Loading...
HomeMy WebLinkAbout064419 - Construction-Related - Contract - Klutz Construction, LLCCSC No. 64419 FORTWORTH. CONTRACT FOR THE CONSTRUCTION OF HAZARDOUS ROAD OVERTOPPING MITIGATION SOUTH CRAVENS ROAD CULVERT IMPROVEMENTS City Project No. 103398 Mattie Parker Mayor Jay Chapra City Manager Lauren Prieur Director, Transportation and Public Works Department Christopher Harder, P.E. Director, Water Department Michael Owen, P.E. City Engineer Prepared for The City of Fort Worth TPW Stormwater OCTOBER 31, 2025 DeOtte, Inc. 112 Keystone Southlake, Texas 76092 Firm No. F-3116 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX LIF T-`k RICHARD W. DeDT7E 74232 E` ��, ? W 4# GISTS ��c. JW 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Pagel of 9 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 0011 13 Invitation to Bidders 02/08/2024 0021 13 Instructions to Bidders 01/17/2024 0035 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 0043 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 0045 11 Bidders Prequalifications 08/13/2011 0045 12 Prequalification Statement 09/30/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 52 43 Agreement 12/08/2024 0061 13 Performance Bond 12/08/2023 0061 14 Pa ment Bond 12/08/2023 0061 19 Maintenance Bond 12/08/2023 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 03/08/2024 00 73 00 Supplementary Conditions 03/08/2024 Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 31 20 Project Meetings 07/01/2011 0132 16 Construction Schedule 10/06/2023 01 32 33 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 01 35 13 Spec al Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Signage 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 0177 19 Closeout Requirements 03/22/2021 017823 1 Operation and Maintenance Data 12/20/2012 1017839 1 Project Record Documents 07/01/2011 CITY OF FORT WORTH HROM S. Cravens Road Culvert Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103398 Revised March 7, 2025 000000 STANDARD CONSTRUCTION SPECIFICATION nOCUMEQ'CS Page 2 of9 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Date Division x s ng Conditions Modred 92-4-)-k3 Sele� i3,44 92-4-I-I4 IJFA 42-4- NAA Division 03 - Concrete Division 26 - Electrical 0 " .re enm�cCna.�_��anff!W N. �ar.�rxl . Division 31- Earthwork EVEMMAME Division 32 - Exterior Improvements =OF FORT WORTH MOM S. Cravem Road Cdverf Improveme.te STANDARD CONSTRUCTION SPECHICAnON nOC1IMEnTS CM 103398 Review Ma 7r 2025 000000 Pa 4of9 Division 34 - 1 ransoor[ation =OF FORT WORTH HROM S. Cravens Road Culvert I provem Bo STAND CONSTRUCTION SPE MCATION nOCIIM©JTS CM 103398 Rrnsed Ma 7r 2025 000000 Page 5 of Technical Specifications fisted below are included for this Project by reference and can be viewed/downloaded from the City's website at http://fortworthtexas.zov/tow/contractors/ or https://aops.fortworthtexas.eov/ProiectResources/ Division 02 - Existine Conditions Last Revised 02 41 13 Selective Site Demolition 03/11/2022 024114 UtilityRemoval/Abandonment 17/20/2012 024115 Paving Removal 02J02/2016 Division 03 - Concrete 1033000 1 CastaceConcrete 03/07/2025 033413 1 Controlled Low Strength Material CLS 03/07/2025 03 34 16 Concrete Base Material for Trench Re air 17/20/2012 03 80 00 Modifications to Existing Concrete Stmcones 12J2012012 Division 26 - Electrical 26 05 00 1 Common Work Results for Electrical 03/11/2022 26 05 10 Demolition for Electrical Systems 17/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12J2012012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 2445-59 1 e3/3r, 4916 Division 31- Earthwork 31 00 00 1 Site Clearing 03/22/2021 312316 Unclassified Excavation O1/28/2013 31 23 23 Borrow O1/28/2013 312400 Embankments O1/28/2013 31 25 00 Erosion and Sediment Control 04/29/2021 44-36-09 Gabivas 4240/3913 31 37 00 Riprap 12J2012012 Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paying air 12/20/2012 3201 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 1123 Flexible Base Courses 12/20/2012 32 1129 Lime Treated Base Courses 12/20/2012 32 1133 Cement Treated Base Courses 06/10/2022 4244-37 981a1F2913 32 1216 Asphalt Paving 6/07/2024 32 1273 Asphalt Paving Crack Sealants 12J201712 32 13 13 Concrete Pavin9 0N10/2022 32 1320 Concrete Sidewalks, Driveways and Barrier Free Rams 12/09/2022 32 1373 Concrete Paying Joint Sealants 12J2012012 32 1416 1 Brick Unit Paving 12/20/2012 32 1613 1 Concrete Cub and Gutters and Valle Gutters 12/09/2022 =OF FORT WORTH MOM S. Cravem Road Culvert lmprovemen6 STANDARD CONSTRUCTION SPECnlCAnON DOCUMINCS CM 103398 Review Ma 7c 2025 000000 Pa 6of9 32 1723 Pavement Marlins 06/10/2022 32 1725 Curb Address Painting 11/04/2013 3231 13 Chain Fences and Gates 12/20/2012 32 31 26 Wire Fences and Gates 12/20/2012 32-31-29 i6iee4T4� 114049W 32 32 13 Cast -in -Place Concrete Retaining Walls 06/05/2018 3291 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022 32 92 13 Sodding 05/13/2021 32 92 14 Non -Native Seeding 05/13/2021 32 2212 1 Native Grass and Wildflower Seeding l0/06/2023 32 93 43 Trees and Shrubs 1P 20/2o12 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 09/07/2018 330131 Closed Circuit Television CC Inspection - SaniSewer 03/11/2022 33 01 32 Closed Circuit Television CC Inspection - Storm Drain 12/08/2023 3303 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 3304 10 Joint Bonding and Electrical Isolation 12/20/2012 33-04 11 42404943 33-04 2 1190*ow 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Pipes 03/11/2022 3305 10 Utility Trench Excavation, Embedment, and Backfill 12/13/2024 330512 Water Line Lowering 12J20/2012 33 05 13 Frame, Cover and Grade Rio 09/09/2022 3305 14 Adjusting Manholes, hdets, Valve Boxes, and Other Structures to Grade 03/11/2022 3305 16 Concrete Water Vaults 12/20/2012 3305 17 Concrete Collars 03/11/2022 33 05 20 Auger Boris 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pie 12J20/2012 33 05 23 Hand Tuonelin 12/20/2012 33 05 24 Installation of Cartier Pipe in Casing or Tunnel Liner Plate 12/09/2022 33 05 26 Utility Markers/Locators 12J20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 1105 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pie 12J09/2022 33 11 11 Ductile Iron Fittings 09/20/2017 33 11 12 Polyvinyl Chloride (PVC) Pressure Pie 09/09/2022 33-1-1-14 93/97F3033 3444-44 33F39/3943 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 93-14U IIQ9{29}3 33 1220 Resilient Seated Gate Valve 05/06/2015 3444-21 33 1225 Connection to Existing Water Mains 02/06/2013 33 1230 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 331240 Fire Hydrants 01/03/2014 =OF FORT WORTH MOM s. Cravem Road Culvert Improvements STANOARO CONSTRUCTION SPECIFICATION OOCUMEHTS CM 103398 Rrnsed March I,2025 000000 Page 7 of 33 1250 Water Sample Stations 12/20/2012 33 1260 Standard Blow -off Valve Assembly 06/19/2013 3331--14 43/304913 3331 13 Fiberyjass Reinforced Pipe for Gravity Sanitary Sewers 17/20/2012 3331 15 High DenaPolyethylene (HDPE) Pipe for Sanitary Sewer 04/23/2019 33-3-1-�8 QWQW3033 33-3-1-�F 4=0404_2 3331-,2.2 12,394912 3331-23 424W2042 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33-3-1-a@ 4 0494.2 33 39 10 Cast -in -Place Concrete Manholes 17/13/2024 33 39 20 Precast Concrete Manholes 17J13/2024 33 39 30 Fiberglass Manholes 17/13/2024 3339-40 �Y3a�3ak3 33 39 60 Liners for Sanitary Sewer Structures 04/29/2021 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 44 4-1•-11 a-a/20[29t3 3344-1-2 43-44-14 2 33 46 g9 gobdEffigage�3 4444-4 ghAw(l-S� 4444-Q 33 49 10 Cast -in -Place Manholes and Junction Boxes 12/13/2024 33 49 20 Cub and Drop Inlets 03/11/2022 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 -Trans ortation 444449 0494402� 9=9k3 n' 9L4043 3441 11 Ternporary Traffic Signals 11/22/2013 444444 93.144J3922 344120 Roadway Dlmnination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 344120.03 Residential LED Roadway Luminaires 06/15/29t5 344130 Ahlminum Signs 11/12/2013 344150 Sin a -Mode Fiber tic Cable 07/26/2016 3471 13 Traffic Control 03/22/2021 =OF FORT WORTH HROM S. Cravem Road Cdverf Improvem Bo STANDARD CONSTRUCTION SPECIFICATION IR)CUMENTS CM 103398 Review Ma 7r 2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 8 of 9 Division 99 — SPECIAL TECHNICAL SPECIFICATIONS 99 99 10 TIED CONCRETE BLOCK MATT 06/09/2023 99 99 20 METAL BEAM GUARD RAIL 09/22/2023 99 99 30 TRAFFIC COMBINATION RAIL 09/22/2023 99 99 40 ALUMINUM SIGNS 09/22/2023 99 99 50 CONCRETE HEADWALLS AND WINGWALLS 07/31/2024 99 99 60 CONCRETE BAFFLE BLOCKS 07/31/2024 99 99 70 CONCRETE MULTIPLE BOX CULVERTS 07/31/2024 99 99 80 SITE SECURITY CAMERA SYSTEMS 07/31/2024 99 99 90 CATTLE GUARD 07/31/2024 99 99 91 EMERGENCY CONTINGENCY PLAN 03/10/2025 99 99 92 CONSTRUCTION ALLOWANCE PAVING AND DRAINAGE 04/21/2025 99 99 93 CONSTRUCTION ALLOWANCE WATER AND SEWER 04/21/2025 99 99 94 39-INCH SEWER REPLACEMENT 05/28/2025 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-6.06.13 Minority and Women Owned Business Enterprise Compliance 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 HROM S. Cravens Road Culvert Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103398 Revised March 7, 2025 City of Fort Worth, Texas Mayor and Council Communication DATE: 1111825 M&C FILE NUMBER: M&C 251073 LOG NAME: 20SWM HROM S CRAVENS RD CULVERT IMPROVEMENTS CONSTRUCTION SUBJECT (CD 5) Authorize Execution of a Construction Contract with 10utz Construction, LLC in the Amount of $5,081,660.00 for the Construction of the Hazardous Road Overtopping Mitigation S Cravens Rd Culvert Improvements Project, Adopt Appropriation Ordinances, and Amend the Fiscal Years 2026-2030 Capital Improvement Program 8 is recommended that the City Council: 1. Authorize execution of a construction contract with Klutz Constmclion, LLC for $5,081,660.00 for the construction of the Hazardous Road Overtopping Mitigation S Cravens Rd Culvert Improvements project (City Pmject No. 103398); 2. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Drainage Revenue Bonds Series 2023 Fund, by increasing estimated receipts and appropriations in the Hazardous Road Overtopping Mitigation S Cravens Rd Culvert Improvements project (City Project No. 103398) in the amount of $4,365,000.00, 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, by increasing estimated receipts and appropriations in the Hazardous Road Overtopping Mitigation S Cravens Rd Culvert Improvements project (City Project No. 103398) in the amount of $2,135,000.00, and decreasing estimated receipts and appropriations in the SW Hazardous Rd Overtopping Programmable project (City Project No. P00120) by the same amount; and 4. Amend the Fiscal Years 2026-2030 Capital Improvement Program. DISCUSSION: Approval of this Mayor and Council Communication (M&C) will authorize execution of a construction contract with 10utz Construction, LLC in the amount of $5,081,660.00 to reduce hazardous roadway flooding at a flood -prone section of South Cravens Road between Baylor Street and Oakdale Drive. The project is part of the Stormwater Hazardous Road Overtopping Mitigation (HROM) Program, which is an ongoing effort to identify hazardous road flooding locations, priontize them based on nsk, 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 had a fatality, and cars have been washed into the creek during storm events. This section of the road has been dosed to public access since March 2023 for safety reasons. A property dispute with an adjacent landowner caused the delay in going to construction. The improvements at this location will include replacing two (2) 8'x6' culverts with seven (7) 10' x 9' culverts in addition to raising and widening the flood -prone section of South Cravens Road at the creek crossing location. Additional improvements include providing a safe pedestrian crossing, extra lighting, guardrails, replacement of water lines and replacement of a deteriorated sanitary sewer manhole. The project was advertised for bid in the Fort Worth Star -Telegram on April 30, 2025, and May 7, 2025. On May 29, 2025, the following bids were received: Bidder Amount Klutz Contractors, LLC $5,081,660.00 Rebcon, LLC $5,180,333.00 Construction is expected to begin in December 2025 and be completed by September 2026. Funding for design and nghtof-way acquisition for the project, in the amount of $846.729.00 was provided by M&C 21-0552, and $460,000.00 was provided by M&C 23-0894, which amended the Fiscal Years 2021-2025, and 2024-2028 Capital Improvement Programs, respectively. Additional funding in the amount of $6,500,000.00 is needed to fully fund the project through construction, of which $5,081,660.00 is for construction and $1,418,340.00 is required for project management, material testing, inspection, project controls, and contingency. This project is funded by Stormwater Revenue Bonds 2020, Drainage Revenue Bonds Series 2023 and the Stormwater Capital Projects Funds. The project was initially funded for the design phase only. It was anticipated that additional funds would be required for construction. The funding for the HROM S Cravens Rd Culvert Improvements project (City Project No. 103398) is summarized in the table below: Fund Existing Additional ProjectTotal Appropriations Appropriations 52007-Stomivr4ter Rev $84B729.00 $0.00 $846,729.00 Bonds 2020 52008- Drainage Rev Bonds $460,000.00 $4,365,000.00 $4,825,000.00 Series 2023 52002- Stormwater Capital $0.00 $2,135,000.00 $2,135,000.00 Projects Project Total $1,306,729.00 $6,500,000.00 $7,806,729.00 This project will have no impact on the Transportation & Public Works Department operating budget when completed. Funding for this project was not included in the FY2026-2030 Capital Improvement Program because the amount of additional funding needed was unknown at the time of CIP development. The action in this M&C will amend the FY2026-2030 Capital Improvement Program as approved in connection with Ordinance 27979-09-2025. Funding is budgeted in the SW Hazardous Rd Overtopping Programmable project (City Project No. P00120) with the Drainage Revenue Bonds Series 2023 and Stogmwater Capital Projects Fund for the Transportation and Public Works Department for the purpose of funding the Hazardous Road Overtopping Mitigation S Cravens Rd Culvert Improvements project (City Project No. 103398), as appropriated. This project is in COUNCIL DISTRICT 5. The Director of Finance certifies that funds are currently available in the SW Hazardous Rd Overtopping programmable project within the Stormwater Capital Projects Fund and the Drainage Rev Bonds Series 2023 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 and the Drainage Rev Bonds Series 2023 Fund for the HROM S. Cravens Rd. Culvert Im project, to support the execution of the construction contact. Prior to an expenditure being inwrred, the Transportation & Public Works Department has the responsibility of verifying the availability of funds. Submitted for City Managers Office bK Jesica MCEachem 5804 Originating Business Unit Head Lauren Pneur 6035 Add tional Information Contact• Thanaa Maksimos 2319 ADDENDUM NO. 1 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT HAZARDOUS ROAD OVERTOPPING MITIGATION SOUTH CRAVENS ROAD CULVERT IMPROVEMENTS CPN 103398 ADDENDUM NO.: 1 DATE: May 239 2025 This addendum forms partof the Plans, Contract Documents and Specifications for the above referenced project and modifies the original Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and on the Bid Form (Section 00 4100). FaiWre to acknowledge receipt of this addendum could subject the bidder to disqualification. The Contract Documents for HAZARDOUS ROAD OVERTOPPING MITIGATION SOUTH CRAVENS ROAD CULVERT IMPROVEMENTS City Project Number 103398 is hereby revised by this addendum as follows: 1. Section 0011 13; Invitation to Bidders Prebid Conference#2 is scheduled for: May 27,2025; 3:00 P.M. CST The project Bid Date Is changed to: June 5, 2025; 2:00 P.M. CST Acknowledge receipt of this addendum at both of the two locations below: 1. In the space provided below. 2. In section 0041001 Bid Form, Page 3 of 3 HAZARDOUS ROAD OVERTOPPING MITIGATION Page 1 SOUTH CRAVENS ROAD CULVERT IMPROVEMENTS CPN 103398 DeOtte Inc. By: wT)*n ADDENDUM NO. 1 Transportation and Public Works Department Director, Lauren Prieur, P.E. V: Richard W. DeOtte, P.E., CFM Berton Guidry, P.E. President Project Manager " i��p Acknowledgement of Receipt: B .a Title r Company P ®- 30�c IRS � �Q , Company Address 7(a0G0 HAZARDOUS ROAD OVERTOPPING MITIGATION Page 2 SOUTH CRAVENS ROAD CULVERT IMPROVEMENTS CPN103398 ADDENDUM NO.2 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT HAZARDOUS ROAD OVERTOPPING MITIGATION SOUTH CRAVENS ROAD CULVERT IMPROVEMENTS CPN 103398 ADDENDUM NO.: 2 DATE: May 300 2025 This addendum forms pan of the Plans, Contract Documents and Specifications for the above referenced project and modifies the original Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and on the Bid Form (Section 00 4100). Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The Contract Documents for: HAZARDOUS ROAD OVERTOPPING MITIGATION SOUTH CRAVENS ROAD CULVERT IMPROVEMENTS City Project Number 103398 are hereby revised by this addendum as follows: 1. Section 00 42 43; Bid Proposal A. The following bid items are removed from the Bid Proposal Standard Description Specification Unit of Bid Unit Bid Item List Section No, Measure Quantity Prim Value No. 32 3211.0113 B" Flexible Base, Type A, GRA 321123 SY 1283 35 3211.0118 8' Fletdble Base, Type A, a211 29 TN 1300 Grade 1 43 3213,0700 Joint Sealant 321373 1F 620 an 3305.00038" Waterline 1.0"ring 380512 EA 4 98 3305.20028" Water Carder Pipe 330524 LF 95 100 3311.0204 8- Water Pipe 3311 10. 33 LF 950 1112 101 3211.0141 6" Water Plpe 331110, 33 LF 10 1112 11fi 9999.0083 Emergency Contingency Ran 999991 LS 1 - Refund of Unused Material in Case of No Repelr HAZARDOUS ROAD OVERTOPPING MRIGATION Page 1 SOUTH CRAVENS ROAD CULVERT IMPROVEMENTS CPN 103398 ADDENDUM NO.2 B. The following bid items are added to the Bid Proposal: Standard Rem List No. Description Specification Section No. UnRof Measure Did Quantity Unit Price Bid Value 5 0241.0550 Remove Guard Rail 024113 LF 120 33 3201.0400 TemporaryAsphalt Paving Repair 320118 LF 860 62 3311.0161 6" PVC Water Pipe 331112 LF 16 63 3311.02518"D.I.P. 331113 LF 219 64 3311.0261 8" PVC Water Pipe 331112 LF "a 98 3305.0203 Imported Emba Itment/BackRIL CLSM 330510 CY 100 106 3312.126"Gate Valve 331220 FA 2 C. The quantities are revised as follow: Standard Rem List No. Description Speclflcadcn Section No. Una of Measure Bid Quantity Unit Price lid Value 65 3341.0205 24" RCP, Class III 334110 LF 133 66 3341.020624"RCP, Class IV 334110 LF 122 68 3341.0402 42" RCP, Class III 334110 LF 296 Ev 69 3341.0403 42" RCP, Class IV 334110 1 LF 169 D. The following items, 999.0091, 999.0092, 999.0093 and 999.0094 are moved in the Proposal Form out of the Base Old and Into Alternate 1 and a new bid Item for replacement of 120-feet of 39" sewer line is added as Alternate 2. Standard Description Specification Unaof Old Unit Bid Item List Section No. Measure Quantity Price Value No. ALTERNATEI - EMERGENCYCONTINGENCY PLAN 113 9999.0091 Emergency Contingency Pion- 999991 LS 1 Order and Delivery of Materials and Equipment 114 9999.0092 Emergency Contingency Plan- 999991 LS 1 Construction of Repair 115 9999.0094 Emergency Contingency Plan- 999991 DAY 21 Overflow Containment and Bypass Pumping ALTERNATE 2.39-INCH SEWER REPLACEMENT 116 9999.009639-INCH SEWER 999994 LS 1 REPLACEMENT HAZARDOUS ROAD OVERTOPPING MITIGATION Page 2 SOUTH CRAVENS ROAD CULVERT IMPROVEMENTS CPN 103398 ADDENDUM NO.2 E. The Standard Item List Numbers are revised to account for item deletions and additions as part of this addendum. The complete revised Bid Form has been provided as revised on Bonfire. It is attached to this Addendum 2. 2. The Plana are revised as follows. Sheet No. Plan TRle Daeorptlon of RW19100 CO.0 COVER SIGNATURESADDED C2.0 GENERALNOTES REVISED PER CITY 9/6/2024 UPDATE 02.1 GENERAL NOTES REVISED PER CITY 9/612024 UPDATE 03.0 DEMOLITION PLAN ADDED BARRICADESAND SIGNS PLACED DUETO ROAD CLOSURE TO BE REMOVED 06.8 PAVING DETAILS CLARIFIED DIMENSIONS AND D627 C6.9 PAVING DETAILS CLARIFIED DIMENSIONS C6.10 PAVING DETAILS UPDATED D541 C9.4 WATER PLAN REVISED NOTETO ADD&INCH VALVETO THE 6-INCH SERVICE LATERAL TO THE MANUFACTURED HOUSING SUBDIVISION C9.5 WATER PROFILE CHANGED CLSM NOTES- NOT SUBSIDIARY TO STORM DRAIN. ADDED CLSM NEAR STA 7+82 -C9.7--WATETTUETAILS-----REVISED OT62TO BE ATYPICALbFfAIL — C9.8 SEWER PLAN AND PROFILE ADDED REFERENCE TO ALTERNATE 1 AND ALTERNATE 2 BIDS. C10.11 STORM DETAILS REVISED DETAILSTO INDICATE SCARIFIEDAND RECOMPACTED SUBGRADE UNDER ACB A. The revised drawings have been provided as revised on Bonfire. They are attached to this Addendum 2. 3. The Special Technical Specifications are revised as follows: A. Special Technical Specification 99 99 91 is revised to eliminate refund of the cost of unused stockpiles if repairs to the sewer is not needed. B. Special Technical Specifications 99 99 94 is added to describe an Alternate which replaces a roughly 120-foot portion of Sewer M244-B to protect the 39-inch Sanitary Sewer. C. These revised specifications have been posted to Bonfire and is Included in this Addendum 2. HAZARDOUS ROAD OVERTOPPING MITIGATION Page 3 SOUTH CRAVENS ROAD CULVERT IMPROVEM ENTS CPN 103398 ADDENDUM NO.2 Acknowledge receipt of this addendum at both of the two locations below: 1. In the space provided below. 2. In section 00 41 00, Bid Form, Page 3 of 3 DeOtte Inc. Transportation and Public Works Department Bv: ?4_n.V `� i �,m' Director, Lauren Prieur, P.E. z W . L (6- d v Bv: Richard W. DeOtte, P.E., CFM Berton Guidry, P.E. President Project Manager s y1 ? R1 V, BeDTTE " Acknowledgement of Receipt iR74232 D V, DeV. rGGS..... By. Z.� Title �1aJ}'2 `pu4T1LvQYOJ� 1.L(a Company /P.O. Sox 19S AeeAWECALAr 79 76o60 Company Address HAZARDOUS ROAD OVERTOPPING MITIGATION Page 4 SOUTH CRAVENS ROAD CULVERT IMPROVEMENTS CPN 103398 3EG11`10H004243 PROPOSALFORM UNIT PRICE BID m4va Pµx 10F1 Bidder's Application Hazardous Roadway Overtopping Mitigation- SoutB Crlrvem Road Cubert I tnla venenta CPN IM398 ei4der cPrD"Id Smrdmd Item Us( Usl No. Description Specification SWionteo. chit of Meamre Bid Qoaotity Udt Pno Did Yda limmoo Mouuinaon 0170 LS 1 2 01]1.G CempaGldl 01 LS 1 0241.0401 Remove Gonvele Orbs U24113 M 52 4 0 .0600 Remwo Fence 4113 LF 1200 5 0241 amova Dua I Darri a0e entl aim 4 3 LF 120 D 0 AI uuu0 Remove Wall <4' 02 L 120 T 041n 024113 SF 20 S 024100 MbIa for lax MAI 13 EA 2 9 02AIMI Remove At= Gdm Shtftlace lim MSC M41 IJ L8 1 10 OW.1013 Remove 6" Water Lim 024114 LF 9T0 11 0241.1100 Remove As aft W" 02/115 SY 2650 12 1.131M) Remova nc Curb utter 024115 T 13 1. Remove 8'Wa�r Valve 024114 FA 3 14 0241/510 fterrave and Froa Hydnim M 114 FA 1 15 9/.1512 Renrrove srd5 1"Wekr Meter 024114 1 16 202 Re 8'SewerMenMle M4114 FA 1 TT D291.3011 Remove 75" Sbrtn LI 94114 LF 80 18 0241.W15, Remwo 24- SROml Un0 W1 14 LF 30 1S MAI.3019 3B"Strain Llne 4 14 LF 42 20 41I201 ReRiwe4a40m Idol M4114 1 21 0241.4401 RtlnOve IVS 4 14 EA 1 4101- anaearott as Smae'-fl t 23 31100101 SI aerin 311000 1 24 9110.1102 0"-02' rea Removal 000 EA BI 25 3110.0104 /2'-18'Trea Removal 11000 EA T 25 3110.0104 1 -24' Tres Rce - 31 IGOO 9 2T 311.0Ob 24'and Lar IF00 I 3 1000 EA 1 28 31 0101 Undnal0ed E va6on WPlat 312318 1 GY 8338 29 13124.0101 Embankment by Plan 3124 Do 11 OY 1500 30 3125.0101 SWPPP 21 acre 3125 OD I LS 1 1 .0101 Carcree RIIAap QY;M3 hero W O.C. E. 31 700 I Wr 712 32 T.01021e re Ri am 313]00 SY 300 33 aml aaw Tan ran 18 LF 650 34 3211.0400 H tl etl Lime H 29 T 89 35 4211 WM 6" Llm Treatment 3211 2B 31 36 32120401 H Mantuan' Ar IaA 9 Waerl nurse 31 210 TN 120 97 3212.040110MCTransitlon, 2" rfam oaee MIZIO TN 30 38 3219.O1051P Ganders PavemM 3213 13 SY 2639 39 3213.03014'COZ Sitla4alk 3213M 5450 40 3213,03114"Conn Sidewalk amnl to Caro 32134 SF BOO 13.0401 W Cannata Drive4E 3213 W 3000 .06G6 Be a Free Rem T P-1 3213 20 EA 12 .Of0f CCOttc Gnbend Outte 321016 LF 1100 1T5ID1 BSLD Medf H 321T23 F 62 T.0102 LD Pvmf MaM HAS 1]23 t T.0401 DPvmt Markin ME 1723 L 10 1T210.3 REF deed Ma rTYII-A-A T23 EA f0 g:32 1T2104 REFL Raised MarkOr TY II-G-11 2 tT 29 EA 40 Al 11123 6 T Cnah Link Fence 323113 LF ]35 l M11 Da0n0 Nitre Fen Mn'alPWa 323128 LF 378 31.@I2Sn1ooANAne Fenn3126 LF iW 31.p308 8 PI Deta 6mel 3126 1 91.0100 0 29119 8Y T00 0100 Dlock odPlamm at 9213 Wbb 92W00 Seed' rwnukh 3]9214 4700 56 3331.9C12 Pmt-CCW I dSMn 330132 000 Cf[Y W FnitT WOHI'H 1a1nM86menrMlOfwrLipmrm iNO.aaUfIX81R11L'I'IONEI&'IFlCATfONaM'IM9Nl6 QNt¢ila aemlalM'W[1 041 pp MEebumenNnopawl WohbN V3pE1.p5.il.alp SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID rt raovoser P�2 F, Bidder's Application Hazardous Roadway Overtopping M10gatioa -South Cravens Road Cuh er(Luprmsnwnk CPN 103398 uauor. Prnpn.nl 9mndud MaLWNQ Cer4ipuon speci0eaion Sa11m No. Unit or Meafue 3W Quantity unit Rice Bid Value 57 01.0101 Manhole VaaMn Tealin 130 EA 58 .0001 Smalls Pum In 33010 1 59 3305.0107 Menhdenwiturint Minor 330514 E4 2 BD woo TrerrAis 10 lF 21g0 61 308.0112 rcr�Cogan Mantxde 06 7 1 82 3311.0161 8'PC Water Pi 331112 LF 1 83 3311.0251 ' O.LP. 3 13 19 64 3311.0281 8 VC Wa[er 3 11 12 BS 3M1.0205 RCP CMmIII 334 10 W 3341.020fi 24" l P M4110 LF 122 67 3341.0�9 X. RCP CYea 11 4110 LF 21 W 3341.0402 'RCP Cleae 111 1 10 LF 09 3341.0403 42' RCP CIOM 334110 F 70 3S41.0409 48-RCP Ghee 4110 LF 1 71 UMIS.0002 5 W4910 LF 2 72 IM490003 5Skim Juncton Box M4910 EA 2 73 3349.4105 R4" SET 1 DIDO 334940 EA 74 3 9.411142"SET, 1 PPO 334940 EA 1 75 3349.500110' Cnb lnlct 492D EA 4 7& Tw n 5' Intel M 9M EA 1 77 1.Wul Rcedwa IllumirraSm Assemblies 3441 MW 5 78 3441.4003 Furnlahllnstall Alum Si ComunCBd Mount SM. 44130 FA 2 U1 AenovaSl n low -al an Prot- an mil.wunt marrcControt 341113 9 81 "9,w10 all SV 1500 82 999900M Metal Beam Guard pull all LF 400 83 9999.0 W Trent Com55wBOn Wr NNW 166 if M 9999dMI) Afurninum sinns 89 40 E 85 9999.0350 FICadra3sfir7- MB 9999W 2 W ri959.c050 VmMwWKW7. ' (Slope2:1 He ht=13' now EA 2 87 8999.0o501MIAvans r-O'x9'MB ( op"A Het M=13' 999950 EA 2 Be 9M.ONO Corinne Bane BIo ks WNW EA 64 89 99W WU Conciliate Box CUNens and CNIns(7-10'rdl' MBC) 99WM 1F W 90 9999.0080 Saf)INNY Comm on 99980 C 9 91 116 9999.W90 elBe Guard 90 92 =100t PrpCCNn 330131 W M01.0002 ftiwZCW Inspectorl V30131 LF 94 33M.0003 Final-OCNIre tiro 131 F 9W 95 3301.0004 FInaIMH- Nlns than Pot 31 98 330&0116 Wricrate Encasement for UNny Pinion 330510 CY 0 no 3305,1003 W iZmsina By Grain, CM 0522 LF 85 98 W05.0203 Em0edrreNBed1 CISM 0510 CY IN 99 T2110001 Cudile Iron akr wlx R 331111 TN 0.75 1W 3311,01618' PVC Wallin le 331112 LF 16 10 3311.0281 0, O.I.P. 31113 LF 21B 1M 13311.0281 3" PCVmwmw W 11 12 M9 1W 33120001 Finoirlmhant 3312M EA 1 iM IMIZ0117 TTT 331225 I EA 6 105 3312.2002 i-Water SeNice 1 331210 1 EA 1 106 3312.30028' Gate ValVe 331220 EA 2 107 331230038'Gefa VeNe 3312 ZO EA e 108 3339C005 liner-93ew; MH I 3339W I VF 1 18 1 3339.1203 9 E42 PgPM McMdii 13910,33ni VF 1 12 110 IMP. 1205 6 FyixtAMMItaile 109 10, 33 WI EA I 1 111 INNW94 Cmatrudion Allowance Podng and CrolrMge 1 990992 1 LS I 1 I0,00000 120,000.W tsrcoapprruaesn saxuonao conarxomtox arecmcanow 110cm411xre a,..®aanmmr mews. m.e. ze.e eru..r ye�aa.0 roxwam 0 41 zo 4m.w.r,1»a Aoyo.l wmwok u taxl.osu.A� SECTION dO n <3 PROPOSALFORM UNIT PRICE BID son PHANUSAL Fµe3arl Bidder's Application Hazardous Roadway Overtopping Mitigation - South Craven Road Culvert lmprovemroL. CPN 103398 Bidder's Pitier*=I Slmdard Itae List NO. Oakcriplim Spmifinnom Swion sle Una Of i alewme Bid Quantity grit Prove Bid YNm 112 9880.0005 Cons icn Allowance WaW and sewer BU Ti93 1 LS 1 $50,11COW 5g 000. Total BASE Bid ALTERNATE 1- EMERGENCY CONTINGENCY PLAN 113 jimmi.0p91 Emorgem,Y Contingency Plan - Order and 0@11hav ofMelanals am Eauiment Will LS 1 114 eBBa.90B2 Emergency CcnlrgelWy Plan -Coln of elr BB909t I LS 1 115 BBBB. 094 Emcr9ancV CcnpneerOy Plan-OvedlOw Can Inment ass Pvm AB A091 DAY 21 ALTERNATE 2. 394NCH SEWER REPLACEMENT 116 SPi NNW I ES i 1 109WODBU39BNCH Total BASE WfRH ALTERNATE 1 BM TMaI BASE W ITH ALTERNATE 2 BM [NDOFSNCTION tlWOFFOaI'WORTH wankSf RaraoMglRmmm 3fMipN.pCOW1R1IC1101 BFRC61CAngi OOCOWan3 cm 103M amraMFtll 004100adMMim2aa FmWw1 WmFWok V IM545-23 x1¢ 2 3 4 5 6 7 8 9 10 Il 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 99 99 91-1 HKCEKGPNC'Y CONm401WY PLAN Page 1 of4 SECTION 99 9991 PART 1-GENERAL 1.1 SUMMARY The work for this section shall consist of all required actions, labor, work, and materials to ensure the constructed improvements work properly and in line with the intent of the design. This item, if needed, is for emergency repsk of the 39-inch sewer should construction of Cravens Road, the large culvert or any other construction activities damage the existing 39-inch sewer (M244-B). 1.2 GENERAL REQUIREMENTS 1.2.1 This specification outlines the requirements for the repair of M244-B, if needed, due to some unforeseeable damage to the sewer during construction. 1.2.2 This item includes staging 100 feet of 39-inch fiberglass SN-72 sewer pipe, embedment, CLSM backfill, two 6-foot diameter manholes, 6-foot manhole extra depth, Warren or Chesterton manhole coating/lining, manhole rim and cover and concrete collar materials on site during the construction of the 7-10'x9' multiple box culvert near the 39" M244-B. 1.2.3 The sewage will be bypassed by pumped when the existing manhole is reconstructed under a separate bid item. The pumps an pr 1 re-m-al-- until the culverts are completed and bad I led for use in this Emergency Contingency Plan to be available if there is further damage to the existing 39-inch sewer. L2.4 Bypass equipment shall be maintained and available on site until the CCTV planned for postjmlvert construction is completed. 29 1.3 PRE-PLANNINGISUBMITTALS 30 1.3.1 The Contractor shall provide a Sewer Overflow Containment Plan prior to 31 construction to contain a sewer overflow in the event of damage to the sewer. This 32 Overflow plan shall contain a detailed explanation of bypass pumping and a plan. 33 This plan may also be part of the Preliminary Contingency Plan. 34 1.3.2 A Preliminay Contingency Plan shall be prepared and approved including the 35 following items. 36 1.3.2.1 The plan shall list the details of the pre -qualified contractor for the work 37 including prequalification of the specific contractor providing the manhole 38 lining. 39 1.3.2.2 24-hour, 7-day a week contact information for primary personnel and 40 backup personnel that will handle the incident. 41 L3.2.3 The plan shall provide for containment of any unforeseen overflow CITYOPPORT WORTH AROM S. Cravens Road Culvert Improvements aTANDARD CONSWUUNON SPV(Mn 110N DOCUMENTS CPN 103398 a cot Mww.2ou 0999 H-2 EMFR MCYCOIfM40ENCYr'IAN Peae 2 of 1 including bypass pumping. 2 1.3.2.4 The plan shall explain how an assessment will be determined of the cause 3 and extent of damage to the sewer. 4 1.3.2.5 The plan shall provide all elements for constructing the repair of the sewer. 5 1.3.2.6 The plan shall provide certain materials on site during construction. The 6 minimum materials shall include 100 feet of 39" fiberglass SN-72 sewer 7 pipe, embedment, CLSM backfrll, two 6-foot diameter manholes, 6-foot 8 manhole extra depth, Warren or Chesterton manhole coating/lining, 9 manhole rim and cover and comrete collar materials to complete a repair to 10 the damaged sewer. 11 12 1.4 CONSTRUCTION SITE OPERATIONS 13 1 A.1 Contractor shall avoid heavy equipment working directly over or within five (5) 14 feet of the sewer main. 15 I AI Should the contractor have to operate over or nearer to the sewer than 5 feet, the 16 Contractor shall provide a timber matt plan, including load calculations, to protect 17 the sewer. It is anticipated that the 7-10'x9' multiple box culvert will be 18 constructed within 18 inches of the rap of the sewer. Contractor shall avoid 19 impacting the sewer. 20 1.4.3 The Contractor will have access as needed from the north end to the south end of 21 the reconstruction of Cravens Street project area. 22 L4.4 When excavation is performed for the construction of the culvert over the sewer, 23 the top of the existing sewer line will be within 18 inches of the bottom of the 24 culvert concrete. The Contractor shall ensure that the pipe is protected from the 25 impacts of heavy or light equipment operating near the pipe. The Contractor shall 26 avoid any heavy equipment operating directly over or within 5 feet of the pipe 27 where the pipe is at shallow depth. If the Contractor decides to operate equipment 28 over the pipe at shallow depth, Contractor shall use timber matts at the crossing 29 and shall provide an engineering analysis indicating that the timber malts will be 30 sufficient to protect the sewer pipe. 31 32 1.5 SEWER DAMAGE INCIDENT 33 1.5.1 In the case of an incident of damaged sewer and/or sewer overflow, the Contractor 34 shall immediately contain the overflow according to Contractor's Sewer Overflow 35 Containment Plan. 36 1.5.2 Within 24 hours of the incident the Prime Contractor shall submit an incident 37 report detailing the extent of the damage to the sewer and a detailed plan for sewer 38 repair. The report shall also include causes for the dmnage and steps to prevent 39 further damage. 40 1.5.3 Except for the containment of any sewer overflow (per the Sewer Overflow 41 Containment Plan), Contractor shall obtain specific approval from the inspector 42 and City's Engineer prior to constructing repair improvements. CITY of FORT woRTH 11ROM S. Craver Road Culvert improvements VAN RnCO MVCf1Cei sP Fa:NnON nnCUMENrR CPN 103398 Ravid."26, 2atl 999991-3 EMMOENCY CONTINGENCY PLAN Page 3 of4 1 1.5.4 Other project work will be terminated in a manner that does not interfere with 2 sewer overflow containment or sewer repair concoction. 3 4 PART 2— CONSTRUCTION STANDARDS 5 6 2,1 CONSTRUCTION STANDARDS 7 2. Ll All construction shall be completed in conformance with the City of Fort Worth 8 standards. 9 10 PART 3. MEASUREMENT AND PAYMENT 11 12 3.1 ITEMS 13 3.1.1 The payment for this item shall be made in pacts as needed for the project. 14 3.1.1.1 Sewer Contingency Plan — Materials, Labor and Staging 15 The costs for this item shall include the preparation of the Preliminary 16 Containment Plan, the ordering and taking of delivery of all materials and 17 equipment to complete the construction of a repair of up to 100 linear feet of 18 sewer line including manholes and manhole liners. 19 3.1.1.2 Construction of a repair of up to 120 feet of 39•inch sewer pipe, CLSM 20 backf311 and manholes. 21 3.1.1.3 Sewer Overflow Containment shall include cost for all materials, labor and 22 equipment for bypass pumping including any incidental costs of containment 23 of a sewer overflow. 24 3.1.2 Payment for the specific parts. 25 3.1.2.1 The first two items shall be billed and paid on a lump sum basis as bid. 26 3.12.2 The third item related to sewer overflow containment shall be paid on a per day 27 basis as required for sewer overflow containment. If bypass pumping is 28 ongoing as construction proceeds, no double payment for bypass pumping 29 will be allowed. 30 Cnvog PORTwoRTn AROM S. Cmws Road Culvert Improvements STANDARDCONSTRUCTIONSPECIFICATION DCCUM M CPN 103398 Rmwd'MM X,= 3.1.2.3 3 PART 4- DEFINITIONS [NOT USED] END OF SECTION 999991.4 Ehffit09NCYCONTINOENCY PLAN Pop 4 of 4 Revision Lo _ DATE NAME SUMMARY OF CHANGE CIPYOF FORT WORTH DRUM S. Cmveo Road Culvert Impuvommu WANDARD CON%114UCHON SPECIFICATION IXICIIMFfITS CPN 103398 Rnixd-Mq MG=5 99 99 9F1 39-MCH SEWER REPI ACEAffNT Page I oft 2 SECTION 99 99 94 3 39-INCH SEWER REPLACEMENT 5 PART 1 - GENERAL 6 1.1 SUMMARY The work for this section shall consist of all required actions, labor, work, and materials to ensure the constructed improvements work properly and in line with the intent of the design. Replace 39-inch sewer at existing line and grade shown on Sheet C9.8 from Station 219+08.12 to Station 220+20 120 of SS-1 (M244-B). The work shall include installation ofthe pipe including CLSM backfill, and construction of a 6-foot diameter manhole with the rim set at final paving grade. Trench safety, vacuum testing and all other material, labor and equipment required for the pipe installation and the manhole construction under this item will be part of and included in the Lump Sum bid. Bypass pumping for the replacement of the manhole at station 219+08,12 is paid for under a separate item. Additional bypass pumping required for construction of this 39-inch replacement will be included in this lump sum bid for this 39-inch Sewer Replacement item. (Note: this manhole is separate from the manhole installation required at station 219+08.12 and paid for in a separate bid item.) The pipe will be 39-inch fiberglass SN-72 sewer pipe by Holies or approved equal. 26 1.2 GENERAL REQUIREMENTS 27 1.2.1 This specification outlines the requirements for the replacement at existing line and 28 grade of M244-13. 29 1.2.2 The sewage will be bypassed by pumped when the sewer line, manhole under this 30 alternate and existing manhole is reconstructed under a separate bid item. The 31 pumps and bypass pipes will remain until a foal CCTV for the new construction 32 and the new 39-inch sewer is accepted by the City of Fort Worth. 33 12.3 Bypass equipment shall be maintained and available on site until the CCTV 34 planned for postculvert construction is completed. 35 36 1.3 PRE-PLANNING/SUBMITTALS 37 1.3.1 The Contractor shall provide a Sewer Overflow Containment Plan prior to 38 construction to contain a sewer overflow in the event of damage to the sewer. This 39 Overflow plan shall contain a detailed explanation of bypass pumping and a plan. 40 This plan may also be part of the Preliminary Contingency Plan. 41 1.3.2 A Preliminary Contingency Plan shall be prepared and approved including the 42 following items. 43 1.3.2.1 The plan shall fist the details of the pre -qualified contractor for the work 44 including prequalifrcation of the specific contractor providing the manhole CITYOP PORT WORTrt HROM S. Cravens Road Culven Improvements STANDONCTION ARD CSTRUSPECTICATION DOC[ Nt5 LPN 103398 Ra'sd Mey R&ZO]S 9999 W-2 39-WH SEWER R6p"A EM' Pegs 2 of lining. 1.3.2.2 24-hour, 7-day a week contact information for primary personnel and backup personnel that will handle the incident. 1.3.2.3 The plan shall provide for containment of any unforeseen overflow including bypass pumping. 7 1,4 CONSTRUCTION SITE OPERATIONS 8 1.4.1 Contractor shall avoid heavy equipment working directly over or within five (5) 9 feet of the sewer main. 10 1.4.2 Should the contractor have to operate over or nearer to the sewer than 5 feet, the 11 Contractor shall provide a timber matt plan, including load calculations, to protect 12 the sewer. It is anticipated that the 7.10'x9' multiple box culvert will be 13 constructed within 18 inches of the top of the sewer. Contractor shall avoid 14 impacting the sewer. 15 1.4.3 The Contractor will have access as needed from the north end to the south end of 16 the reconstruction of Cravens Street project area. 17 IAA When excavation is performed for the construction of the culvert over the 18 sewer, the top of the existing sewer line will be within 18 inches of the bottom of 19 the culvert concrete. The Contractor shall ensure that the pipe is protected from 20 the impacts of heavy or light equipment operating near the pipe. The Contractor 21 shall avoid any heavy equipment operating directly over or within 5 feet of the 22 pipe where the pipe is at shallow depth. If the Contractor decides to operate 23 equipment over the pipe at shallow depth, Contractor shall use timber matts at the 24 crossing and shall provide an engineering analysis indicating that the timber matts 25 will be sufficient to protect the sewer pipe. 26 27 PART 2— CONSTRUCTION STANDARDS 28 29 2.1 CONSTRUCTIONSTANDARDS 30 2.1.1 All construction shall be completed in conformance with the City of Fort Worth 31 standards. 32 33 PART 3—MEASUREMENT AND PAYMENT 34 35 3.1 ITEMS 36 3.1.1 The payment for this item shall be made by a single Lump Sum for all material, 37 labor and equipment to replace this 120-foot portion of this sewer. The lump sum 38 bid shall include the pipe, manhole, trench safety, vacuum testing and additional 39 bypass pumping. 40 41 Bypass pumping for the replacement of the manhole at station 219+09.12 is paid for under a 42 separate item. Additional bypass pumping required for construction of this 39-inch CRY OF PORT WORTH 1-IROM S. Cravens Road Culvert Improvements STMOAao CONSFRUCTpN SPHmFICAI'ION oocumErrrs CPN 103399 Revised: MW29, 20M 99 99 94-3 39,INCH SEWER REPLACEMENT Page 3 af4 replacement will be included in this lump sum bid for this 39-inch Sewer Replaceanem item. 3.1.1.1 The Preliminary Contingency Plan shall be subsidiary to the Lump Sum cost for the sewer installation under this item. CITY OF PORT WORTH HROM S. Cmvws Road Culvert Improvements m STARDCONST UMON SPHCa TION DOCUMENTS CPN 103398 Rwi" MW 29,M 3 PART 4- DEEIMTIONS [NOT USED] END OF SECTION W 99944 39INCH MWE MPLaCEMEkT Page 4 of Revislon W DATE NAME SUMMARY OF CHANGE CITYOP PORT WORTH HROM S. Cm ms Road Culvert Impmvemmis suNUAROCONSTR MN SP 110N o0cu M CPN 103398 Revi :Mry]$= THE CITY OF FORT WORTH. TIIXAS DRAINAGE, WATER, SEWER & PAVING HAZARDOUS ROADWAY OVERTOPPING MITIGATION (HROM) SOUTH CRAVENS ROAD CULVERT IMPROVEMEWS rtx RPlamExrni[o. mar, ,IEwnre B1,REX0. clmw arwmwecrrvo. u �.,mxuw m mnow.c,w ,� i € k F Eg i + _ Z�. �., ILI WCCATIION MAP y Fo 1TVnln it NDBOTTE INC. .c ,'a ""'."""•" a�,,.,...�� .....,.r ..xvcace.nv.crrx "m."mw®'PAP1Yxwwwwet.vmw.m TRANSPORTATION&F CWORKb TRANSPORTATION PROGRAMMWG& CAPITALPROMCSDIWSION -If,v MARCH 2O25 qb. ::,�::.--�::.� �.�:•__.. ,.yam �.,�,r._...._._.._- ::- _-. �__r._•..: x..' _........_...____,._._-....._ .........._.....e_�..__.�_ .cam._._-"._�.-_._.. .._...._:._. ......._.... _.._u.�..... -car=-..•._..:x� t`.i__ .._._..,... _-._,.. _ ..�—.—._.,_....�. •. "'',••sue-Cana::"'gg .'-_"_.. — nory.. ..."..m''-...`.,u -_..._.., •=ram.= �•.-,�. .......... P, zz d. . . ......... L =F7 ARM P-L-RO ggg -Mar= - - ----- -nu� war _ xAlru 1il`9: 7� gyp, I��. �i+, � I�q' ���ppII'I 3IIII[j �j i _ :... �. slid �IIL ��910� 1T � -IIW �f .. �•��E��§Nil� 141 .. �I!ll.... - L i ��,i . rl.Ti..JL'"tYJtWYL� j W 0 ortal �,' G.-� .,R, � = `: �, �3 7. -� - � -,: i` — r. i— - -r_� �_, ; •- __..._--� �x� —=--� �~� .,.. .,�,,.a,m.v �•��.�- �_ � a.�ou.nmrr WIA �t 4T U raw.. Ml ---- - ----- -- _. mr _ m® w...r...n.mnn p'_...e w._-x•n+... S S _ wxlw.nw'®mmMwm. .w..®m.w..� = �m 11 &TING C2WAW BL�K MTAIL 9 4L, I :Mllw w Tom) FORT WORTH. 25-0147 - PW 103398 HROM S Cravens Rd Culvert Improvements Project Overview Protect Details no eronce ID 25-0147 Project Name PW 103398 HROM S Cravens Rd Culvert Improvements j Project Owner ; Sadie Ishmael Project Type. I ITB Department Transportation 8 Public Works I$0.00-$0.00 Budget I I GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: 1. 6400 CY Unclassified Excavation 2. 2800 j BY 10' Concrete Pavement 3. 10DO LF 8' DI Water 4. 1 EA 6' DIA Description Sewer Manhole with Liner 5. 50 LF 7-10x9 Concrete Multiple Box Project Culvert 6. 2 FA Concrete Headwalls for 7-1Ox9 Multiple Box Culvert 7. 2 EA Concrete Wingwalls for 7-1 Ox9 Multiple Box Culvert 8, 876 LF 24N49' Reinforced Concrete Pipe 9. 1500 SY Tied Articulated Block Mattress Open Date I Apr 30, 2025 8:00 AM CDT i I Intent to Due Jun 05, 2025 2:00 PM CDT -Bid CI I ' ose Date T�I O5, 2025 2:00 PM CDT FORT WORTH. L-- -_-- Highest Scoring Supplier wore —^ I Conflict of Interest A# CONFIDENTIAL #tl# STATEMENT OF DISCLOSURE To mitigate any potential concems regarding conflict of interest, I hereby acknowledge that Neither I, nor any member of my immediate family, have a conflict of Interest or financial Interest In any of the firms submitting a proposal. Alm, I agree to respect the confidentlality of submitted proposals. If I, and!« a member of my immediate family, has a potential conflict of interest or financial interest in a fin submitting a proposal as detailed below, provide an explanation as to the nature of the conflict. Name of Inte Date Slgnetl Has a Conflict rest? I FORTWOM, Vendor Discussions Iron T Construction Inc. engineer estimate Travis Theobeid, May 05 2025 12:02 PM CDT what is the engineer estimate Berton Guidry, May 1A 2025 3:47 PM CDT $3AM plans Travis Theobald, May 05, 2025 12:15 PM CDT when will the plans be pasted Berton Guidry, May 13, 2025 3:47 PM CDT Plans are now posted. Plane and Drawings Sadie Ishmael, May 12, 2025 3.44 PM CDT Hi Travis, The plans and drawings are now uploaded. Thanks, P Sadie Ishmael, May 13, 2025 9:45 AM CDT Hi Travis, I have uploaded a new document per Bert Thank you. FoRi Woltre. Klutz Construction Plans Charlie Klutz, May 13, 2025 10:44 AM CDT --- Sadie, There Is nothing in this mornings upload. Berton Guidry, May 13, 2025 3.49 PM CDT i j The corrupt file was removed and replaced with another file. ----__-----T__-_1 ACB Design Chase woody, May 19, 2025 8.07AM CDT ----_ �_-_— -- ----_ Is it possible to get some cross sections for the areas the ACB's are to be installed in Also in regards to the ACB the detail for the sub grade does net specify a materiel is the sub grade needing to be rock? BsrteF QWdryr.May29r w2025-1-1tW4e4h1-GGT The subgrade requirements are Included in the specifications, but will be added to sheet C10.11 in a forthcoming addendum. Rams with no quantity Chase Woody, May 19, 2025 8:10 AM CDT There are a few Items numbers 4,9,11,21. Can you clarify the quantity needed for these items or if they are in Me job. Berton Guidry. May 21, 2025 10.07 AM CDT Quantities are being checked. A revised bid form wadi be issues as part of a forthcoming addendum. Concrete Riprap FoItrWoe Chase Woody, May 19, 2025 8:13 AM CDT The concrete rip rap shows to be 12" In one area but the detail shows 6". Can you clarify If it is 6" or 12" everywhere or in which areas the thickness is different. Berton Guidry, May 29, 202511:11 AM CDT The concrete rip rap on the downstream end of the culvert Is 12" thick. Form Liner Chase Nbody, May 19, 2025 8.13 AM CDT What type of form liner is needed for the wingwalls and headwalls. Berton Guidry May 21 202510.05AM CDT No patterned form liners are being specified. Emergency Contingency Items for sewer line Chase Woody, May 19, 2025 9:17AM CDT Can the city provide pricing for the emergency contingency as is typical for standard contingency. to be used in the same manner of a standard contingency on a as needed basis. Berton Guidry, May 29, 2025 1:03 PM CDT This item is for a contingency plan, but it is not an allowance. The contingency plan will be revised, and will be included as an alternate in a forthcoming addendum. Stabile & Winn, Inc. Conc. Paving Details Jerry Henderson, May 22 2025 2:05 PM CDT The paving details are missing the following: Sheets C6.8 & C6.9 Reber Size and Spacing - Contraction Joint Detail references 03 @24" Longitudinal Paving Section references#4 Q 24" Pavement Steel Reinforcing General Layout Detail is missing the information. Please clarify the contraction join spacing one detail references 20'the other is bunk 20'seems pretty close for 10" paving, typically we see 30' for 6" paving. Expansion Joint Dowel Bar Size Berton Gwdry, May 29 20251:07 PM CDT Dimensions will be added to plan sheet revisions that will be included as part of a forthcoming addendum. Pay Item Clarification - Flex Base j Jerry Henderson, May 22 2025209 PM CDT There are 2 bid items for 6" Flex Base Type A Grade 1 but with different Units of Measure, please clarify. Item #361,283 BY Item 439 1,300 Tons Berton Guidry May 29, 2025 1:09 PM CDT part of Pay Item Clarification - Lime Stabilization and Flex Base Jerry Henderson, May 22, 2025 2:16 PM CDT The plans indicate the subgrade for the concrete paving can be either 8" Lima Stabilization at 42 #1SY or B' Flex Base. The proposal has bid items for both Lime Stabilization (Items 37 & 38) and two bid items for flex base (Items 36 & 39). Please see previous question regarding flex base items, not sure why two different items with different units of measure, but neither flex base item is the same as the Lime Stabilization Rem. Shouldn't one of these options (Lime or Flex Base) be set-up as an alternate? The detail for the HMAC transition shows only Lime Stabilization, no Flex Base option. Please clarify the bid Items and separating the 2 options as one being base bid and one an alternate with the city's right to select either option. Berton Guidry May 29, 2025 1: 10 PM CDT The flex base option will be removed as part of a forthcoming addendum. Pay Item -Joint Sealant Jerry Henderson, May 22, 2025717 PM CDT What is pay bent #47 Joint Sealant for? if the intent is the joint seal for the paving the city does not pay for this work separately, it Is subsidiary to the paving. Berton Guilty, May 29, 20251: 10 PM CDT This bid item will be removed as part of a fodhooming addendum. Virtual Builder Exchange Damaged Plans Jeannette Otguln, May 73, 2025 10.58 AM CDT Plans are damaged and cam be opened. Please re -upload, thank you. The corrupt file was removed and replaced with another file. Woody Contractors, Inc. MH replacement @ sta 219+08.12- sheet c9.8 Zaoh Irwin, May 14, 2025 2.43 PM CDT The plans are calling for the removal & replacement of a sewer manhole on the existing 39' sewer at sta 219+08.12 and indicate that an extensive bypass pumping system will be required to do so. That manhole is currently a type A manhole so we should be able to remove the stack and replace it with a 6' diameter manhole without disrupting the bow of the sewer line, so it could remain active, and the city wouldn't have to pay for the bypass pumping. The only thing that we may need to do is modify (extend) the cast in place portion of the base to make it large enough to stack the 6' diameter manhole on, if it isn't currently large enough_ A bid Rem far CLSM will be added to the bid form as part of a forlhcoMng addendum. RCP quantities Zach ImIn, May 20, 2025 10.23 AM CDT Please confirm RCP quantities and delete the 30" RCP item. We agree on the 36" & 48". 24" RCP Takeoff- 11 g LF Proposal- 72 LF 24" CI. IV RCP Takeoff-122 LF Proposal-153 LF 30" RCP- 0 W' RCP Takeoff- 21 LF Proposal- 21 LP 42" RCP Takeoff- 342 LF Proposal- 420 LF 42" CI. IV RCP Takeoff-123 LF Proposal- 46 LF 4E" RCP Takeoff-164 Proposal- 164 LF Berton Guidry. May21, 202510.17AM CDT ----.--_._---- ---.---- Quantities are being checked. A revised bid form will be issues as part of a forthcoming addendum. ADDENDUM NO.3 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT HAZARDOUS ROAD OVERTOPPING MITIGATION SOUTH CRAVENS ROAD CULVERT IMPROVEMENTS CPN 103398 ADDENDUM NO.: 3 DATE: May 30, 2025 This addendum farms part of the Plans, Contract Documents and Specifications for the above referenced project and modifies the original Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and on the Bid Form (Section 00 4100). Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The Contract Documents for: HAZARDOUS ROAD OVERTOPPING MITIGATION SOUTH CRAVENS ROAD CULVERTIMPROVEMENTS CltyProject Number 103398 are hereby revised by this addendum as follows: Section 00 45 40; Bid Proposal A. This section is replaced with a new section 00 45 40 which establishes the Business Equity Goal for this project of 10.99%. B. The complete revised section 00 45 40 has been provided as revised on Bonfire. It is attached to this Addendum 2. HAZARDOUS ROAD OVERTOPPING MITIGATION Page 1 SOUTH CRAVENS ROAD CULVERT IMPROVEMENTS CPN 103398 ADDENDUM NO.3 Acknowledge receipt of this addendum at both of the two locations below: 1. In the space provided below. 2. In section 00 41 00, Bid Form, Page 3 of 3 DeOtte Inc. Transportatlon and Public Works Department Director. Lauren Prieur, P.E. By. .� By: Richard W. DeOtte, P.E., CFM Berton Guidry, P.E. President Project Manager �' yl RD U. •BoUTTE... Ackno tlgement of Receipt: 74232 II Npw abrl'/t, 1�MYL77Jir�L Title Company Pe).Oof /69' /Ge AAffD&r-F, 74760b0 Company Address HAZARDOUS ROAD OVERTOPPING MRIGATION Page 2 SOUTH CRAVENS ROAD CULVERT IMPROVEMENTS CPN 103398 4 5 6 7 8 9 to 11 12 13 14 15 16 17 l8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 W4540-I Business Equiry Gaol Ago 1 aft SECTION 00 45 40 Business Equity Goal APPLICATION OF POLICY If the total dollar value of the contract is SI00,o00 or more, than a Business Equity goal is applicable. A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises (bf/WBEs). POLICY STATEMENT B is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity Firma when applicable, in the procurement of all goods and services. All requirements and regulations stated in the City's Business Euuity Ordinance #25165-10-2021 (codified in Chapter 20, Article X of the City's Code of Ordinances, as amended) and found online at; hugs://codelibrw amlegal cam/codes/ttworth/late t/ftworth tx/0-0-0-22593 apply to this bid. BUSINESS EQUITY PROJECT GOAL The CiWs Business Equity goal on this project is 10.99% of the total bid value of the contract (Bose bed applies to Park & RecreoNon Department). METHODS TO COMPLY WITH THE GOAL On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the ordinance through one of the following methods; 1. Commercially useful services performed by a Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination of Business Equity prime services and Business Equity subcontracting participation, 4. Business Equity Joint Veu1ure/Meotor-Prmft6 participation, S. Good Faith Effort documentation, or 6. Prime contractor Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION Required Business Equity documents, as detailed below, must be submitted no later than 2:00 PM on the 3H business day after the bid Close Date and Time. The apparent low bidder will receive a message following the Close Date at Messages > Vendor Discussions in the Bonfire Portal that will restate these deadlines and direct the bidder m submit the required M/WBE documents. The notified bidder must submit the required documents as an attachment to the message and send it through the Bonfire Portal by the deadline. The Offeror most submit one or more of the following documents: 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if participation is less than stated goal, or no Business Equity participation is accomplished; 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform all subcontracting/supplier opportunities; or 4. Joint Vesture/Mentor-ProtBg6 Form, if goal is met or exceeded with a Joint Venture or Memtor- Pmt6g6 participation. These forms are available to the Appendix: R Business Equity Utilization Form and Letter of Intent CITY OF FORT WORTH HROM S. Cravens Road Culvert improvements STANDARD CONWRUCDON VDAFICATION DDGUMENT$ CPN 103398 RevisaxION M25 004540-2 Buunem equity 0o eye 2 ofa 1 • Letter of Intent 2 3 • Business Equity Good Faith Effort Form 4 • Business Equity Prime Contractor Waiver Form 5 • Business Equity Joint Venture Form 6 7 FAILURE TO ACBDSVE THE GOAL OR OTHERWISE 8 THIS SECTION MAY RESULT IN THE BIDDER BEING 1 9 BID REJECTEI 10 11 12 FAILURE TO SUBMIT THE REQUIRED BUSINESS EOUI 13 THE BIDDER BEING DECLARED NON -RESPONSIVE.? 14 THE BIDDER TO SANCTIONS AS DESCRIBED ID 15 16 For Questions, Please Contact the Business Equity Division of the Department of Diversity and 17 Inclusion at (817) 392-2674. 18 END OF SECTION 19 CITY OF FORT WORTH HROM S. Cravens Road Culvert Improvements STANDARD CONSTRUCTION SPMFIGT[ON DOCUMENTS CPN 103398 RcY]w 03/o 5 ADDENDUM NO.4 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT HAZARDOUS ROAD OVERTOPPING MITIGATION SOUTH CRAVENS ROAD CULVERT IMPROVEMENTS CPN 103398 ADDENDUM NO.: 4 DATE: June 3, 2025 This addendum forms part of the Plans, Contract Documents and Specifications for the above referenced project and modifies the original Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and on the Bid Form (Section 00 41 00). Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The Contract Documents for: HAZARDOUS ROAD OVERTOPPING MITIGATION SOUTH CRAVENS ROAD CULVERT IMPROVEMENTS City Project Number 103398 are hereby revised bythis addendum as follows: 1. Section 00 42 43; Proposal Form A. Three duplicate items and one unused item were removed. 61 3311.0161 6" PVC Water Pipe 3311 12 LF 15 62 3311.0251 8" D.I.P. 3311 13 LF 219 63 3311.0261 8" PVC Water Pipe 3311 12 LF 549 114 9999.0093 Emergency Contingency Plan - Refund of Unused Material in Case of No Repair B. The Proposal Form has been revised and the Standard Item List Numbers revised to adjust for the deletions. C. The revised pdf document is attached and the revised document and xcel sheet forthis addendum are on Bonfire. 2. Sheet C10.5 was revised eliminating a note calling for a form liner for the concrete structures. HAZARDOUS ROAD OVERTOPPING MITIGATION Page 1 SOUTH CRAVENS ROAD CULVERT IMPROVEMENTS CPN 103398 ADDENDUM NO.4 Acknowledge receipt of this addendum at both of the two locations below: 1. In the space provided below. 2. In section 0041 00, Bid Form, Page 3 of 3 DeOtte Inc. By: -y4z w.T) w Richard W. DeOtte, P.E., CFM President :.................... RICIMRB Y. DaQ :................... 74232 Transportation and Public Works Department Director, Lauren Pdeur, P.E. By. '4e4zA Berton Guidry, P.E. Project Manager Ackn ement of RReec�ceeiipt,- By: ' ' f.— {" AN& E.JTrdc,t prorj�Aj=jL Title Company ;DO. sox 1897 ;fCa=NUED��z Fit. %bolop Company Address HAZARDOUS ROAD OVERTOPPING MITIGATION Page p SOUTH CRAVENS ROAD CULVERT IMPROVEMENTS CPN 103398 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 1310PROPOSAL Pagel oF3 Bidder's Application Hazardous Roadway Overtopping Mitigation - South Cravens Road Culvert Improvements CPN 103398 Bidder's Proposal Standard Item List No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value 1 1170.0100 Mobilization 01 70 00 LS 1 2 0171.0101 Construction Staking01 71 23 LS 1 3 0241.0401 Remove Concrete Drive 02 41 13 SY 52 4 0241.0500 Remove Fence 0241 13 LF 1,200 5 0241 Remove Guard Rail Barricade and sl ns 0241 13 LF 120 6 0241.0600 Remove Wall <4' 0241 13 LF 120 7 0241.0801 Remove Rip Rap 0241 13 SF 250 8 0241,0900 Remove Misc Cone Structures Headwalls for 1 OxE 0241 13 EA 2 9 0241.0901 Remove Misc Conc Structures I W MBC 0241 13 LS 1 10 0241.1013 Remove 8" Water Line 0241 14 LF 970 11 0241.1100 Remove Asphalt Pvmt 0241 15 SY 2650 12 0241.1300 Remove Conc Curb & Gutter 0241 15 LF 7 13 0241.1303 Remove 8" Water Valve 0241 14 EA 3 14 0241.1510 Remove and Selvage Fire Hydrant 0241 14 EA 1 15 0241.1512 Remove and Salvage 1" Water Meter 0241 14 EA 1 16 0241.2202 Remove 5' Sewer Manhole 0241 14 EA 1 17 0241.3011 Remove 15" Storm Line 0241 14 LF 80 18 0241.3015 Ramove 24" Storm Line 0241 14 LF 30 19 0241.3019 Remove 36" Storm Line 0241 14 LF 42 20 0241,4201 Remove 4x4 Drop Inlet 0241 14 EA 1 21 0241.4401 Remove Headwall/SETT 0241 14 EA 1 22 0330.0001 Concrete Encase Sewer Pie 03 30 00 LF 10 23 3110.0101 Site Clearing 31 1000 LS 1 24 13110.0102 OAT Tree Removal 31 10 00 EA 64 25 13110.0103 12"-18" Tree Removal 31 1000 EA 37 26 3110.0104 18"-24" Tree Removal 31 1000 EA 9 27 3110.0105 24" and Larger Tree Removal 31 1000 EA 1 28 3123,0101 Unclassified Excavation by Plan 31 23 16 CY 6339 29 3124.0101 Embankment by Plan 31 24 00 CY 1500 30 3125.0101 SWPPP a 1 acre 31 25 00 LS 1 31 3137,0101 Concrete RI ra 6" Concrete; #3 bars 18" 0.0,EV 31 3700 SY 712 32 3137.0102 Large Stone Rlprap, drV 31 37 00 SY 300 33 3211.0400 H drated Lime 32 11 29 TN 89 34 3211.0502 8" Lime Treatment 3211 29 SY 3169 35 3212.0401 HMAC Transition; 8" Type A B Wearing Course 32 12 16 TN 120 36 3212.0401 HMAC Transition; 2" Type Surface Course 32 12 16 TN 30 37 3213.0105 10" Concrete Pavement 32 13 13 SY 2834 38 3213.03W 4" Conc Sidewalk 32 13 20 SF 5450 39 3213.0311 4" Conc Sidewalk Adjacent to Curb 32 13 20 SF 800 40 3213.0401 6" Concrete Driveway 32 13 20 SF 3000 41 3213.0506 Barrier Free Ramp, Type P-1 321320 EA 12 42 3216.0101 6" Conc Curb and Gutter 321613 LF 1100 43 3217.0101 6" SLD Pvmt Markin HAS W 321723 LF 62 44 3217.0102 6" SLD PvMt Markin HAS Y 32 17 23 LF 1560 45 3217.0401 18" SLD Pvmt Markin HAE W 32 17 23 LF 10 46 3217.2103 REFL Raised Marker TY II -A -A 32 17 23 EA 10 47 3217.2104 REFL Raised Marker TY II-C-R 32 17 23 EA 40 48 3231.0123 6'Temporary Chain Link Fence 3231 13 LF 735 49 3231.0211 Barbed Wire Fence. Metal Posts 32 31 26 LF 375 50 3231.0212 Smooth Wire Fence Metal Posts 32 31 26 LF 100 51 3231.0306 16' Pi a Gate, Steel 32 3126 EA 1 52 3291.0100 To soil 3291 19 SY 760 53 13292,0100 Block Sod Placement 32 92 13 SY 1 760 54 13292.0400 Seeding, H dromulch 32 92 14 SY 1 4700 CITY Of FORT WORTI I STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS Rcviscd 913612021 H ROM S. Cravens Road Culvert Improvemems CPN 103398 00 41 00 Addendum 4 Sid Proposal Woftook U 2025-06-02.xlsx SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 BID PROPOSAL Page 2 of 3 Bidder's Application Hazardous Roadway Overtopping Mitigation - South Cravens Road Culvert Improvements CPN 103398 Bidder's Proposal Standard Item List No, Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value 55 3301.0012 Post -CCTV Inspection of Storm Drain 3301 32 LF 1000 56 3301.0101 Manhole Vacuum Testing 3301 30 EA 1 57 3303.0001 Bypass Pumping 330310 LS 1 58 3305.0107 Manhole Adjustment Minor 33 05 14 EA 2 59 3305.0109 Trench Safety 330510 LF 2000 60 3305.0112 Concrete Collar for Manhole 3341.0205 24" RCP Class Ill 33 05 17 3341 10 EA LF 1 123 61 62 3341.0206 24" RCP Class IV 3341 10 LF 122 63 3341.0309 36" RCP Class Ill 3341 10 LF 21 64 3341.0402 42" RCP Class 111 3341 10 LF 296 65 3341.0403 42" RCP Class IV 3341 10 LF 169 66 3341.0409 48" RCP Class III 3341 10 LF 164 67 3349.0002 5' Storm Junction Box 33 49 10 LF 2 68 3349.0003 6' Storm Junction Box 33 49 10 EA 2 69 3349.4105 24" SET, 1 pipe 33 49 40 EA 1 70 3349.4111 42" SET 1 PIPO 33 49 40 EA 1 71 3349.5001 10' Curb Iniet 33 49 20 EA 4 72 3349.7002 5'Drop Inlet 33 49 20 EA 1 73 3441.3001 Roadway Illumination Assemblies 34 41 20.01 EA 5 74 3441.4003 FurnishAnstall Alum Sign Ground Mount City Std. 3441 30 EA 2 75 3441.4108 Remove Sign Panel and Past 3441 30 EA 6 76 3471,0001 Traffic Control 3471 13 MO 9 77 9999.0010 Tied Articulated Block Mattress 99 99 10 SY 1500 78 9999.0020 Metal Beam Guard Rail 99 99 20 LF 400 79 9999.0030 Traffic Combination Rail 99 99 30 LF 166 80 9999.0040 Aluminum Signs 99 99 40 EA 2 81 9999,0050 Hoadwalls for 7-10'x9' MBC 999960 EA 2 82 9999.0050 W ingwalls for 7.10'x9' MBC (Slope 2:1 Holi qht=13') 999960 EA 2 83 9999.0050 W ingwalls for 7-10'x9' MBC (Slope 3:1 Hel ht=13' 99 99 50 EA 2 84 9999.0060 Concrete Baffle Blocks 99 99 60 EA 64 85 9999.0070 Concrete Box Culverts and Drains (7-10'x9' MBC) 99 99 70 LF 50 86 9999.0080 Site Security Camera System 99 99 80 MO 9 87 9999,0090 Cattle Guard 99 99 90 EA 1 88 3301.0001 Pre -CCTV Inspection 330131 LF 800 89 3301.0002 Post -CCTV Inspection 33 01 31 LF 800 90 3301.0003 Final -CCTV Inspection 33 01 31 LF 800 91 3301.0004 Final MH-CCTV Inspection 33 01 31 EA 1 92 3305.0116 Concrete Encasement for Utility Pipes 33 05 10 CY 5 93 3305,1003 20" Casing By open out 330622 LF 95 94 3305.0203 Imported EmbedmentlBackfill CLSM 33 05 10 CY 100 95 3211.0001 Ductile Iron Water Fittings with Restraint 3311 11 TN 0.75 96 3311.0161 6" PVC Water Pie 3311 12 LF 15 97 3311.0251 8" D.I.P. 3311 13 LF 219 98 3311.0261 8" PCV Water Pie 33 11 12 LF 549 99 3312.0001 Fire Hydrant 33 12 40 EA 1 100 3312.0117 Connect to Existin 4"A2" Water Main 33 12 25 EA 6 101 3312.2002 1" Water Service 33 12 10 EA 1 102 3312.3002 6" Gate Valve 33 12 20 EA 2 103 3312.3003 B" Gate Valve 33 12 20 EA 6 104 13339,0005 Liner - 6' Sewer MH 33 39 50 VF 18 105 13339.1203 6' Extra Depth Manhole 39 10 33 39 VF 12 106 3339.1205 6' Type A Manhole1391 0 33 39 EA 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUM LNTS Revised 9/3012021 HROM S. Cravem Mond Culvert Improvements CPN 103399 00 4100 Addendum 4 Rid Proposal Workbook U 2025-06-02.x1sx SECTION 00 4243 PROPOSAL FORM UNIT PRICE BID COC43 BID nwroant Nv3MJ Bidder's Application Hamm'd0us ROadwey Overtopping Mitigation - Saudi Cravens Road Culvert Impruvemevts CPN 1033M manors rrene.=el summed Item lie, Na. DesrlPllnr SPMigcaliel Swoon No. Uult of MaeMva aim QaenlilY Anil Price Bid Vnlue 107 IN Cwmudian Allcwmn .PavIng am pmin a B9B9. Non AIION'anw Wen ens So"rr BB 9992 808983 LS 1 1 11SE00p0.020000.000 120000.00 OpO.W Total BABE Bld ALTERNATE 1- EMERGENCY CONTINGENCY PLAN IN B 9.0091 Emegency Camlr mw Plan - Cidera =,[Very dMatelele and E ul men gg 9981 L8 1 110 BBB8.0092 Emegeney CenOngenev Plen-CpnNNdlen a! Remair 999891 LB 1 111 9999.0094 Emergency Oarwn ryRan -Oeedbx 99111191 MY 21 Camenmea aMB pamphip 2-3 NCN SEPIER REPLACEMENT ALTERNATE 12 969BAW 3 IJSMERREPIACEMEM gg 999a 1 Tdel BASE WITH ALTERNATE 4 Bid Total BASE INITH All 2 Bid ENROF9ECTION Clttp IN0.T WORTN X0.0M flGnmre Pmpolwlloipo'Nwm STAXUNIeCONerMICnaN9PGCIMGnWa�]MearB PN IOJJe ._.—_._.... m11m4ewM.i�Ixa Nwwawarmotuaa1oa01am .� 'tJ" K 9941F39� $9 I E= 23600102� I �; srAo:eaia I L � LJ W 894:644bS E_ ,3S99B0.B N= A9a VA3 U m5w `, I,I � PLareocEnEwiL .SLBCA f5 699u OZILK85 £STA = VOLUME 388-L, PAC£ 58 I WEST HEAOAVALL EAST F{EAOWRSL t PJ?. F.GT, YLr Zl FT I LW=35.o FT Lw=31.7 FT L1w=81,Z FT Uw=Bq.]Ff K N-] N=7 I I �i WING DIMEN570M FORNUrec• (dl vNuas .�. m xe.=H+T+C-0.29a Lw = (un - aa43) OS4 F^w uaL•fo-Pl+a Ovlwlc a)a ��� tea- Prezad avWarLr v�r Ou (sN+5l+jra_I)N.Y} Total A'Ih9leal! Aralv�(hmo alrgs - SF) - (Hw+ t13=f3 ) FNv - Ne19frt M ♦efts AlnrlsdRaFl ve dm) sea - sfee crape �paa( !ar =!m;✓eh a We+ai fen9[h Ler � euwert Lo r x . xula5a- ar Aalvare apaAF See applira6le hve mlvert Sar#artl shed Cw H. 5, T. ae a vw— 2' x t'CQVC BAFFLE ,.. 74.e ,:7.a_ l�acNs teo PLAL'ts7 �L cPsraBrn. r$'d 3 WI9T6 HN DOWNSTREAM CONCRETE APRON Q CULVERT DETAIL BAFFLE BLOCK DETAIL No 1' NOTTOSCALE I ���R I numrunn E --- a JF b3CP WYaASLwEswt I «T >< CJBTTf� CONOECT T9MOS9' I I c E96019113tZp6 ri 694I61C fL 1a>�(OVN65h� IaI a f FLfine(pifil.5• : II I I � I I I aomcu �w = I f IE I 3 I ARRUL4T.S BLOC WTiREB � ssssoFf YI 9AN�R_ 3-51 I DAMES T SUfiVEY� I ARSTRA 395�� t� I Ltiyl � ea�d4YlLa� F.Lffie'::�T[avNE IOTAp••� I SW Y&FLNWLAN LARF �— E):WAIFRS.Lc IXSiV. 9_leIIt Lug (� £R bOE.REi.1'J 4443A1G Iv+ PRB.SAV. SELvniiaA P�dOP. iVaiLauna F` � � srnu�cearams�3lu-s� PxO)4 DATA= wIm-rn�a� P09'F& -L] E1570VGLIGM POLE •e PROP_LNaiI FaLE O r,K IXRPEHMO �O,R, AROp,P9u:MroRWT IXVaLTERMETER •�t,v PROP WAl9EAETER PQ IXVfATER VALVE 3EYRAZZ M PAOP. WAIHi VALVE IX ®V EO: #2.'ERK+nHOIE • m RiOF, SA.NFA 9iNI3F RFNVU! • FfdJP.3ElLQi AIH. L � IX SGw � c0 EX CRllEV1[Ef FRGW. BIGN L] W. PROA.f TE [dl£T � '7 ec�Nc'+w<v Evx []As. eac I�Ci IXQIRBIN:Ff �.�uNcrmN [] i_ ,ClIR944.ET ` N N0O7A�FF$ES tt L' SMETAN �WCNER3EATHwL'M 21 PZ]!Cr>•'OT[3F30ESGNAOD C[P1iiP71CTN)N SfAN0.V ➢51PSLY Vh¢'i}+gt PmICAIF➢ON TIFSE PINJS ORND'l. 8] CONIRWTIX35F+JFLFIEIa VEPo.1'LOvi1�9A0o of _. oFAu.Exerwcw cGPstFucmN �Pvu�vm a r� �cnPE oR HAtxascaPE ENfS Anq GRi1SCN elFEVESLRcaSl6 4 NppEAS. sl Ro-ax-rosiwrucruPALPaNSPainu.mrarnv�n+lo t11T4131BR IIILlOSLPE fYAI N]ATpN 9 E91tlJ9 Ald] OEVJL9 6j PLLT.CEQ PPE3fPFAATK)NMUSI BEAEEf. 73 ALL WYEfY]OIOEC'TIpNSPN]BFJY]Ssintt_� tAW UFPc3[lN>N7 FlSTslc6. el 9RAlE IK£i3pRE>�ECASf PAFfB PEA OIP CA9I[.E [di APPROVED F!] _._ 93 +"t cIIONval1 P10.L'OE FURKBfiaJGNJD 96TNLNGTFE OIATERIALSANDALLSTCRAI CRAINRPE$ �n xr��I�wlu�w> ��PLar�s 575 1 ', - rmii�'1>�FW_IA4•NGASr vaer iaarvrsa PHi[KTOEAAVATL'2GATPACSi IACAaDN I 570 AT@S i-KoB]a.enl Pomwt>&Txwxgcrosl.-r!<L�oaFxnao-vsten3 sns:vs PO8l1VpRiHSRall' [912y 39?.aiW c 1 AT[dOa T�VExcS min:la-�3e9 QVCD&GASL: F3ECDiIC all2]715£H __ _._.) 365 T%iSE+ERb:I�gi�3•�I31 or {eL2)33SA9W CiiP �(38ab1�S��1-®n-I]lGmcc3m __ • uase::ILx: nos :4; I Si hF.!6n.t;: a =• "'"•_ ;9L € .. u v I j _,LL ,_U 't,Lu Yu l'uu u+Su u.tlu S T(]RM StVVLN LIRE "ZU 5- REV.. 0G=25ADDENCLM4 - HIMINATED ngl'E RE'. FORM uNEP CITY OF FORT WORM, TEXAS ANSPORTATION AND PUBLIC WORKS RAVENS ROAD PAVING, DRAINAGE, WATER & SEWER IMPROVEMENTS STORM SEWER SD-6 FLAN & FROFTLE a. P1ETtP. .o U w.bt am6Jis _w 001113 A`VfrATION TO BIDDERS Page 1 of SECTION 00 1113 INMATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of Hazardous Road Overtopping Mitigation South Cravens Road Culvert Improvements ("Project") will be received by the City of Fort Worth via the Procurement Portal https://fortworthtexas.bonrwehub.com/portaU?tab-0penOpportunities, under the respective Project until 2:00 P.M. CST, Thursday, June S, 202S. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST in the City Council Chambers. You 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 you submission. Uploading large documents may take time, depending on the size of the file(s) and you 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 you submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time trader the respective Project via the Procurement Portal: hums://fortwodhtexas.bonfuehub.com/DortaV?tab=oDmODDorhinities 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 bidstproposals 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 CITY OF FORT WORTH HROM S. Cravens Road Culvert Improvements STANDARDCONSTRUMONSPECnTCATMNDOCUMENT CPN 103398 Revisc12 4 0011 13 INVITATION TO BIDDERS Page 2 of 3 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. To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: 1. 6400 CY Unclassified Excavation 2. 2800 SY 10" Concrete Pavemant 3. 1000 LF 8" DI Water 4. 1 EA 6' DIA Sewer Manhole with Liner 5. 50 LF 7-1Ox9 Concrete Multiple Box Culvert 6. 2 EA Concrete Headwalls for 7-1Ox9 Multiple Box Culvert 7. 2 EA Concrete Wingwalls for 7-1Ox9 Multiple Box Culvert 8. 876 LF 24"-48" Reinforced Concrete Pipe 9. 1500 SY Tied Articulated Block Mattress PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre -qualified by the City at the time of bid opening. The procedures for qualification and pre -qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes" under the Intent to Bid section. All Addenda will be posted in the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportLmities, under the respective Project. PREBID CONFERENCE — Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: CITY OF FORT WORTH HROM S. Cravens Road Culvert Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103398 Revised 2/08/24 001113 A ATION TO BIDDERS Page 3 of DATE: T UESDAY, MAY27, 2025 TIME: 2.00PMCST Invitations with links to the web conference 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. Ha prebid conference is not being held, prospective bidders should direct all questions about the meaning and indent 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 frmn bonds and reserved by the City for the Project. ADVERTISEMENT DATES WEDNESDAY, APRIL 30, 2025 WEDNESDAY, MAY 7, 2025 END OF SECTION CITY OF FORT WORTH HROM S. Cravens Road Culvert Improvements STANDARDC0NSTRUOD0NSPECIF1=0NDOCUMEHT CPN 103398 Revised2 4 0021 13 INSTRUCTIONS TO BIDDERS SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms Pagel of 9 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making electronic Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre -qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: htips://apps.fortworthtexas. og v/ProjectResources/ CITY OF FORT WORTH HROM S. Cravens Road Culvert Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103398 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 3.1.1. Paving — Requirements document located at: https://apps.fortworthtexas. og v/ProjectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPaving %20Contractor%2OPrequalification%2OProgram/PREQUALIFICATION%20REQ UIREMENTS%20FOR%20PAVING%2000NTRACTORS.pdf 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: https:Hgpps.fortworthtexas. o�jectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2ORoadwa y%20and%2OPedestrian%2OLi ghting%2OPrequalification%2OProgram/STREET% 20LIGHT%20PREQUAL%20REQMNTS.pdf 3.1.3. Water and Sanitary Sewer — Requirements document located at: htips://apps.fortworthtexas. o�jectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrequalification/Water%20and%2 OSanitM%2OSewer%2OContractor%2OPrequalification%2OProgram/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. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 3.5. Special qualifications required for this project include the following: NONE 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated 1/17/24 HROM S. Cravens Road Culvert Improvements CPN 103398 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 9 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. 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. 4.1.7. Should perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.8. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima -facie evidence that the Bidder has made the investigations, examinations and tests herein required. CITY OF FORT WORTH HROM S. Cravens Road Culvert Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103398 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 4.1.9. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.1.10. Indicate their intent to bid by selecting "yes" in the Procurement Portal under the Intent to Bid section. You must indicate your intent to bid to be able to submit a bid to the City. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4. Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. CITY OF FORT WORTH HROM S. Cravens Road Culvert Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103398 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City electrically through the Vendor Discussions section under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications shall be posted under the respective Project via the Procurement Portal htips:Hfortworthtexas.bonfirehub.com/portal/?tab=openOpportunities 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated 1/17/24 HROM S. Cravens Road Culvert Improvements CPN 103398 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 7. Bid Security 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non -responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: https://codelibr4a.amlegal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. CITY OF FORT WORTH HROM S. Cravens Road Culvert Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103398 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. 12.2. All blanks on the Bid Form must be completed and the Bid Form signed electronically or signed in ink and scan. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated 1/17/24 HROM S. Cravens Road Culvert Improvements CPN 103398 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal https://fortworthtexas.bonfirehub.com/portaU?tab=openOpportunities. 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. CITY OF FORT WORTH HROM S. Cravens Road Culvert Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103398 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 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. 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 httys://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 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. 101eI ZI7 W3 01011 to] ►I CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated 1/17/24 HROM S. Cravens Road Culvert Improvements CPN 103398 00 35 13 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. Form CIQ (Conflict of Interest Questionnaire) (state.tx.us) httPs:11www.ethics.state.tx.usldatalform slconflict/CIS. Pd ❑ CIQ Form does not apply CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary ❑ CIS Form does not apply ❑ CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: By: l Signature: / Title: iAaAot9ll/1) Pg ( END OF SECTION HROM S. Cravens Road Culvert lnlprovements CPN 103398 00 41 00 BID FORM Pago 1 of 3 SECTION 00 4100 BID FORM TO: The Purchasing Manager clo: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 TPW STORMWATER HAZARDOUS ROAD OVERTOPPING MITIGATION - FOR: SOUTH CRAVENS ROAD CULVERT IMPROVEMENTS City Project No.: 103398 UnitslSections: 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BINDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, noncompetitive levels. CITY OF FORT WORTH HROM S. Cravens Road Culvert Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103398 Revised 9130/2021 00 41 00 1316 Proposal Workbook U 2026-04-11.xlsx 004100 BID FORM Pne 243 d. "coercive practice' means harming or threatening to harm, directly a Indirectly, persons or their property to Influence their participation in the bidding gocess or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Roadway and Pedestrian Lighting In. Asphalt Paving Construction t Reconslmction (less than 15,00) BY) a Concrete Paving - Construction/Racer omalon (Less than 15,000 BY) d. Water Distribution, Urban and Renewal, 8-inch diameter and smaller e. Sewer Interceptors, UrbantRenewel, 42-inchas and smaller (M-244B Is 394nch) f. Sewer Bypass Pumping, 424nches and smaller (M-244B is 39-inch) g. CCTV, 42-Inches and smaller In. - 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 270 days after the date when the the Contract Time commences to non as provided in Paragraph 2.03 of the General Condition. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages In the event of failure to complete the Work {and/or achievement of Milestones) within the times specified In the Agreement. 5. Attached to this Bid The following documents arc attached to and made a pad of This Bid: a. This Bid Form, Section 00 4100 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. C. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Nan Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequaltication Statement, Section 004512 g. Conflict of Interest Affidavit, Section 00 3513 'if necessary, CIG or CIS fours are to be provided directly to City Secretary It. Arty additional documents that may be required by Section 12 W the Instructions to Bidders OnY OF FORT WORTH FROMa Crev Rmd avl rt MpownmN STANDARD CONSTRUCTION SPECIFICATKA DOCUMENTS CPN 1011396 Revised 9MOM21 W4100BId PlapoeMwv 0kUZOCa'.O 4ASX 0041 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project, Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid 7. Bid Submittal This Bid is submitted on TLAne 141 2- ZS Resp6tfully8bi e , By: (Signature) G,Ff raric l t e�z.-ur 2 (Printed Name) $0.00 by the entity named below. Title: ma vloi J m I Gt t+VV"'' Company: V O L/J Z �0 VI 'Jt4&k W i 1. Address: Po t�� 1 City/State/ K-C- �J V1 P U a 1°1 C) L State of Incorporation- 1 e S Email: Cl/LG41( r [" Z �31/1SG�i,�H. Phone: � 11 - 6u (— S 5 cf I( END OF SECTION Receipt is acknowledged of the Initial following Addenda: I certify that I have read and understand the construction sequence described on the Construction Sequencing Plan in the contract drawings. Addendum No. 1: H, Addendum No. 2: Addendum Igo. 3:�- P�'•�y Corporate Seal: CITY OF FORT WORTH HROM S. Cravens Road Culvert Improvemenis STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103396 Revised 9/30/2021 00 41 00 Bid Proposal Workbook U 2025-04-11.xlsx 00 42 43 BID PROPOSAL Page I of 3 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Hazardous Roadway Overtopping Mitigation - South Cravens Road Culvert Improvements CPN 103398 Bidder's Proposal Standard Item list No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value 1 1170.0100 Mobilization 017000 LS 1 $184,500.00 $184,500.00 2 0171.0101 Construction Staking 01 71 23 LS 1 $22,650.00 $22,550.00 3 0241.0401 Remove Concrete Drive 0241 13 SY 52 $16.50 $858.00 4 0241.0500 Remove Fence 024113 LF 1,200 $2.60 $3,000.00 5 0241 Remove Guard Rail Barricade and sr ns 0241 13 LF 120 $19.00 $2,280.00 6 0241.0600 Remove Wall <4' 0241 13 LF 120 $22.00 $2,640,00 7 0241.0801 Remove Rip Rap 0241 13 SF 250 $2.60 $625.00 8 0241,0900 Remove Misc Conc Structures Headwalls for 10x6 0241 13 EA 2 $1,650.00 $3,300.00 9 0241.0901 Remove Misc Conc Structures 10x6 MBC 0241 13 LS 1 $6,600.00 $6,600.00 10 0241.1013 Remove 8" Water Line 0241 14 LF 970 $25.00 $24,250.00 11 0241.1100 Remove Asphalt Pvmt 0241 15 SY 2650 $12.00 $31,800.00 12 0241.1300 Remove Conc Curb & Gutter 0241 16 LF 7 $11.00 $77.00 13 0241.1303 Remove 8" Water Valve 0241 14 EA 3 $250.00 $750.00 14 0241.1510 Remove and Salvage Fire Hydrant 0241 14 EA 1 $450.00 $450.00 15 0241.1612 Remova and Salvage 1" Water Meter 0241 14 EA 1 $50.00 $50.00 16 0241.2202 Remove 5'Sewer Manhole 0241 14 EA 1 $7,600,00 $7,500.00 17 0241,3011 Remove 15" Storm Line 0241 14 LF 80 1 $22.00 $1,760.00 18 0241.3015 Remove 24' Storm Line 0241 14 IF 30 $27.50 $826.00 19 0241.3019 Remove 36" Storm Line 0241 14 LF 42 $33.00 $1,386.00 20 0241.4201 Remove 4x4 Drop Inlet 0241 14 EA 1 $1,320.00 $1.320.00 21 0241.4401 Remove HeadwalllSET 0241 14 EA 1 $935.00 $935.00 22 10330.0001 Concrete Enoase Sewer Pie 03 30 00 LF 10 $561.00 $5,610.00 23 3110.0101 Site Clearing 31 1000 LS 1 $82,100.00 $82,100.00 24 3110.0102 6"-12" Tree Removal 31 1000 EA 64 1 $410.00 $26,240,00 25 3110.0103 12"A 8" Tree Removal 31 1000 EA 37 1 $630,00 $23,310.00 26 3110,0104 18"-24" Tree Removal 31 1000 EA 9 $850.00 $7,650.00 27 3110.0105 24" and Larger Tree Removal 31 1000 EA 1 $1,650.00 $1,650.00 28 3123.0101 Unclassified Excpvation by Plan 31 23 16 CY 6339 $17.00 $107,763.00 29 3124.0101 Embankment by Plan 312400 CY 1500 $33,00 $49,600.00 30 3125.0101 SWPPP z 1 acre 312600 LS 1 $69,450.00 $69,450.00 31 3137.0101 Concrete RI ra 6" Concrete; #3 bars 18" O.C.E.V 31 3700 SY 712 $245.00 $174,440.00 32 3137.0102 Largo Stone RI ra , dry 31 37 00 SY 300 1 $145.00 $43,500.00 33 3211.0400 Hydrated Lime 321129 TN 89 $440,00 $39,160,00 34 3211.0502 8" Lime Treatment 32 11 29 SY 3169 $8.00 $25,352.00 35 3212.0401 HMAC Transition; 8" Type A, B Wearing Course 32 12 16 TN 120 $265.00 $31,800.00 36 3212.0401 HMAC Transition; 2" Type Surface Course 32 12 16 TN 30 $340.00 $10,200.00 37 3213.0105 10" Concrete Pavement 32 13 13 SY 2834 $130.00 $368,420.00 38 3213.0301 4" Conc Sidewalk 32 13 20 SF 5450 $17.50 $95,375.00 39 3213.0311 4" Conc Sidewalk, Adjacent to Curb 32 13 20 SF 800 1 $18.00 $14,400,00 40 3213.0401 6" Concrete Driveway 32 13 20 SF 3000 $21.00 $63,000.00 41 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 12 $6,175.00 $74,100.00 42 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 1100 $30.00 $33.000.00 43 3217.0101 6" SLD Pvmt Markin HAS W 32 17 23 LF 62 $3.00 $186.00 44 3217.0102 6" SLD Pvmt Markin HAS Y 32 17 23 LF 1560 $3.00 $4,680.00 45 3217.0401 18" SLD Pvmt Markin HAE W 32 17 23 LF 10 $15.00 $150.00 46 3217.2103 REFL Raised Marker TY 11-A-A 32 17 23 EA 10 1 $11.00 $110.00 47 13217.2104 REFL. Raised Marker TY II-C-R 32 17 23 EA 40 1 $11.00 $440.00 48 3231,0123 6'Temporary Chain Link Fence 3231 13 LF 735 1 $25.00 $18,376.00 49 3231,0211 Barbed Wire Fence, Metal Posts 3231 26 LF 375 $10.00 $3,750.00 50 3231,0212 Smooth Wire Fence, Metal Posts 32 31 26 LF 100 $15.00 $1,500.00 51 3231,0306 16' Pipe Gate, Steel 3231 26 EA 1 $4,700.00 $4,700.00 52 3291,0100 Topsoil 329119 SY 760 $6,50 $4.940.00 53 3292.0100 Block Sod Placement 32 92 13 SY 760 $6.00 1 $4,660.00 54 3292.0400 Seeding, H dromulch 32 92 14 SY 4700 $3.00 1 $14j00.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9I3012021 HROM S. Cravens Road Culvert Improvements CPN 103398 00 4100 Addendum 2 Bid Proposal Workbook U 2025.05.30(I) SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 BID PROPOSAL Page 2 of 3 Bidder's Application Hazardous Roadway Overtopping Mitigation - South Cravens Road Culvert Improvements CPN 103398 Bidder's Proposal Standard Item List No. Description p Specifiicalion Section No. Unit of Measure Bid Quantity unit Price Bid Value 55 3301.0012 Post -CCTV Inspection of Storm Drain 33 01 32 LF 1000 $5.00 $5,000.00 56 3301.0101 Manhole Vacuum Testing 3301 30 EA 1 $386.00 $385.00 57 3303.0001 Bypass Pum in 33 03 10 LS 1 $922,750.00 $922,750.00 58 3305.0107 Manhole Ad'uslment, Minor 33 05 14 EA 2 $550.00 $1,400.00 59 3305.0109 Trench Safety 33 05 10 LF 2000 $1.00 $2,000.00 60 3305.0112 Concrete Collar for Manhole 3341.0205 24" RCP, Class III 33 05 17 3341 10 EA LF 1 123 $6,500.00 $6,500.00 61 $269X0 $33,087.00 62 3341.0206 24" RCP, Class IV 3341 10 LF 122 $277.00 $33,794,00 63 3341.0309 36" RCP, Class III 3341 10 LF 21 $332.00 $6,972.00 64 3341.6402 42" RCP, Class III 3341 10 LF 296 $373.00 $110,408.00 65 13341.0403 42" RCP, Class IV 33 41 10 LF 169 $393,00 $66,417.00 66 3341.0409 48" RCP', Class III 33411 10 LF 164 $410,00 $67,240.00 67 3349.0002 6'Storm Junction Box 334910 LF 2 $11,050,00 $22,100.00 68 3349.0003 6' Storm Junction Box 33 49 10 EA 2 $14,000.00 $28,000.00 69 3349.4106 24" SET, 1 pipe 33 49 40 EA 1 $7,200,00 $7,200.00 70 33443.4111 42" SET, 1 pipe 33 49 40 EA 1 1 $13,976.00 $1.3,975.00 71 13349.5001 10'Curb Inlet 33 49 20 EA 4 $14,000.00 $66,000.00 72 3349.7002 5' Drop Inlet 334920 EA 1 $14,000.00 $14,000.00 73 3441.3001 Roadway Illuminallon Assemblies 3441 20.01 EA 5 $10,000.00 $50,000,00 74 3441.4003 Furnishlinstall Alum Sign Ground Mount City Std. 34 41 30 EA 2 $766.00 $1,530.00 75 3441.4108 Remove Sign Panel and Post 3441 30 EA 6 $50.00 $300.00 76 3471.0001 Traffic Control 3471 13 MID 9 $3,100.00 $27,900.00 77 9999.0010 Tied Articulated Block Mattress 99 99 10 SY 1500 1 $326.42 $489,630.00 78 9999,0020 Metal Beam Guard Rail 99 99 20 LF 400 1 $130.00 $62,000.00 79 9999.0030 Traffic Combination Rail 99 99 30 LF 166 $170.00 $28,220.00 80 9999.6040 Alurninum Signs 99 99 40 EA 2 $200.00 $400.00 81 9999.6050 Headwalls for 7-10'x9' MBC 99 99 60 EA 2 $15,225.00 $30,450.00 82 9999.0050 Wingwalls for 7-10'x9' MBC (Slope 2:1 Wei ht=13' 999960 EA 2 $42,216.00 $84,430.00 83 9999,0050 Wingwalls for 7-1YxY MBC (Slope 3:1 Hei ht=13' 99 99 60 EA 2 $36,675.00 $73,350.00 84 9999,0060 Concrete Baffle Blocks 99 99 60 EA 64 1 $620.00 $39,680.00 85 9999.0070 Concrete Box Culverts and Drains (7-10'x9' MBC) 99 99 70 LF 50 $7,250.00 $362,500.00 86 9999,0080 Site Ser-Lirity Camera System 99 99 80 MO 9 $1,600.00 $14,400.00 87 9999,0090 Cattle Guard 99 99 90 EA 1 $24,075.00 $24,075.00 88 3301.0001 Pre -CCTV Inspection 3301 31 LF 800 $25.00 $20.000,00 89 3301.0002 Post -CCTV Inspection 3301 31 LF 1 800 $25.00 $20,000.00 90 3301.5003 Final -CCTV Inspection 33 01 31 LF 800 1 $25.00 $20,000.00 91 3301,6004 Final MH-CCTV Inspection 33 01 31 EA 1 $500.00 $500.00 92 3305.0116 Concrete Encasement for Utility Pipes 33 05 10 CY 5 $1,350.00 $6,750.00 93 3305.1003 20" Casing By Open Cut 33 05 22 LF 95 $405,00 $38,475.00 94 3305.0203 Imported Embedmentl8ackfill, CLSM 33 05 10 CY 100 $210,00 $21,000.00 95 3211.0001 Ductile Iron Water Fittings with Restraint 33 11 11 TN 0.75 $18,000.00 $13,500.00 96 3311.0161 6" PVC Water Pie 3311 12 LF 15 $270.00 $4,050.00 97 3311.0261 8" D.I.P. 3311 13 LF 219 $295.00 $64,605.00 98 3311.0261 8" PCV Water Pie 33111 12 LF 549 $280.00 $153,720.00 99 3312.0001 Fire Hydrant 33 12 40 EA 1 $7,000,00 $7,000.00 100 3312.0117 Connect to. Existing 4"-12" Water Main 33 12 25 EA 6 $12,500.00 $75.000.00 101 3312.2002 1" Water Service 33 12 10 EA 1 $4,900,00 $4,900.00 102 3312.3002 6" Gate Valve 33 12 20 EA 2 $2.200.00 $4,400.00 103 3312.3003 8" Gate Valve 33 12 20 EA 6 $2,.800.00 $16,800.00 104 3339.0006 Liner - 6' Sewer MH 33 39 60 VF 18 $600.00 1 $10,800.00 105 3339,1203 6' Extra Depth Manhole 39 10, 33 391 VF 12 $700.00 $8.400.00 106 3339.1205 6' Type A Manhole 39 10, 33 39 EA 1 $45,000.00 1 $45,000.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 FROM S. Cravens Road Culvert Lnproveinenls CPN 103398 DO 4100 Addendum 2 Bid Proposal Workbook U 2025-05-30(1) 00 42 43 BID PROPOSAL Page 3 of 3 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Hazardous Roadway Overtopping Mitigation - South Cravens Road Culvert Improvements CPN 103398 Bidders Proposal Standard Item List No, Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value 107 9999.0094 Construction Allowance Paving and Drainage 99 99 92 LS 1 $120,000.00 $120,000.00 108 9999.0096 Construction Allowance Water and Sewer 99 99 93 LS 1 $60,000.00 $50,000,00 Total BASE Bid $5,081,660.00 ALTERNATE 1 - EMERGENCY CONTINGENCY PLAN 110 9999.0091 Emergency Contingency Plan -Order and Delivery of Materials and E ul ment 99 99 91 LS 1 $261,960.00 $261,950.00 111 9999.0092 Emergency Contingency Plan - Construction of Repair 99 99 91 LS 1 $168,340.60 $166,340.00 112 9999.0094 Emergency Contingency Plan - Overflow Containment and Byeass Pumping 99 99 91 DAY 21 $4,550.00 $95,550.00 ALTERNATE 2 - 39-INCH SEWER REPLACEMENT 113 9999.0096 39-INCH SEWER REPLACEMENT 99 99 94 LS 1 $519,610.00 $519,610.00 Total BASE WITH ALTERNATE 1 Bid $5,607,500.00 Total BASE WITH ALTERNATE 2 Bid $5,601,270.00 END OF SECTION CITY OF FORT WORTH HROM S. Cravens Road Culvert Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103398 Revised W30/2021 00 M 00 Addendum 2 Bid Proposal Workbook U 2025-05-30(1) BID BOND The American Institute of Architects, AIA Document No. A310 (February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, that we Klutz Construction, LLC as Principal hereinafter called the Principal, and Vigilant Insurance Company as Surety, hereinafter called the Surety, are held and firmly bound unto -City of Fort Worth, TX as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Bid Amount 5% Dollars ($--------------------- ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (HROM) South Cravens Road Culvert Improvements #103398 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 5th day of June 2025 KleT_);CQNST,%JCTI0N, LL P n y AET Ala By: Name/Title VIGILANT INSURANCE COMPANY urety (Seal) By: Kyle W. Sweeney, Attorney -in -Fact CHUS • Power of Attorney Federal Instance Company I Vigilant Nsurance Company I Pacificindemnity Company ataa AO by'Leeem PteaeMf. Tbaf aBLlOUL IIi31BAN® tNMIpANY, an demand mpmmamz VICtWNf INSURANCa COMPANY, a New York smporagm, anti Punta C MlvcM Sweeney O(FaMrt�WOarbh in CTvasshol --�m mIMY._wo use aM appnhu Elizabeth Gray, Charles D. Sweeney, Kyle W. Sweeney and each r fheh men dntllawfWAltomey+In Prof In exaure under each demgwtlun W Wehnamm anJ r adix WNr arpomaamk maMdeiverfaatW m Nmrbehalf as memry thereon mWherwleG bonds and oedertakiles and other wlidrya ablgaory In the tenure Wmyof (Weer Nan ball boode riNia mexavted In the bows Wbuknrss, and airy fmh'umenm amendingor altaamthe mass, and ormsexalem We mudah'adnnmahezbn 01 l:sUaowt refel.d W 11, said bonds oraWlgelona Ig Wlmna Whereof, Mad MM L Masashi COMPANY, VICNANT Ilbt➢AryCe COMPANY,and pACWIC MMGmIe1TY WMPANY Mw red execned and arced Were Pains anti Allied d¢Irc'mpment realam the lP day daepemher, 2019. IkrwvilB:5Cg11kx4p, Asaelunt3ttxVmY aN'lllln M:Igamy;f�Praddml STAISIM NRWJgaaRY 6vaIlYN11m141hN Omhk lea day of&pember, 3019, before M. a Nolen COMPANY, VICIW1Nf MSUWM COMPANY, mid PAC L1dong berm by me daly dwnm, did dsPose aid and, IN➢gdi COMPAfdy and (mows We mrpwate avls t NINnM15Ya1 w.M YBIW A lwrermy,Pmyemllyrame"awn st- CAI aMme:mrwn robe AsselarlaecrelaYofP®EaALINSUPANIE Irre NMPANy. We mmpmkx which elemental file fnnatemst Power of Atamay, and the said ➢awn N. AWkFm[y.G'16nY of F®PgAL lesUMNiCatAbwANY, a iI rINSURANCa COM➢ANY, and PACIFIC We "Wale alhemd m he fn9a1✓m Parer W Namely arc such mryolaa Ave avd were We cto ayst d by lney on Ammnl Sedentary of and Commdess by pke RU"Lipe and film site b aamalmed with Mephen M pale dglenoe ofteophen M Moue•, sabamlbM to mad faster dAsmmeyk in the amWlM hxnrhMbngad NAtat one J. AmM.Aae �"rf radraav au -ISM hwariael3v mmarmml.Wwlr lr' Wb.JIK{ - Maa9MYlr CUTIPICATMN RwWUUwm arthr aad by me Wnnk of➢hm'm ; of PPDIMA1.INhtiRANCECUbANY, VICILANTMaIIMNCE COMPANY.ardRACIPIC IhORMICTy COWANVern A"gmt 20. Why 2mMdL} daLli1rti,Mgxab,lulmvr.•hrt slow u¢mlw rallandennehaVaflM 6vMMM.olbolldS wadearas rtmp,lunm lassoes endWiwrwl R tlmmmwems ortiv l'um y hw haters a1Yam,worb:MnesUard a'Wiilrcnl'aunWlmentl 11an IU WdL M ilo Cldrwt till pm dalW are We Feadenu of We WMAV loembY mllM1odrtd mride, mY Wrmm commitment 0rrtlmbeMralM fmaunY.unbge wlufaM1efbminlrya'mberwhn f-0 II dUV OMW d4=1 NeWlmMet or In Campvm elMarry 'ri,bon Mlv create One VMnot mmmllmml b and ce Mad he rM,, ender die®Iddrrvnlply w' oIMMb, to till smeltNnl ander Ill nwlMdxde WeWAIN W jXsedaPmvkei fen in end,yams warsrgllnptrnrauR 61Yne}b91S pl Ikn of IN aam.m we eeadmt and the vla Ylmema W it, oemi,emhmraWm eenapafine Lm➢nm, to aPlaaam wrmag any peNw till Insiders, Osed of Ism Closely w:h bW Pryer aM Mtrmdtai.W. fen::ill wI Mai (omrynY,trader We al orals mmmmor WM1TNVpwld Wheat earramlmeme of [be 'dtlmlly a,em,x,,,,=yeviOedm sai,Mmn seasoned-wldeha alflaIt's, nay le neaten) type or class W Wdeen Constraints Or by siveme tlm of one Gm room Pkvhr, al Ads or die rn:awm. do harder and the vie needs, of the tlmPnY 4MreUyauWal4eh brow m bebiov Company to Mlapa as nW wmmwraaeaofde tbmpogv the Massaro an Intense Or and on ideas of Wm e npmV, weer die MMWO area or Whlwan nld}ninon rnmrnnmdN continental aerRalLmWseb wmaladdentV(dW apetlll®tbo nay IN by Mai o-le.r'J'au or Water Connotations or bygvalnlon of armor loom pmhuhrWMblWrnati OI As almlawll nf;IWyonkv doffista nm prenmg WWWIhd Olmmlmunlmapplanmrm'deteraM Pmraae lc&W he mn nnl WealoflbeCmnpmy. may isCrallea mtl, hate Oradea or ear's, m;xnrmens er Lkia L belpmod by eveJevW, Ihvl IM1I Nryyllty ¢eev11111uI .IWI nW Mtlm. Aro4mivlWetlabl:emWlM rwxnm'.JUUOmNytloln¢nempWyuv'andaAerpelwnmx't Poepndon WM1UVM Ib[lbmlxnY.antleuh kxNalmalWllgtenummbnWeeal4inhearj4eMvryexhpagpnNM1mYY OIIIervlssyllAYgan maeveaML' I, Oaan MChlm'm Indeed S[aeary aPVO¢aALIN$UaANCE mMPANV, VIGILINP INSURARM C shall ,and➢ACIFIC m1dE I'1'Y COMPANY (We Tgmparliey m hoMby =I*Oar ID WeforegoMg Resonators Demand byte Be" Onareama of We COMNEh are h'ne, comet and In hill harce and afli Uil Mefongoing Prover WAaurney Is true, cmrearend in full lance and[Pal. Coven ender my hand and amk of saMCompanlexarWhltcholse sarion. tap. this 5th day of June, 2025. WOOD [lawn kAxW AWkYMtSaa. INIUMErmall1O1:1M1I511T]VnmFY I}IUALI'ilaNflCl'fYnyT116ttIMUO1INfIlIPY1SUFAM1NnIN ER 1M9'IIfl. 14W$NLONYALTISAT �hlaplmnol9�Wba ss Waom9m.mda emWlmervif Fb Per V"JI all osleI 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. D4 BIDDER: END OF SECTION y: (Signature) Title: �j/� a kin JI 0 f' a Y-4/xy,-. Date: J-tkyi e, Lf a 7.y Z 5- CITY OF FORT WORTH HROM S. Cravens Road Culvert Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GPN 103398 Revised 9/3012021 00 41 00 Bid Proposal Workbook U 2025-04-11.xlsx SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 0045 11 -1 BIDDERS PREQUALIFICATIONS Pagel of 3 4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 5 have applied for prequalification by the City for the work types requiring prequalification 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven (7) days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 16 The prequalification process will establish a bid limit based on a technical evaluation and 17 financial analysis of the contractor. For example, a contractor wishing to submit bids on 18 projects to be opened on the 7th of April must file the information by the 31 st day of March 19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's 20 Prequalification Application, the following must accompany the submission. 21 a. A complete set of audited or reviewed financial statements. 22 (1) Classified Balance Sheet 23 (2) Income Statement 24 (3) Statement of Cash Flows 25 (4) Statement of Retained Earnings 26 (5) Notes to the Financial Statements, if any 27 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 28 of Incorporation, Articles of Organization, Certificate of Formation, LLC 29 Regulations, and Certificate of Limited Partnership Agreement). 30 c. A completed Bidder Prequalification Application. 31 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 32 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 33 number visit the Texas Comptroller of Public Accounts online at the 34 following web address www.window.state.tx.us/taxpermit/ and fill out the 35 application to apply for your Texas tax ID. 36 (2) The firm's e-mail address and fax number. 37 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 38 is used by the City for required reporting on Federal Aid projects. The DUNS 39 number may be obtained at www.dnb.com. 40 d. Resumes reflecting the construction experience of the principles of the firm for firms 41 submitting their initial prequalification. These resumes should include the size and 42 scope of the work performed. 43 e. Other information as requested by the City. 44 45 2. Prequalification Requirements 46 a. Financial Statements. Financial statement submission must be provided in 47 accordance with the following: 48 (1) The City requires that the original Financial Statement or a certified copy 49 be submitted for consideration. CITY OF FORT WORTH HROM S. Cravens Road Culvert Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103398 Revised August 13, 2021 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility for Award of Contract 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH HROM S. Cravens Road Culvert Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103398 Revised August 13, 2021 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 I 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 HROM S. Cravens Road Culvert Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103398 Revised August 13, 2021 00 45 12 PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 4512 PREQUALIF'ICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Roadway and Pedestrian Lighting 31T ¢12 -7 Asphalt Paving Construction A/,,,�., Reconstruction (less than 9 f 3D /zeo 15,000 SY) Concrete Paving - Construction/Reconstruction all y/Z-6 (Less than 15,000 SY) Water Distribution, Urban and Renewal, 8-inch diameter and F smaller Sewer Interceptors, Me no Gear io[_�e� Urban/Renewal, 42-inches and smaller (M-24413 is 39-inch) Sewer Bypass Pumping, 42- Voor-.-�Y C-0„yr"4rew-s inches and smaller (M-244B is q�30�ZLizBe 39-inch) CCTV, 42-inches and smaller The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER. 0 By: 0 (Signature) [i] END OF SECTION Title: 0 m�na� lf�� Isar-�v• Date: juVte 4, 7y 25— CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 09/30/2021 HROM S. Cravens Road Culvert Improvements CPN 103398 00 41 00 Bid Proposal Workbook U 2025-04-11.xlsx N 45 26 -1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of I SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No. 103398. Contractor further certifies that, pursuant to Texas Labor Code, Section 7 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 9 10 CONTRACTOR: 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 38 29 30 31 32 33 34 35 36 37 38 39 40 JLL.UTZ C-0uSTW. 4710" L 4 aa. Boat leg - Address By: Signature: / Z&wcrzw�7-A 7(a7(o07-A 7(a Go Title: HOM**"• 4 City/State/Zip (Please Print) THE STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the undersigned authority, on this day personally appeared ('dM(VA OK - V-Ujf7 - , known to me to be the person whose name is subscribed to theforegoingmstnKnent, the act and deed of V_h tk-r I'iit'Y�r. nda knowledged to me that he(she executed the same as i/I 0( / for the purposes and consideration then:in expressed and m the cape ity�'' GIVEN UNDER MY HAND AND SEAL OF OFFICE this 'I day of �l( 2021 UZARAWL0 Mv c.atabxpresae r nommanmiugn Expires APM N, �7 NOT0dW to 12BW410.0 n lA • /r-YA/✓VW Notary Public iff and for the State of Texas END OF SECTION CITYOFFORT WORTH HROM S Cravens Road Calvert Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103398 Revel Iul I, MI 005243-I Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on November 18, 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: Hazardous Roadway Overtopping Mitigation (HROM) S. Cravens Road Culvert Improvements CPN 103398 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 Five Million Eighty One Thousand Six Hundred 5ixty Dollars ($5,081,660.00}. Contract price maybe adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance, The Work shall be complete for Final Acceptance within 270 days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions, 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City SEVENHUNDRXD SEVENTY FIVE DOLLARS ($Mffi for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. 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 HROM S. Cravens Road Culvert Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103398 Revised December 8, 2024 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 f. 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. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents; a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused in_whole or in part, by any act, omission or negligence of the city. This indemnity provision is intended to include without lim itation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH HROM S. Cravens Road Culvert Improvements STANDARD CONSTRUCTION SPI?CIFICATION DOCUMENTS CPN 103348 Revised December 8, 2024 00 52 43 - 3 Agreement Page 3 of 6 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision, is specifically intended to operate and be effective even if it is alleged or proven that all or some of the dalna _ eg s being sought were caused, in whole, or in„part, by any act, omission or negligence of the city. Article 7. MISCELLANEOUS T 1 Terms. Terms used in this Agreement which are defined in Article I of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non -appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. CITY OF FORT wORTff HROM S. Cravens Road Culvert Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103398 Revised December 8, 2024 005243-4 Agreement Page 4 of 6 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time -employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. CITY OF PORT WORTH HROM S. Cravens Road Culvert Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103398 Revised December 8, 2024 oss2m-s Aamemaa P9sasa6 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Connector shall provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to at Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by my Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third -Party Beneficiaries. This Agreement gives no rights or benefits m anyone other than the City and the Contractor ad there are no third -pang 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 my claim wising not of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of arty 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 Counsel Documents and my 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. Crnr OFFORT WORM BROM S.(Saves¢ R9e0 Culwn lmpravemeao STANDARn CONSTRUCTION SnCTKI TION DOCUM@nS CPN 102399 Rmim Din ber 8, 20M Wn4]-6 Ag =u 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: 1V /) Signature G.yo+�S ry. Ica-.rnZ (Printed Name) Title 7P0.t3oX /®S� Address _Afawwac, , 7Exas 76060 City/Statr/Zip A/bye?,Yl3E'2 / 8, Zdzi Date City of Fort Worth By: o4 Jesica McFachem Assistant City Manager 12/05/2025 Date peon Attest: JJiarnetle Goodall, City Secretary (Seal) M&C:_25-1073 n,.m. 1111R2Ma Contract Compliance Manager. By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all perfarmance and reporting requirements. Berton F. Guidry, Jr., Project Manager Approved as to Form and Legality: . APAaG am.kn.a",��.aan Douglas W. Black Sr. Assistant City Attorney APPROVAL RECOMMENDED Lauren Priem, Director Transportation and Public Works OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH HROM S. Cravem Rug CuNmt Imp wmmis STANDARD CONSTRUCTION SPECIFICATION DOCUMEWS CPN 103N Reviu D ntm rg, M4 W6113-1 PFRFORMANCEaOND Vega 1 ON Bond No. K42081760 I SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Klutz Construction. LLC known as "Principal' herein 9 and Vigilant Insurance Company . a corporate surety(suretes, if more than one) 10 duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or 11 mom), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of Texas, known as "City" herein, in the penal sum of, ELve Million, Eighty- 13 One Thousand, Six Hundred SixV Dollars & 25am, Cents; ($S 081 660 00), lawful money of the 14 United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well 15 and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and 16 assigns, jointly and severally, firmly by these presents. 17 WHEREAS, the Principal has entered into acermin written contract with the City awarded 18 the l8a day of November , 20 25 which Contract is hereby referred to and made 19 a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor 20 and other accessories defined by law, in the prosecution of the Work, Including any Change Orders, 21 as provided for in said Contract designated as Hazardous Roadway Overtopping Mitigation 22 (HROM) South Cravens Road C Ivert Improemori City Project Number 103398 23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 25 perform the Work, including Change Orders, under the Contract, according on the plans, 26 specifications, and contract documents therein refereed to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City, then this obligation shall be 28 and become null and void, otherwise to remain in full force and effect. 29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 30 Tarrant County, Tcxas or the United Sates District Court for the Northern District of Texas, Fort 31 Worth Division. CnYOP MRT WORTH HROM 3. Cmvonc Mid Culvert Improvemm,s STANDARD CONSTRUCTION SPECIFICATION WCUM FNIS City Pmiecl No. 1033% ItivWIp MMm 8,m23 W6113-2 PERFORMANCE BOND PW2a2 Bond No. K42081760 I This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 5 instrument by duly authorized agents and officers on this the 18" day of November 20 25 . 6 7 8 9 to 11 12 13 14 15 16 17 IS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 w WifineslWo Principal Witness to Surety E izabet I Gray .. r.LilLnl�1 �!r Charles M. Klutz, Managing Penner Name and Title Address: P.O. Box 185 Kennedale. TX 76060 SURETY: VIIGILAJ4T INSURANCE COMPA BY: Signature Kyle W. Sweeney, Attomev- n-Fact Name and Title Address: 5400 LBJ Frwv. Suite 600 Dallas. TX 75240 Telephone Number: 2I4-754-0777 Email Address: summ(&,chubb.com *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both most be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH NROM S. Cnvem Road Calve" Improvements STANDARD CONSTRUCDON SPECIFICATION DOCUMENTS City Project No. 103398 RmixdD maer 8. MD Fmm AIL NKMSS Cc �,Hr�m Ada �ro.K4Nm,7m-��� M,y, Noremee =4. ,02, c:.57 aN .nae�ammn. This message is Rom an external organization This message came from outside ever aganvaron. Good moming, According m our records, me information for Rarely K42oB1760 is active and valid with Vidlant Insurance company. Principal: KIUR Construction, LLC Obligee: City of Fort Worth Effective Dam: 11/18R 25 Description: City Project No, 1 D3398- Hazardous Roadway Overtopping Mitigation (HROM) South Cravens Road Culvert lmprovemenm. Fort Worth, TX Regains, Bridgeme Jones- H®e Odra Surety Document Processing Asst R Emag: Bndeene.loua6UvhA cam zozBHalls NRBs Rd MOM: 90 S3453HJa8B8gr65o Ods:9o8-9o3-95A8 PleaseUse:for all Rand Vandation Requests and Provide Band if Please Use: rmr ri=:m.rarx .BF ram for all Llmm Rdaed Rsgvm<b9Bondx From: Fields, Nicholas 5<Nicholas.Fieldsommeoftmexas.gov> Sent: Friday, Noaember 21,=6:47 PM To: SuretyEmail ¢urery@dmbb.com> Cc: Hollars, Shelley <Shelley.HollarsCWorrwrImexasRov> Subject: [EXTERNAL] 2nd Request Band# R620B176o- Klu z ComYruct on LLC Good Evening The CByof Fort Word requires bond verification before a commescan W executed. We have recelvedthe following bondstrom Klutz Construction LLC, Bonn# K42081760 in Me amount of $5,081,660.00, issued by Vigilant Insurance CornRany Be City Project# 103398 Culvert Road Improvements. Please verity Me bonds and corresponding amounts are valid so we can proceed with awe Fill ng the contract to Klutz Construction Corn pony. 1e6114-I PAyMRNr MR) PW 1 or2 Bond No. K42081760 I SECTION 00 6114 2 PAYMENTBOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL 6 COUNTY OF TARRANT § 7 That we, Klutz Construction. LLC known as 'Principal' herein, 8 and Vigilant Insurance Company a corporate surety (sureties), duly 9 authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), 10 are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to 11 the laws of the State of Texas, known as "City" herein, in the penal sum of Five Million, Hahty- 12 One Thousand, Six Hundred Sixty Dollars & Zero Cents (55,081 660.00), lawful money of the 13 United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well 14 and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, 15 jointly and severally, fimmly by these presents: 16 WHEREAS, Principal has entered into a certain written Contract with City, awarded 17 the 180 day of November . 2025 , which Contract is hereby referred to and made apart 18 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and 19 other accessories as defined by law, in the prosecution of the Work as provided for in said Contract 20 and designated as Hazardous Roadway Overt000ing Mitigation (HROM) South Cravens Road 21 Culvert dmnrovements. City Project Number 103398. 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and alp payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said smhlm. Ibl CTWOF FORT WORTH HROM S. Crawna Road Culwrr Impro"Mmli STANDARDC01sarRUCTION8P 121CA7rTMD UMRNTB City Pmpd No. 103398 Revr !) an 8,2023 W6114-2 PAYMEN"r BOND Page 2 at 2 Bond No. K42081760 IN WETNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 18" day of November. 202j. ,F' /Aar G L. J WI ess l nincipal ATTEST: f�bls,.st�l^n. �ti.6e; (Surety) Secretary Dawn M. Chloros QUO �gal Witness as to Surety Elizabeth Gra37 PRINCIPAL Charles M. Klutz Managing Partner Name and Title Address: P.O. Box 185 Kennedale TX 76060 SURETY: VIGILANT INSURANCE COMPANY BY: Signature Kyle W. Sweeney Attomey-in-Fact Name and Title Address: 5400 LBJ Frwy, Suite 600 Dallas. TX 75240 Telephone Number: 214-754-0777 Email Address: surety0chubb.com Note: If signed by an officerof the Surety, then; must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The dare of the bond shall not be prior to the date the Contract is awarded END OF SECTION CITY OF FORT WORTH FIROM S. Cmvemv Rod Culvert Impmvemena STANDARD CONSTRUCTION SPECIFICATION DOCUMENiB Chry RojW No. 103398 Revved Dexmber S. 2023 006119-1 MAINTENANCE BOND Page I of 3 Bond No. K42081760 I SECTION 00 61 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Klutz Construction, LLC known as "Principal" herein 9 and Vigilant Insurance Company , a corporate surety (sureties, if more than 10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 11 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of the State of Texas, known as "City" herein, in the sum of Five Million, 13 Eighty -One Thousand, Six Hundred Sixty Dollars & Zero Cents($5,081,660.00), lawful money of 14 the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well 15 and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, 16 administrators, successors and assigns, jointly and severally, firmly by these presents. 17 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the 18t1i day of November , 20 25 which Contract is hereby referred to and a made part 20 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 21 accessories as defined by law, in the prosecution of the Work, including any Work resulting from 22 a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract 23 and designated as Hazardous Roadway Overtopping Mitigation (HROM) South Cravens Road 24 Culvert Improvements, City Project Number 103398; and 25 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will remain 28 free from defects in materials or workmanship for and during the period of two (2) years after the 29 date of final Acceptance of the Work by the City ("Maintenance Period"); and 30 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 32 receiving notice from the City of the need therefor at any time within the Maintenance Period. 33 CITY OF FORT WORTH HROM S. Cravens Road Culvert Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103398 Revised December 8, 2023 OD6119-2 MAINTENANCEWND PNp2 oF3 Bond No. K42081760 I NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy 2 any defective Work, for which timely notice was provided by City, to acompletion satisfactory to 3 the City, then this obligation shall become null and void; otherwise to remain in fall force and 4 effect. 6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to be 8 repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the 9 Surety under this Maintenance bond; and 10 11 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 12 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 13 Worth Division; and 14 15 PROVIDED FURTHER,that this obligationshall be continuous in nature and successive 16 recoveries may be had hereon for successive breaches. 17 18 19 STA OFRDRTWORTH HROMShaven flootl Culvert Nowvmla aTANDA mD rg,IRUCTH)N SI'ECmICAmONDOCtJMEN13 C,y RMae No. 103398 Rcvisd 1)eremhr8, 2D2J 4 5 6 7 8 9 10 11 12 13 14 1� 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 0061 19-3 MAINTENANCE BOND Page 3 of 3 Bond No. K42081760 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 18"' day of November 2025 . ATTEST: ,t1irrinciv,p5ecre Wi Hess as # Principal ATTEST: (Surety) Secretary Dawn M. Chloros Witne as to Surety Elizabeth Gray PRINCIPAL: KLUTk1601STJVX,PMN. L C 8Y: � Signature Name and Title Address: P.O. Box 185 Kennedale, TX 76060 SURETY: VIGILANT INSURANCE COMPANY BY: Signature Kyle W. Sweeney, Attorney -in -Fact Name and Title Address: 5400 LBJ Frwy, Suite 600 Dallas, TX 75240 Telephone Number: 214-754-0777 Email Address: suretvAchubb.com 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH HROM S. Cravens Road Culvert Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103398 Revised December 8, 2023 Policyholder Information Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Chubb's toll -free telephone number for information or to make a complaint at 1-800-36-CHUBB You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 PAX # (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConcumerPmtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES., Should you have a dispute concerning yourpremium or about a claim you should contact the agent lust. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY. This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener information o para someter una queja: Usted puede llamar al u(unem de telefono gratis de Chubb's pam information o para someter una queja al 1-800-36-CHUBB Puede comunicarse con el Departamento de Seguros de Texas para obtener informaci6n acerca de companias, coberturas, derechos o quejas al 1400-2523439 Puede escribir al Departamenlo de Seguros de Texas P.O. Box 149104 Austin, TX 79714-9104 FAX # (512) 475.1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PR/MAS O RECLAMOS. Si tieue una disputa concemiente a so prima o a an reclamo, debe comunicarse eon el agente primem. Si no se resueve la disputa, puede entonces commucarse con el deparlamenm (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para prop6sito de information y no se convierte en parte o condicitin del documento adjunto. rmm 99-10 0299 4aey. 146) Power of Attorney Ii'ederal Insurance Company I Vigilant Insurance Company I Pacific indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know All by,rhese Presents, Ihat FFDE[tA].INSURANCE COMPANY, an Indlanacorporadun, VIGILANT` INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY COMPANY, a I)el iwai e corporation, WES'I'C[IIiS'I'EIt FIRE INSURANCE COMPANY and ACE AM13141CAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania,doeachlielebyconstiutteandappaiut: Charles D. Sweeney, David W. Sweeney, Elizabeth Gray, Kyle W. Sweeney, and Michael A. Sweeney of FortWorth, Texas ------------------------------------------------------------------------------------------------------------------------------------------------------------------ each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalras surety thereun or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or execurecl in the course of business, and any ins€rtunents anientling or altering the same, and consents to the tnodificalion ar alleratfon orany instrument referred to in said bonds or obligations. In Wilness Whereof, said FRhimAt. INSURANCE COMPANY, VI(IILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCI iESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each execute([ and attested these presents and affixed their corporate seals on this 24c' clay of October , 2025. Rutiml RD StvindOK Assistant Secretary M •/`,! , rtly u i B STATE OF NE1hi,jERSEY County of Hurlterdon Stephen M, Haney. Vice N-c-AdenI ['1 vB�WIE 3� � �Y 3PJlt On this 24°i day ofoctober, 2025 before fne, it Notary Public of New Jersey, personally cattle Rupert I IO Swindells and Stephen YL Haney, to me known robe Assistant Secretary and Vice President, respectively, of'FEDERAL. INSt,!RANCE COMPANY, VIGII.,AN'f 1NSURANCE COk4P ANY, PACIFIC INDEMNITY C07vfPANY, WESTCHESTER FIRE INSURANCE CC.MPANY and ACF AMERIC AN INSURANCE COMPANY, Lite companles which executed LhE Foregoing Power of Attorney, and the said Rupert I I Swindells and Stephen M. Raney, betu; by me duly sworn, severally and each for hirnself did depose and say that they are ;assistant Secretary and Vice President, respectively, of FFDERAI, INSURANCE COMPANY, VIGILANT INSURANCE C014PANY, PACIFIC iNDEMNIT'Y COMPANY", WESTCHESTER FIRE INSURANCE: COMPANY and ACE,IMERICAN INSL RANCF CONIPANY anti latow the corporate seals tlier•eor, that the seals alfixed to the foregoing [lower of Attorney are such corporate seals and were thereto affixed by authority of said Coniptnafes; and drat their signatures as such officers were duly affixed and subscribed by like authority. Notarial Seal L xT WI71'ARY I UBtkC OP HEw 1F:R Y ux e��n-0v NO. w75308 pLtG.l C0WA"(*fI tail'15,=6 Notary Public CERTIFICA'i'ION Resolutions adopted by the Boards of Directors of FEDERAI, INSURANCE CONIPINY, VIGILANT INSURANCE COMPANY. and I?ACIFIC INDEMNITY COMPANY an August 30, 2016: WE:STCHESTER FIRE INSURANCE COMPANY on December II, 2006; and ACF, AMERICAN INSURANCE COMPANY on March 20, 2009: " REI;ULVED, that the 1bltowingautliorizations relate to the execution, for anct on behalfof the aaiipany, of bonds, underral(ings, recogoizmccs, corniacis and other written comniimtents of [lye Company entered into in thenrdinary course ofhtvshiess (each a -W r€tten Comrtiiinicur): (r) Each of the Chairman, the president and (lie Vice Presidents al• due Company h hereby autlloriml w execute any Written Comndtnteat for and on behalf ofthe Company, tinder the seal of the Company nI• otherwise. (2) Each duly appnintedattorney�in-facroftheCompany ishereby amhorimiltoexecuteanyiNriaenCommitment foranalOil behalrofillecompany,underfltese;duftheCompanrorothetwise, ro theextent [hat such action €5 authorized by thebrant of powers provided 1'or in such persons written appniutment as such atmmey-In-fact. (3) Each or the Chairman, the president and [lie Vice Presidents of the Company is hereby aurhorized. for anti on beltalfoFthe Company, to appoint ill writing any person the ahontey- in-tact OF the Cxniipany with 1101 power and authority roexecure. for and tin behalf of the Company. under the sea] of the CDnipany or otherwise, such Wraten Commitments of the Company as stay be specified in such written appo€umienr. which spectatanon may he by general mile Dr class of Written Commitments or by specification of one or nwre particular written Commitments. - (•t) Each or the Chairman, the President and the Vice presidents of the Comp;myistierebvaudiorizccl, for and oil behall'oftheCompatiy,tndelel;atelnwritingtoanyotherpf€icernithe Company the authority to execute, for and nu behalf of (Iw (.nutpany. under the Company's seal or otherwise, such written Coninilnnents or the Company as are specified in such written delegAon, whichspec€fication may be by general Lypear classof 'written Commitments or byspecilicntionofoneormorelxirticular Wyliten Comininnents. (5) '['lie signature ot'any o€fiver or odier person executing any written Conunitinent or appoinnneat or deingation pursuant to this Reolutlon, and the seal of the Company, may be a€tNed by facsinrile on such Written Connuimtent or written appoinuvene or dehg anon. FUR'i'IWR RESOLV W, that the foregoing Resolution shall not be deemed to be an exCI11SNV stateutent of the powers and authority of Off ice]s, employees and other persons to act fibr and on helialrof the Company: and such Resolution shall not lhnf t or otherwise afrecL the exercise of any such power or authority otherwise validly pt,I rated or Vested:' I, Rupert HD Swindells, Assistant Secretary of FFDERAI. INSURANCL, COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WrYPCHESTER FIRE INSURANCE COMPANY and ACE ANTERICAN iNSUR ANCI COMPANY (the "Companies") do hereby ceriffy that. (1) the foregoing Resolutions adopted by the Board of Directurs of the Companies are true, correct and in full force and effect, 0i) the foregoing Power of Attorney is true, correct and in ftill force and effect. Given udder nay hand and seals ofsaici Companies at Whitehouse Station, NJ, flits November 18, 2025. ss* Rupei4HD Swindelt%AssistantSecretary INTHE EVENT YOU 1-"SH TO VERIFY THE At 7HENTICITY OFTHIS [ION DOR NOTIFY IS OF ANY OTHER MXITER. PLEASE C(INTACT I sS A'T Telephone (1108)DO,3<W93 Fax (903)9(1.3-3656 email: surer txlulbb.com Combined, FED-VIG-PI-WFIC-AAIC (rev. 11-19} FORT WORTH. City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: Klutz Construction, LLC Subject of the Agreement: (CD 5) Authorize Execution of a Construction Contract with Klutz Construction, LLC in the Amount of $5,081,660.00 for the Construction of the Hazardous Road Overtopping Mitigation S Cravens Rd Culvert Improvements Project. Adopt Appropriation Ordinances, and Amend the Fiscal Years 2026-2030 Capital Improvement Program M&C Approved by the Council? * Yes El No ❑ If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑ No El If so, provide the original contract number and the amendment number. Is the Contract "Permanent"9 *Yes El No ❑ If unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No ® Ifonly specific information is Confidential, please list what information is Confidential and the page it is located Effective Date: 11/1612025 Expiration Date: 11/16/2030 Ifdierentfrom the approval date. Ifapplicable. Is a 1295 Form required? * Yes ❑ No ❑ *Ifso, please ensure it is attached to the approving M&C o attached to the contract. Project Number Ifapplicable. 103398 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes 19 No ❑ Contracts need to be routed for CSO processing in the following order: 1. Katherine Cenicola (Approver) 2. Janette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department. FORT Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Hazardous Road Overtopping Mitigation South Cravens Road Culvert Improvements — Construction Contract M&C: 25-1073 CPN: 103398 CSO: DOC#: Date: To: Name Department Initials Date Out L Berton Guidry - Signature TPW Project Mgr. # 11/25/2025 2. Donnette Murphy Approver 11/25/2025 3. Thanaa Maksimos — Review TPW Program Mgr. 4. Lissette Acevedo — Review TPW Sr. CPO a.� oc rt 11/25/2025 5. Patricia Wadsack - Review TPW Asst. Dir. PLW 11/25/2025 6. Lamm Prieur - Signature TPW Dir. 11/26/2025 7. Lorita Lyles Approver 11/26/2025 8. Doug Black - Signature Legal _ 11/26/2025 9. Jesica McEachem - Signature CMO CA 12/05/2025 10. Katherine Cenicola - Review CSO sP. 12/05/2025 11. Jannette Goodall - Signature CSO Asa 12/M/2M5 12. Allison Tidwell - Review CSO 12/05/2025 13. TPW SW Contracts TPW SW CC: Program Manager — Thanaa Makshnos, Sr. CPO — Lissette Acevedo, TPW BSPAP Recon Team — Cindy Sengathith DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES ®No RUSH: [-]YES ®No SAME DAY: [—]YES ®No ROUTING TO CSO: ®YES ❑No Action Reunited: ❑ As Requested ❑ For Yom Information ® Signature/Routing and or Recording ❑ Comment ❑ File Return to: tow sw contractsno fortworthtexas.eov NEXT DAY: [—]YES ®No ❑ Attach Signature, Initial and Notary Tabs Call 817-229-3283 with questions. Thank you!