers, ar an agent of the City wha exefcise discretion in the planning, recommending,
selecting or contracting with a�idder, offeror or respondent is affiliate� with your company, t�en
a Locai Government OffEcer Conflicts Disc�osure Statement (CIS} may be required.
You are urged to consult wit1� caunsel regarding the applicabifity of these farms and Local
Government Cocfe Chapter 176 to your company.
7he referenced farms may be downlaaded from the links provided beEow.
Form CIQ (Conflict of Interest Questiannaire) {stafe.tx.us)
https:llwww.eth i cs.state. tx. usldatafform slconflict/C I S. pdf
�
�
�
IJ
!]
�
BiDDER:
END OF SECTION
CIFY OF FORT WOFiTH
STANDAR� CONSTRUCTiON SPECIFICATION �DC�JMENTS
Revised February 24, 2�20
CIQ Forrn does not appiy
CIQ Fo�m is on file with City Secretary
CiQ Form is being pra�ided to #he City Secretary
C!S Form does not apply
C!S Form is on File with City Secretary
CiS Form is being pro�ided ta the City Secretary
By. C�✓1�e5 d� � ,�lu;�2
I�,' [ c� � G �
Signature: �
Title: f��i�(�[� (1�il� ��, I�#�/',.Q�
J
afl �t1 00 �Id Proposal Workbook
OD 41 00
BE� FORM
Page 1 of 3
s�crior� oa 4� o0
Blb FORM
TO: The Purchasing Manager
clo: The Purchasing Division
200 Texas Street
City of Fort Worth, Texas 76'�02
FOR: Randol Miil WROM
City Project No.: 104092
UnitslSections: Unit I: Water Improv�ments
Unit il: Sanitary Sewer Impro�ements
Unit ilE: Paving and Drainage Impro�ements
Unif IV: Parkland Impro�emen#s
1. Enter Into Agreement
7he 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 furnis� all Work as specified or indicated in the Contrac# Documents
for the Bid Price and within the Contract �ime indicated in this Bid and in accordance with the other terms and
conditions of the Contrac# Documents.
2. BIDD�R AcEcnawledgements and CerEiFication
2.1. In submitking this Bicf, Bidder accepts all of the terms and conditions of the IEVVITATION TO BIDD�FtS and
1NSTRlJCTIONS TO BIDDERS, including wikhout 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 �ending contract award, and will
provide a �alid insurance certificate meeting all requirements within 14 days of nofificat{on of award.
2.3. Bidder certifies that this Bid is genuine and not made In the interest of or on behalf of any undisalosecf
individual or entity and is not submitted in conformity with any collusive agreement or rules oF any group,
associa�ion, organization, or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Biddar to submit a false or sham Bid.
2.5. Bidder has not salicited or induced any individual or entity to refrain from biddir�g.
2.6. Bidder has not engaged in corrupt, fraudulent, coflusive, or coerci�e practices in competing for the Contract.
For the purpases of this �aragraph:
a. "corrUpt practice" means the offering, giving, receiving, or soliciting of any thing of �alue like�y ta
in�luence the action of a publ�c official in the bidding process.
b. "fraudulent prackice" means an intentional misrepresentation of facts made (a) to infiuence the
bldding prncess tn the detriment o� City (b) to establish Bid prices at artificial nor�-competitive
le�els, or (c) to depri�e City of the benefits of free and open competiiion.
c. "collusi�e practice" means a scheme or arrangement bekween two or more sidders, with or
withaut the knowledge of City, a purpase of which is to establish Sit! prices ak artificlal, non-
cam�etitive levels.
d. "coerci�e practice" means harming or threakeni�g to harm, direckly or indir�ctly, persons or their
CITY OF FORT WORThI
STAN�ARD CONS7Rl1CTi0N SP�CIFICATION []OCUM�NTS
Revlssd 9/30/2021 00 41 OD W orkbook 20250623
Op 41 44
BID FORM
Page 2 of 3
property to influence #heir participation in the bidding process or affect the execution of the
Contract.
3. Prequalification
Tne Bidder acknowledges that the following work types must be par�ormed onfy by prequalified contractors and
subcontractors:
a. Water line installation for 12-inch diameter and smallsr; includes cleaning and testing.
b. Sanitary sewer line installation far 8-inch diameter and smaller.
c. Pa�ement construction for asphalt and subgrade; includes mix design and base preparation.
d. Pa�ement constructian for concrete and subgrade; includes mix design and jaint placerrtenk.
e. Street light instalfation; includes connection to power source.
f. -
�
�
4. 7ime of Completion
4.1. The Work will be complet� for �inal Accepfance within 455 days after the date when the
#he Contract Time commences to run as pro�ided in Paragraph 2.03 of the General Conditions.
4.2. Sidder accepts the provisions of #he Agreement as to liquidated damages in the event of failure to complete
th� Work tandlor achievemenk of Milestones} within #he kimes specified in the Agreement.
5. Attached to this Bid
The foliowing dacuments are attached to and macfe a part of this Bid:
a. This 8id Form, Section 00 41 Oa
b. Requirec! Bid Bond, Section 00 43 13 issued by a surety meeting the reguirements of Paragraph
5.Q1 of the Ganeral Conditions,
c. Proposal Form, Seckion 00 42 43
d. Vendor Compfiance to State Law Non ReSident Bidder, Sec#ion 00 43 37
e. MWB� Forms (optional at time of bid)
f. Prequalification Statement, Section 00 45 12
g. Conflict of Interesf Affida�it, Section 00 35 13
*If necessary, CIQ or CIS fprms are to be provided directly to City 5ecretary
h. Any additional documents thaf may be required by Section 12 of tha Instructions to Bidd�rs
6. i`otal Bid A�nount
CITY OF FORT W4RTH
STAN[}ARQ GONSTRUCTlON SPECIFICATION DOCUMENTS
Revised 9I3012021
00 A1 Od Workbook 2D250fi23
4D 49 OD
BI� FORM
Page 3 of 3
6.1. Bidder will complete the Work in accordance with the Contract Documents for #he fallowing bid amount. In
the s�ace pra�ided below, piease enter the tota] bid amount for t�is 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 toial bid amount entered below is
subject to �erifcatian andlor modification by multiplying the unit bid prices for each pay item by the respective
estimated quankities shown in this proposal and then totaling all of the extended amounts.
6.3. Evaluation of Alfernate Bid Items
Total Base Bid
Altarnate Bid
Deductive Alternate
Acfditive Alternate
iotal Bid
7. Bid Submittal
This Bid is submitted on
. �
Res ctfully s mitte ,
�.
�y:
(Sig�ature)
� E,Faaru—�� 1�9. OG�. cf�' �.
{Pr9nted Name)
Title: /C�hN+qGi�r/L7 �Av1�7�lL���
CompanY: ��L !J"T � �N ►�—���� �' �
Address: �Q, �Q1(' ���
���1G�1��� �',l� �(o lJlv �
Corporate Seal:
State of Incorporaiion: �� � ob S
.
�mail: G,6R ,or����r � f�L vT�. EON�vc�'0�,v
Phone: �
�� �- 5�� � ��9/
END OF SECTION
$9,644,054.75
$1 �49,229.00
$9,793,283.75
by tf�e entity named below.
CITY OF FORT WpRTH
STANDAR� CONSTRUCTION SP�CIFICATION DOCUMENTS
Revised 9l3012021 00 41 OD Workbook 20250623
00 42 43
BiDPROPOSAL
Page 1 of 5
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
Bidder's Application
Project item Information Bidde�'s Proposal
Unit I - Water Improvements
Bidlist Item Specification Unit of
No. Description SectionNo. Measure B'dQuentity UnitPrice BidValue
1 6" PVC Water Pi e(DR-14), includes Lead Line 33 11 12 LF 96 $126.00 $12,096.00
2 8" PVC Water Pi e(DR-14) 33 11 12 LF 1,784 $135.00 $240,840.00
3 S" PVC Water Pi e(DR-14) for Dee Trench Backfill 33 11 12 LF 130 $135.00 $17,550.00
4 12" PVC Water Pi e(DR-14) 33 11 12 LF 79 $170.00 $13,430.00
5 20" Casin By O en Cut 33 OS 22 LF 149 $471.00 $70,179.00
6 8" Ductile Iron Canier Pi e 33 OS 24 LF 169 $165.00 $27,885.00
7 Trench Safery for Water 33 OS 10 LF 2,089 $0.10 $208.90
8 Construction Stakin for Water Im rovements Ol 71 23 LS 1 $16,500.00 $16,500.00
9 As-Built Surve for Water Im rovements Ol 71 23 LS 1 $2,200.00 $2,200.00
10 Remove 2" Water Line (Various Materials) 02 41 14 LF 132 $50.00 $6,600.00
11 Remove 8" Water Line (Various Materials) 02 41 14 LF 89 $50.00 $4,450.00
12 Remove 10" Water Line (Various Materials) 02 41 14 LF 50 $50.00 $2,500.00
13 4"-12" Water Abandonment Plu 02 41 14 EA 5 $640.00 $3,200.00
14 Remove and Salva e 2" Water Valve 02 41 14 EA 4 $590.00 $2,360.00
15 Remove and Salva e 8" Water Valve 02 41 14 EA 1 $590.00 $590.00
16 Remove and Salva e 10" Water Valve 02 41 14 EA 1 $590.00 $590.00
17 Ad'ust Fire Hydrant to Final Grade 02 41 14 EA 1 $1,870.00 $1,870.00
18 Ad�ust 2" Water Meter and Box to Final Grade 33 OS 14 EA 1 $3,050.00 $3,050.00
19 Remove and Salva e 1" Water Meter and Box 02 41 14 EA 2 $295.00 $590.00
20 Remove and Salva e 2" Water Meter and Box 02 41 14 EA 1 $295.00 $295.00
21 Valve Box Adjustment to Final Grade (Various Sizes) 33 OS 14 EA 3 $300.00 $900.00
22 Concrete Collar for Valve (Various Sizes) 33 OS 17 EA 8 $1,000.00 $8,000.00
23 Ductile Iron WaterFittin s w/Restraint 33 11 11 TON 3 $16,700.00 $50,100.00
24 Fire H drant 33 12 40 EA 4 $7,435.00 $29,740.00
25 ConnectiontoExistin 4"-12"WaterMain 331225 EA 6 $12,100.00 $72,600.00
26 4"-12" Pressure Plu 02 41 14 EA 1 $6,150.00 $6,150.00
27 2" Combination Air Valve Assembly for Water 33 12 30 EA 1 $25,100.00 $25,100.00
28 1" Water Service, New Meter and Box 33 12 ]0 EA 2 $4,400.00 $8,800.00
29 1" Private Water Service 33 12 10 LF 100 $79.00 $7,900.00
30 2" Water Service, New Meter and Box 33 12 ]0 EA 1 $14,050.00 $14,050.00
31 2"WaterService,MeterReconnection 331210 EA 1 $1,976.00 $1,976.00
32 6" Gate Valve 33 12 20 EA 4 $1,820.00 $7,280.00
33 S" Gate Valve 33 12 20 EA 10 $2,690.00 $26,900.00
34 12" Gate Valve 33 12 20 EA 1 $4,440.00 $4,440.00
35 S" Waterline Lowerin 33 OS 12 EA 2 $18,000.00 $36,000.00
36 Utili Markers (Buried Ta e and Posts) 33 OS 26 LS 1 $500.00 $500.00
37 Location of Existin Utilities 33 OS 30 EA 9 $2,360.00 $21,240.00
38 Construction Allowance for Water Im rovements 99 99 Ol LS 1 $60,000.00 $60,000.00
Tota11= Sub-Total IInit I: $ $808,659.90
Unit II- Sanitary Sewer Improvements
Bidlist Item Specification Unit of
No. Description SectionNo. Measure B'dQuantity UnitPrice BidValue
1 8" PVC Sewer Pi e(SDR -26) 33 31 20 LF 790 $248.00 $195,920.00
2 Trench Safery for Sanitary Sewer 33 OS 10 LF 790 $1.00 $790.00
3 Construction Stakin for Sani Sewer Im rovements Ol 71 23 LS 1 $5,500.00 $5,500.00
4 As-BuiltSurve forSani Sewerlm rovements 017123 LS 1 $1,100.00 $1,100.00
5 4"-12"PressurePlu 024114 EA 2 $765.00 $1,530.00
6 Pre-CC1'V Ins ection for Sanitary Sewer Im rovements 33 Ol 31 LF 790 $5.00 $3,950.00
7 Post-CCTV Ins ection for Sani Sewer Im rovements 33 Ol 31 LF 790 $7.00 $5,530.00
S Manhole Ad'ustment, Ma'or w/ Frame and Cover 33 OS 14 EA 1 $8,600.00 $8,600.00
9 4'Manhole 3339]0 EA 4 $14,874.00 $59,496.00
10 4' Extra De th Manhole 33 39 10 VF 27 $180.00 $4,860.00
11 Concrete Collar for Manhole 33 OS 17 EA 2 $1,500.00 $3,000.00
12 Utili Markers (Buried Ta e and Posts) 33 OS 26 LS 1 $500.00 $500.00
13 Manhole Vacuum Testin 33 Ol 30 EA 5 $150.00 $750.00
14 Construction Allowance for Sanitary Sewer Im rovements 99 99 Ol LS 1 $30,000.00 $30,000.00
Tota12 = Sub-Total Unit II: $ $321,526.00
CITY OF FORT WORTH
STANDARD CONSTR[ICTION 9PECIFICATION DOC[1MENT3
Revised 9f302021 00 41 00 Workbook 20250623
00 42 43
BiDPROPOSAL
Page 2 of 5
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
Bidder's Application
Project item Information Bidde�'s Proposal
Unit III - Paving and Drainage Improvements
Bidlist Item Specification Unit of
No. Description SectionNo. Measure B'dQuentity UnitPrice BidValue
1 Mobilization Ol 70 00 LS 1 $297,500.00 $297,500.00
2 Construction Stakin O1 71 23 LS 1 $49,500.00 $49,500.00
3 As-Built Surve Ol 71 23 LS 1 $5,500.00 $5,500.00
4 RemoveSidewalk 024113 SF 523 $220 $1,150.60
5 Remove ADA Ram 02 41 13 EA 2 $110.00 $220.00
6 Remove Fence (Various Sizes and Materials) 02 41 13 LF 2,680 $220 $5,896.00
7 Remove Guazdrail 02 41 13 LF 343 $23.00 $7,889.00
8 Remove Wall <4' (Various Materials) 02 41 13 LF 32 $55.00 $1,760.00
9 Remove and Re lace Mailbox - Traditional 02 41 13 EA 3 $600.00 $1,800.00
10 Remove and Re ]ace Mailbox - Brick 02 41 13 EA 1 $3,300.00 $3,300.00
ll RemoveRi Ra 024113 SF 338 $3.50 $1,183.00
12 RemoveConcPvmt 024115 SY 2,157 $10.00 $21,570.00
13 RemoveAs haltPvmt 024115 SY 10,121 $10.00 $101,210.00
14 Remove 6"-18" Storm Line arious Materials) 02 41 14 LF 194 $13.00 $2,522.00
15 Remove 24" Storm Line (Various Materials) 02 41 14 LF 155 $32.00 $4,960.00
16 Remove 36" Storm Line Various Materials) 02 41 14 LF 10 $39.00 $390.00
17 Remove Storm Sewer Box (10'x6' RCB) 02 41 14 LF 25 $94.00 $2,350.00
18 Remove Storm Sewer Box (10'x7' RCB) 02 41 14 LF 24 $105.00 $2,520.00
19 Remove 10' Curb Inlet 02 41 14 EA 2 $825.00 $1,650.00
20 Remove HeadwalUSET (Various Sizes) 02 41 14 EA 3 $1,310.00 $3,930.00
21 Remove Fence Gate (Various Sizes and Materials) 02 41 13 EA 8 $165.00 $1,320.00
22 Remove Wall>4' (Various Materials) 02 41 13 SY 22 $110.00 $2,420.00
23 Remove Structure (Stone Si and Barn Buildin ) 02 41 13 SY 164 $130.00 $21,320.00
24 Remove Gravel Pvmt 02 41 13 SY 168 $3.50 $588.00
25 Site Clearin 31 10 00 LS 1 $162,500.00 $162,500.00
26 6"-12" Tree Remova] 31 10 00 EA 84 $410.00 $34,440.00
27 12"-18" Tree Removal 31 10 00 EA 12 $635.00 $7,620.00
28 18"-24" Tree Removal 31 10 00 EA 11 $850.00 $9,350.00
29 24" and Laz er Tree Removal 31 10 00 EA 16 $1,550.00 $24,800.00
30 Remove Si n Panel and Post 34 41 30 EA 25 $55.00 $1,375.00
31 Remove and Salvage Flood Gau e S tem and Wirin 99 99 02 EA 2 $3,970.00 $7,940.00
32 Relocate and Reconnect Ke ad S tem 99 99 03 EA 2 $7,075.00 $14,150.00
33 4' Chain Link, Aluminum 32 31 13 LF 128 $51.00 $6,528.00
34 6' Chain Link, Aluminum 32 31 13 LF 883 $54.00 $47,682.00
35 Cable Fence, Metal Posts 32 31 13 LF 372 $46.00 $17,112.00
36 Barbed Wire Fence, Metal Posts 32 31 26 LF 530 $9.00 $4,770.00
37 Wire Mesh Fence, Metal Posts 32 31 26 LF 369 $14.00 $5,166.00
38 Fence Gate (Various Sizes and Materials) 32 31 26 EA 7 $3,360.00 $23,520.00
39 Swin Gate with Remote Control 99 99 07 EA 1 $10,565.00 $10,565.00
40 UnclassiFied Excavation b Plan 31 23 16 CY 7,739 $9.00 $69,651.00
41 Borrow b Plan 31 23 23 CY 25,701 $18.00 $462,618.00
42 Embankment b Plan 31 24 00 CY 7,739 $3.00 $23,217.00
43 6" Flexible Base, T e A, GR-1 32 11 23 SY 1,091 $16.00 $17,456.00
44 8" Flexible Base, T e A, GR-1 32 11 23 SY 9,764 $20.00 $195,280.00
45 12" Full Depth Reclamation, Pavement Pulverization 02 41 15 SY 4,161 $21.00 $87,381.00
46 Cement at rate of 32 LBS/SY 32 11 33 TON 67 $570.00 $38,190.00
47 2" As halt Pvmt T e D 32 12 16 SY 4,307 $27.00 $116,269.00
48 2" As halt Pvmt T e B 32 12 16 SY 3,795 $23.00 $87,285.00
49 6.5" As halt Pvmt T e B 32 12 16 SY 512 $64.00 $32,768.00
50 6.5" Conc Pvmt, includes 6" Monolithic Curb 32 13 13 SY 484 $153.00 $74,052.00
51 S" Conc Pvmt, includes 6" Monolithic Curb 32 13 13 SY 2,468 $141.00 $347,968.00
52 ]0.5" Conc Pvmt, includes 6" Monolithic Curb 32 13 13 SY 6,835 $146.00 $997,910.00
53 4" Conc Sidewalk 32 13 20 SF 11,560 $16.00 $184,960.00
54 Barrier Free Ram , T e P-1 32 13 20 EA 8 $4,200.00 $33,600.00
55 6" Conc Curb and Gutter 32 16 13 LF 293 $66.00 $19,338.00
56 Metal Beam Guazd Fence, Wood Post 99 99 04 LF 254 $35.00 $8,890.00
57 Guardrail End Treatment, Wood Post 99 99 04 EA 4 $10,200.00 $40,800.00
58 4" Concrete Mow Sfri 99 99 04 SF 234 $30.00 $7,020.00
59 Combination Traffic Railin 99 99 OS LF 169 $175.00 $29,575.00
60 4" DOT Pvmt Markin HAS 32 17 23 LF 100 $12.00 $1,200.00
61 S" SLD Pvmt Markin HAS (W) 32 17 23 LF 1,709 $4.00 $6,836.00
62 6" SLD Pvmt Markin HAS (Y) 32 17 23 LF 5,205 $3.00 $15,615.00
63 1 S" SLD Pvmt Markin HAS (Y) 32 17 23 LF 160 $15.00 $2,400.00
64 6" DASHED Pvmt Markin HAS Y) 32 17 23 LF 2,089 $3.00 $6,267.00
65 Preformed Thermo lastic Contrast Markin s- 24" Crosswalk 32 17 23 LF 192 $70.00 $13,440.00
66 Preformed Thermo lastic Conhast Markin s- 24" Sto Bars 32 17 23 LF 150 $70.00 $10,500.00
CITY OF FORT WORTH
STANDARD CONSTR[ICTION 9PECIFICATION DOC[1MENT3
Revised 9f302021 00 41 00 Workbook 20250623
00 42 43
BiDPROPOSAL
Page 3 of 5
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
Bidder's Application
Project item Information Bidde�'s Proposal
67 Preformed Thermo lastic Conhast Markin s- Le end Sin ]e Head Curve Arrows 32 17 23 EA 12 $1,090.00 $13,080.00
68 Preformed Thermo lastic Conhast Markin s- Le end ONLY 32 17 23 EA 4 $1,375.00 $5,500.00
69 REFL Raised Marker TY II-A-A 32 17 23 EA 108 $10.00 $1,080.00
70 Fumish/Install Si n Panel (Various Sizes) 34 41 30 EA 43 $175.00 $7,525.00
71 Furnisk�/Install Si n Post 34 41 30 EA 21 $500.00 $10,500.00
72 SWPPP > 1 Acre, includes Erosion and Sediment Control 31 25 00 LS 1 $81,000.00 $81,000.00
CITY OF FORT WORTH
STANDARD CONSTR[ICTION 9PECIFICATION DOC[1MENT3
Revised 9f302021 00 41 00 Workbook 20250623
00 42 43
BiDPROPOSAL
Page 4 of 5
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
Bidder's Application
Project item Information Bidde�'s Proposal
73 6" Concrete Ri ra 31 37 00 SY 312 $145.00 $45,240.00
74 Medium Stone Ri ra , Grouted 31 37 00 SY 1,208 $195.00 $235,560.00
75 4" To soil 32 91 19 CY 2,657 $67.00 $178,019.00
76 Block Sod Placement 32 92 13 SY 2,466 $10.00 $24,660.00
77 Seedin , H omulch 32 92 13 SY 7,953 $1.00 $7,953.00
78 Soil Retention Blanket for Slo e Protection, includes Seedin 31 25 00 SY 13,495 $2.50 $33,737.50
79 Soil Retention Blanket for Channel Protection, includes Seedin 31 25 00 SY 2,995 $325 $9,73375
80 Pre-CC1'V Ins ection of Storm Drain 33 Ol 32 LF 1,974 $7.00 $13,818.00
81 Post-CCTV Ins ection of Storm Drain 33 Ol 32 LF 1,974 $7.00 $13,818.00
82 Trench Safery for Storm Drain 33 OS 10 LF 1,974 $1.00 $1,974.00
83 18" RCP, Class III 33 41 ]0 LF 53 $193.00 $10,229.00
84 21" RCP, Class III 33 41 10 LF 190 $201.00 $38,190.00
85 24" RCP, Class III 33 41 ]0 LF 1,010 $208.00 $210,080.00
86 36" RCP, Class III 33 41 10 LF 10 $278.00 $2,780.00
87 5'x3' Box Culvert 33 41 ]0 LF 136 $527.00 $71,672.00
88 S'x5' Box Culvert 33 41 10 LF 222 $1,000.00 $222,000.00
89 ]0'x9' Box Culvert 33 41 ]0 LF 220 $2,240.00 $492,800.00
90 10'x10'BoxCulvert 334110 LF 55 $1,175.00 $64,625.00
91 4'Storm7unctionBox 3349]0 EA 5 $12,225.00 $61,125.00
92 Headwall, Box Culvert CIP) 33 49 40 CY 20 $3,750.00 $75,000.00
93 18" SET, 1 i e(PC) 33 49 40 EA 5 $3,400.00 $17,000.00
94 24" SET, 1 i e(PC) 33 49 40 EA 4 $3,800.00 $15,200.00
95 ]0' Standard Curb Inlet 33 49 20 EA 4 $13,350.00 $53,400.00
96 10' Recessed Curb Inlet 33 49 20 EA 5 $15,600.00 $78,000.00
97 Traffic Confrol 34 71 13 MO 12 $5,950.00 $71,400.00
98 Tem orary 3" As halt Pvmt T e D for Traffic Control 32 12 16 SY 4,178 $37.00 $154,566.00
99 Tem o 6" Flexible Base, T e A, GR-1 for Traffic Confrol 32 11 23 SY 4,686 $21.50 $100,749.00
100 Remove Tem ora As halt Pvmt for Traffic Control 02 41 15 SY 4,178 $12.00 $50,136.00
]Ol Furniskdlnstall Elec Sery Pedestal 26 OS 00 EA 1 $16,400.00 $16,400.00
102 2" CONDT PVC SCH 80 (Trench) 26 OS 33 LF 2,778 $30.00 $83,340.00
]03 2" CONDT PVC SCH 80 (Bore) 26 OS 33 LF 52 $75.00 $3,900.00
104 NO 8 Insulated Elec Condr 34 41 10 LF 5,900 $3.00 $17,700.00
]OS NO 8 Bare Elec Condr 34 41 ]0 LF 2,950 $3.00 $8,850.00
106 Fumish/Install Ground Box T e D 34 41 10 EA 8 $3,100.00 $24,800.00
]07 Furniskdlnstall T e 33A Arm 34 41 20 EA 15 $890.00 $13,350.00
lOS Fumish/InstallLi htin Fixture 344120 EA 15 $1,050.00 $15,750.00
]09 Rd Illum Foundation T e 3, 5, 6, and 8 34 41 20 EA 16 $3,045.00 $48,720.00
110 Fumish/Install Rdway Illum T e 1S Pole 34 41 20 EA 15 $4,860.00 $72,900.00
111 Relocate and Reconnect Sfreet Li ht 34 41 20 EA 1 $4,265.00 $4,265.00
112 Modified Headwall & Retainin Wall A(Stem Area) 32 32 13 SF 1,848 $165.00 $304,920.00
113 Modified Headwall & Reffiinin Wall B Stem Area) 32 32 13 SF 3,405 $150.00 $510,750.00
ll4 Portable Messa e Si 34 71 13 WK 4 $1,320.00 $5,280.00
ll 5 Construction Allowance for Pavin and Draina e Im rovements 99 99 Ol LS 1 $200,000.00 $200,000.00
Tota13 = Sub-Total Unit III: $ $7,653,587.85
Unit IV - Parkland Improvements
Bidlist Item Specification Unit of
No. Description SectionNo. Measure B'dQuantity UnitPrice BidValue
1 Construction Stakin for Pazk Im rovements Ol 71 23 LS 1 $5,500.00 $5,500.00
2 As-Built Surve for Park Im rovements Ol 71 23 LS 1 $2,200.00 $2,200.00
3 UnclassiFied Excavation b Plan 31 23 16 CY 590 $9.00 $5,310.00
4 Borrowb Plan 312323 CY 1,585 $19.00 $30,115.00
5 Embankmentb Plan 312400 CY 590 $3.30 $1,947.00
6 4" Conc Sidewalk 32 13 20 SF 37,528 $12.00 $450,336.00
7 4" To soil 32 91 19 CY 956 $68.00 $65,008.00
S Seeding, Hydromulch 32 92 13 SY 4,040 $1.00 $4,040.00
9 Soil RetenGon Blanketfor Slo e Protection, includes Seedin 31 25 00 SY 4,566 $2.50 $11,415.00
10 24" RCP, Class III 33 41 10 LF 78 $125.00 $9,750.00
11 24" SET, 2 i es CIP) 33 49 40 EA 2 $5,425.00 $10,850.00
12 Modified Headwall & Retainin Wall C(Stem Area) 32 32 13 SF 979 $185.00 $181,115.00
13 Concrete Scu er 99 99 06 EA 1 $15,275.00 $15,275.00
14 Pedestrian Railing 99 99 OS LF 134 $130.00 $17,420.00
15 Construction Allowance for Mallard Cove Pazk Im rovements 99 99 Ol LS 1 $50,000.00 $50,000.00
Tota14 = Sub-Total Unit IV: $ $860,281.00
CITY OF FORT WORTH
STANDARD CONSTR[ICTION 9PECIFICATION DOC[1MENT3
Revised 9f302021 00 41 00 Workbook 20250623
00 42 43
BiDPROPOSAL
Page 5 of 5
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
Bidder's Application
Project item Information Bidde�'s Proposal
Altemate A - Subgrade Replacement
Bidlist Item Specification Unit of
No. Description SectionNo. Measure B'dQuentity UnitPrice BidValue
Al 12" Full De th Reclamation, Pavement Pulverization (Remove Bid Item) 02 41 15 SY (4,161) $21.00 -$87,361.00
A2 Cement at rate of 32 LBS/SY Remove Bid Item) 32 11 33 TON (67) $570.00 -$38,190.00
A3 2" As halt Pvmt T e B(Remove Bid Item) 32 12 16 SY (3,795) $23.00 -$87,265.00
A4 8" Flexible Base, T e A, GR-1 32 11 23 SY 4,161 $25.00 $104,025.00
AS S.5" As halt Pvmt T e B 32 12 16 SY 3,795 $68.00 $258,060.00
Tota15 = Sub-Total Alt A: $ $149,229.00
Bid Summary
Base Bid
Tota11= sub-Total IInit I: S$ 808,659.90
Tota12 = Sub-Total IInit II: $ ,5
Tota13 = Sub-Total Unit III: $ , 53,58 . 5
Tota14 = Sub-Total Unit IV: $
Total Base Bid: $ $9,644,054.75
Akemate Bid
Tota15 = Sub-Total Alt A: $ $149,229.00
Total Base Bid + Alt A: $ $9,793,283.75
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTR[ICTION 9PECIFICATION DOC[1MENT3
Revised 9f302021 00 41 00 Workbook 20250623
131D BOND
The American Institute of Architects,
AlA 17ocument Na. A31U (February, 1970 Edition}
KNOW A�,L MrN f3Y THESE PRES�;NTS, that we CClutz C�nstruction, I.LC
as Principal hereinaficr c3lled the Principal, and 1%iriie�Ilt 1112;�irantr Cort7p<�n��
as Surety, hcreinatter called the, Surety, ai�c t3eld and tirjnly bound ua�to (;itv of For f ��1'
as Obligee, hereinafter called the Obli�ee, in the sum of Five f��rcenC 01 Bf�j A�Z7out�t (5%
f3,x
Dollars ($ ----- �---------�� ), fc3r thc payment of which sum well and tn�ly to be made, thc said Principal and the
said Surety, bind ourselves, our heirs, executors, administrators, succcssors and assigns, jointly and severally,
Firmly by tliese presents.
WH13kZ��lS, the Princi�a] E�as s�kh�nitted a bid E�7r Tl�� C;oilStr�t�Lic7t� 01�1�;1n�0� Mil] 11AC)M
C:i tv Prc�i�c.1 � 1 U�1092
NOW, `]'f�GRI:FORI;, ifthe Obli�ee shall accept the bid ofche I'rincipal and the Pr'sncipa� shal] enter iF�to
a C'ontract wi#h the Ob[i�ee in accordas�ce with the terms of� �;vcl� hid, and give such bond or honds as
r��ay be specitsed in thc, 6iciding or Contract Documcnts with �,00et and st�fficient surety Fc�r ti�e [-aithful
�erforn�ancc oF such Contract and for thc pro�n��t payment of labar and �naterial furnished in the
�rosecLition tlierec�i`, or in tf�e event oF tlZe lailure of tE7e Prsncij�al to encer sucl� Cantract and give suc1�
b�nd or bonds, it the Principal shall �ay to tl�e Obligee !he dif'I'erei�ce not to exceed the penalty her�ok�
�et�ueen tl�e amnunt specified in said bid and such largcr as7iount for ���l�ic9� the 061igee may in baod
faitll co��tract wiLh another p�rty to perForm the Work cc�vered by said bid, then this o6ligation shall be
null and void, otherwise ta remain in full force and effect.
Signed ai�d sealed this 1Z��� day of ]ut�e ��? �
f� '1" ' N�� ' �C:"[7U , l.F. '
-
;nc pa {sepl)
� M��hh�4r o�1Gj
By: � ���r�
N�trn���ritie
V1CG1L�'1N"T' INSURANC� COMPIINY
5uz�e�y {Szal�
$ : � _
Y
1��' C ��1. �w�c'Il�y, Attorney-in-Fact
�o� �� �� �� ��
I�c�wer of �tt€�.rr�ey
ia'eclei•al lr�s��ra�xcc Cc}rri��ar�y � Vi�;ii�Ez�t [z�su[°ance Cc�i�r�����riy � l'ac�ific l��cictnriicy Csan�a�7��r�y
Know All by These E�-esents. TI2at FCDSRAI. INSllRANCR COMPANY, ;in Indiana corparation, VIGILANT INSiJRANCB COMPANY, �t New Yark corpori�tian, and PACIC'1C
ENpGMNITY COMPANY, n Wisconsin cor�.mrat€on, do eac17 herehy consrlt�Re nnd appoint ElizabetFl Gray, Ch�l'�eS p, Sweeney, ICyle W. SWfeney dn[i
Michael A, Sweeney of Fort Warth, iexas ---------------------------------------------•--_.__-_---------------------______------------------_______--------------____
each as fhelr true and lawflil Altqi'ney�in-I�ac[ co cxecufe unde�• suuh c}esignation in tl7�lr nan�es «nci tQ af'fix thelr corpnra[e seals lo �tnd deliver for an�i on thelr 6ehalFaS sin�ety
Chereolt or oti�erwise, Unnds and underlalcings and other wrifinqs oUfi�tory in the natkn-e thereoF (other lhan bail bonds) given nr executed in Che course pf hu5iness, and any
fnsfrwnents antenciin� or alLering Cl�e same, and consen�s to Che nlodiii4ation or alteratlnn oF��ny Instrumenf rel'erred to in sa3d honds or oUligatlnns.
]n Witness Wlxereof. said TGDERAG INSURr1�'C�+ COiNPANY, VIGII.t1NT INSUItANCI3 COMPhNY, and Pt4C[CIC [NDAMNI'I'Y COMPANY have each executed and atlested Fhese
pt'esents and aRixed their corporale seals on thls I6'" day ofSeptemUer, 2019.
�cR.��'�..i��1. �°�,��.�.�all.�"
I2iv:i� :Ll [,I:ilcit'��.:1:��i.t;7r�lti�c•rc.r,u'1
��� t . h�
4 F
�/M H� Yq y'.1!'
5'rnT r c�r �vL�u.]rrts�v
Coun ty o I' I i un I'erdon
-��"f � , v • ti ���^�'"'C,.,.���
ti��qahi:n li. fi:in��}. t u:� I''r«idtyrll
�� �„„, ��
� �4
�4'W�v ' hwx�'I
On tltis ]6'�' day oTSeptembet, '1018, bel'ore nte, a Nntary Ptsblic of New]ersey, ��ersnnally came Clawn M. Chluros In mc known ro he Assistnnt SecrePary of f CDI31iAl. INSURAN(:E
COMPANY, VIGIi.ANT 1NSUItANGP, COMI�ANF', ancl f°ACif�l(: 1NUE�1N1"fS' [;[)MPANY, dte cnmpai�ies which exec:uted die li�regoin� power nl' AttorEiey, and fhe said p;iwn M.
C:h]nros, hei�tg l�y nrc duly sw<irn, clid depose and sa�� thal s12� is Atisistn3it Secrccary nl' f ED�Rr1I iNSURANCC COMn�NY, 1�iG1LAl��' IfJSUIZr1NCf? COMPANY, �u�tl PACIf IC
INE7C?MNI'I'Y COMPAfvY xnd Imows the corporalc seals �hereoL lli3i tiie senls ntTixed ro the f'oregoing Pnwer o{'Atrrn•ney are sucl� crn�por�t� sc,31s and were therelo affixed by
aufhorify uf'suid Contpinies; and tl�ttt she signed s;tid I'uwer nf Allorney as Assistanl Secretzry qf said Campaiiies by lil�e anlhority; and I'hal She is acquaknle[I wilh Stephe�i in.
H<iney, and I«ia�vs him fu Ue Vlre Presittenf of s�iid CoCnp<tnics, and rh.�t the si�n,iture nt' Stephen M, I�laney, subscrii�ed co said Pnwer nl'rlfFarney is in tlie �enuine handwrifing uf
S�ephen M. ]-laney, and was d�crcto subscritmd by autltnrily oi's;iid Calipanies �ind in cleponent's presenee.
I�otairial Setil � ' o
'��AY
w+�aw:w ;a
1't1�1�IC
ERS�
KA'I'H �R EN� ,!, AI,71::LAA1�
Nt�FA�Y F�UCs4.IG or NEW .1�R3Ey
tVa. 2378BBR
Carrn'nlaaian �xp�ros .9�1y itl. 202�
w�4:�iE"`.�•
Yoiaiyf'uBllr.
c�r��mi�EG�.i �orr
Resoluliuns adcipled hy the Roarsjs c}I' Direcl��rs n!' i� IiDC:RA[, iNSURANC;E COMPANI', VIGILAIV9' ]NSUItANCI; COMi'ANY, and f'ACf I� �C INpI?MN1TY COMP�NS' on Ai�ust 3q 201G:
"Ii�SO�V�n, riru die Follnt�iiy; avitlwrFc,3tiuns relate tu che executian, ft�r aitd un �eltulf oi the C;s.�inpany, oflwnds, cmderinkin�,R, reca�;nic:inces, cnntricrs and uther wriuen commitmenn oF rhe Cump<<n��
en[ctred inlo in the ordii�ary crr�u'se ufi�iisi��esh' fe�ich:i "Wrltleh C;umiuitment"):
(U Iiacli Eif tlie Ch�iirivai�, Ihe Nresident :md lhe 19ce i�re�slclenas nf rhe(:nm�kmyititieri:l�7• puihnrlied inexeciue,m5'4��rilfcanCamml[menl Ii�r��ndi.m6e�halfoFtl�eCompany.imelerr}��
tieal pl' fhe Cump:u�y ur uthertivise.
(2) Ir'ictt duly appofnted aClorne,y-hrluct nf thc Comptiny Ix heeehy swdioriicd tt.i exectEte any �Vriflcn f;ommiimem fur and nn behalE nf the Conip;my, undcr the seul oF the Cnnt�xmy ur
ntherwi.u, lu tiie exl'eN lh:�l sncli acllon is auThui'lied hy the �;ra�ot ul potv�ry pruvided for in stid�i penon's writlen appoinlment as such artumey-In-facl.
{3S H,ich ul' Ilte Ch�iirm;nt ihc� 1'rr�sidem ansl the l�icc €'resideitls c�t' rha l:nrop;iny i+herek�y audturiz�d, liir ancE nu hehalf nf'the Compuny, tn appuhtt in �rrlling any person the ;iYturney�
In-I';�ct �.�1'rhe Company ivilh ful] pi.nvc�r and:mdtorll}•luexecmc�, liw and un l�eh;alfol'IiieCumpaity uncler the sealoflheGmt�aityorntherwiu,snch4Vriltesif,mm�3innenlnaFtlie
l:am�.�anS� as may ��e speclAed In such wriiten �ippufn[menl. which specpicminn m�iy 6e 6Y f3e.neral type or cl.�ss of 1Nritlen Cnmmilmenis ur by Spc.¢�ific.itlnn of one or more parficulnr
4Vrltlen Cuuunifntt+nts. '
(41 liach ol' 13�e (;Uainnl3n. lilc Presidenl and iht� 5flcc Fi'esidenlx nf iheCpm��anyislaci'GUy�.iu�hc�rlv�d.iorcindnnbeh:APi�ilheCnmpany,E�tdplB�;ntein writingin,u�yutherolliceroflhe
Com�iany fhe atnhvri�y to c+secule, liv antl nit Ur.hall' of r}�c Cun�3iany. ikncler rhe Cumpxny's se.;d or oUtcrwise, tiut:li Wriuen C�xnmiime�us ni'�he Cnmpany ns are specilied �n sur•I�
vveitlen d<�Icgt�linn. wh ic h specl ric�itinn mal' t�e hY !,<<���':�I tYpc or class ol' 4Vrlffen {:untmltmencs ui' hy speciliru l iun uf' one ur mr�i-c �.�artic:ul�ir 4Vi'itten Ca�nhiihnems.
15i '11ie sign.i0.ir� ul'any ollicer u€' udicr persun ex�>cu�q�g �ut�� Writcen Cumnii�n7ent cir �ipa'iuinnnept or deleF!�uioil ��ucsu�inl tu this Resuludun, and 6he tiettl of the Comp;iny, may Ue ;tflixed t�y
fucshnlle un such Wr![ten Com3nitmeni or wrllten appul�itment nr dele�;�itlan.
f�UR'fFlliK R1156L5�1sU, [hal the I'rir��;oln� Resnh�dun shall nor Ue dc�enx�cl In bG nn excluxive slalemen[ of [I�e puwers ai�d authnriiy nfollicers, en3��lr�ycrs and urher per�sunv �o;ia for and on E�ehalFol'
the Gnmpu�ty, i�n[lSUCh Iit ,ullitlo o,shal f out I�m11 ai' pTherwlse alFecl the exarclu ��f ailp sucli 3rowel' ui� �tuthori ly olherwise v;didly grnnled or vestec�,"
l, Datvn M. Chloros, Asslstant Secret�try oFI�I:DIiRAL [NSURAI�CL G(7MPAN]', VIGILANT [I45URANCr COMPANY,.ind PACIFIC ]ND�MN]`TY COMPANY (the "Cnmpanies") clu hereby
certil',y [hat
{i) the foregnlnq �esolultons adol�l'ed Uy [he Soard nf' Direc4ars of rhe Coinpanies are fruc, Correcl ant! in full force and ellect,
(li) lhe Foregoing Powe�• of AtCprney fn t3•ue, correcr ancl i�i flill force and el'f'ecl.
Give��un<lermyizanda�idsc�tilsol's�tidC;c}mpaniesatWhltcl7nuse5tarioi3,Na,this ��til C�a�1 Qf ,�U11B� ��2Jr.
� � �.�-
��
� �, s �c.������,. ��.�
.
' Mnuw'� �e�w wt .
Iki�^:n 11 E'likrr��n,:lti,iai:inl �dviti�4�iy'
IiJ'I'I�II? I'sVIiN'P YOII W Ltili'PO Ylil{IPY'I'lili All'CI-IIiN'19C1'I'Y C3P'1'I�il5 [3DNU DI{ NO"I'IPY 1�501� ANY 0'I'I�lIJt MA'PI'lilt, PIdiASI: (:QN'I'A(."f' US A'I'r
_ __ . ,.,__ ;felcphunc�{q(7R1917'i��49't l+�ic{90S)9O3-3GSG ,.,__ i.��uall, stux.qf��chubb.cc>m
FCf]� Vl G-PI {rev. Ot!-1 f3J
aa aa s�
VENpOR COh�1PLIRNCE Ta STATE LAW
Page i of 1
SECTfOH 00 43 37
VENQQR COMPLIAI�CE TO STATE LAW NON RESIDENT BiDf]EFZ
Texas Governm�nt God� Chapter 2252 was adapted for the award of contracts to nonresident bidders. This faw
provides that, in order to be awarded a contract as law �idder, nonresident bidders (aut-of-siate cantractors
whose eorporate offces or principa! place of business are outside the Stake of Texas) bid projects for construction,
impravei�ents, supplies or s�rvices in Texas at an arnount lower than the fawest Texas resident bidder by the
same amount that a Texas resident bidder would be required to undarbid a nonresident bidder in order to obtain a
camparable contract in the State which the nonresident's principal place of 5usiness is lacated.
The appropriate blanks in Section A must be iilled out hy ali nonresident bidders in order for your �id to mee#
specifications. The faiiure of nonresident bidders ta do so will automatically disc�ualify that bidder. Resident bidders
must check the box in Section B.
A. Nonresident bidders ir� fhe 5tate of , our principal place of business,
are required to be percent lower than resident bidders by 5tate Law. A copy of the
statute is atiached.
Nonresident bidders in the State of , our principal place of business,
are not required ta underbid resident �idders.
8. The principal place of business of our company or our parent company or majority owner is
in the State of Texas. [�
Bf17DER:
gy Cl�ar I�s ���. K�r,�fz
5 1G
�
(5ignature}
Title: ���fi!/�'/(� Pa%�j�
�l `./
Date� ��"+� ��Zd=.�
END OF SECTION
GITY OF FORT WORTH
STANDAR� CONSTRUCTIpN SPECIFICATIQN �OGUhAEt�fTS
Revised 913012021
W 41 00 Bid Proposaf Workbook
004511-1
BIDDERS PREQUALIFICATIONS
Page 1 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 31st day of March
19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's
20 Prequalification Application, the following must accompany the submission.
21 a. A complete set of audited or reviewed financial statements.
22 (1) Classified Balance Sheet
23 (2) Income Statement
24 (3) Statement of Cash Flows
25 (4) Statement of Retained Earnings
26 (5) Notes to the Financial Statements, if any
27 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles
28 of Incorporation, Articles of Organization, Certificate of Formation, LLC
29 Regulations, and Certificate of Limited Partnership Agreement).
30 c. A completed Bidder Prequalification Application.
31 (1) The firm's Texas Taxpayer ldentification Number as issued by the Texas
32 Comptroller of Public Accounts. To obtain a Texas Taxpayer ldentification
33 number visit the Texas Comptroller of Public Accounts online at the
34 following web address www.window.state.tx.us/taxpermit/ and fill out the
35 application to apply for your Texas tax ID.
36 (2) The firm's e-mail address and fax number.
37 (3) The firm's 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 Randol Mill HROM
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104092
Revised August 13, 2021
00 45 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
38
39
40
41
42
43
44
45
"None" or "N/A" should be inserted.
(2) A minimum of five (5) references of related work must be provided.
(3) Submission of an equipment schedule which indicates equipment under
the control of the Contractor and which is related to the type of work for
which the Contactor is seeking prequalification. The schedule must
include the manufacturer, model and general common description of
each piece of equipment. Abbreviations or means of describing
equipment other than provided above will not be accepted.
46 3. Eligibility for Award of Contract
47 a. The 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 Randol Mill HROM
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104092
Revised August 13, 2021
00 45 11 - 3
BIDDERS PREQUALIFICATIONS
Page 3 of 3
1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to
2 perform the prequalified work types until the expiration date stated in the letter.
3
8 END OF SECTION
CITY OF FORT WORTH Randol Mill HROM
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104092
Revised August 13, 2021
Ofl4�l?-1
NREQU,4L[FICATION S'E'ATEMSNT
P��e I of 1
?
3
4
5
6
SECTION 00 45 12
PREQUALIFICATION STATEMENT
Each Bidder far a City procuremciit is reqtEired to complete the ii�formation below by
ideiitifying the prequafified contractors and/or subcontractors whom they intend to utilize for the
major wor�C type(s) listed.
M�jor Work Type ����ractor/Subcontractor Compairy Prec�ualification
Name Ex ir�tin�y Date
Water line installation for 12- ��db � Go'�`��
inch diameter and smaller; � ��Ij���j��
includes cleanin� and testin .
5anitary sewcr line ��� y � ���{�
installation far �;-inch � ��'J' o����
diameter and smaller.
Pavement co�ist�liction fo��
asphalt and subgradc; �7��,e�g ��kg�,� � %��b��
includes mix design and base �
�-e aratio�z.
Pavement constniction for
concrete and s�ibgrade; �� [�Z�`-���� �
includes mix desigcl aiid joint ` ��3� ����
laceme�it. �� � ��" � �� ��
Sh-eet light installation; �
includes coi�lectiou to power "�pn� �?�� � � ���R �
source. GU�
Consti-��ction of retaiiung
walls u to I5-feet i�� Eiei iit. ��a �/�'
7
s
9
]0
]1
12
�,
i4
I5
16
17
l&
19
2�
7]
zz
The �indersigned liereby certi�es that the cantractors andlor subco��ta�actors described in
tL1e table abave are ctin-ently p�-zqua[ified For the wark ty�es listed.
BIDDER:
I< I�-�z �r�s-fi�c,�c� vn , G G G ��,: ���1. k
Company (P ,� se i
Pu r�vx ��',� _ ��
S ig���h�re:
Address
��,��e�at�. �. �v�o T�tl�: IY� a � ��✓
�y/StatelZip � (P1' as riut)
Da�e
23 END O�' SECTION
C�TY" OF FORT WQRTH
STAhBARD CDNSTRUCTIDh SPF.CIFiCA'TII�N �OCUMENTS
Revised 5eptem6er 3U, 202 I
�N� � � �GZ�
Randol Mfll HRO�1
CPN: 104Q92
OU4526-1
COt�I'�RAC'FOR COMPLiANCE IVITH WORKER'S COMPCNSATION LAW
Page l af l
3 SECTION 00 4S 26
2 CONTRACTOR COMPLIANCE WTTH WORKER'S COMPENSATION LAW
3 Pursua�lt ta Texas La�or Code Section 406.096(a), as amended, Contractor certifies that it
4 provides wof•ker's cornpe«sation insura�lce coverage for all of its enlployees e�nployed on City
5 Pt'ojec� No. I04092. Contractor further certifies ihat, pursL�ailt to Texas Labor Code, Section
b 406.096(b), as amended, it will provide to Ciry its subcontractor's certificates of compliance with
7 worker's cam�ensation coverage.
9 CONTRACTOR:
10 ��� �
�� I< 1 r���, f��,� s-�-v�vC � on y� � a l� �J ! f
12 Company ( ase r� lt)
13 L �y
14 ? C� d'JU�- �� S Signan�re' J� !�
15 Address
16
l7
18
19
20
21
22
23
24
�C�YiY3E'G�Q �f, i�- ��p 0(p 0 Title: f`� Q,°I/] %�' Gli'�
CitylState/Zip (Plea P � t)
THE STATE OF T�XAS
COUNTY OF TARR.ANT
�
0
25 BEFORE ME, the undersiglled atithority, on this day personally appeared
�6 �`�(/�(� � j�s /�/j .�� � f,[,�'Z , known to me to be thc pei•san whose name is
27 subscribed to the foregaing insn-ument, and acic��owledpQed to me that E�e/she exec�ited the same as
28 the act and deed af 1� [(a( f Z���yr�l G�? (1�J G �� for the p�aiposes and
29 consideratiou tiiereui expressed ai�d ui the capac�ty thereui stated.
3�
31
�Z
33
34
35
36
37
38
39
GIVEN UND�R MY HAND AND SEAL �F OFFICE this �� day of
.�"VN�' , 20Z$�
� • ti'
Notaiy Public in d�'or tl�e State af Texas
,��*av :v"�� ,� UiZ A FtAVEIQ
s r�j��+� Naf�ry Puhi�c, State et T�x�e
3���� a z My Camm�wn Expiras
�� 2°' �' END OF SECTION
"��F� `� �E+� Nat+�nr in ,�esoa� a-o
CTTY OF FORT WOR`I'I1
STAI��ARD CONSTRUCT[�3�1 SPECIF[CAT[ON DOCUML�IT'S
Revised J�ly 1, 201 l
Randul il�iill HROM
CP1V: 10=�09'_'
00 52 43 - 1
Agreement
Page 1 of 6
SECTION 00 52 43
AGREEMENT
THIS AGREEMENT, authorized on 10/21/2025, is made by and between the City of Fort
Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager,
("City"), and Klutz Construction, LLC, authorized to do business in Texas, acting
by and through its duly authorized representative, ("Contractor"). City and Contractor may
jointly be referred to as Parties.
City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows:
Article 1. WORK
Contractor shall complete all Work as specified or indicated in the Contract Documents for the
Project identified herein.
Article 2. PROJECT
The project for which the Work under the Contract Documents may be the whole or only a part
is generally described as follows:
Randol Mill HROM
CPN: 104092
Article 3. CONTRACT PRICE
City agrees to pay Contractor for performance of the Work in accordance with the Contract
Documents an amount, in current funds, of Nine Million Six Hundred Foriy Four Thousand Fifty
Four and 75/100 Dollars ($_9,644,054.75_). Contract price may be adjusted by change orders
duly authorized by the Parties.
Article 4. CONTRACT TIME
4.1 Final Acceptance.
The Work shall be complete for Final Acceptance within 455 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 Seven Hundred Seventy
Five Dollars ($775.00� for each day that expires after the time specified in Paragraph 41
for Final Acceptance until the City issues the Final Letter of Acceptance.
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:
CITY OF FORT WORTH Randol Mill HROM
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104092
Revised December 8, 2023
00 52 43 - 2
Agreement
Page 2 of 6
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
£ Maintenance Bond
g. Power of Attorney for the Bonds
h. Worker's Compensation Affidavit
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.
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 speci�cally 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.
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 Randol Mill HROM
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104092
Revised December 8, 2023
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 indemni�cation 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 ne�ligence 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.
73 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 Randol Mill HROM
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104092
Revised December 8, 2023
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 certifes 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.
710 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 �rearm
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 Randol Mill HROM
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104092
Revised December 8, 2023
00 52 43 - 5
Agreement
Page 5 of 6
7.11 Immigration Nationality Act.
Contractor shall verify the identity and employrnent 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 TffiS 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 Randol Mill HROM
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104092
Revised December 8, 2023
00 52 43 - 6 Agreement Page 6 of6 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:
Signature
Charles Klutz
(Printed Name)
Managing Partner
Title
650 Tower Drive
Address
Kennedale, Texas 76060
City/State/Zip
10/29/2025
Date CITY OF FORT WORTH City of Fort Worth
By:
�
Jesica McEachern
Assistant City Manager
11/05/2025
Date
Attest:
� A �
Jannette Goodall, City Secretary
(Seal)
M&C: 25-0991
Date: 10/21/2025
Contract Compliance Manager:
By signing, I acknowledge that I am the person
responsible for the monitoring and
administration of this contract, including
ensuring all performance and reporting
requirements. Berton Guidry 2025.10.29 09:48: 11 -05'00' Berton Guidry, PE, CFM
Project Manager
Approved as to Form and Legality:
-�
Douglas Black (Od 31, 2025 15:42:00 COT)
Douglas W. Black
Sr. Assistant City Attorney
APPROVAL RECOMMENDED: ;e.......,z..... Lauren Prieur (Oct 30, 2025 09:18:21 COT)
Lauren Prieur, Director,
Transportation and Public Works Department ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 Randol Mill HROM CPN: 104092
l ll i h � �:- �
����:� ctrz��i.��vc�= a��uo
Pav� � oi �
Bo�id No. K�_'OS 17�9
I
�
J
�
;
6
7
s
9
�a
THE STATC OF TEX.4S
COUNTY OF TARRANT
SECTIOIY QO 61 13
AERFORvl�1IVCE BOND
§
§ KNOW ALL i3Y THESE PRESENTS:
§
That �ve, f�l�itz Construction LLC , l<nawn as "Principal" I�erein
and Vi�il�i�t [nsurance Com anv . a corporate surety(sttreties. il� more thai� one)
d�ily a�itliorized ko do ��usiness ir� t�ze State of Teras, known as �'S�i:-ety" herein (�vhetlicr one or
I I zTlore), are f�elc� and tir�r�ly bo��nd �u�co tlze City of Fort Wo�'Ll�. a mLmicij�al corpac•atio�� created
1� pw-su�nt to the laws of�Tesas. knawn as "Citv" herein. in the penal su��� of, Ninz Nlillion. Seven
13 I-[undred �Iizletti-Th�-ee Thousand. T�vo Hunclreci Eighty-Three Dollars & Seventti�-�'ive Cents
l� (�9,79;,?8;.7�}, lawful mas�ey of the Ui�ited States, to Ue pai�� in Fort W�rth. �Ta��raiZt Caunty.
I�
�
Z'exas Eor the payment ot �vl�icli sum �vell and h�tilv to be �nade, we bind o�u�selves. oui• heirs,
executot�s, admini�tr��tors, successo�•s and assi��r�s. �ointly and sevei�ally. tiiinly by tllese present,.
17 WHEREAS, the PrincipaI has entered iilto a certaiil written contract �vitI� tlze City a�var�led
sr �.
18 thez� day of �Tb�I2r ,?0 ZS ,�vhich Contract is he2�eby i-eterrecl to aild siiade a}�art
19 hereof far all ��ur�poses as il' ful�y set fortll 1lerein, to furnish all materials, equipmeF�t, labor and
'_0 ot�ier accessories detinec� by Ia�v, in tlie prosecution of the Woric. inclticiin� any CIZan�e Orders, as
�i provided for ir� said Contr�ct desi�;nated as Randol Iv[i�l HROM.
,�
�;
NOW, TH�RE�'ORE, the condition ot this obli�ation is sucl� tllat if the said Principal
s��all Iaithfully perform it ohligations under the Cont�-act and shall in al I respects ciu�y and faithi'ullv
?� perform the Worlc. including Change Orclers, under the Contrac�, accardii�g to tfle plans,
3� specitications, �u�d contrart doc�nnents k��erein t�eferred to, and as well durin� any period oF
3G extension of the Contract that may be granted on tl�e part of the City, then chis obligatio�� sliall be
��
�g
?9
30
and become n��ll ai�d void, ot�ler�vise to 3•�mai�� in Full force and effect.
PROV�DF.,D FURTHER, that if any le�a] action be tiled on this Sond, venue shall ]ie in
Tarrant County, Tesas or the United States District Court for the Northe�-n District ot� Tesas, Fort
Wort�� Division.
CI'TV' OF FOf�!' W'OIZ[I-[ Rm�dol �[ill IIRONI
S I:\�D:1I2I3 CO\5'IRUCTION SPFCIFICATIDN dOCi;N[LI�"I�ti Cit� Prnjrct �o I(14(]9�
Rcvis�d Decem6er 3.'_0�;
UUhI 13-'_
P�RFOR�IAVCG QOND
Pa�c � of?
Bond No. K-�?0817�9
I his bond is m�tcle and e�ec�ited in compliance �vith the �rovisions ol�Ch��ter ���� of the
? Te.�as Governine��t Code, as at�iended, and all liabilities on tl�is 6oz�d shall be det�rcliined in
�
�
;
6
7
3
4
14
Il
I?
13
I -�
l�
16
l7
I3
l9
��
��
��
?3
��
��
��
��
�g
?9
30
il
3?
i _i
3 -4
3?
36
i7
33
39
=40
�l
��
=t3
accordaczce �uith tlic provisions of sai�i statue.
[N W[TNESS WHER�:OF, tl7e Principal and the Surery have SIGNCD and SEALED tl�is
yr
instrun�ent by du]y authac•ized a«ents and otticers on this thc �% ciay of C����-- �pZS
PR[��Cl PAL:
KLLTZ COtiSTRUC"fION, LLC
�- L
s�����t�,�-e �
Charles i�9. Klutz, �lana��in�� Partner
?`az�tie 1nd Title
:�lddress: P.O. Box 13�
Kennec�ale T`� 76Ub0
Sl:'RETY:
VIGiL.�1vT fN5LR.r�\CF C0�1P;1�,'Y
I3Y"��x�G��f� � .
SiQiiatui�e
�.liz��ietl� Gra � Attoriiev-in-Fact
�lame and Title
�lddress: �-100 LB.I Frwy, Suite 600
Dallas T?C 75?=�0
�' ��
_ .�����!,���
Witi�ess as to Surety I-leather Heath Tele�hone �iun��er: ? 14-7�-4-0777
Email Address: suretv(r7chubb.com
'eNote: [f signed by an otfcer of tl�e �urety Co«ipany, thcc�e mtfst be o�� �le a certitied extract
from the by-la�vs sho�vin� that t11is pez�son has autfzority ta sign such obliQation. If
Surety's physica] address is diffierent from its i�lailing address, �ot#� must be �rovided.
Fhe date of the bond s17a11 not L�e prior to the date the Contract is awardecf.
CI fY OE' PORT WGR�I�N� Randol [vlill I IRONI
ST,aNDARD CON�S�I f:L�CI [Ui: SPF�"I�[CATION DUC[_`-V[f NT5 Cfh� Prqject Vo_ lOdU42
Revised Deceinb�r !i, '_(1?;
Witness as Princip�l
1111 61 I-1 - 1
P.-�Y"�ILNT €30�ID
PaU� I u�',
6and No. [{��0817�9
I
�
�
-�
;
6
7
3
9
10
Il
THE STATC OF TEXAS
COUI�ITY QF TARRANT
sECTro� ao 6i i�
n,�Yvi�N-r �o��
�
§ KNOW ALL BY THESE PRESE�TS:
§
T��at we, Klutz Construction, LLC , known as '-Principal" I�erein.
and Vi�ilant Ins�ii-a��cc Companv , a cor�orate surety (sure[ies). du�y
a�itliorizec� to do �usiness in t�zc State ot �fexas, I:nown as `�Surety" herein � tivhether one or more).
are l�cld and firmly Lo�ind unto the Ciry oFFort Wo�-ti1, a m�inicipa! corpo�•ation created ptit•suant to
the laws oi'the State of Tesas, lcnow�l as "Citv" herein, ii1 the pena] s�cm of Ni��e Iv[illion. Seven
I' Ilund�•ed Ninetv-Tilree Thousand, T4ao f-3�indeed Ei�hty-Tlu-ee Dollars & Sevei�f-Five Cents
13 �793."?83.7�}, IawFul inosiev oFtl�e Unitecl States, to be paid in Fo�rt Worth, Tarrant Countv,
1-I Texas, For thc payment of whicll sum well and truly be made. �ve bind ourselves, our I7eirs,
[5 e�ecutors, adi��inistratoes, successors aild assigns,joi��cly �nd severally, firn�ly by t[Zese ��resents:
16 WHEREAS, Principal has entcrec� into a ce�-taij� �vritten Contract with City, a�varded
17 the� day of OGT0��72-. ,?02�, �vhich Conti-act is hereby refer:-ed to and made a�ari
18 hereoFfor all purposes as if fully set toirth herein, to Furnish all materials, equipment_ labor and
19
�0
?l
other accessor•ies as deFu�ed by law, in tlze proscc��tion ofthe Work as provided tor in said Coiitract
and desi�nated as Ra��dol vlill HftOM.
NOW, THEREFORE, THE CONpIT10N OF �HIS C�BLIGnT[QN is sucF� that iF
�� Principal shall pay all i��onies o���in�� to any (and all) }�aymei�t 6ond beneficiary (as defined in
?3 Chapter ??53 oFthc Tesas Gov�rnment Code, as amend�dj in the �rosecutioi� of tlle Worl. ��nder
?-I the Contract, then this nbligation sha�l be a�zd becocne nul] and void; othe�-�visc to rei��ain iz� full
��
36
��
�g
�q
Force anc� eF�ect.
This bond is made and eYecuted is� compliance �vith the provisions ot Chaptei• ??�3 of the
Tesas Government Code, as a�r�ecic�ed, and all IiabiIities on this bond shall be detcrmi�ied in
accordance wit11 the provisions oFsaic� statute.
C]I�' OP Pf3ft-I' �tORTII R�ndal �tiiill HR(]NZ
S fr1NDt1RD CO�STRUCTlO�' SPEC'IffCA"I IUN DOCUI�IL-NT5 Cu} Pro�ect �n IUdO�)3
�2e� ised D�Yember 3. ?ll_'.i � �
il! 1 E� I ��_�
i'.av�vi�� r oc�vn
Paae3u�,
Bond �la K�10817;9
�N W[TNESS WHEREOF, the Principal anc� Suret�� have each SIGNED and SFALED
�r
thi5 instrznneizt by duly authorized agents and ot�iicers on this tilez! day ot UG7'dx3�� .?OZ�
PR1NC1€'nL:
KLUT.7_ CONSTEtUCT[ON. LLC
�
BY.
Si�nat�ire
Charles iVl. [{lutz, N[ana�in� Partncs'
Na�ne and Title
Address: P.O. Sox � 8�
Kennec€nle, TX 76060
SURETY:
V�GILANT fNSURfINCE C�N4PA�IY
, �� 1
ATTEST: B Y��.1�;��'i 1�. �� C�
Si�rn�ture �
'�;���__''� � � . �'�-�.
(S�u•cty) Secretary Da�vn M. Chloros
Elizabetl� Gray. Attorttev-in-Fact
Na�ne and Title
. � ���
itness as to Suretv Heather I-leath
Address: ��100 [.,BJ f-'rwy,_S�iite {OQ
Daljas. TX 7�?=10
Telephone Number: ? I4-7�4-0777
Cmail Address: suretv!cicilubb.com
�
5 Note: [f sig��ed by an officer of the Sure�y, there �n ust be on t�le �i certificd extract li�om the byla�vs
6 sl�owing that this �erson has aut[lority to sigcl sucll obli�ation. f I� Surety's plrysical address is
7 dif�erent ti�o�n its mailiilg addi•ess, both m��st bc peovided. �
s
9 The date of tlle bond shall not be pz•ior to the date the Coc7tract is awarded.
l0 END OF SECTiON
�
CI'I'Y OF Pf�R f IvUltl i-i Rundol vlill IIRONI
3TaND;ARD CC�iVSTR_UC i�i)h �PEC[F1CAT[ON DOCL�MEN I S Gi�- ProFcct No. f4l�lf192
Rc�-iscrJ Decci�lxr �. ?�('�3
L�°i�,l`_`
Witt�ess s Prii�cipal
{ll7hl I��- 1
�Z:11 Vl L-N:1�CF[ Al)NU
Pa�e I i>I� �
Sond No. K �?0817�9
I
�
;
-4
;
6
7
THE STATE OF TEXAS
COUNTY OF TARRANT
SECT�Q�i 00 61 19
v1AI�ITENEINCE S(�ND
§
§ KNOW �LL BY THESE PRFSENTS:
§
8 i'l�at �ve ltlutz Constructioi�, L[,C , l:no�vn as "Principal" herein
� ai�d Vi¢ilant lns�aranc�. Companv , a corporaie stn�ety {su�-eties, ifsi�ore tlian
10 one? d«ly auti�orized ro da business in the State ot Te.�as, Icno�vn ��s ��Surety�" herein ��vhether one
I I or more), are ]�eld ai�d firmly bound �mto the City of Fo�-t Wo�-ti}, a mul�icipal corporation created
I? �ursuant to the laws of tk�� State of Tesas. l.nows� as "Citv'" hercin. in the sum t�P Nine Nlillion.
I� Seven Hundc•ecl Nir�etv-I i1��ee [-iio�isai�� T�vo Hunc�red Ei17iztv--Chree Dollars & 5evei7t �-E=ive
I� Cez�ts {$9,79;,'�8;.7;). la�vS�ul money of� the United Statcs, to be paid ii1 Fort Worth, Tarrant
I� County. Texas, For payment of r,vhich sui�� �vel l and tr��ly be made unto the City and its successors.
1G we bind ourselves, oiu� ��eirs, execlztors, administrators, successors and assi�ns, joii�tly and
17 seves-ally, tirinlv L�y these presents.
18
19
?0
?I
��
,
��
>>
WHEREAS, tl�e i'rincipal I�as ent4red inlo a cetrtain �vritten cotitract �vith the CiCy a�varded
5'r
thez� day of 4�To�n-, �ozSwhich Contract is hei•eE�y referred to az�d a matle }�art I�ereof
For all p�u-poses as if f��lly set forth herein. to furilish ail materials, equipc�ient la�or and ath�r
accessaries as defined by ]a�v, ii� tl�e prosecutian of the Work. including any Worl: resLilting trom
a duly autf�orized Chan��e Ord�r (call�ctivefy herein. the "Worl.") as peovided ('os' isi said contract
acld designatecl as Ra��doi Mill HRON[; anc�
�6 WHEREAS. Principal ��inds itself to use sucii materials and to so construct the Work in
?7 accordance with the }�lans, s�ecitications ai�d Cont�-act Doctunents that the Worl. is and will remai��
?8 free from defects in matec�ials or woe�manshi� for and duri��� the period ol two (2) years atiter the
��) date of Final Acceptance of tlie Wot•� by thz City {�'Maintenance Period"); and
30
31
3?
3;
WHEREAS, Principa� liinds itselfto repair or reconstruct tl�e Work in whole or sn part upon
receivin� ��otice from the City of tl�e need tl�erefor at a«y ti�ne witlli3� tl�e Nlaii�tenance Period.
CiTY OP fORT WORT'N R�ndol ylill I-€RO�i
STANDARD CONSTRUCTION SPECIFICATIOv �70ClJNIEVTS Citv Pru���t vo. IU-�i}9�
R�-�-ised DcLcmbcr3.?Q�3
l
2
3
4
S
6
7
8
9
l0
11
l2
13
14
]5
16
17
18
]9
0061 19-2
MAINTCNANCL [30ND
P�gc 2 of 3
� Bonci No. K42081759
NOW TH�R�FORE, the condition of this obligation is such that if Principal shall remedy
any defecti�e Woelc, for which timely not�ce was provided by City, to a completion satisfactory to
the City, then this obligation shall becoi�e null and void; otherwise to remain in fuit force and
effect.
PROVID�D, HOW�VER, if Principal shall fail so to repaia' or reconstruct any timely
noticed deFective Work, it is agreed Lhat the City �nay cause any and all stich defecti�e Worlc to be
rep�ired and/or reconstructed with all associated costs tlzereof being borne by tl�e Principal and the
Surety uncler this Maintenance bond; and
PROVID�D FURTH�R, tha� if ai�y legal action be filed on this Bond, �enue shall lie in
Tarrant County, 7'exas or the United States District Court for the Northern District of Texas, Fort
Worth Division; anc!
PROV�DED F'URTHER, tl�at this obligation sha[l be coratinuous in nature aild s��ccessive
recoveries may be had hereon for successive breaches.
CITY OF I�ORT WORTH Randol Mill HROM
STAN�ARD CONSTRUCTIOI� SPEC�F1CATi01+( llOCUMCNTS City Project No. 104492
Revised December 8, 2023
f}Ilhl 1�7- i
��LIIVCLV;�VCF. BU�D
Pa��e 3 of =
Bond No. K-1?U8 17�9
I CN W[TNESS WH�REOF_ tlie Priricipal and the Surety l�ave each SIGNED and SEnLED this
? instrumei�t by duly authorized agetits at�d oFficei•s on this tl�e�`c�y of GGTOt3�TZ ?OZ 5'�
3
�
j
6
7
8
9
IO
II
1?
I�
[ -�
I�
i6
l7
l3
19
?U
?I
��
��
��
��
?G
��
�g
�q
30
31
3?
JJ
�=}
3�
JE
37
�s
�9
-�0
-4 ]
ATT�ST;
PRItiCIPAL;
hL�l� CO�iS RUCT10�_ LLC
BY`: �i
� Si;3�attire
G'H�,o/�—�—�5 M, IL�•�� �jCnIL�Cyie►l� 4�e�?�'►�1�?'L
�iamc and Title
?lcidress: P.O. [30� 13�
l�ennedale. T� 7b060
S� RCT�`:
VIGILAti�T INSL�RAtiCE COL�IP:�;�Y
r r}
� � .�►a. �7 .1, �
�lir_abeih Gray. ,�ttornev-in-Fact
\�me and Tit�e
�;�L4'='�� �l � � ���'=��t'� Add¢-ess: �-400 LBJ Frw , Suite 60U
[ 5urety ] S •�e�iy� Dawi� YI. � loros . Dallas, 'T�X 7��=1U
�
�_
1�JiU�ess as to 5iu•ery Heather I-l�ath Telephone N�imber: ? I�-7��-0777
Email Address: st�reiv(ii?cl���bb.com
*Note: ]f �igned by ai� ofticer ot�tl�e 5t�rety Campa��y, there must be on lile a certit�ed extract
from the �y-la�vs showing chat tliis �erson 17as authority to si�n s�ich obligation. [l�
Sueetv's physicaf adciress is diff���enc fs�osz� its n�ailin� address_ both m�st �e �rovided.
The date af the �ond shall ilot be pria�� to ihe date the Conteact is a�varded.
CITY (}F fORT V�;Uit"I H Ryidal �l[]I hIROivl
tiTA�ID:IRD �O�SiR[.'t"�-ip'v 5{'�.CIFI�'Al]ON D(.)CU�IF�ITS Cin Projzct Vo ii)-k119�
i2�v itied f]ccctother �_ 'il� ;
�'
Witness as n Princi�ai
Policyholder lnformatfon Notice
IMPOFiTANT NOTICE
To obtain information or make � complaint:
Yoli may call Chubb's toll-free telep�one number
for inforination or to make a complaint at
1-800-3&-CHUBB
Yo�l may contact the Texas Department oF
Insurance to obtain inform�ttion on coxnpanies,
coverages, rights or camplaints �t
l -500-252-3439
You may write the Texas Department oI' Insurance
P.O. Box 149104
Austin, TX 78714-9104
FAX # (512) 475-1771
Web: http://www.tdi.state.tx.us
E-maii: Co�asurnerProtection@ldi.state.tx.us
PREMIUM OR CLA1M DISPUTES:
Should you have a dispute concerning yotu premium
or al�out a claim you s�o�ild contact the agent first.
If the dispute is not resolved, you may cont��ct the
Texas Deparhnent of Insurance.
ATTACH TH15 N4TlCE TD YDUR P4LlCY-
This notice is for information only and daes not
becorne a part or candition o� Che �ttached
document.
av►so ►n�PORranrrF
Para obtener informacicin o para sorrieter una
queja:
Usted puede liamar al nCtmero de telefono gratis
de Ch�tbb's para informacion o para someter una
queja a�
y-800-36-CHUBB
Puede comunicarse con el Departamenlo de
Seguros de Texas para obt�ner informacion acerca
de companias, coberturas, derechos o c�uejas al
i -800-252-3439
Puede escribir al Departarnento de Seguras de
Texas
P.O. Box 149104
Austin, TX 78714-9104
FAX # (512} 475-1771
Web: hftp;//www.tdi.state.tx.us
E-mail: Consum�rProteetian@tdi.staie.tx.us
DISPUTAS SOBRE PRIMAS O RECLAMOS:
Sz tiene una disputa concerniente a su prima o a un
reclamo, debe comunicars� con el agente primero.
Si no se r�sueve la disputa, puede entanecs
comEtnicarse con el departamento (TDI).
UNA FSTE AVISO A SU POtlZA:
Es�e aviso es solo pc�ra prop6sito de informacion y
no se con�ierte en parte o condici6n del documento
adj�.into.
Form 99-1D-0299 (Rcv. I-08)
��� � � �
1'ower of Attorn�y
Federal Inst�ra�ac� Contipany � Vigilant Insurance Company � Pacific Inde�nnity Company
Know All by These Presents, That FE�ERAL IN&URANCE GOMPANY, an [ndlana corpuration, VIGILANT I�SURA[�'CE COMPANY, a kVew York corporation, and PACEFIC
iNnEMNITY CDMPANY, a Wisconsin corpoiation, do each hereby constitute and appolnl Elizabeth Gray, Charies D. 5weeney, Kyle W, 5weeney and
Michael A. Sweeney of Fort Worth, Texas ----------------------------------------------------------------------------------------------------------------------------------------
each as their u•ue and ]awful Altorney-in-fact to execute iEnder such designatlon In their names and [o afllx [helr corporate seals to and deliver For and on lheir behalf' as surety
fhereon or otherwlse, bonds and underLaI<ings and other writings obligatory in the nature thereof (other than bail bonds) given or executec! In tlie cnuise oF business, and any
instrumenls amending or altering the same, �md consents m Che modiFeatfon or alteration of any instrument reFerred to in said bonds pr ohilgatlons.
In Witness Whereof, said FEDERAL INSUI2Af�CE C034IPANY, V[GILANT [NSUkANCL� GOMPANY, and PACIF{C IIYbIIMNl1'Y COMPANY have each execu[ed ancl attested these
presents and aliixed Cheir corporate sea2s on this 16'^ day of5eptember, 2019.
'�.Ji�-�'�.�`s^6l. �.S.SL���
E1:jwn lLC:hli�a��n._4s�ir:ian[ticti€•et:try
���� �-,� ���
. tNfM�1�
sTa,Ts or �ew fr;its�v
Couiityof�[unterdon ss.
�' `.'ti7— � � '""�'
ii��,hr€i 1i. li.iittry. L'ic� {h-�:�id�•n[ �
��� . �,�� _
'�GFN�
On this F6'° day of September, 2019, be1'ore m�, a �of.uy Public oF New Jersey, peisonally came 6awn NI. Chloros, to mc known to be Assistant Secretary of FCD�ItAI, INSUIZA�CE
COMPANY, VIGILANT IIVSURANGE GOMPANY, and PACIPIC INDEMNITY COMPANY, the conipanies which executed the foregoing Power of Auorney, and the sald Uawn M.
Chloins, being by me duly sworn, did depose and say thaC she is Assistant Secretary oF RF,1��?RAf, IiVSURANCG COMPANY, V1C1l.A�F'C WSURANCE CQMPANY, and PACICIC
IND�+MNITY COMI'ANY and Imows the corporace seals thereof, that the se�ls afi'ixed in the forcgoinp Power of Attorney are such corpoi�ate seals and were therefo afllxed by
auLliority of said Gompanies; and tl�at shc signed said Power oF Attorney as Assist�mt Secre[a�y of said Companies by lil<e aud�oiity; and that she ls acquainled witlt Stephen M.
Haney, and knows hlm fp be Vi�e i'resldent of said Companies; and ihaf the signature of Stephen �l. Haney, subscri6ed ro said Power of Attorney is in the geni�ine handvn•iti�tg of'
SLephen NL Flaney, and was thereto suUscrihed by authority of sald Companies and in deponrnt's presence.
Notarial Seal goF
9TARy �
�r,.
rU�y,�c
�q�
KA7'HERIN� J. AI7�LAAC2
NC3TRftN PLiBE.IG OI= N�W ,i�12$EY
Na.2�'E86B8
COfTlmis.9ien Eicpires Juiy 1B, 207.4
Ynlary Fuhlic �
CERTIFICA,'L'I03V
Resolutions adopted by lhe Boards of D1l'cctoi's af FL�DL�RAL [NSURANCE COMPANY, VIGILr1NT IMSURANCE GOMI'ANY, and PACIPIC INDL.�NITY COy1PANY on August 30, 201G.
"i2L50LV�ll, that tltc Following �uthu�9zatluns relate to the execution, lor and un Heh�il( uf the Cuinp:tny. oF6onds, ttncler[;Wlcings, recuymiz.uices, con�racts and pther wrRten commitnoents nt'the Company
entercd into in the ordinary toiuseul'business (�.�ch a"Wiitten C�mimitment"1:
(p Lsacli of' the Cha�rm�tn, the Prestdent and the Yice Presiclents of the [:nmpany is hereby autliurii.�d to execute any written Commiuiient f'or and mi 6ehalFof ttic Company, uiider the
seal of the Comp�my or othcrwisc.
(2) G�ich duly appointed atmrney-Imt:1Ct Uf the Comp;my is hereby autliorized tn execute any Writren Coivmitment Ibr ani[ an beh�dF of the Company, under the seul of the C�mipany ar
othenvise, to the extent lh�ir sucl� actiou is at¢hurized 6y the�n;mt oE' puwers provlc3ed ti�r In such persoiYs written appointment �a such attorney-€n-(act.
(3) Gach of' the Chairmun, the Presidenv :3nd the Vlce Presiclents of the Con4pany Is hereby aathurized, Ibr uud un behalFufthe Company, to appuint fn writing any peason the attorney�
iu-fact oP the Cumpany wi[h full po�ver andaudroritytoexecute, li�r ;md on behalfofdieCompany, under the xaluftheCunipanyorotherwise,such WriuenCommitmentsofthe
Company as may 6e specilled in such wriYten appuintment, tvhich spcciMatlon may be �y general type or class ol' Written Cummitments or by s�xc:4ficatiun u1' one or mure parHcular
W�itten Comm{tments.
(4) Gach of tE�e Cliairman, d�e Presldent �rtd the Vice Presidents of the Company i5 hereby audiorired, lor and o� behalFpt'the Company, ro delegutc in writing to any other oFllcer of the
Company the authunty to exccmr, [or and un Uehaif uf the Company, tmder the Company's s�ll or otheiwise. such Written Cnmmitments of the Company as.ae spcciiied In such
writLendcleg.�tiou,whichepecificatWn may Ue 6y general typcor ciassui' Written Commitments or 6yepecitic:itit�nofbneurmore�rticulai�Wrliten(tummitmems.
(5) 'I'he alt9nature of xny flfTicer ur other person executlng any Wrltten Cummitmcnt ar appointment or deley�ation p¢rsuant m tl�is licsolution, �tnd the seai of thc Cotnpany, may bc alIlxed 6y
8�csimile on such Wriuen Commlt�nertt or written appolntment or delegatfon.
NUR"PHHE2 RF;SOL.VI{I), that tlie foregaing ResoWtiou sliail nut he deemed tu be an excfusive statement of the powe�s and �afhoriiy uf'oll7cer5, empluyees and otlier persons to act for and un l�ehalf�al�
the Company. an[I such Resulution sha➢ nut limit or otherwise aficct ihe exercise of any such puwer or authorlty otherwise validly granted or vesteci.'
I, Dawn M. Chloros, Asslstant Secreta��y oF P'LDGRAL INSLlIiANC6 COMPANY, VIG1LAi�T INSLtRANCFs CDMPANY, and PAC1F[C INDEMN[TY COMPANY (the "Cnmp:anies") do hereby
certify that
(p lhe Famgoing [Zesulutions adopted Uy tUe [3oard af Directors oFthc Companles are frue, cormct and in fiill force and efiecf,
(ii) lhe foregoing Powcr of Attorney ls true, co�rect and in full Cqrce and eFfect.
Given under a�y hand and seals oFsaid Companies af Whifehnuse SLatlon, ^!J, this
s.�'"", a d.,"" �
��� � '��y�.5`�....�i• ���.,�L�.�
��'p� � �• ��1WI7 ��.�.�I�UCLIS.:��41ti[.lflF�
11V'f IiL' LVGN'f YOU W ISL ['I'0 Vli[i[NY'PH L hUl'H 13N'I'f CfCY OP'CHIS IIONll Ol{ NO'CIFV L'S OF Afd}' O"l:riliR V]A'Cf LR, P6Eh56 C01�'I'ACI' US A'P:
'I'eIe hone(908y903�3493 [�ax(g08)90.3-3G56 e-mail: sureiy(�chu6U.cnm
FE�- Vf G-PI (rev. 08-1 B)
FoRT WoRTH�
Routing and Transmittal Slip
Transportation & Public Worl;s
Department
DOCUMENT TITLE: Randol Mill HROM
M&C: 25-0991 CPN:
Date: 10/29/25
To: Name
1, Donnette Murphy
2, Patricia Wadsack
3.
4.
5.
6.
7
8
9
10.
Lauren Prieur
Lorita Lyles
Doug Black
Jesica McEachern
Katherine Cenicola
Jannette Goodall
Allison Tidwell
TPW Coatracts
TPW Signer xx�
Legal-Approver ��
Legal-Signer �»,���I,,k
ACM-Signer �
CSC0.Appmver �
CSCO-Signer �� «�aad.��
CSCO-Form Filler
�w
DOC#:
Date Out
10/29/25
10/29/25
10/30/25
10/30/25
10/31/25
11/05/25
11/06/25
11/06/25
N ov 10, 2025
CC: Program Manager, 3r. CPO, TPW HSPAP Recon Team, TPW Records Room, TPW
Contracts
DOCUMENTS FOR C1TY MANAGER'S SIGNATURE: All docucnents received from any and all
City Depathnents requesting City Manager's signature for approval MUST BE ROUTED TO Tf�
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
ROUTIIVG TO CSO: �YES ❑No
Action Reguired:
❑ As Requested
❑ For Your Information
� Signature/Routing and or Recording
o ���t
I—I File
104092 CSO:
D�artment Initials
Risk Appmver ����"�
TPW Annmver pL1N'
NEXT DAY: ❑YES ONo
❑ Attach Signature, Initial and Notary Tabs
Return To: Please notify TPWContracts a�fortworthteaas.�ov for pickup when complete. Call eat.
7Z33 or eaw 8363 with que9tions. Thank you!