Loading...
HomeMy WebLinkAbout064425 - Construction-Related - Contract - Woody Contractors, Inc.Glcl(111:WIMAIP i FORT WORTH CONTRACT FOR THE CONSTRUCTION OF [01NWAI7111DWI C17Nu811Al1011631Uti/]LduIDION City Project No. 100092 Mattie Parker Jesus "Jay" Chapa Mayor City Manager Lauren Prieur Director, Transportation and Public Works Department Prepared for The City of Fort Worth Transportation and Public Works Department Capital Delivery Division 2025 MICHAEL W. WELLEAUM ............................... I. 87935 in OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH,,, City of Fort Worth Table of Contents 00 00 00 TABLE OF CONTENTS SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Page 1 of 5 Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 00 11 13 Invitation to Bidders 02/08/2024 0021 13 Instructions to Bidders 08/18/2025 0035 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 09/30/2021 0043 13 Bid Bond 09/30/2021 0043 37 Vendor Compliance to State Law Nonresident Bidder 09/30/2021 0045 11 Bidders Prequalifcations 08/13/2021 0045 12 Prequalification Statement 09/30/2021 1 vi 1J/�. vim. 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 52 43 Agreement 08/18/2025 0061 13 Performance Bond 12/08/2023 0061 14 Payment Bond 12/08/2023 0061 19 Maintenance Bond 12/08/2023 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 08/18/2025 00 73 00 Supplementary Conditions 03/08/2024 Division 01- General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/18/2025 01 31 20 Project Meetings 07/01/2011 0132 16 Construction Schedule 10/06/2023 01 32 33 Preconstruction Video 07/01/2011 0133 00 Submittals 12/20/2012 0135 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 55 26 Street Use Permit and Modifications to Traffic Control 03/22/2021 0157 13 Storm Water Pollution Prevention Plan 07/01/2011 0158 13 Temporary Project Signage 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 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 CITYWIDE STORM DRAIN IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100092 Revised August 18, 2025 City of Fort Worth, Texas Mayor and Council Communication DATE: 11/11/25 M&C FILE NUMBER: M&C 25-1042 LOG NAME: 20SWM CITYWIDE STORMDRAIN IMPROVEMENTS 2025 SUBJECT (ALL) Authorize Execution of a Contract with Woody Contractors, Inc. in the Amount of $2,000,000.00 for the Citywide Storm Drain Improvements Project, with a One Year Renewal Option RECOMMENDATION: It is recommended that the City Council authorize execution of a contract with Woody Contractors, Inc. in the amount of $2,000,000.00 for the Citywide Storm Drain Improvements project (City Project No. 100092), with one renewal option. DISCUSSION: This Mayor and Council Communication (M&C) will authorize execution of a construction contract with Woody Contractors, Inc. in the amount of $2,000,000.00 for the extension, replacement, and/or improvement of existing City drainage infrastructure on an on -call basis. Work on individual locations will be authorized by work orders. The cost of each work order will be based on the unit prices bid by the contractor for the work items in the solicitation. The maximum cumulative amount for all work orders under this contract is $2,000,000.00. While the total bid amount is $24,199,785.00, the actual contract amount will be $2,000,000.00, which represents the budgeted limit for the on -call services. The bid amounts cited in the solicitation were based on hypothetical quantities for the purpose of establishing unit prices for each work item. Payment for each work order will be made based on actual quantities measured at those bid prices. Funding will be verified individually for each work order prior to its execution. The project was advertised for bid in the Fort Worth Star -Telegram on August 27, 2025, and September 3, 2025. On September 18, 2025, one bid was received: Bidder Amount Woody Contractors, Inc $24,199,785.00 The term of the contract will be until the work is completed or funds are expended, whichever occurs first. The contract may be renewed one (1) time, with the same terms, conditions, and unit prices, at the City's discretion. An additional $292,000.00 is needed for contingencies, construction management, surveying, inspection, materials testing, and GIS/project controls. Project Cost Description Amount Woody Contractors, Inc. $2,000,000.00 Contingencies, Construction Management, Surveying, Inspection, Material Testing $292,000.00 $2,292.000.00 Total Project Budget These projects are not currently defined, and the impacts on Operations Budgets are unknown. Projects that replace or improve existing infrastructure should not have an impact on the operational budget, as the City already maintains infrastructure in these locations. However, extensions, such as additional storm drainpipes or inlets, would increase future maintenance responsibilities. Funding is budgeted in the Drainage Improvement Projects programmable project (City Project No. P00043) within the Stormwater Capital Projects Fund for the purpose of funding various work order projects, as appropriated. The projects are located in ALL COUNCIL DISTRICTS. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the Stormwater Capital Projects Fund for the Drainage Improvements Projects programmable project to support the approval of the above recommendation and execution of the contract. Prior to any expenditure being incurred, the Transportation and Public Works Department has the responsibility to validate the availability of funds. Submitted for City Manager's Office by; Jesica McEachern 5804 Originating Business Unit Head: Lauren Prieur 6035 Additional Information Contact: Thanaa Maksimos 2485 CITY OF FORT WORTH Transportation & Public Works Department, Stormwater Division Citywide Storm Drain Improvements Project, City Project No. 100092 ADDENDUM NO. 1 Addendum Issued: Friday, September 12, 2025 Bid Doering: 2:00mn Thursday, September 18. 2025 This Addendum, forms part of the Plans, Contract Documents & Specifications for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, in the proposal (SECTION 00 41 00) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject he bidder to disqualification. The plans and specification documents for Citywide Storm Drain Impriwe�m��ff is/Project, City Project No. 100092 is hereby revised by Addendum No. I as follows: �/���'�`_Y q \\gl1. PROJECT CLARIFICATIONS C D. • Questions and answers posted to Bonfire are attached. 09/12/2025c • • 2. PROJECT DOCUMENT MODIFICATIONS h"+r+c•LL•ts^a ���, 87935 Modifications to the Proposal Form: 'I/'se•��C�51 +II���\ L RI 1. Item 94 —Unit of measurement changed to square yards (SY) 2. Item 97 —Unit of measurement changed to square yards (SY) A signed copy of Addendum No. 1 should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of Addendum No. 1 could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. Addendum No. 1 RECEIPT ACKNOW EDGEMENT: By: Company: r 4 Address: &So -row" 1')r City: K—&AW Aa.(e_ State: Tx Thomas Maksimos, P.E., CFM Engineering Manager, TIPW $tormwater 9 f lA Berton Guidry, Jr., P.E-�CFM Project Manager, T/PW Capital Delivery Cirywide Sam, Drain Improvements Project City Prolecr No. 1000W Page I of I Addendum No. 1 FoRT WORTH --`,�r- Vendor Discussions Coronado Vendor Status with City of Fort Worth Tomas Coronado, Aug 29, 2025 11:42 AM CDT How does one see vendor status? Also How does one make updates if needed? Berton Guidry, Sep 09, 2025 12:30 PM CDT For technical questions about Bonfire, please post questions at the link here.. https://fortworthtexas.bonfirehub.com/portal/support Iron T Construction Inc. Budget Travis Theobald, Sep 05, 2025 1.34 PM CDT What is the budget for this contract? Berton Guidry, Sep 09, 2025 2.11 PM CDT The contract will be for $2M with one option to renew for the same amount. Task order Travis Theobald, Sep 05, 2025 1:35 PM CDT How many task orders will be given? Berton Guidry, Sep 09, 2025 2:09 PM CDT There is not a specific number. The contract will be for $2M. Many task orders in the past have been for under $100,000, some for several hundred thousand. So larger, more expensive Foes Woe3 projects will deplete the contract capacity quicker, res wing in fewer task orders than for smaller projects. Task order notice Travis Theobald, Sep 05, 2025 1:36 PM CDT How much fime will be given to start work on each task order? Berton Guidry, Sep 09, 2025 2.:13 PM CDT This will be coordinated with the contractor prior to issuing a task order for a project. Task order time I Travis Theobald, Sep 05, 20251:36 PM CDT How much time will be given to complete each task order? Berton Guidry, Sep 09, 2025 2.10 PM CDT This will vary from projectto project, depending on the project scope. This will be coordinated with the contractor prior to issuing a Task Order for a specific project. Woody Contractors, Inc. unit of measure Zach Irwin, Sep 09, 2025 10.49 AM CDT Bid items 94-asphalt pavement repair beyond defined width, arterial and 97- asphalt pavement repair beyond defined width, industrial should both be measured and paid for by the square yard. Please change the unit of measure from LF to SY, on both items. Berton Guidry, Sep 10, 2025 4:27 PM CDT We will address this in a forthcoming addendum. UNIT PRICE BID Biddeyb Applicefion RAI'a QI 1 9999.0091 Trafc Penni WiN Od 999999 FA 10 2 9099.0002 Pr01ed RegnsiI Sign (me Met make, M uml al mUi wk fask kcAlen) www FA 2 3 9999.0003 Nbrk Older MrDilini(Miar Only) Lem Sm S100,000 sense EA 5 < 91199.0004 Mrk Older hbGlization(Min Only)$100,000 ro SSMI as as% FA 1 5 9999.0005 Mirk Oder XbEilizafpn(Mis Only) Greater Man 1150,000 assam FA 5 B 9099.0008N kOder Erne enry MMiliza0m(Mist Only) Less Nan S1M.= 999999 FA 1 i 9999.000N Ic Older Emerga•y M lve4m(Miac Only)5100,OW roS503,0]0 999999 EA 5 8 9999.0008N k Oder Emegenry lMNalm(Miec Only) Greaer Nan 3500,000 MMw EA 1 9 3C71.0002 Rdatle Message Sign 341113 VM C 10 9999.0009Anw'Board www m a 11 9999.0010Traffc CmM1 l(IbigirMI Stan) 999999 MO 3 12 9999.0011 Tre?c CoNrol(Ma1oinAMial Simal) W99% MO 3 13 991 VaMilation Syalm I Confined! Enhy sass m FA 2 14 9099.0013 Temporary, lrtigalln-3,000 SF w less WW99 FA 1 15 9999.00141reenWary Mgafm-3.MD SF-B,CW SF MwM FA 1 18 9099.0015 Temporary lrrigafpn-6,000 SF-10.000 SF M99M FA 1 9 9999.0018 Repair damage Q idni fill mrids&111 999999 EA 2 18 9 ..0017 OnSile ConwXalon 9g9g 90 [A 25 19 9999.0018 Cmalviln Sfaking 9990% m 25 N 0241.0100 Remove Sdewlk 02 4113 SF "s02C1.0aM ReI AR4 Rap M4113 FA 8PN 02<1.0Mi Ramae Corcfel Drve U4113 SF :Cm N 0201.OM2 Rarma III Uile 020113 SF 2500 25 0201.0 4M Rxrova Fence 020113 IS MM 28 0201.DMG Rem>.e NA14- M4113 IS 103 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID M J: 1\ 111U 1'Ror053L raga 2 of 16 Bidder's Application Prop:a It.:m DdornlalRm Ndd,:r> Prop-1 Rldlul Item N. Uacn non r Spenficalion ticrnml Mi IJnn of fit-- HW Quumnp UmI P.-R1d Value 27 0241.0800 Remove Rip Rap 0241 13 SF 2000 28 0241.1013 Remove 8" Water Line 0241 14 LF 25 29 0241.1014 Remove 10" Water Line 0241 14 LF 25 30 0241.1015 Remove 12" Water Line 0241 14 LF 25 31 0241.2013 Remove 8" Sewer Line 0241 14 LF 25 32 0241.2014 Remove 10" Sewer Line 0241 14 LF 25 33 0241,2015 Remove 12" Sewer Line 0241 14 LF 25 34 0241.3011 Remove 15" Storm Line 0241 14 LF 200 35 0241.3013 Remove 18" Storm Line 0241 14 LF 200 36 0241.3014 Remove 21"Storm Line 0241 14 LF 200 37 0241.3015 Remove 24" Storm Line 0241 14 LF 200 38 0241.3016 Remove 27" Storm Line 0241 14 LF 100 39 0241.3017 Remove 30" Storm Line 0241 14 LF 100 40 0241.3019 Remove 36" Storm Line 0241 14 LF 100 41 F42 0241.3021 Remove 42" Storm Line 0241 14 LF 50 0241.3023 Remove 48" Storm Line 0241 14 LF 50 43 0241.3024 Remove 54" Storm Line 0241 14 LF 50 44 0241.3025 Remove 60" Storm Line 0241 14 LF 50 45 0241.3101 15" Storm Abandonment Plug 0241 14 EA 2 46 0241.3102 18" Storm Abandonment Plug 0241 14 EA 2 47 0241.3103 21" Storm Abandonment Plug 0241 14 EA 2 48 0241.3104 24" Storm Abandonment Plug 0241 14 EA 2 49 0241.3105 27" Storm Abandonment Plug 0241 14 EA 2 50 0241.3106 30" Storm Abandonment Plug 0241 14 EA 2 51 0241.3108 36" Storm Abandonment Plug 0241 14 EA 2 El 0241.3110 42" Storm Abandonment Plug 0241 14 EA 2 CITY (IP FORT WORTI I ST:\\Tl>RI� C'(1\SIR1'cIIUJ: SrLCIFIC:\'11Uti U(Kl'�IE�TS Rai.va1910 2021 C1 IUM STUR\I UR:\I\ IMPROVENI LNTS IhR.cl .�� I�OIIY2 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID W IS " BID I'RUPIICAL Pqg 3d 16 Bidder's Application Plyccl Dam Inl'—w.. Dlddcr'6 Pm I Pnse Rldlisl han No Uewn tum P Sf-I icaoun sw— No lime nr hlee — Bal Q"annly Uml Pnca IBId Value 53 0241.3401 Remove 4' Storm Junction Box 0241 14 EA 2 54 0241.3402 Remove 5' Storm Junction Box 0241 14 EA 2 55 0241.3403 Remove 6' Storm Junction Box 0241 14 EA 2 56 0241,4201 Remove 4' Drop Inlet 0241 14 EA 2 57 0241.4202 Remove 5' Drop Inlet 0241 14 EA 2 58 0241.4203 Remove 6' Drop Inlet 0241 14 EA 2 59 0241.4301 Remove 2' Grate Inlet 0241 14 EA 2 60 0241.4303 Remove 4' Grate Inlet 0241 14 EA 2 61 0241.4401 Remove Headwall/SET 0241 14 EA 2 62 0241.5001 Abandon Manhole 0241 14 EA 2 63 9999.0020 Remove Curb Inlet (All Sizes) 99 9999 EA 5 64 9999,0021 Remove Trench Drain (All Sizes) 9999 99 LF 150 65 0241.1000 Remove Conc Pvmt 0241 15 SY 1500 66 0241.1100 Remove Asphalt Pavement 0241 15 SY 400 67 0241.1300 Remove Conc Curb&Gutter 0241 15 LF 1000 68 0241.1400 Remove Conc Valley Gutter 0241 15 SY 100 69 0241.1505 1" Surface Milling 0241 15 SY 1000 70 0241.1506 2" Surface Milling 0241 15 SY 1000 71 0241.1507 3" Surface Milling 0241 15 SY 1000 72 0241.1700 Pvmt Pulverization 0241 15 SY 1000 73 3110.0102 6"-12" Tree Removal 31 1000 EA 20 74 3110.0103 12"-18" Tree Removal 31 1000 EA 10 75 3110.0104 18"-24" Tree Removal 31 1000 EA 10 76 3110.0105 24" and Larger Tree Removal 31 1000 EA 5 77 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 1000 78 3123.0102 Unclassified Channel Excavation by Plan 31 23 16 CY 1000 CITY OF FURT WORTH STA.\"D.%RD CU\STRI'CTIU\ SI'F.C[nC.A i lgl%IXXI!\IEV rS R.6j ) M 2021 CI I Y" IDE STORM MAIN NPRUYEME\ IN' P'ai..I \b IaW)2 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID ' It1310 PROPOSAL. ". ant16 Bidder's Application Proles Ilan Inl'nrmaann Oidder's hop-1 Bldli�t Ilan � DeecnpDoo Slxcificauon Smarm Nn Um1 ur 1.1-- Rtd Quamnr Um1 PncC Rtd Value 79 3123.0103 Borrow by Plan 31 2323 CY 3000 80 3125.0101 SWPPP >_ 1 acre (LS per each project, as needed) 31 2500 LS 5 81 3137.0101 Concrete Riprap 31 3700 SY 300 82 3137.0102 Large Stone Riprap, dry 31 3700 SY 100 83 3137.0103 Large Stone Riprap, grouted 31 3700 SY 100 84 3137.0104 Medium Stone Riprap, dry 31 3700 SY 100 85 3137.0105 Medium Stone Riprap, grouted 31 3700 SY 100 86 3137.0107 Block Riprap, dry 31 3700 SY 100 87 3137.0108 Block Riprap, grouted 31 3700 SY 100 88 3137.0109 Slab Riprap 31 3700 SY 100 89 3201.0111 4' Wide Asphalt Pvmt Repair, Residential 3201 17 LF 200 90 3201.0112 5' Wide Asphalt Pvmt Repair, Residential 3201 17 LF 300 91 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 3201 17 SY 300 92 3201.0121 4' Wide Asphalt Pvmt Repair, Arterial 3201 17 LF 200 93 3201.0122 5' Wide Asphalt Pvmt Repair, Arterial 3201 17 LF 300 94 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 3301 17 SY 300 95 3201.0131 4' Wide Asphalt Pvmt Repair, Industrial 3201 17 LF 200 96 3201.0132 5' Wide Asphalt Pvmt Repair, Industrial 3201 17 LF 300 97 3201.0203 Asphalt Pvmt Repair Beyond Defined Width, Industrial 3201 17 SY 300 98 3201.0400 Temporary Asphalt Paving Repair 3201 18 LF 200 99 9999.0022 2" Mill & Overlay (under 500 SY) 99 99 99 SY 500 I j l 100 3201.0614 Conc Pvmt Repair, Residential 3201 29 SY 300 101 3201.0616 Conc Pvmt Repair, Arterial/Industrial 3201 29 SY 300 102 9999.0023 Concrete Pvmt Repair, TxDOT 99 99 99 SY 200 103 3211.0111 4'. Flexible Base, Type A, GR-1 3211 23 SY 100 104 3211.0112 6" Flexible Base, Type A, GR-1 3211 23 SY 100 CrTY or FORT R'ORTI I N7 ANDARD Ct IN%1 RI'Ll ON SPECIFICATION DI1C'I I%ILM S CIT1l1 IDE SIOR\I DR:%IN IMPROVEMENTS '--noe 00 au PM3PoS LFOPM UNIT PRICE BID Bidder's Application m t]kM InI WM analuFwv1 fie, spwsua aM evee� uw 105 3211.0121 CFHxitla ease, Type A. Ga-2 321123 SY 1m 105 3211.M22 S' Flexible Base, Type A. 3e-2 32 11 23 SY 100 1N 3211.0a[O Hydrae Lime 321129 TN 5 10B 3211.05@ @'LeneTreatmeM 321129 SY 500 109 M11.M03 la' Litre Treatment 3211 A SY 500 110 3211.MOCement 321133 TN 5 111 3211.0M1 BCememTreetment 3211 33 SY 100 112 3211,0102WCemem Treatment 321133 SY 10M 113 3211.O7031PCemmtTrea1meM 321133 SY tre 114 3211.0] 12CemeMTreatrreM 321133 SY 100 115 3212.MD12Anphaft iTy�D(OG-0) 321216 SY im 116 3212.M02T Asp ft vmt Typ O(DG-D) 321216 SY 1000 117 321ZM034 AsOaMPamt Type0(DG-0) U1216 SY 1000 11a 3212.MD12Aap1wdP TYWS(OG-S) U1216 SY 1000 118 3212.WO2r AaFAallP TymG(OG-d) 321216 SY 1000 120 3212.0503PAsMeft vml Tym S(OG$) 321216 SY 1000 121 96B0.0024 8' Gnc AMey wl RM O Cub 09mm SY 500 122 321a01m SCmc wml 32 13 13 SY ire 123 32 IM02 TCac A'rM 32 13 13 SY 1m 120 3213,M03 fi CmcP 321313 SY 100 125 32130100 PCmc A'ml 321313 SY 100 126 3213.01051 W Cmc Nml 321313 SY 1m 12] 3213.0301 0Cmc Sid w k 321320 SF am 122 3213.0302 A Cmc Sidewalk 32 13 20 SF am 129 3213.MD3 S Cmc Side%aW 32 13 20 SF am 130 321303110" Cmc Sidewak, AdlaceM W Cub 321320 SF w0 �,�nreau UNIT PRICE BID Bidder's Application a �n..3�.... a... Psi lial P,.arl lima mal 131 3213.0312 S Cone Sidex9k,MjamiI b Cut 321320 SF 800 132 3213.0313 W Cone SiEenilk, Mjwlinl In Cut 321321 SF 800 133 3213.0321 Ccnc Skex&k, Adjwlinl In RN Wall 321321 SF 50 1M M2.0100 Cmc Red Wal Adjwerd In Sdex9k 323213 SF 50 135 3213.OW0 5Cma9e Drivexay W 13 20 SF 5000 1M 3213.0001 WCcnaede Ddwxay 32 13 20 SF WOO 137 3213.W50 V'Conerele Ddveway,ExoniEA� 3213M SF MO 135 3213.0 lWCcnaede Dlie y, Egme]Aa;regae 3213M SF 5W 139 3213.0501 Barrier Free Remo, Ty R-1 3213M EA 8 100 3213.OW2 Ranier Free Rarry, Ty U-1 321320 EA 5 101 3213.OW3 Banke Free Ramp, Tyle M-1 32 13 20 EA 5 1Q 3213.050C Bandar Free Ramp, Tyle M-2 321321 EA 5 103 321&UM Barrier Free % to Tyje W3 321321 EA 5 104 3213.05M Amer Fr Ramp, Tyle P-1 32 13 20 EA 105 321&WW Bander Free Ranp, Type P2 321321 EA 108 3213050E Bander Free Ramp, Type C-1 32 13 20 EA 107 3213.05WBamer Free Ramp,Tnw C-2 3213M EA j 10B e R 3213.0510 Banal FangType C-3 3213M149 9888.0025 Rarove Satege& Read BinhPal so"" SY 1W 3216.0101 V' Conic Cut ad G" 321613 IF 1000 151 3216.0102 7- Cone Cut aM GNler 321513 IF 500 152 3218.0301 A Cone Valet' Gunn, R"werial 321513 SY 100 153 3218.030211"Cmc VI leper, MedaVlMuaMal 321513 SY 100 1M 3231.01214' Chan Link, Aluminum 323113 LF 300 155 3231.01238' Chain Link 323113 LF 300 1W 3Ml.01126 Faces, WI 323121 IF 300 sanaN 00uu UNIT PRICE BID Bidder's Application 1A 3231.M138'Fettree. Wood 333129 T 3W 1M 9999.00288'TemWaN Fanw W 99 W T W 159 M91.MWTWW1 329119 CV 100 160 32W.MDD B)i SM Plawrrent 329213 SY WW 161 M92NW SeeEing,"nbnn M win binding agent 329213 SY 20000 162 3292DS00 Seeding, Shc ReWntim Blanket 329213 SY 1DOOD 163 9999.O Bmde!RberMuM WWW SY WW iBC M01.M01 WnW]eVamum Testing 3301W EA 10 165 9999.W28 Pre-CCN Mepectian(SS) 9999W LF 2W 1M 9999.W29 PreLCN My^ectlon(Stann Dain) 9999W LF 10W 187 9W9.WW Post -CM lvpeclim(SS) 999999 LF iW 1" 9W9.W31 Poet -CM Megctlm(Sann Dretn) W9999 X 10W 188 33N.MD1 Clean Stmm Rpe Mead of Cmditlon Aemevrerd-24"Diameter and Under 33MW LF WO 170 33NOM2 Clean Stonn Pipe AMad of Cmd3un Ae®emel-9-541nM Gemews 33MW LF WO 171 33M.0203CIeanS un Pipe Mead ofCmd4on MWevreM-5T DIanterand (Ma WNW LF 2W 172 33W.W)1 P NBkdime Lovsnng 33M 12 EA 1 173 33W.CW2 T NBtedne Lovsrdg 330512 EA 1 174 3m5.0w W w&erine Lousing 330512 EA 1 175 WO&iDO 41PNBtedlne LovllNg 33 W 12 EA 1 176 33W.00W 1Y Wadedne L enrg W0512 EA 1 177 3W5.01D5 Nlet Mjuetnent W0514 EA 2 178 3W5.D1M Msbole k1juelmmt, Major 330514 EA 5 179 MW.MW Mantnle k1juetnent Won 330514 Eq 5 1W 9999.002 Trmm Safety (MW & Sena) WWW LF WOD 181 99W.DM3 TrmM Satery(Sann Drain) SOWN LF 1" 182 33M.D111 Valve Box MlueMeM 330514 EA 5 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID BID PROYMAL I'g, R'116 Bidder's Application P,.yu Item Inrammlmn !)mlder'sYrol�»ol MdIm Imm N. bean uno P spe::fi.nm so-d -N" IJnn of Mh"— 0,J Q-1a" U un 1'na cl,d value 183 9999.0034 Concrete Collar on 18" - 27" RCP 99 99 99 EA 2 184 9999.0035 Concrete Collar on 30" - 48" RCP 99 99 99 EA 2 185 9999.0036 Concrete Collar on 54" or Larger RCP 99 99 99 EA 2 186 3305.0112 Concrete Collar for Manhole 33 05 17 EA 2 187 3305.0117 Concrete Collar for Valve 33 05 17 EA 2 188 3305.0114 Manhole Adjustment, Major w/ Cover 33 05 14 EA 2 189 3305.0116 Concrete Encasement for Utility Pipes 33 05 10 CY 25 190 3305.0202 Imported EmbedmenUBackfill, CSS 33 05 10 CY 10 191 3305.0203 Imported EmbedmenUBackfill, CLSM 33 05 10 CY 100 192 3305.0207 Imported EmbedmentBackfill, Select Fill 33 05 10 CY 10 193 9999.0037 Low Strength Concrete - Flowable Fill 33 05 00 CY 100 194 9999.0038 Utility Adjustment, Minor 99 99 99 EA 5 195 3311.0001 Ductile Iron Water Fittings w/ Restraint 3311 11 TON 1 196 3311.0161 6" PVC Water Pipe 3311 12 LF 100 197 3311.0261 8" PVC Water Pipe 3311 12 LF 100 198 3311.0361 10" PVC Water Pipe 3311 12 LF 100 199 3311.0461 12" PVC Water Pipe 3311 12 LF 100 200 3331.3311 4" Sewer Service, Reconnection 3331 50 EA 2 201 3331.3312 6" Sewer Service, Reconnection 3331 50 EA 2 202 3331.3313 8" Sewer Service, Reconnection 3331 50 EA 2 203 3331,5301 8" PVC Sewer Pipe, 0' to 6' (Mist Only) 3331 20 LF 100 I 204 3331.5304 8" PVC Sewer Pipe, 6' to 8' (Mist Only) 3331 20 LF 100 205 3331.5307 8" PVC Sewer Pipe, Vito 10' (Mist Only) 3331 20 LF 100 206 3331.5501 12" PVC Sewer Pipe, 0' to 6' (Misc Only) 3331 20 LF 100 207 3331.5504 12" PVC Sewer Pipe, 6' to 8' (Misc Only) 3331 20 LF 100 208 3331.5507 12" PVC Sewer Pipe, 8' to 10' (Misc Only) 33 31 20 LF 100 CITY OF FORT WORD I STAVD:IRD CONSTRUCTION S'KC'IFIC:I I RA\ IXICI';.IWN Ro—d Y 10 2- CI9*1'1%IDE STORM BRAT% IMPROVE?IrNIS Rai.."'. 10"2 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 J_ Jl RIII PROPOS:IL PaE.4uf IG Bidder's Application Pnpe1 Ilam Infomlal wn Bidder's Proposal Bldli,l 11— No Uc.cripunn spec r-o"', Scam, N. Umt ur Mna Bid Qummu Unn Pncc Bid value 209 3331.5331 8" DIP Sewer Pipe, 0' to 6' (Misc Only) 33 11 10 LF 100 210 3331.5334 8" DIP Sewer Pipe, 6' to 8' (Misc Only) 33 11 10 LF 100 211 3331.5337 8" DIP Sewer Pipe, 8' to 10' (Misc Only) 3311 10 LF 100 212 3331.5531 12" DIP Sewer, 0' to 6' (Misc Only) 3311 10 LF 100 213 3331.5534 12" DIP Sewer, 6' to 8' (Misc Only) 3311 10 LF 100 214 3331.5537 12" DIP Sewer, 8' to 10' (Misc Only) 3311 10 LF 100 215 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 2 216 3339.1101 5' Manhole 33 39 10, 33 39 20 EA 2 217 3339.1201 6' Manhole 33 39 10, 33 39 20 EA 2 218 3339.1003 4' Extra Depth Manhole 33 39 10, 333920 VF 10 H22O 3339.1103 5' Extra Depth Manhole 333910, 333920 VF 10 3339.1203 6' Extra Depth Manhole 33 39 10, 33 39 20 VF 10 221 9999.0039 Exploratory Excavation of Ex. Utilities (0 - 5 Ft Depth) Non -Design 99 99 99 EA 5 222 9999.0040 Exploratory Excavation of Ex. Utilities (5 -10 Ft Depth) Non -Design 99 99 99 EA 5 223 9999,0041 Exploratory Excavation of Ex. Utilities (10 - 20 Ft Depth) Non -Design 99 99 99 EA 5 224 9999.0042 Adjust Water Service 99 99 99 EA 10 225 9999.0043 Adjust SS Service 99 99 99 EA 5 226 9999.0044 15" RCP, Class III 99 99 99 LF 500 227 3341.0103 18" RCP, Class III 3341 10 LF 1000 228 3341.0201 21" RCP, Class III 3341 10 LF 1000 229 3341.0205 24" RCP, Class 111 3341 10 LF 1500 230 3341.0206 24" RCP, Class IV 3341 10 LF 200 231 3341.0208 27" RCP, Class III 3341 10 LF 500 232 3341.0209 27" RCP, Class IV 3341 10 LF 200 233 3341.0302 30" RCP, Class III 3341 10 LF 750 234 3341.0303 3U' RCP, Class IV 3341 10 LF 200 CIT'i OF FORT I ORTI I ..SLAND,\RD CONSTR(' 10.\ SPECIFICATIO` DMMtr\TS R<r i!cd 4 J. 1121 On' IDE SPUR\I VKkN 1\IPROVEME.\TS P.,1 1. IM12 wmmwuu M�FMI UNIT PRICE BID Bidder's Application 235 3M.03o9 M' RCP, C III 334110 IF 500 235 3M.0310 M RCP, Clew N 334110 IF 200 237 3 1.040242RCP, Ch 111 334110 IF 3W m0 3 1.o4034Z' RCP,CIms IV 334110 IF 200 m9 3341.(XM 48' RCP, Clms 11 334110 IF 300 240 3W.o41o48" RCP,Clasa IV W4110 IF 200 241 3M1.0502 M' RCP, CWsa III W4110 IF 300 N2 3M1.05o3 M' RCP, Cla9s ilk 334110 LF zm 243 3M1.0802W RCP, Class 111 334110 LF 200 244 3M1.OM350' RCP, Clms N 334110 LF zm N5 3341.0]0172'MP. CIMs 111 334110 LF iM 248 3341.07NM RCP.0 111 334110 LF 1m M] 3N1.08GI N" RCP, Chm III W 41 10 LF 10) 240 3341.10)1 W Box cum" 334110 IF Xp 249 3M1.100233 Box C~ 334110 IF WO 2M 3 1.1104x2 Box Culwd 334110 IF 2M 251 3M1.11024x3Bm CuIvW 334110 IF WO 252 3M1.11034rA BmC ed 334110 LF mp 253 3M1.1M&36ox CUMn M4110 LF 2W 2N 3 111z25rA Box CuM1M M4110 IF mo m 3M1.1m3 Us Box C~ 334110 IF mo ZM 3M1.13018x2 Box CuNW M4110 IF 2M 251 3M1.13o2 W Box CuM1M 334110 IF mo 258 3M1.1 XG&M Box C~ 334110 IF mo 2M 3M1.13 8x5 B9 C~ M411C lF mo ZM 3M1.1M58x86ox CuM1M M411C lF mo SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00,2" 1310 PROPOSAL Page 11 of 16 Bidder's Application Prup:a In:m Information Biddcra Proposal Bldliu Irmo No I)escriryinn spemlkmion secnnn No Umr of Measure B'd Quonlln Ilnn Pnce fltd Value 261 3341.1401 7x3 Box Culvert 3341 10 LF 150 262 3341.1402 7x4 Box Culvert 3341 10 LF 150 263 3341.1403 7x5 Box Culvert 3341 10 LF 150 264 3341.1404 7x6 Box Culvert 3341 10 LF 150 265 3341.1405 7x7 Box Culvert 3341 10 LF 150 266 3341.1501 8x4 Box Culvert 3341 10 LF 150 267 3341.1502 8x5 Box Culvert 3341 10 LF 150 268 3341.1503 8x6 Box Culvert 3341 10 LF 150 269 3341.1504 8x7 Box Culvert 3341 10 LF 150 270 3341.1505 8x8 Box Culvert 3341 10 LF 150 271 3341.1601 9x4 Box Culvert 3341 10 LF 100 272 3341.1602 9x5 Box Culvert 3341 10 LF 100 273 3341.1603 9x6 Box Culvert 3341 10 LF 100 274 3341.1604 9x7 Box Culvert 3341 10 LF 100 275 3341.1605 9x8 Box Culvert 3341 10 LF 100 276 3341.1606 9x9 Box Culvert 3341 10 LF 100 3341.2001 10x4 Box Culvert 3341 10 LF 100 3341.2002 10x5 Box Culvert 3341 10 LF 100 r 3341.2003 1 Ox6 Box Culvert 3341 10 LF 100 3341.2004 10x7 Box Culvert 3341 10 LF 100 281 3341.2005 10x8 Box Culvert 3341 10 LF 100 282 3341.2006 10x9 Box Culvert 3341 10 LF 100 283 3341,2007 10x10 Box Culvert 3341 10 LF 100 284 3341.2101 11x4 Box Culvert 3341 10 LF 100 285 3341.2102 11x5 Box Culvert 3341 10 LF 100 286 3341.2103 11x6 Box Culvert 3341 10 LF 100 CITY OF FORT WORT H ST:%\DARD CU\STRL CTIUN SI•ECIFIC:\T IU\ 00Cr'MF.\ IN H-1 .d 9'1. 2.21 CIT I' IDESTORM DRAIN IMPROVEMENT 1'roic., W 1-2 YCr"00YU LFOW UNIT PRICE BID Bidder's Application .. �am.�. 0iunxp 237 3M1.21041 11x7 Box Cuh 334110 LF 100 233 S 1210511x3Box CuWrt 334110 LF 100 299 3341.210511x9Box CuN W4110 LF 100 293 3341.21071WOBox Wu 334110 LF 1C0 291 3341.2w 11x11 Box CuN W4110 LF 1C0 292 3341220112x4Box Cu1wnk W4110 LF 1W 293 3341202135BoxCudWrt W4110 LF 1C0 294 3341.22031MBoxWWrt 334110 LF 1C0 295 3N1.22M 137 Box CuN 334110 LF 1C0 298 3 11.231512 Box CuN 334110 LF 1C0 297 334122C812x9 Box WNW 334110 LF 1C0 299 3%1.22W 1310 Box CuN 334110 LF 1C0 299 33412M 1W1 Box CuN M4110 lF 1C0 300 3341.220912x12 Box CuN 334110 lF 1C0 301 %99.0045W n RCP Depi3'-10 939999 Eq 10 W2 9999.0048Win RCPExha DepM10-14 %9999 FA 10 303 9999.0M] CN in RCP Exina DeFdl 15'ar comber 999999 FA 10 334 %99.W49 bdra brand Dg to 454nAq ale (per WnJA 9 R-10 FI) 999999 LF 100 335 9999.0M9E ire A Depd fa 454nA pie a l (per bench 10 Ft-12 R) 999999 LF 100 W8 999.WWE "note NO to 454nA q alm(per Wmh 12 Ft-15 R) 999999 LF 100 WIF 9999.051 EM birnon DeFM to 44-Leh o" a greets(er hind d Ft-10 Ft) 999999 LF 100 3C9 990.0052 ENa branch Depth far44-Inch pipe a greater(per irendi 10 Ft-12 Ft) 999999 LF 100 no 909.0053 Extra trend Degh to 44-Intl pipe or greata(witrench 12 Ft-15 Ft) 09999 LF 100 310 9999.0054 entrench Depihta Wxmlaoatrenchd R-10Ft) %9999 LF 100 311 9999.0055 Extra trend DetAh to box cuN (pa lren n10 Ft-12 Ft) %%99 lF 100 MiCnCxaono w0aoanl aaa UNIT PRICE BID Bidder's Application 312 g888.00'.b EMre Wnch Dgnti brtax mN (per Inadn 12 R-15 F0 WNW LF too 313 Nei Conre to Emtng Pile(16'to Vf WWW EA 2 314 9888.005E Connect to Existing Pipe(3P'to CH) WNW EA 2 315 WW.005) Connect to Existing Pipe (U9or Lager) WWW EA 2 316 g869.00W Connect to Emstng Bat CuAreti(S x T or Lean) W99W EA 2 317 W W.OM1 connect to Evating Bat CuNM (Dr®kr ttian 5' x 5) WNW EA 2 316 33,11.0101 15" HOPE Poe (NonSton6akl 334111 LF 5M 319 33H.0102 Ir' HOPE Poe(HonSbn6am) 334111 LF 1000 320 3 11.02W 24"HOPEPoa 334111 LF 1500 321 3341.0301 30'HOPE Pipe 334111 LF ]W 322 3 I.MN M'HOPE Rpe 334111 LF !W 323 MI.0101 AZ -HOPE Pje 334111 LF !W 324 3311.040E 40 HDPEPiW 334111 LF !W 325 334i4601 Go HOPE Poe 334111 LF 5W 32a Isni IF PP Poe HEWN LF 5W 327 WIti 18 PP Pipe WWW LF IND 326 3341.350124'PP Pipe W4113 IF 15C0 329 &41.3 30'PP Pipe U4113 LF ]W 330 3341.360336"PPRpe 334113 LF 54)() MI 33H.35W42PPPiW 334113 LF 500 332 3 11.3505N"PPPoe 334113 LF 5C0 333 33H.35B 6P PP Pipe 334113 LF 500 33a an.0We 1H'RCP, Clean III(Paint Reor< 10 LF Mtlaling Calas&Connections) BBBBBB EA 10 335 9M..00652VRCP,C@as III (Point Rg Ir< 10 IF M&dVg roars &ConneNona) BBBBBB EA 10 336 8858.0066 N' RCP, Chas III (Point Repair < 10 IF IndW ing Charm & Connectional W BB BB E4 10 33l W W.OM] L" RCP, oms N (Pont Rq ir< 10 LF Including collars & 1. bona) 99999B FA 10 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 001.'JI DID PROINKL Yagc I4.1'16 Bidder's Application P'.]- I— lnlonnalirnt 0tddef.511.1-1 Rid1w ft- N, Uc.,cn,tlnn Slw�lric:tlic+n SWh ;I M, U- ur M11ca>orc f3id Q-mly unn V— 13,d VA- 338 9999.0068 27" RCP, Class III (Point Repair < 10 LF Including Collars & Connections) 99 99 99 EA 10 339 9999.0069 27" RCP, Class IV (Point Repair < 10 LF Including Collars & Connections) 99 99 99 EA 10 340 9999.0070 30" RCP, Class III (Point Repair < 10 LF Including Collars & Connections) 99 99 99 EA 10 341 9999.0071 30" RCP, Class IV (Point Repair < 10 LF Including Collars & Connections) 99 99 99 EA 10 342 9999.0072 36" RCP, Class III (Point Repair < 10 LF Including Collars & Connections) 99 99 99 EA 10 343 9999.0073 36" RCP, Class IV (Point Repair < 10 LF Including Collars & Connections) 999999 EA 10 344 9999.0074 42" RCP, Class III (Point Repair < 10 LF Including Collars & Connections) 99 99 99 EA 10 345 9999.0075 42" RCP, Class IV (Point Repair < 10 LF Including Collars & Connections) 999999 EA 10 346 9999.0076 48" RCP, Class III (Point Repair < 10 LF Including Collars & Connections) 99 99 99 EA 10 347 9999.0077 48" RCP, Class IV (Point Repair < 10 LF Including Collars & Connections) 999999 EA 10 348 9999.0078 54" RCP, Class III (Point Repair < 10 LF Including Collars & Connections) 99 99 99 EA 10 349 9999.0079 54" RCP, Class IV (Point Repair < 10 LF Including Collars & Connections) 999999 EA 10 350 9999.0080 60" RCP, Class III (Point Repair < 10 LF Including Collars & Connections) 99 99 99 EA 10 351 9999.0081 60" RCP, Class IV (Point Repair < 10 LF Including Collars & Connections) 999999 EA 10 352 9999.0082 72" RCP, Class III (Point Repair < 10 LF Including Collars & Connections) 99 99 99 EA 10 353 9999.0083 78" RCP, Class III (Point Repair < 10 LF Including Collars & Connections) 99 99 99 EA 10 354 9999.0084 84" RCP, Class III (Point Repair < 10 LF Including Collars & Connections) 99 99 99 EA 10 355 3349.0001 4' Storm Junction Box 3349 10 EA 20 356 3349.0002 5' Storm Junction Box 33 49 10 EA 10 357 3349.0003 6' Storm Junction Box 3349 10 EA 2 358 3349.0105 5-Sided Manhole 33 49 10 EA 2 359 3349.5001 10' Curb Inlet 33 49 20 EA 20 360 3349.5002 15' Curb Inlet 33 49 20 EA 5 361 3349.5003 20' Curb Inlet 33 49 20 EA 5 362 3349.6001 10' Recessed Inlet 33 49 20 EA 10 363 3349.6002 15' Recessed Inlet 33 49 20 EA 2 CITY Or FORT IVURTII STXMIRD CONSTRICT WV SPF.CIFICA'I IUV OUCUMF_l fS R- d I IU 2021 CI 11 VIDE STORM DRAIN ISII'RUVE\1rNTS Pmieei N. IMII12 UNIT PRICE BID Bidders Application M,.,�...e..... Hdk..aAa.l w ", umm— UA 3i49.800320 Recessed Inlet 3349N EA 2 365 3%9.70014' 0 p Wel 33 W 20 FA 5 366 3349.7002 V Coup Nlet 33 49 20 FA 5 367 334970036 Coup IMet 3349V EA 5 WS 3349.Ml 10 Tyle 2 Inlet 33 49 20 EA 10 369 3349.000215' Type 2 Inlet 334sw EA 2 370 3349.0003 W Type 2 Inlet 334920 EA 2 371 3349.9]01 T Grebe Inlet 3349 20 EA 2 372 3349<1011T' SET, t pipe W4940 EA 2 373 3i49.41021 S" SET, 1 pipe 334940 EA 2 V4 3249.4101V' SET, 1 pipe 3349M FA 2 375 3349.410421"SET, 1 pipe 3349M EA 2 378 3249,41052'SET, 1 pip 334940 EA 2 3]] 3MIIAIOBV' SET,1 pile 33 W M EA 2 378 3149A107 WSET,1 pile 334940 EA 2 379 3349A1083S' SET, 1 pipe 334940 EA 2 380 33,191 3W SET, I Me 3349 x10 EA 2 381 999o385 Cut in 4 JurcLm Box 999999 EA 2 382 WW O308 Cut In 4 Junction Box ed Extra GepIM1 9991W VF 10 W3 99WM874'Sbnn Jum%'can Box (in sari W Sanitary Sevoij 99WW EA 2 304 W9900804'Saxon Jurabon Box cal Extm Geph(in conflict W Sanitary Sei W9999 VF to 385 9999.0009 Cut In 5 Junction Box W9999 EA 2 306 9999.0090 Cut in 5 JuMon Box W a" Depth 0099 VF 10 307 99W.CW1 Culin B'Junctlon Bm W W W EA 2 388 9999,0092 Cut in B' Junction Box M Egra GepIn W W W VF 10 Sell 9999.W3Mdilmd9 pthoner6FTd No W.>B De.Me le 999999 VF 20 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID W 1:11 RID PROPMAI. P•S, 14.116 Bidder's Application Pn,1en hem Inlbin,nRon Buldar, P.%,,.1 Bidlisl lmm No UcunpUon SPcaf canon Seen. No U.- Aknwrc Bid Q.-I'm U.R PD R,d VA. 390 9999.0094 Additional Depth over 6 FT of Std. 10 FT Curb Inlet (Inline) 99 99 99 VF 20 391 9999.0095 Additional Depth over 6 FT of Std. 15 FT Curb Inlet (Inline) 99 99 99 VF 20 392 9999.0096 Additional Depth over 6 FT of Std. 20 FT Curb Inlet (Inline) 99 99 99 VF 20 393 9999.0097 Additional Depth over 6 FT of Std. 10 FT Recessed Inlet (Inline) 99 99 99 VF 20 394 9999.0098 Additional Depth over 6 FT of Std. 15 FT Recessed Inlet (Inline) 99 99 99 VF 20 395 9999.0099 Additional Depth over 6 FT of Std. 20 FT Recessed Inlet (Inline) 9999 99 VF 20 396 9999.0100 Additional Depth over 6 FT of Std. 4 FT Drop (4-Way) Inlet 9999 99 VF 20 397 9999.0101 Additional Depth over 6 FT of Std. 10 FT Type 2 Inlet 9999 99 VF 20 398 9999.0102 Additional Depth over 6 FT of Std. 15 FT Type 2 Inlet 9999 99 VF 20 399 9999.0103 Additional Depth over 6 FT of Std. 20 FT Type 2 Inlet 9999 99 VF 20 400 9999.0104 Additional Depth over 6 FT of Std. 4 FT Dia. Manhole 99 99 99 VF 20 401 9999.0105 Additional Depth over 6 FT of Std. 5 FT Dia. Manhole 99 99 99 VF 20 402 9999.0106 Additional Depth over 6 FT of Std. 6 FT Dia. Manhole 99 99 99 VF 20 403 9999.0107 Connect to Existing Inlet/Junction Box -All Sizes 99 99 99 EA 6 404 9999.0108 Tree Protection 99 99 99 EA 10 405 9999.0109 Allowance for Sprinkler Repair Beyond Pipe Crossing (Otherwise Considered Subsidiary to laying pipe) Use Percentage as Needed - Inspector verified 999999 LS F $ 12,000.00 $ 12,000.00 T-d Baa Bid( _ END OF SECTION CITY OF PORT M ORTI I S'rA\DARD CONtI WM ION SPECIFICATION DOCI �12�7S CIT)\ IDF. SI ORNI DR:11N ISI PROVE\IENTS R,—d1110 2-11I Prviaci No InnO'+, 0011 13 INVITATION TO BIDDERS Pagel of 3 001911118"11111iffKj INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of 100092 CITYWIDE CONSTRUCTION CONTRACT RE -BID ("Project") will be received by the City of Fort Worth via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project until 2:00 P.M. CST, Thursday, September 18, 2025. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST in the City Council Chambers. Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https:Hfortworthtexas.bonfirehub.com/portal/?tab=openOpportunities Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non -responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. SUPPORT For technical questions, visit Bonfire's help forum at https:Hvendorsupport.gobonfire.com/hc/en- us CITY OF FORT WORTH CITYWIDE STORM DRAIN IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No.: 100092 Revised February 08, 2024 0011 13 INVITATION TO BIDDERS Page 2 of 3 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: Extension, replacements and/or improvements to existing storm water systems and other pertinent construction required to provide a more effective drainage system to neighborhoods within the City limits of Fort Worth. Work for this contract will be provided through WORK ORDER TASKS, based on the availability of funds and in coordination with the successful Bidder's schedule. 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 httys:Hfortworthtexas.bonfirehub.com/portal/?tab=openOl2portunities, 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:Hfortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project. PREBID CONFERENCE — Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: Tuesday, September 9, 2025 TIME: 10:30 AM Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. CITY OF FORT WORTH CITYWIDE STORM DRAIN IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No.: 100092 Revised February 08, 2024 0011 13 INVITATION TO BIDDERS Page 3 of 3 AWARD City may award contracts to more than one bidder, lowest to highest, but is not required to award to all, or any bidders. Contract(s) may be renewed for one (1) additional term at the earlier of the expiration of contract funds or contract time under the same terms, conditions, and unit prices. FUNDING Any Contracts awarded under this INVITATION TO BIDDERS are expected to be funded from revenues generated from user fees and bonds and reserved by the City for the Project. ADVERTISEMENT DATES Wednesday, August 27, 2025 Wednesday, September 3, 2025 END OF SECTION CITY OF FORT WORTH CITYWIDE STORM DRAIN IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No.: 100092 Revised February 08, 2024 0021 13 INSTRUCTIONS TO BIDDERS SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms Page 1 of 10 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. CITY OF FORT WORTH CITYWIDE STORM DRAIN IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No.: 100092 Revised/Updated August 18, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 10 Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: https://www.fortworthtexas.gov/departments/tpw/development/cfw-departments-tpw- contractors under Division 00 - General Conditions and as follows: 3.1.1. Paving — Requirements document located at: https://app-us3.e- builder.net/public/publicLanding.aspx?QS=4d008O4b l33b4O8a85a69323548dda25 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: https:Hgpp-us3 .e- builder.net/public/publicLanding.asi2x?QS=e43 c4239775 f4b2583 5 52c029c6a 1 ed2 3.1.3. Water and Sanitary Sewer — Requirements document located at: https://app-us3 .e- builder.net/public/publicLanding_aspx?QS=4fc66ff8c36c4c029d542d4e55114e8d 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: CITY OF FORT WORTH CITYWIDE STORM DRAIN IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No.: 100092 Revised/Updated August 18, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 10 The Time of Completion of each individual Work Order Task is an essential element of this contract. Each Work Order Task issued will have the maximum allowed number of calendar days allowed for the completion of that specific Work Order Task. Single or several work order tasks may be issued at one time. The contractor shall initiate work within seven (7) working days of the date the work order is issued to the Contractor, and continue on the Work Order Task until it has been completed, not including paving. The Contractor shall furnish and supply sufficient equipment and personnel to complete the Work Order Task in the amount of time provided for the Work Order Task. Should the Contractor fail to start any Work Order Task within the time specified on each individual work order task, liquidated damage charges will be subtracted from the final pay estimate of that particular Work Order Task. The estimated amount for each particular Work Order will be used for determining the amount of damages charged per calendar day of the time exceeding the specified amount. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. OMITTED 4.1.5. Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.6. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. CITY OF FORT WORTH CITYWIDE STORM DRAIN IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No.: 100092 Revised/Updated August 18, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 10 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. 4.1.9. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.1.10. Indicate their intent to bid by selecting "yes" in the Procurement Portal under the Intent to Bid section. You must indicate your intent to bid to be able to submit a bid to the City. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification o£ 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. CITY OF FORT WORTH CITYWIDE STORM DRAIN IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No.: 100092 Revised/Updated August 18, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 10 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. 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. CITY OF FORT WORTH CITYWIDE STORM DRAIN IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No.: 100092 Revised/Updated August 18, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 10 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 FRIDAY prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications shall be posted under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 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. CITY OF FORT WORTH CITYWIDE STORM DRAIN IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No.: 100092 Revised/Updated August 18, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 10 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. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. 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. CITY OF FORT WORTH CITYWIDE STORM DRAIN IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No.: 100092 Revised/Updated August 18, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 10 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal htti)s:Hfortworthtexas.bonfirehub.com/portal/?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. CITY OF FORT WORTH CITYWIDE STORM DRAIN IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No.: 100092 Revised/Updated August 18, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 10 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 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. City may award contracts to more than one bidder, lowest to highest, but is not required to award to all bidders. 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. CITY OF FORT WORTH CITYWIDE STORM DRAIN IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No.: 100092 Revised/Updated August 18, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 10 of 10 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH CITYWIDE STORM DRAIN IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No.: 100092 Revised/Updated August 18, 2025 003513 BID FORM Pape 1 ar 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, a 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 Loral Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these farms and Loral Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. h RoJANww. eth ics.stale. tx.us/forms/C I Q.Ddf hfip7//www.e(hics.s(ate.tx.us/fbrms/CIS.I)df Cl CIO Form does not apply CIO Form is on file with City Secretary _] CIO Form is being provided to the City Secretary ❑ CIS Form does not apply ❑ CIS Form is on File with City Secretary Cl CIS Form is being provided to the City Secretary BIDDER: Woody Contractors, Inc. By: Troy Woody 650 Tower Or Signature: Kennedale, TX 76060 817-483-4787 Title: President END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYWIDE STORM DRAIN IMPROVEMENTS ReNwd FWmry 24, WN PM]wt W. 1000W 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: CITYWIDE STORM DRAIN IMPROVEMENTS Various Locations Throughout the City of Fort Worth City Project No.: 100092 Units/Sections: N/A 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation, 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice' means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice' means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYWIDE STORM DRAIN IMPROVEMENTS Revised 9/3012021 Project No. 100092 0041 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Sewer Improvements (Sanitary) b. Water Improvements (Potable) c. Asphalt Paving - Construction/Reconstruction (Less than 10,000 SY) d. Concrete Paving - Construction/Reconstruction (Less than 10,000 SY) 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within the number of days specified in each work order. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work (and/or achievement of Milestones) within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. Prequalification Statement, Section 00 45 12 f. Conflict of Interest Affidavit, Section 00 35 13 'If necessary, CIO or CIS forms are to be provided directly to City Secretary g. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYWIDE STORM DRAIN IMPROVEMENTS Revised 9/30/2021 Project No. 100092 Wa1W BO FORM Page 3 of 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 a#ended amounts. 6.3. The Work for this Contract shall be issued on a Work Order basis. Bid quantities of the various items in Section 00 42 43 Bid Proposal are for comparison purposes only to fairly award a Contract and may not reflect the actual quantities issued in any particular Work Order. 6.4 Contractor shall not be entitled to renegotiation of unit costs regardless of the final measured quantities. No claim will be considered for lost or anticipated profits upon differences in estimated quantities versus actual quantities. Total Bid $24,199,785.00 7. Bid Submittal This Bid is submitted on 9/18/2025 by the entity named below. Respectfully submide _ Receipt is acknowledged of the Initial following Addenda: By: Addendum No. 1: Signet Addendum No. 2: Addendum No. 3: 0 d Addendum No. 4: tinted Name) Title: President Company: Woody Contractors, Inc. Corporate Seal: Address: 650 Tower Or Kennedale. TX 76060 State of Incorporation: Texas Email: twoody20202ml.com Phone: 817-483-4787 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYWIDE STORM DMIN IMPROVEMENTS Revised H130f1031 Project No. 100092 MJ2" fill) PRO_S.V Ng. I a 15 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application hiij t llent lnforrnnnon Budd es Prop-1 Bidlist pent Description spccifi<alion Unit of DO Unit Price Bid Valuc No. Section No. Me,enirc Quantity 1 9999.0001 Traffic Permit for Utility Cut 9999 99 EA 1 10 $625-00 $6.250.00 9999,0002 Project Designation Sign (one time make, but used at each work task 2 location) 9999 99 EA 2 I S650.00 S1,300.00 3 9999.0003 Work Order Mobilization (Misc Only) Less than $100,000 99 99 99 EA 5 $16,000.00 580,000.00 4 9999.0004 Work Order Mobilization (Misc Only) $100,000 to $500,000 9999 99 EA 1 $16.000.00 $16.000,00 5 9999.0005 Work Order Mobilization (Misc Only) Greater than $500,000 99 99 99 EA 5 $14,000.00 $70.000.00 6 9999.0006 Work Order Emergency Mobilization (Misc Only) Less than $100,000 99 99 99 EA 1 $16.000.00 $16.000.00 7 9999.0007 Work Order Emergency Mobilization (Misc Only) $100,000 to $500,000 99 99 99 EA 5 $16,000.00 $80,000.00 8 9999.0008 Work Order Emergency Mobilization (Misc Only) Greater than $500,000 99 99 99 EA 1 $14,000.00 $14.000,00 9 3471.0002 Portable Message Sign 3471 13 WK 4 $900.00 $3,600.00 10 9999.0009 Arrow Board 99 99 99 WK 4 $300.00 $1,200.00 11 9999.0010 Traffic Control (Neighborhood Street) 9999 99 MO 3 $3.500.00 $10,500.00 12 9999,0011 Traffic Control (Major/Arterial Street) 99 99 99 MO 3 $5,000.00 $15,000.00 13 9999.0012 Ventilation System for Confined Entry 9999 99 EA 2 $5.000.00 $10,000.00 14 9999.0013 Temporary Irrigation - 3,000 SF or less 99 99 99 EA 1 $5.550.00 $5.550.00 15 9999.0014 Temporary Irrigation - 3,000 SF - 6,000 SF 99 99 99 EA 1 $7.200.00 $7.200.00 16 9999.0015 Temporary Irrigation - 6,000 SF - 10,000 SF 99 99 99 EA 1 $8.250.00 $6,250.00 17 9999.0016 Repair damage @ intrusion, fill voids & wipe 999999 I EA 2 $4,500.00 $9 000.00 18 9999.0017 On -Site Consultation 99 99 99 EA 25 $2.000.00 $50.000.00 19 9999.0018 Construction Staking 99 99 99 EA 25 $2,500.00 $62 500.00 20 9999.0019 As -Built Survey 99 99 99 EA 25 $2,000.00 $50,000.00 21 0241.0100 Remove Sidewalk 0241 13 SF 3000 $2.50 $7.500.00 22 0241.0300 Remove ADA Ramp 0241 13 EA 6 $850.00 $5.100.00 23 0241.0401 Remove Concrete Drive 0241 13 SF 5000 $2.50 $12,500.00 24 0241.0402 Remove Asphalt Drive 0241 13 SF 2500 $1.25 $3,125.00 25 0241.0500 Remove Fence 0241 13 LF 5000 $3.00 $15.000.00 26 0241.0600 Remove Wall <4' 0241 13 LF 100 $45.00 $a sao.00 27 �0241.0800 Remove Rip Rap 0241 13 I SF 2000 k $2.50 $5.000,00 28 .1013 Remove 8" Water Line 0241 14 I LF S15.00 $375.0029 {{0241 I0241.1014 Remove 10" Water Line 0241 14 LF C255 $15.00 $375.00 CITS'OFFORI MIMI SI.aNO.TRDCONSI RIY'IION SPFC[nC,%TiON Or)CtMIFNrS R 1-11,tt1.^-R21 CinlllDr. S IORFI DR:\IN 1\Ii'RONTNIEMS P.lial No III01191 o' 2" I'll, PROPOSAL 11ege S of 15 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description P Specification Smion No. Unit of Measure Bid Quantity Unit Price Bid Value 30 0241,1015 Remove 12" Water Line 0241 14 LF 25 $15.00 $375.00 31 0241.2013 Remove 8" Sewer Line 0241 14 LF 25 $15.00 $375.00 32 0241.2014 Remove 10" Sewer Line 0241 14 LF 25 $15.00 $375.00 33 0241.2015 Remove 12" Sewer Line 0241 14 LF 25 $15.00 $375.00 34 0241.3011 Remove 15" Storm Line 0241 14 LF 200 $19.00 $3,800.00 35 0241.3013 Remove 18" Storm Line 0241 14 LF 200 $19.00 $3,800.00 36 0241.3014 Remove 21" Storm Line 0241 14 LF 200 $19.00 $3.800.00 37 0241.3015 Remove 24" Storm Line 0241 14 LF 200 $20.00 $4,000.00 38 0241.3016 Remove 27" Storm Line 0241 14 LF 100 $20.00 $2.000.00 39 0241.3017 Remove 30" Storm Line 0241 14 LF 100 $21.00 $2.100.00 40 0241.3019 Remove 36" Storm Line 0241 14 LF 100 $24.00 $2,400.00 41 0241.3021 Remove 42" Storm Line 0241 14 LF 50 $29.00 $1.450.00 42 0241.3023 Remove 48" Storm Line 0241 14 LF 50 $29.00 $1,450.00 43 0241.3024 Remove 54" Storm Line 0241 14 LF 50 $34.00 $1,700.00 44 0241.3025 Remove 60" Storm Line 0241 14 LF 50 $34.00 $1,700.00 45 0241.3101 15" Storm Abandonment Plug 0241 14 EA 2 $850.00 $1,700.00 46 0241.3102 18" Storm Abandonment Plug 0241 14 EA 2 $850.00 $1.700.00 47 0241.3103 21" Storm Abandonment Plug 0241 14 EA 2 $900.00 $1.800.00 48 0241.3104 24" Storm Abandonment Plug 0241 14 EA 2 $900.00 $1,800.00 49 0241.3105 27" Storm Abandonment Plug 0241 14 EA 2 $950.00 $1,900.00 50 0241.3106 30" Storm Abandonment Plug 0241 14 EA 2 $950.00 $1,900.00 51 0241.3108 36" Storm Abandonment Plug 0241 14 EA 2 $1,050.00 $2.100.00 52 0241.3110 42" Storm Abandonment Plug 0241 14 EA 2 $1,050.00 $2,100.00 53 0241.3401 Remove 4' Storm Junction Box 0241 14 EA 2 $2,400.00 $4,800.00 54 0241.3402 Remove 5' Storm Junction Box 0241 14 EA 2 $2.500.00 $5.000.00 55 0241.3403 Remove 6' Storm Junction Box 0241 14 EA 2 $2,550.00 $5.100.00 56 0241.4201 Remove 4' Drop Inlet 0241 14 EA 2 $2.400.00 $4,800.00 57 0241.4202 Remove 5' Drop Inlet 0241 14 EA 2 $2.500.00 $5,000.00 58 0241.4203 Remove 6' Drop Inlet 0241 14 EA 2 $2,550.00 $s 100.00 STANDARD CONSTRUCTION Sf EC1171C'ATION DDCOMENTS Re-d 9,3012021 C I'I')WIDE STORM DRAIN INIRROITMGNTS I'mW No. 1011092 IW a] 43 IIIO I'R01'OSAI. rase 3 of 15 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Plogm Mann Inronnnuon I Bid&es P.pozal Bidlibl Ham Desmpuon Spacifiwllon Unil of Unn Prim Bid Value No. Smioo No. Alcu�m QBel uamrty 59 0241.4301 Remove 2' Grate Inlet 0241 14 EA 2 $1,200,00 $2,400.00 60 0241 ,4303 Remove 4' Grate Inlet 0241 14 EA 2 $2,500.00 $5.000.00 61 0241.4401 Remove Headwall/SET 0241 14 EA 2 $2.000.00 $4,000.00 62 0241.5001 Abandon Manhole 0241 14 EA 2 $2.150.00 $4,300.00 63 9999.0020 Remove Curb Inlet (All Sizes) 99 99 99 EA 5 $2.650.00 $13,250.00 64 9999.0021 Remove Trench Drain (All Sizes) 99 99 99 LF 150 $zoo $1,050.00 65 0241.1000 Remove Conc Pvmt 0241 15 SY 1500 1 1 $27 00 $40,500.00 66 0241.1100 Remove Asphalt Pavement 0241 15 SY 400 $18.001 $7z0000 67 0241.1300 Remove Conc Curb&Gutter 0241 15 LF 1000 $19.00 $19,000.00 68 0241.1400 Remove Conc Valley Gutter 02 41 15 SY 100 1 1 s21 oo $z,too.00 ]11 69 0241.1505 1" Surface Milling 0241 15 SY 1000 I 1 I $zs.00 $25.000.00 70 0241.1506 2" Surface Milling 0241 15 SY 1000 $zs oo $29,000.00 71 0241,1507 3" Surface Milling 0241 15 SY 1000 $30.00 $30.000.00 1 72 0241.1700 Pvmt Pulverization 0241 15 SY 1000 1 $25.001 $25.000.00 73 3110.0102 6"-12" Tree Removal 31 1000 EA 20 $1,000.00 $20.000.00 74 3110.0103 12"-18" Tree Removal 31 1000 EA 10 $z 000.00 $20.000.00 75 3110.0104 18"-24" Tree Removal 31 1000 EA 10 $2.500.00 $25.000.00 76 3110.0105 24" and Larger Tree Removal 31 1000 EA 5 $s.000 00 $25.000.001 77 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 1000 $49.00 $49,000.00 78 3123.0102 Unclassified Channel Excavation by Plan 31 23 16 CY 1000 $53.00 $53,000.00 79 3123.0103 Borrow by Plan 31 2323 CY 3000 $70.00 $210.000.00 F80 3125.0101 SWPPP >_ 1 acre (LS per each project, as needed) 31 2500 LS 5 1 $2,000.001 $10.000.00 81 3137.0101 Concrete Riprap 31 3700 SY 300 $tso.00 $45,000.00 82 3137.0102 Large Stone Riprap, dry 31 3700 SY 100 $lazoo $14,i0000 83 3137.0103 Large Stone Riprap, grouted 31 3700 SY 100 $185.00 $18.500.00 3137.0104 Medium Stone Riprap, dry 31 3700 SY 100 $tszoo $15.700.00 t85 3137.0105 Medium Stone Riprap, grouted 31 3700 SY 100 $181,00 $18,100.00 86 3137.0107 Block Riprap, dry 31 3700 SY 100 $175.001 $1750000 87 3137.0108 Block Riprap, grouted 31 3700 SY 100 $214.001 $zl.aoo.00 C'II V OF FORT WORT H STANDARD CONS IRUC[ION SIT IIICATIONDOCIAIFNIS r'IT111'IOE SfOHM1I OIL\IN ISIPRD\ I: AIFNIS P,,j,, Nn. 10091_ L' dn1 ItID PROPOSAL 1. gcJof I SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item lntomtation Bidders Proposal Bidlim It- No. Description s ccificmion SWion No. Unit of Measurt Bid Quantity Unit Price Bid Valuc 88 3137.0109 Slab Riprap 31 3700 SY 100 $202.00. $20.200.00 89 3201.0111 4' Wide Asphalt Pvmt Repair, Residential 3201 17 LF 200 $145.00 $29,000.00 90 3201.0112 5' Wide Asphalt Pvmt Repair, Residential 3201 17 LF 300 $160.00 $48,000.00 91 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 32 01 17 SY 300 $168.00 $50,400.00 92 3201.0121 4' Wide Asphalt Pvmt Repair, Arterial 3201 17 LF 200 $165.00 $33,000.00 93 3201.0122 5' Wide Asphalt Pvmt Repair, Arterial 3201 17 LF 300 $188.00 $56,400.00 94 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 3301 17 SY 300 $210.00 $63.000.00 95 3201.0131 4' Wide Asphalt Pvmt Repair, Industrial 3201 17 LF 200 $165.00 $33.000.00 96 3201.0132 5' Wide Asphalt Pvmt Repair, Industrial 3201 17 LF 300 $188.00 $56,400.00 97 3201.0203 Asphalt Pvmt Repair Beyond Defined Width, Industrial 3201 17 SY 300 $210.00 $63.000.00 98 3201.0400 Temporary Asphalt Paving Repair 3201 18 LF 200 $72.00 $14,400.00 99 9999.0022 2" Mill & Overlay (under 500 SY) 99 99 99 SY 500 $150.00 $75.000.00 100 3201.0614 Conc Pvmt Repair, Residential 3201 29 SY 300 $220.00 $66.000.00 101 3201.0616 Conc Pvmt Repair, Arterial/Industrial 3201 29 SY 300 $235,00 $70.500.00 102 9999.0023 Concrete Pvmt Repair, TxDOT 99 99 99 SY 200 $240.00 $48,000.00 103 3211.0111 4" Flexible Base, Type A, GR-1 3211 23 SY 100 $27.00 $2,700.00 104 3211.0112 6" Flexible Base, Type A, GR-1 32 11 23 SY 100 $33.00 $3,300.00 105 3211.0121 4" Flexible Base, Type A, GR-2 32 11 23 SY 100 $26.00 $2.600.00 106 3211.0122 6" Flexible Base, Type A, GR-2 32 11 23 SY 100 $32.00 $3.200.00 107 3211.0400 Hydrated Lime 32 11 29 TN 5 $600.00 $3,000.00 108 3211.0502 8" Lime Treatment 3211 29 SY 500 $30.00 $15,000.00 109 3211.0503 10" Lime Treatment 32 11 29 SY 500 $35.00 $17,500.00 110 3211.0600 Cement 32 11 33 TN 5 $600.00 $3,000.00 111 3211.0701 6" Cement Treatment 32 11 33 SY 100 $25.00 $2,500.00 112 3211.0702 8" Cement Treatment 32 11 33 SY 1000 $30.00 $30.000.00 113 3211.0703 10" Cement Treatment 32 11 33 SY I 100 $35.00 $3.500.00 114 3211.0704 12" Cement Treatment 32 11 33 SY 100 $40.00. $4,000.00 3212.0301 2" Asphalt Pvmt Type D (DG-D) 32 12 16 SY 100$75.00 E16 $7.500.003212.0302 3" Asphalt Pvmt Type D (DG-D) 32 12 16 SY 1000 $85.00 $85.000.00 CITY OF FORT WORTH SEND.. D CONSTRIrTION SPECIFICATION DOCI IAIENTS 1t-v 91a^-n21 CI"I'1VIDE STORM DRAN IAIPROVEMEN IS IMOI..I FF,. 100092 W4213 51131'R01'USV. 1'-Sor IS SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project hem I.f.-m on Bidders Proposal Mint Item No. �Iscri lion p Specification Section No. Unit of Measure Bid Quanlay Unit Price Bid Value 117 3212.0303 4" Asphalt Pvmt Type D (DG-D) 32 12 16 SY 1000 $90.00 $90.000.00 118 3212.0501 2" Asphalt Pvmt Type B (DG-B) 32 1216 SY 1000 $55.00 $55.000.00 119 3212.0502 3" Asphalt Pvmt Type B (DG-B) 32 1216 SY 1000 $65.00 $65.000.00 120 3212.0503 4" Asphalt Pvmt Type B (DG-B) 32 12 16 SY 1000 $75.00 $75.000.00 121 9999.0024 6" Conc Alley wl Roll Over Curb 99 99 99 SY 500 $180.00 $90.000.00 122 3213.0101 6" Conc Pvmt 32 13 13 SY 100 $200.00 $20,000.00 123 3213.0102 7" Conc Pvmt 32 1313 SY 100 $220.00 $22,000.00 124 3213.0103 8" Conc Pvmt 32 1313 SY 100 $230.00 $23,000.00 125 3213.0104 9" Conc Pvmt 32 13 13 SY 100 $240.001 $24,000.00 126 3213.0105 10" Conc Pvmt 32 1313 SY 100 $250.00 $25.000.00 127 3213.0301 4" Conc Sidewalk 32 13 20 SF 800 $20.00 $16.000.00 128 3213.0302 5" Conc Sidewalk 32 1320 SF 800 $21.00 $16,800.00 129 3213.0303 6" Conc Sidewalk 32 13 20 SF 800 $22.00 $17,600.00 130 3213.0311 4" Conc Sidewalk, Adjacent to Curb 32 1320 SF 600 $23.00 $13,800.00 131 3213.0312 5" Conc Sidewalk, Adjacent to Curb 32 1320 SF 600 $24.00 $14.400.00 132 3213.0313 6" Conc Sidewalk, Adjacent to Curb 32 1320 SF 600 $25.00 $15.000.00 133 3213.0321 Conc Sidewalk, Adjacent to Ret Wall 32 1320 SF 50 $26.00 $1,300.00 134 3232.0100 Conc Ret Wall Adjacent to Sidewalk 32 32 13 SF 50 $161.00 $8.050.00 135 3213.0400 5" Concrete Driveway 32 1320 SF 5000 $22.00 $110,000.00 136 3213.0401 6" Concrete Driveway 32 1320 SF 5000 $22.00 $110,000.00 137 3213.0450 5" Concrete Driveway, Exposed Aggregate 32 13 20 SF 500 $23.00 $11.500.00 138 3213.0451 6" Concrete Driveway, Exposed Aggregate 32 1320 SF 500 $23.00 $11.500.00 139 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 6 $7,700.00 $46,200.00 140 3213.0502 Barrier Free Ramp, Type U-1 32 13 20 EA 6 $8.500.00 $51.000.00 141 3213.0503 Barrier Free Ramp, Type M-1 32 13 20 EA 6 $7,600.00 $45,600.00 142 3213.0504 Barrier Free Ramp, Type M-2 321320 EA 6 $8,000.00 $48,000.00 143 3213.0505 Barrier Free Ramp, Type M-3 32 1320 EA 6 $8,400.00 $50.400.00 144 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 6 $8,400.00 $50.400.00 145 3213.0507 Barrier Free Ramp, Type P-2 32 1320 EA 6 $8.400.00 $50,400.00 Crll' OR t:ORr l4ORT11 ST:WD, i CONSTRUCTRTN SPECII'ICArION IMMIAIENTS CI1'1'«IDE STORM D0.iIN IAII'ROkIMENTS Pnh't No. 100092 Wn.',3 0t01'R0I'0S:\L I'agc6oM SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Picjccl IIcn1 I nratlllntlan Bidders Ploposnl Bidlist Itnn No. D scaiplioo Sp&fimion Sw-No. Unil ar Measure Did Quantity Unit Plice Bid Value 146 3213.0508 Barrier Free Ramp, Type C-1 32 13 20 EA 6 $8,400.00 $50,400.00 147 3213.0509 Barrier Free Ramp, Type C-2 32 1320 EA 6 $8.400.00 $50.400.00 148 3213.0510 Barrier Free Ramp, Type C-3 32 1320 EA 6 $7 900.00 $47,400.00 149 9999.0025 Remove, Salvage & Reset Brick Pavers 99 99 99 SY 1000 $250.00 $250.000.00 150 3216.0101 6" Conc Curb and Gutter 32 1613 LF 1000 $85.00 $85.000.00 151 3216.0102 7" Conc Curb and Gutter 3216 13 LF 500 $85.00 $42,500.00 152 3216.0301 7" Conc Valley Gutter, Residential 3216 13 SY 100 $185.00 $18,500.00 153 3216.0302 11" Conc Valley Gutter, Arterial/Industrial 32 16 13 SY 100 $200.00 $20,000.00 154 3231.0121 4' Chain Link, Aluminum 3231 13 LF 300 $55.00 $16.500.00 155 3231.0123 6' Chain Link, Aluminum 3231 13 LF 300 $65.00 $19.500.00 156 3231.0412 6' Fences, Wood 3231 29 LF 300 $85.00 $25.500.00 157 3231.0413 8' Fences, Wood 3331 29 LF 300 $105,00 $31.500.00 158 9999.0026 6' Temporary Fence 99 99 99 LF 50 $25.00 $1.250.00 159 3291.0100 Topsoil 32 91 19 CY 100 $80.00 $8,000.00 160 3292.0100 Block Sod Placement 3292 13 SY 5000 $35.00 $175,000.00 161 3292.0450 Seeding, Hydromulch with binding agent 32 92 13 SY 20000 $12.00 $240.000.00 162 3292.0500 Seeding, Soil Retention Blanket 3292 13 SY 10000 $9.00 $90.000.00 163 9999.0027 Bonded Fiber Mulch 99 99 99 SY 6000 $15.00 $90,000.00 164 3301.0101 Manhole Vacuum Testing 3301 30 EA 10 $200.00 $2.000.00 165 9999.0028 Pre -CCTV Inspection (SS) 99 99 99 LF 200 $15.00 $3.000.00 166 9999.0029 Pre -CCTV Inspection (Storm Drain) 99 99 99 LF 1000 $12.00 $12.000.00 167 9999.0030 Post -CCTV Inspection (SS) 99 99 99 LF 100 $15.00 $1.500.00 168 9999.0031 Post -CCTV Inspection (Storm Drain) 99 99 99 LF 1000 $12.00 $12.000.00 169 3304.0201 Clean Storm Pipe Ahead of Condition Assessment - 24" Diameter and Under 33 04 50 LF 300 $25.00 $7,500.00 170 3304.0202 Clean Storm Pipe Ahead of Condition Assessment - 27 - 54 Inch Diameters 33 04 50 LF 300 $100.00 $30.000.00 171 3304.0203 Clean Storm Pipe Ahead of Condition Assessment - 57" Diamter and Over 33 04 50 LF 200 $150.00 $30.000.00 172 3305.0001 4" Waterline Lowering 3305 12 EA 1 $14.500.00 $14,500.00 173 3305.0002 6" Waterline Lowering 33 05 12 EA 1 $14,650.00 $14,650.00 174 3305.0003 8" Waterline Lowering 33 05 12 EA 1 $15,850.00 $15.850.00 cm, OF FOR r R ORi ll STANNARI I CONSTRWI ION SPECIFK'A WN I" I IAIEN TS R_6W A,1O 2021 CITYWIDE STOR.0 OR.VN IAIPRONISIENTS 1'n t No IIRp92 /RI 4143 RID PROPOSAI. Panc 7,n 16 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Biddcds Proposal HillisItem No. Description Specification Section No. Unit of Measure Bid Quamiq• Unit Price Bid Value 175 3305.0004 10" Waterline Lowering 330512 EA 1 $17,400.00 $17,400.00 176 I3305.0005 12" Waterline Lowering 33 05 12 EA 1 $18,100.00 $18,100.00 177 3305.0105 Inlet Adjustment 33 05 14 EA 2 $a.aoo.00 $17,600.00 178 3305.0106 Manhole Adjustment, Major 33 05 14 EA 5 $6 700.00 $33,500.00 179 I3305.0107 Manhole Adjustment, Minor 330514 EA 5 $3.500.00 $17,500.00 180 9999.0032 Trench Safety (Water & Sewer) 99 99 99 LF 5000 $5.00 $25.000.00 9999.0033 Trench Safety (Storm Drain) 99 99 99 LF 1000 F18 $15.00 $15,000.00 3305.0111 Valve Box Adjustment 33 05 14 EA 5 $2,800.00 $14,000.00 183 9999.0034 Concrete Collar on 18" - 27" RCP 99 99 99 EA 2 $1,600.00 $3,200.00 184 19999.0035 Concrete Collar on 30" - 48" RCP 199 99 99 EA 2 $2,300.00 $4,600.00 185 9999.0036 Concrete Collar on 54" or Larger RCP 99 99 99 EA 2 $3,600.00 $7,200.00 186 3305.0112 Concrete Collar for Manhole 33 05 17 EA 2 $3.500.001 $7,000.00 187 3305.0117 Concrete Collar for Valve 33 05 17 EA 2 $2,700.00 $5,400.00 ff 188 3305.0114 Manhole Adjustment, Major w/ Cover 330514 EA 2 $6.700.00 $13,400.00 189 3305.0116 Concrete Encasement for Utility Pipes 33 05 10 CY 25 $600.00 $15,000.00 190 3305.0202 Imported Embedment/Backfill, CSS 33 05 10 CY 10 $250.00 $2,500.00 191 3305.0203 Imported Embedment/Backfill, CLSM 33 05 10 CY 100 $400.00 $40.000.00 192 3305.0207 Imported Embedment/Backfill, Select Fill 33 05 10 CY 10 $70.00 $700.00 193 9999.0037 Low Strength Concrete - Flowable Fill 33 05 00 CY 100 $400.00 $40.000.00 194 9999.0038 Utility Adjustment, Minor 99 99 99 EA 5 $1,700.0011 $8.500.00 195 3311.0001 Ductile Iron Water Fittings w/ Restraint 3311 11 TON 1 $18,000.00 $18.000.00 196 3311.0161 6" PVC Water Pipe 3311 12 LF 100 $120.02 $12,000.00 197 3311.0261 8" PVC Water Pipe 3311 12 LF 100 $120.00 $12.000.00 198 3311.0361 10" PVC Water Pipe 3311 12 LF 100 $147.00 $14.700.00 199 3311.0461 12" PVC Water Pipe 3311 12 LF 100 $170.00 $17,000.00 200 I3331.3311 4" Sewer Service, Reconnection 3331 50 EA 2 $2,500 00 $5.000.00 201 3331.3312 6" Sewer Service, Reconnection 3331 50 EA 2 $2,700.00 $5,400.00 202 3331.3313 8" Sewer Service, Reconnection 3331 50 EA 2 $2,800.00 $5,600.00 . 203 3331.5301 8" PVC Sewer Pipe, 0' to 6' (Misc Only) 33 31 20 LF 100 $105.00 $10,500.00 CI FY OF FORT NORTH S1 AND ARD CO,NNTRUC I ION SPECIFICA I ION DCMUAIEN I S R,,i,W 711Ib1U±1 CITYWIDE STORM UILVN II.IPROMIEN'IS Ph,].'NV IUUIP/'_ 0a',T UID PROPOI.U. P-F.r15 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Ptojtm Item Infom i- &ddds Pmpoeal Oidlist It'. Descriptiml Spmifimtion Unit of Bid Unil Price Bid Value No. Scnial N, Alcasum Qnamiry 204 3331.5304 8" PVC Sewer Pipe, 6' to 8' (Misc Only) 33 31 20 LF 100 $130.00 $13,000.00 205 3331.5307 8" PVC Sewer Pipe, 8' to 10' (Misc Only) 3331 20 LF 100 $155.00 $15,500.00 206 3331.5501 12" PVC Sewer Pipe, 0'to 6' (Misc Only) 3331 20 LF 100 $126.00 $12.600.00 207 3331.5504 12" PVC Sewer Pipe, 6' to 8' (Misc Only) 3331 20 LF 100 $154.00 $15.400.00 208 3331.5507 12" PVC Sewer Pipe, 8' to 10' (Misc Only) 3331 20 LF 100 $180.00 sla,oao.00 209 3331.5331 8" DIP Sewer Pipe, 0' to 6' (Misc Only) 33 11 10 LF 100 $173.00 $17,300.00 210 3331.5334 8" DIP Sewer Pipe, 6' to 8' (Misc Only) 33 11 10 LF 100 $zao.00 $20,000.0o 211 3331.5337 8" DIP Sewer Pipe, 8' to 10' (Misc Only) 33 11 10 LF 100 $225.00 $22,500.00 212 3331.5531 12" DIP Sewer, 0' to 6' (Misc Only) 33 11 10 LF 100 $213.00 $21.300.00 213 3331.5534 12" DIP Sewer, 6' to 8' (Misc Only) 3311 10 LF 100 $240.00 $24.000.00 214 3331.5537 12" DIP Sewer, 8' to 10' (Misc Only) 33 11 10 LF 100 $268.00 $26,800.00 33 39 10, 215 3339.1001 4' Manhole EA 2 3339 20 1 $8.200.00 $16.400.00 33 39 10, 216 3339.1101 5' Manhole EA 2 33 39 20 $11.200.00 $22,400.00 217 3339.1201 6' Manhole 33 39 10, EA 2 33 39 20 $13.500.00 $27,000.00 33 39 10, 218 3339.1003 4' Extra Depth Manhole VF 10 33 3920 $425.00 $4,250.00 219 3339.1103 5' Extra Depth Manhole 33 39 10,33 VF 10 39 20 $550.00 $5.500.00 220 3339.1203 6' Extra Depth Manhole 33 39 10,33 VF 10 39 20 $700.001 $7,000.00 221 9999.0039 Exploratory Excavation of Ex. Utilities (0 - 5 Ft Depth) Non -Design 99 99 99 EA 5 $2.000.00 $10,000.00 222 9999.0040 Exploratory Excavation of Ex. Utilities (5 -10 Ft Depth) Non -Design 99 9999 EA 5 $2,300.00 $11,500.00 223 9999.0041 Exploratory Excavation of Ex. Utilities (10 - 20 Ft Depth) Non -Design 99 99 99 5 $3.000.00 $15,000.00 224 9999.0042 Adjust Water Service 99 99 99 10 FEA $600.00 $s 000.00 225 9999.0043 Adjust SS Service 99 99 99 5$1,aoo.00 $s.000.00226 9999.0044 15" RCP, Class III 999999 500 $174.00 $87,000.00 227 3341.0103 18" RCP, Class III 3341 10 LF 1000 $179.00 $179,000.00 228 3341.0201 21" RCP, Class III 3341 10 LF 1000 $195.00 $195.000.00 229 3341.0205 24" RCP, Class III 3341 10 LF 1500 $209.00 $313,500.00 230 3341.0206 24" RCP, Class IV 3341 10 LF 200 $219.00 $43,800.00 231 3341.0208 27" RCP, Class III 3341 10 LF 500 $228.00 $114.000.00 232 3341.0209 27" RCP, Class IV 3341 10 LF 1 200 $238.00 $47.600.00 CIIY OF FORTWORTH ST.%ND.>RD CONSTRUC'I'[ON SI'liC'IHC AIICIN IX)('I)All'NTS Kc ,J')M -021 C'ITYWIOR SI'ORAI ttuw mno%'F.UF.Nrs Pmµn No. =092 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID on RID PRoros.iL 2".90l'IS Bidder's Application Pmjea Item Inionnntion Bidders Proposal Bidlim Bem No. Description Specification Section No. Unil or Alcasnre Rid Quamity Unit Price Bid Value 233 3341.0302 30" RCP, Class III 3341 10 LF 750 $238.00 $178.500.00 I 234 13341.0303 30" RCP, Class IV 3341 10 LF 200 $247.00 $49,400.00 235 3341.0309 36" RCP, Class III 3341 10 LF 500 $290.00 $145,000.00 236 I3341.0310 36" RCP, Class IV 3341 10 LF 200 $306.00 $61,200.00 237 3341.0402 42" RCP, Class III 3341 10 LF 300 $337.00 $101,100.00 238 3341.0403 42" RCP, Class IV 3341 10 LF 200 $363.00 $72,600.00 239 3341.0409 48" RCP, Class III 3341 10 LF 300 $439.00 $131,700.00 240 3341.0410 48" RCP, Class IV 3341 10 LF 200 $490.00 $98,000.00 241 3341.0502 54" RCP, Class III 3341 10 LF 300 $472.00 $141,600.00 242 3341.0503 54" RCP, Class IV 3341 10 LF 200 $sn.00 $115,400.00 243 3341.0602 60" RCP, Class III 3341 10 LF 200 $530.00 $106,000.00 244 13341.0603 60" RCP, Class IV 3341 10 LF 200 $641.00 $128,200.00 245 I3341.0701 72" RCP, Class III 3341 10 LF 100 $700.00 $70,000.00 246 3341.0704 78" RCP, Class III 3341 10 LF 100 $792.00 $79,200.00 II II 247 f 3341.0801 84" RCP, Class III 3341 10 LF 100 f $875.00 $87.500.00 248 III 3341.1001 3x2 Box Culvert 3341 10 LF 200 $411.00 $82,200.00 249 3341.1002 3x3 Box Culvert 3341 10 LF 200 $455.00 $91,000.00 250 I3341.1101 42 Box Culvert 3341 10 LF 200 $453.00 $90.600.00 251 3341.1102 4x3 Box Culvert 3341 10 LF 200 $493.00 $98,600.00 252 3341.1103 4x4 Box Culvert 3341 10 LF 200 $532.00 $106.400.00 II 253 13341.1201 5x3 Box Culvert 3341 10 I LF 200 I $562.00 $112.400.00 254 3341.1202 5x4 Box Culvert 3341 10 LF 200 $609.00 $121.800.00 255 3341.1203 5x5 Box Culvert 33 41 10 LF 200 $655.00 $131,000.00 256 3341.1301 6x2 Box Culvert 3341 10 LF 200 $568.00 $113,600.00 6x3 Box Culvert 33 41 10 LF 200 F2583341.1302 $643.00 $128.600.00 3341.1303 6x4 Box Culvert 33 41 10 LF 200 $696.00 $139 200.00 259 3341.1304 6x5 Box Culvert 3341 10 LF 200 $772.02 $154.400.00 260 3341.1305 6x6 Box Culvert 3341 10 LF 200 $782.00 $156,400.00 261 3341.1401 7x3 Box Culvert 3341 10 LF 150 $760.00 $114,000.00 CI r)' OF FORTWOR rN Sl':WD.IRDCONSTRI'.C'I ION si,EciFiC.arioN DUCUMIENTS R-.19110^_021 C'ITl't4'IDE STORM DIUM 11IPROW-NIENTS Pru}-" Na 10009' SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID W 4'_ 43 RIO PROPOSAL P.,I of I5 Bidder's Application Pmjw It- Infonnazion Diddc/s Proposal Bidlist Item No. Drsaiplion Sptiificotion Section No. Unit of A� -- Bid Qunntity Unit Plicc Bid Voluc 262 3341.1402 7x4 Box Culvert 3341 10 LF 150 $820.00 $123.000.00 263 3341.1403 7x5 Box Culvert 3341 10 LF 150 $880.00 $132.000.00 264 3341.1404 7x6 Box Culvert 3341 10 LF 150 $911.00 $136,650.00 265 3341.1405 7x7 Box Culvert 3341 10 LF 150 $968.00 $145,200.00 266 3341.1501 8x4 Box Culvert 3341 10 LF 150 $899400 $134.850.00 267 3341.1502 8x5 Box Culvert 3341 10 LF 150 $950.00 $142,500.00 268 3341.1503 8x6 Box Culvert 3341 10 LF 150 $977.00 $146.550.00 269 3341.1504 8x7 Box Culvert 3341 10 LF 150 $1,021400 $153,150400 270 3341.1505 8x8 Box Culvert 3341 10 LF 150 $1.085.00 $162,750.00 271 3341.1601 9x4 Box Culvert 3341 10 LF 100 $999.00 $99.900.00 272 3341.1602 9x5 Box Culvert 3341 10 LF 100 $1,085.00 $108,500.00 _ 273 I3341.1603 9x6 Box Culvert 3341 10 LF 100 $1,100.00 $110,000400 274 3341.1604 9x7 Box Culvert 3341 10 LF 100 $1,167.00 $116a00.00 275 3341.1605 9x8 Box Culvert 3341 10 LF 100 $1.229.00 $122,900.00 276 3341.1606 9x9 Box Culvert 3341 10 LF 100 I 1$1,298.00 $129,800.00 277 3341.2001 10x4 Box Culvert 3341 10 LF 100 $1,100.00 $110.000.00 278 3341.2002 10x5 Box Culvert 3341 10 LF 100 $1,229.00 $122,900.00 279 3341.2003 10x6 Box Culvert 3341 10 LF 100 $1.251.00 $125,100.00 280 3341.2004 10x7 Box Culvert 3341 10 LF 100 $1,322.00 $132,200.00 281 3341.2005 10x8 Box Culvert 3341 10 LF 100 $1,396.00 $139,600.00 282 3341.2006 10x9 Box Culvert 3341 10 LF 100 $1.469.00 $146,900.00 283 3341.2007 10x10 Box Culvert 3341 10 LF 100 $1,535.00 $153,500.00 284 3341.2101 11x4 Box Culvert 3341 10 LF 100 I $1,251.00 $125,100.00 285 3341.2102 11x5 Box Culvert 3341 10 LF 100 $1,363.00 $136,300.00 286 3341.2103 11x6 Box Culvert 3341 10 LF 100 $1.375.00 $137,500.00 287 3341.2104 11x7 Box Culvert 3341 10 LF 100 $1,429.00 $142.900.00 288 3341.2105 11x8 Box Culvert 3341 10 LF 100 $1,504.00 $150.400.00 289 3341.2106 11x9 Box Culvert 3341 10 LF 100 $1.577.00 $157.700.00 290 3341.2107 11x10 Box Culvert 33 41 10 LF 100 $1,652.00 $165,200.00 CI'I )' OF FORT WORfH S'1:4NOAR000NMILIC'I'ION SPECIFICATION DOCIMIGNTS Its gal'9130,2021 CIT1'l1'IOR StORM ORNN IMPROI'FMFNIS Pn,tw N,,. 100w)_' Wa J'_J3 I'll) I'ROPIA. Poec 11 n1715 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project ltcm Information Biddefs Proposal Bldlist Item No. D scri Lion p Specification Section No. Unit or Measure Bid Quantity Unit Price Bid Value 291 3341.2108 11 x11 Box Culvert 3341 10 LF 100 $1.727.00 $172.700.00 292 3341.2201 12x4 Box Culvert 3341 10 LF 100 $1,405.00 $140,500.00 293 3341.2202 12x5 Box Culvert 3341 10 LF 100 $1,487.00 $148.700.00 294 3341.2203 12x6 Box Culvert 3341 10 LF 100 $1,516.00 $151,600.00 295 3341.2204 120 Box Culvert 3341 10 LF 100 $1.600.00 $160,000.00 296 3341.2205 12x8 Box Culvert 3341 10 LF 100 $1.680.00 $168.000.00 297 3341.2206 12x9 Box Culvert 3341 10 LF 100 $1,761.00 $176,100.00 298 3341.2207 12x10 Box Culvert 3341 10 LF 100 $1,840.00 $184,000.00 299 3341.2208 12x11 Box Culvert 3341 10 LF 100 $1.922.00 $192,200,00 300 3341.2209 12x12 Box Culvert 3341 10 LF 100 $1,999.00 $199,900.00 301 9999.0045 Cut in RCP Extra Depth 8' -10' 99 99 99 EA 10 $8.400.00 $84,000.00 302 9999.0046 Cut in RCP Extra Depth 10' - 15' 99 99 99 EA 10 $9.600.00 $96.000.00 303 9999.0047 Cut in RCP Extra Depth 15' or Greater 99 99 99 EA 10 $16,800.00 $168.000.00 304 _ 9999.0048 Extra trench Depth for 45-Inch pipe or less (per trench 8 Ft - 10 Ft) 99 99 99 LF 100 $100.00 $10.000.00 305 9999.0049 Extra trench Depth for 45-Inch pipe or less (per trench 10 Ft - 12 Ft) 99 99 99 LF 100 $120.00 $12.000.00 306 9999.0050 Extra trench Depth for 45-Inch pipe or less (per trench 12 Ft - 15 Ft) 99 9999 LF 100 $140.00 $14.000.00 307 9999.0051 Extra trench Depth for 48-Inch pipe or greater (per trench 8 Ft - 10 Ft) 99 99 99 LF 100 $110.00 $11,000.00 308 9999.0052 Extra trench Depth for 48-Inch pipe or greater (per trench 10 Ft - 12 Ft) 99 99 99 LF 100 $135.00 $13,500.00 309 9999.0053 Extra trench Depth for 48-Inch pipe or greater (per trench 12 Ft - 15 Ft) 99 99 99 LF 100 $150.00 $15,000.00 310 9999.0054 Extra trench Depth for box culvert (per trench 8 Ft - 10 Ft) 99 99 99 LF 100 $200.00 $20,000.00 311 9999.0055 Extra trench Depth for box culvert (per trench 10 Ft - 12 Ft) 99 99 99 LF 100 $250.00 $25.000.00 CI r%' OF FORT NORTH SIANDARDCONSI'RLICI ION SN' IFICA'I ION DOCUMENTS R,—w _0,W2I CI'I'1"WIDE STORM DRAIN 1SI11ROVESI':N'I S MmJ- M.. I001192 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 111D PROMM Pays 12or 15 Bidder's Application Pmject Item Inrormatlon Bidders Proposal Bidlim ltcm No Desniplion Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Valne 312 9999.0056 Extra trench Depth for box culvert (per trench 12 Ft - 15 Ft) 99 99 99 LF 100 $300.00 $30,000.00 313 9999.0057 Connect to Existing Pipe (18" to 27") 99 99 99 EA 2 $2,800.00 $5,600.00 314 9999.0058 Connect to Existing Pipe (30" to 48") 99 99 99 EA 2 $3,600.00 $7,200.00 315 9999.0059 Connect to Existing Pipe (54" or Larger) 99 99 99 EA 2 $6.000.00 $12,000.00 316 + 9999.0060 Connect to Existing Box Culvert (5' x 5' or Less) 999999 EA 2 I $4.300.00 $8.600.00 317 9999.0061 Connect to Existing Box Culvert (Greater than 5' x 5') 99 99 99 EA 2 $8.900.00 $17,800.00 318 3341.0101 15" HDPE Pipe (Non -Standard) 3341 11 LF 500 $147.00 $73.500.00 319 3341.0102 18" HDPE Pipe (Non -Standard) 3341 11 LF 1000 $157.00 $157,000.00 320 3341.0204 24" HDPE Pipe 3341 11 LF 1500 $181.00 $271s00.00 321 3341.0301 30" HDPE Pipe 3341 11 LF 750 $219.00 $164.250.00 322 3341.0308 36" HDPE Pipe 3341 11 LF 500 $265.00 $132 500.00 323 3341.0401 42" HDPE Pipe 3341 11 LF 500 $320.00 $160.000.00 324 3341.0408 48" HDPE Pipe 3341 11 LF 500 $362.00 $181,000.00 325 3341.0601 60" HDPE Pipe 3341 11 LF 500 $470.00 $235M0.00 326 9999.0062 15" PP Pipe 99 99 99 LF 500 $169.00 $84,500.00 327 I9999.006318" PP Pipe 99 99 99 LF 1000 $183.00 $183,000.00 328 3341.3501 24" PP Pipe 3341 13 LF 1500 $207.00 $310,500.00 329 3341.3502 30" PP Pipe 33 41 13 LF 750 0 $253.00 $189 750.00 330 3341.3503 36" PP Pipe 3341 13 I LF 500 $305.00 $152,500.00 331 3341.3504 42" PP Pipe 3341 13 LF 500 $346.00 $173.000.00 332 3341.3505 48" PP Pipe 3341 13 LF 500 $419.00 $209.500.00 333 3341.3506 60" PP Pipe 3341 13 LF 500 $531.00 $265.500.00 9999.0064 18" RCP, Class III (Point Repair < 10 LF Including Collars & 334 Connections) 99 99 99 1 EA 10 $10.300.00 $103,000.00 9999.0065 21" RCP, Class III (Point Repair < 10 LF Including Collars & 335 Connections) 99 9999 1 EA 10 $10.300.00 $103,000.00 9999.0066 24" RCP, Class III (Point Repair < 10 LF Including Collars & 336 Connections) 99 9999 EA 10 $10,600.00 $106,000.00 I9999.0067 24" RCP, Class IV (Point Repair < 10 LF Including Collars & 337 99 9999 EA 10 $10,700.00 $107,000.00 9999.0068 27" RCP, Class III (Point Repair < 10 LF Including Collars & F339Connections) Connections) 99 99 99 EA 10 $10.800.00 $108,000.00 9999.0069 27" RCP, Class IV (Point Repair < 10 LF Including Collars & Connections) gg gg gg EA 10 $10.900.00 $109,000.00 9999.0070 30" RCP, Class III (Point Repair < 10 LF Including Collars & 340 Connections) 99 9999 1 EA 10 $11.000.001 $110,000.00 CI I1'OF FOR I' 11'ORI'H S1'.1NDARO CONS'I RUC PION SPECIFICA PION DOCUTIENTS CIM11DE STORM IMUN IMPROMIFN IS Pru1a'1 N„ IM09' 0U 1241 BID PIMMS.M. P-130(li SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application hoject Item Inionnation Bidders Proposal Bidlist Item No. Description Speciricalion Section No. Unit or \leamre Bid Quantity Unit Price Bid Valuc 341 9999.0071 30" RCP, Class IV (Point Repair < 10 LF Including Collars & Connections) 999999 EA 10 $11.100.00 $111.000.00 342 9999.0072 36" RCP, Class III (Point Repair < 10 LF Including Collars & Connections) 99 99 99 EA 10 $13,600.00 $136,000.00 343 9999.0073 36" RCP, Class IV (Point Repair < 10 LF Including Collars & Connections) 999999 EA 10 $13,800.00 $138.000.00 344 9999.0074 42" RCP, Class III (Point Repair < 10 LF Including Collars & Connections) 999999 EA 10 $14.40000 $144,000.00 345 I9999.0075 42" RCP, Class IV (Point Repair < 10 LF Including Collars & Connections) 99 99 99 EA 10 $14,700.00 $147.000.00 F346 9999.0076 48" RCP, Class III (Point Repair < 10 LF Including Collars & Connections) 999999 EA 10 1 $14,800.00 $148.000.00 347 9999.0077 48" RCP, Class IV (Point Repair < 10 LF Including Collars & Connections) 999999 EA 10 $15.500.00 $155.000.00 348 9999.0078 54" RCP, Class III (Point Repair < 10 LF Including Collars & Connections) 99 99 99 EA 10 $15.400.00 $154.000.00 349 9999.0079 54" RCP, Class IV (Point Repair < 10 LF Including Collars & _LConnectionsL 999999 EA 10 $16,500.00 $165.000.00 350 9999.0080 60" RCP, Class III (Point Repair < 10 LF Including Collars & Connections) 99 99 99 EA 10 $16,100.00 $161,000.00 351 9999.0081 60" RCP, Class IV (Point Repair < 10 LF Including Collars & Connections) 99 99 99 EA 10 $17,200.00 $172.000.00 352 9999.0082 72" RCP, Class III (Point Repair < 10 LF Including Collars & Connections) 999999 EA 10 $18,200.00 $182,000.00 353 9999.0083 78" RCP, Class III (Point Repair < 10 LF Including Collars & _ Connections) 99 99 99 EA 10 $19,200.00 $192,000.00 354 9999.0084 84" RCP, Class III (Point Repair < 10 LF Including Collars & Connections) 99 99 99 EA 10 $20,700.00 $207,000.00 355 3349.0001 4' Storm Junction Box 33 49 10 EA 20 $11.000.00 $220.000.00 356 3349.0002 5' Storm Junction Box 3349 10 EA 10 $13,000.00 $130,000.00 357 3349.0003 6' Storm Junction Box 33 49 10 EA 2 $17,000.00 $34,000.00 358 3349.0105 5-Sided Manhole 33 49 10 EA 2 $16,000.00 $32.000.00 359 3349.5001 10' Curb Inlet 33 49 20 EA 20 $10,500.00 $210,000.00 360 3349.5002 15' Curb Inlet 33 49 20 EA 5 $15.000.00 $75,000.00 361 3349.5003 20' Curb Inlet 33 49 20 EA 5 $17.000.00 $85.000.00 362 3349.6001 10' Recessed Inlet 33 49 20 EA 10 $11,000.00 $110.000.00 363 3349.6002 15' Recessed Inlet 33 49 20 EA 2 $16.000.00 $32,000.00 cin OPPORIWoltIR STANDARD CONSTRU JION SPEC111CATION DOCUMENTS lien v 9,300O2l CIMVIDE STORM DR.MN ISIPROVEMENI S PrtnalW 100092 N) 12 13 OID PROPOSAI. rase 14 "1I5 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Rojeet Item Intbnnadon Bidder's Proposal Bidlist Item Desniption Specification Uoit of Bid Unit Plice Bid Value Na. Section No. Aleasulx Quamiry 364 3349.6003 20' Recessed Inlet 33 49 20 EA 2 $19,000.00 $38.000.00 365 3349.7001 4' Drop Inlet 33 49 20 EA 5 $18,000.00 $90.000.00 366 3349.7002 5' Drop Inlet 33 49 20 EA 5 $19.000.00 $95,000.00 367 3349.7003 6' Drop Inlet 33 49 20 EA 5 $20,000.00 $100,000.00 368 3349.8001 10' Type 2 Inlet 33 49 20 EA 10 $21,000.00 $zlo,000.00 369 3349.8002 15' Type 2 Inlet 33 49 20 EA 2 $29,000.00 $58,000.00 370 3349.8003 20' Type 2 Inlet 33 49 20 EA 2 $40,000.00 $80,000.00 371 3349.9001 2' Grate Inlet 33 49 20 EA 2 $9.000.00 $18,000.00 372 3349.4101 12" SET, 1 pipe 33 49 40 EA 2 $z,szs oo $5.050.00 373 3349.4102 15" SET, 1 pipe 33 49 40 EA 2 $2,465.00 $4,930.00 3349.4103 18" SET, 1 pipe 33 49 40 EA 2 $2,765.00 $5,530.00 H376 3349.4104 21" SET, 1 pipe 33 49 40 EA 2 $3.100.00 $6.200.00 3349.4105 24" SET, 1 pipe 33 49 40 EA 2 $3,125.00 $6,250.00 377 3349.4106 27" SET, 1 pipe 33 49 40 EA 2 $4,200.00 $8.400.00 378 3349.4107 30" SET, 1 pipe 33 49 40 EA 2 $4,450.00 $8,900.00 379 3349.4108 33" SET, 1 pipe 33 49 40 EA 2 $5,725.00 $11,450.00 380 3349.4109 36" SET, 1 pipe 33 49 40 EA 2 $5,725.00 $11,450.00 381 9999.0085 Cut in 4' Junction Box 99 9999 EA 2 $22.700.00 $45,400.00 382 9999.0086 Cut in 4' Junction Box w/ Extra Depth 99 9999 VF 10 $1,310.00 $13,100.00 383 9999.0087 4' Storm Junction Box (in conflict w/ Sanitary Sewer) 99 9999 EA 2 $19,600.00 $39,200.00 384 9999.0088 4' Storm Junction Box w/ Extra Depth (in conflict w/ Sanitary Sewer) 99 9999 VF 10 $1,310.00 $13,100.00 385 9999.0089 Cut in 5' Junction Box 99 9999 EA 2 $23,300.00 $46,600.00 386 9999.0090 Cut in 5' Junction Box w/ Extra Depth 99 9999 VF 10 $1.460.00 $14,600.00 387 9999.0091 Cut in 6' Junction Box 99 9999 EA 2 $34,300.00 $68.600.00 388 9999.0092 Cut in 6' Junction Box w/ Extra Depth 99 9999 VF 10 $1,680.00 $16,800.00 389 9999.0093 Additional Depth over 6 FT of Non-Std. >6 FT Dia. Manhole 99 9999 VF 20 $1,150.00 $23,000.00 390 9999.0094 Additional Depth over 6 FT of Std. 10 FT Curb Inlet (Inline) 99 9999 VF 20 _ $1,000.00 $20.000.00 391 9999.0095 Additional Depth over 6 FT of Std. 15 FT Curb Inlet (Inline) 99 9999 VF 20 $1,400.00 $28.000.00 392 9999.0096 Additional Depth over 6 FT of Std. 20 FT Curb Inlet (Inline) 99 9999 VF 20 11 $1,600.00 $32,000.00 CITY OF FOk 1%%Olt] H CTANDARI I CONS MIX I ION SPECIFICATION DOCUt.IkNl S 1IMS ,19,300.2I C, YWIDE STOR.0 DRAIN IMP90\'LAILNTS Pmj<,1 No. IM91 C 4243 UIU PROPOS:M. Page 15415 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item InI nmion Bidders Proposal Bidlist ltcm No Description Speeifimon Section No. Unit of Measure Eid Namity Unit Price Bid Value 393 9999.0097 Additional Depth over 6 FT of Std. 10 FT Recessed Inlet (Inline) 99 99 99 VF 20 $1,000.00 $20.000.00 394 9999.0098 Additional Depth over 6 FT of Std. 15 FT Recessed Inlet (Inline) 99 99 99 VF I 20 $1.400.00 $28,000.00 395 9999.0099 Additional Depth over 6 FT of Std. 20 FT Recessed Inlet (Inline) 99 99 99 VF 20 $1,600.00 $32,000.00 396 9999.0100 Additional Depth over 6 FT of Std. 4 FT Drop (4-Way) Inlet 99 99 99 VF 20 $900.00 $18.000.00 397 9999.0101 Additional Depth over 6 FT of Std. 10 FT Type 2 Inlet 99 99 99 VF 20 $1,300.00 $26,000.00 398 9999.0102 Additional Depth over 6 FT of Std. 15 FT Type 2 Inlet 99 99 99 VF 20 $1,500.00 $30,000.00 399 9999.0103 Additional Depth over 6 FT of Std. 20 FT Type 2 Inlet 199 99 99 VF I 20 $1.800.00 $36.000.00 400 9999.0104 Additional Depth over 6 FT of Std. 4 FT Dia. Manhole 99 99 99 VF 20 $425.00 $8,500.00 401 9999.0105 Additional Depth over 6 FT of Std. 5 FT Dia. Manhole 99 99 99 VF 20 $550.00 $11,000.00 402 9999.0106 Additional Depth over 6 FT of Std. 6 FT Dia. Manhole 9999 99 VF 20 $700.00 $14,000.00 403 9999.0107 Connect to Existing Inlet/Junction Box - All Sizes 9999 99 EA 6 $4.800.00 $28,800.00 404 9999.0108 Tree Protection 99 99 99 EA 10 $250.00 $2,500.00 Allowance for Sprinkler Repair Beyond Pipe Crossing (Otherwise 19999.0109 405 Considered Subsidiary to laying pipe) Use Percentage as Needed - Inspector 99 99 99 LS 1 $ 12,000.00 $ 12,000.00 verified Total Base Bidt_ $24.199,785,001 END OF SECTION CITY OF FORT WORTH STANDARD CONSWC I ION SPECIFICATION DOCUMENTS C11-1WIDE STORM DRAIN INIPRO\ EAIEMS R—1 9/10202I r,ri� � Nr,. 100092 BID BOND The American Institute of Architects, AIA Document No. A310 (February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, that we Woody Contractors. Inc. as Principal hereinafter called the Principal, and Vigilant Insurance 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 f5%1 Dollars(S-------------------- ), fathepaymmtofwhichsumwelland tmly to be made, thesaid 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 Citywide Storm Drain Improvements CiN Protect No. 100092 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 patty 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 18th day of September 2025 C H U B S Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Know All by These PYxaents. That FEDERAL INSURANCE COMPANY, an Indiana corporation, NGeANT WSMAN® COMPANY, a New Y4k RelnnMn. And PACIFIC INDEMNITY CORRANY, a WTsvmnen axpanan, da ea3n hereby amaqute am Arpint Elizabeth Gray, Charles D. Sweeney, Kyle W. Sweeney and Michael A. Sweeney of Fort Worth, Texas — mrh:¢ animus,eMlawful undertakings and In the nitrate TmIaMmglixan Fall mpuateseals maM dellvnbfaMmtheiralman.asurety mheredinrnamenvhe,bmthandansi nomags anddither\themadblgaion Inthemanuretheredif(umenthenball bonds)given of executM lathe nurse ofdalnas.aM any InswmmuammrtlngurageringtheslmS:lAlalmslltsw the modification or ahe'alm often, Instrument refenMN Insaldbdircls' dirdiMMalbtd In Wimesx Wh ..sod FMD LINSURANCEmMPANY,VIGIWMMSUMNCECUMPANY.OMPACIFICMMTYCUMPANYM1awemhe utedaManev there Prcsenrs:vkiaRxMlM1elrmNxraneseals'un tl1ixl6ndaYufSeprember,20N. e fJWAs—Yn. N9�-Ca7Jt.0� .��p_+t'y I tram M. CRNxow aJNanl Arnr:n I McArn IF ILot). \ xc I'maden 000* SrATEO NEW JERSEY CounlyoriluaercWn SS Onda I6•rbyJSeptember,2N9,befamme,aNmWPlOcafNew ,,p allyomWwn M.ChbmmmegmvnloeAtmtkcrelayWFEDERALIMURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNIFY COMPANY, the antigens which exemmad the Nlegning Pmve' J Anumry. and the real Dawn M. Chbn6 beMg by me rally swmn, am dglure am my than she it Axkiant Si reUry of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, am PACIFIC INDEMNITY COMPANY and ormw the mrpuate seals theeeW. that the man; affixed AT the furegmg Pover of Ammmey arc mch aapdiare seals and were thereur affixed by autM1mhydrand Companies: and thin she signed saki RmrerdifAtmmry m Axbmd SecretaY W And Compniesbyllim aumbrn y. and the she it aquaintMwgh Stephen M. Naney, and Imdias him to be Vitt Prcedmt ofsaid Companiaand tied the egeturedimStepllen M.Ilan", wba,•OMtu And PdiwerdifAndimey Is (nine gnWne handwrhinq W Snplen M.Naney.akiwastlereowMMbal by authority o(mkiCompnb and Indepri Presence Wadi pOTO { r MYRI4COFEWJEP >YBLIh b pu,unyp„Eyeex Juy rJ. ]J2a M%rler A CERTIFICATION Wasammbn mortunby die names W Dlnemadif FEDERAL INSURANCE COMPANY, VIGILANT INSURANCECOMPANY, and PACIFIC INDEMNITYCOMPANYm Algua L,2016, 'bSOLVln 0a JrefiYWxneunlunurluureMeP rM1en¢uYn.6ranJm btlrffiafJe Cm,IwrY ofNrulimJmaMR r¢4ruin¢imrnvc¢uJ ukrntirrmem,ml,nm,xR,k Co n,lvny mural nnir,M unlLorycwx,✓bm¢-slralr a'\Npm Catuimi (1) box W ibe Chamber Os, lYeMlm and me V4s em,ilm¢ of JennryarySkrtly axlrmhml mevmruvnyMd[m fummM1nm, fuanlonbArMf WOe GmgPny.unAn Tie valnf,M1eG:n,ryarryurwM1tmS¢ 0 1 July aPf^'ine,l anamejiH n After Company It M1m4y mJnheed a comes, am not nmentm n fur:nul At tWa f4dre Conmany. rnAn Jheeml of JheCmxunYor aM1enmtiem Onrn¢m Jhamvhtlh amen Samlh,iLnlbymMR+nmllexen'pmMJW furniWh prinlxrM1PP a(quhnmmviahtlhalWrmhr'pinGcm. O) mtlh of TeC.hlmen 0e 14NJm and We Am emadme R mMCmeany Slha,LyxhelhuYml fuanJm m mblB am Pwmn tie anormy, it of tie Co paM xWh 4n WE and mmmMYP anmhP fur and To bebaFofneConamy. under Ik sml ofnheCmpanyutllhowlre.suM1\VMmm Cmunenmuofllhe mhhmPm axneyMmalkJ in sa ii apfanmentwhom medficamnn bay"pernenlim ornaaf EWWm Conmibmm. Or rymhalr mxnA are or nPrepaannhmr wrbmnco mmm"a. WI Fatll of The Chalnen mk aealiam out The Vee PreaiMex JJe CunpvhYS M1ndryaullh,uiml draulm btlrNMAeCompany.. mdeky,e n wran6n aryuMr Wbrn of the mm�mpny MeaueM1UMYneomne Yea ed run MM1ffi of The CoConr. Inter The Gamy m rl ¢m or aM1uwSe Tom Nrimmn GPmimvaufJufimxonYaiwe m=tllleJ it Am wMm MRpmiP Oman mint Jon may be by YmualOrder eLmof Nmwm Commlatnnuby> uinofineunareRrdrhnr\Nina Cnmammt 0 IM,Ypnaureufury uIR'rauM1mpaevmneomeln6aMPtxun CummiemenmaapphmmmmmrdeMneeM join ma odix sea IuiR and Mean[JJYhe GnmloahY. myteaOml by trained Tom NrinmCmmmM1nemmrxrFmma({nGhnmm wmkleRwn FVIFII1EN REMLVER des, de 6rretleY xuoNbn mail not inteenNiubeuneumlrcnamnmrrtlM1elpe.naWaJhulryofollke,s. mmlYyeexaeJabmpt eWa[r fedurcokmlfM tM1ennpahy.uhJmtlh Le,vdhe4nalellnn and wuJmmuealfmmM1eexr2euf:nyxutlhrymTTuramnlaMyalemSewlYlblTaneJorttanl' LDawn M.Clilndi A%ivmtS le OfFEOERALl%URANCECOMPAW.VIGILMINSURAWITCOMPANY,and PACIFIC INDEMNITY COMPANY 6he'CompaNesldt hereby cenlfYtlat 01 tle blagWrg RaulutbrN:xbPnd bYthe&md WDirecmnufthe GlrrganlYYaremg nrmaaMIn Dll face andelEct. (Ip tM1eflxepmMg llmwerof Annecy ktme. men tatl NfWlfdilce Aed Nha Given under my M1andaki seak ofs.M Comp nles'at WhheM1ume Sdabn N).tNs 18th day of September, 2025. lens q. umxme: AvSalr aenulj' w-rxexvxxrvrwsYNx'm veRnermrenvrYxrcnnrrm'nrErnMl3 Mnnv usnxnxl'mERlAItmLIax.wEawl'M+us AY: M heCYhmpO}}NJ 4'aa 9L neil miterO huFMmm iFb NGPI nev tdi W43V VENDOR COMRIANCE TO STATE "W Pegs 1 a 1 SECTION 00 4337 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 wfiose 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 S. A. Nonresident bidders in the State of State Here or Blank, our principal place of business, are required to be % Here percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of State Here or Blank , 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. O BIDDER: Woody Contractors, Inc. By: Troy Woo 650 Tower Dr Kennedale, TX 76060 nature) Tide: President si Date: / �( % )5J END OF SECTION CRY OF FMT WORTH SrANDMD CONSTRUCTION SPECFICATION DOCUMENTS CRNNIDE STORM DRAIN WROVEMENrS FomR sN 09=021 Project No. 100092 0045 11 -1 BIDDERS PREQUALIFICATIONS Pagel of3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 5 have applied for prequalification by the City for the work types requiring prequalification 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven (7) days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 16 The prequalification process will establish a bid limit based on a technical evaluation and 17 financial analysis of the contractor. For example, a contractor wishing to submit bids on 18 projects to be opened on the 7th of April must file the information by the 31 st day of March 19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's 20 Prequalification Application, the following must accompany the submission. 21 a. A complete set of audited or reviewed financial statements. 22 (1) Classified Balance Sheet 23 (2) Income Statement 24 (3) Statement of Cash Flows 25 (4) Statement of Retained Earnings 26 (5) Notes to the Financial Statements, if any 27 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 28 of Incorporation, Articles of Organization, Certificate of Formation, LLC 29 Regulations, and Certificate of Limited Partnership Agreement). 30 c. A completed Bidder Prequalification Application. 31 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 32 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 33 number visit the Texas Comptroller of Public Accounts online at the 34 following web address www.window.state.tx.us/taxpermit/ and fill out the 35 application to apply for your Texas tax ID. 36 (2) The firm's e-mail address and fax number. 37 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 38 is used by the City for required reporting on Federal Aid projects. The DUNS 39 number may be obtained at www.dnb.com. 40 d. Resumes reflecting the construction experience of the principles of the firm for firms 41 submitting their initial prequalification. These resumes should include the size and 42 scope of the work performed. 43 e. Other information as requested by the City. 44 45 2. Prequalification Requirements 46 a. Financial Statements. Financial statement submission must be provided in 47 accordance with the following: 48 (1) The City requires that the original Financial Statement or a certified copy 49 be submitted for consideration. CITY OF FORT WORTH CITYWIDE STORM DRAIN IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100092 Revised August 13, 2021 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 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 CITYWIDE STORM DRAIN IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100092 Revised August 13, 2021 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to 2 perform the prequalified work types until the expiration date stated in the letter. 3 8 END OF SECTION CITY OF FORT WORTH CITYWIDE STORM DRAIN IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100092 Revised August 13, 2021 DD as 12 BID FORM Pege 1 of 1 SECTION 00 4512 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors wham they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Sewer Improvements Woody Contractors, Inc. 4/30/2026 (Sanitary) Water Improvements (Potable) Woody Contractors, Inc. 4/30/2026 Asphalt Paving - COnstructlOn/RecorIstructlOn Texas Material Group, Inc. 4/30/2026 (Less than 10,000 SY) Concrete Paving - Construction/Reconstruction Stabile& Winn, Inc. 9/30/2026 (Less than 10,000 SY) The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Woody Contractors, Inc. By: Troy Wood 650 Tower Dr Kennedale, TX 76060 (Signature) Title: President Date: 7—r /�a,j END OF SECTION CITY or FDRT wORTN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYWIDE STORM DRAIN IMPROVEMENTS FamR Iwd 09A 021 Proleot W. 10DD92 1 2 3 4 5 6 IL 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 kTz W,1536-1 WINTMOTOF COMPLIANCEWTH WORKER$ COMPENSATION LAW Page 1 or 1 SECTION 00"26 CONTRACTORCOMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amentletl. Contractorcertifiesthatit prwitlesworker's compensation insurance Coverage fair all of its Employees employed on City Project No. 100092. Contractor further Certifies that, pursuant Teas labor Code. Section AIDELO 6(b), as amentletl, it wig pi- W de W City its subcontractor's Car it cates of compliance with worker's compensation coverage. CONTRACTOR: Woody Contractors, Inc. gy, Troy Woody Company J (Please Print) 650 Tower Dr Signere: / Address tv Kennedale, TX 76060 Title: President City/Statelzip (Ples"Print) THE STATE OF TEXAS g COUNWOFTARRANT g BEFORE ME, the undersigned authority, on this day personally appeared T t4oj known t0 me to be the person whose name is subscribed to the foregoing instrument, and ackn0 edged to me that he/sh C ex Conte itth C so me as the act and deed of Waog[. Cn.rixA.,4aZ& for the purposes and consideration therein expressed and in the Capacity therein stated GIVEN UNDERMYHANDUNDERWHANDANDSEALOFOFFICEthis ' tlayoi -Sp�� zo 37 38 CITY OF FORT WORTH STANDARDCONSTRU' Revised! July 01, 2011 A Notaryf>tJ I fltltorthe Stateoi Texas w LOZ�MVELO END OFSECTION P NOYry Pagle.lMW Tam W CanmrW� Eqp W �' APK Zp. i02T IVOTARI ID tzeewiD.D DOCUMENTS CITYWIDE STORM DRAIN IMPROVEMENTS Project No.: ID0a93 005243-1 Agreement Page 1 of 9 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on November 11, 2025, is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and Woody Contractors, Inc., authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole oronly a part is generally described as follows: CITYWIDE STORM DRAIN IMPROVEMENTS City Project No.: 100092 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 Up to Two Million and 00/100 Dollars (52.000,000-00) for initial term and Up to Two Million and 00/100 Dollars ($2,000,000.00) for up to one option of renewal at the City's discretion. Art1cle4. CONTRACTTIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance within the number of days specified in each task order, plus any extension thereof allowed with Article 12 of the General Conditions. CITY OF FORT WORTH CITYWIDE STORM DRAIN IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.: 100092 Revised August 18, 2025 005243-2 Agreement Page 2 of 9 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 Three Hundred Seventy -Five and 00/100 Dollars ($375.00-for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c, Insurance Certification Form (ACORD orequivalent) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds CITY OF FORT WORTH CITYWIDE STORM DRAIN IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.: 100092 Revised August 18, 2025 005243-3 Agreement Page 3 of 9 h. Worker's Compensation Affidavit 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made apart 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 limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH CITYWIDE STORM DRAIN IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.: 100092 Revised August 18, 2025 005243-4 Agreement Page 4 of 9 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city, Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, Its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent Jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor, The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. CITY OF FORT WORTH CITYWIDE STORM DRAIN IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.: 100092 Revised August 18, 2025 005243-5 Agreement Page 5 of 9 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. 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 CITY OF FORT WORTH CITYWIDE STORM DRAIN IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.: 100092 Revises! August 18, 2025 005243-6 Agreement Page 6 of 9 company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. CITY OF FORT WORTH CITYWIDE STORM DRAIN IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.: 100092 Revised August 18, 2025 005243-7 Agreement Page 7 of 9 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 (1-9). Upon request by City, Contractor 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 all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone otherthan the City and the Contractor and there are no third -party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. CITY OF FORT WORTH CITYWIDE STORM DRAIN IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.: 100092 Revised August 18, 2025 005243-8 Agreement Page 8 of 9 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: By: 45ignaa J/'O✓1 V1'ooc%� (Printed N2dme) City of Fort Worth By: Jesica McEachern Assistant City Manager 12/05/2025 / I— Date r[5j r/Ci1T Title Attest- 6S0 Tvt far Q�, Address kaateda rs, % x City/State/Zip Jannette S. Digitally signed M Jenne11e S. Goodall Goodall Deb_ 2025.12080842:48 .0600• lannc ornnaall ritySecretary A* Vocift�OpyO a9�d a°6 1=f Qp��aev 4d t4pncEXeo�o M&C: 25-1042 Date Date:11 11 2025 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY of FORT WORTH CITYWIDE STORM DFAIN IMPROVEMENTS STANDARD CONSTRUCTION sPECIROkTION DOCUMENTS Project No.: IM092 Reeised August 18, 2025 cm a MTT Won7N Reu mgi 142025 005243-9 Apse mt Pep 9 of 9 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, Including ensuring all performance and reporting requirements. Berton Guidry 2028.11.23 18:18:58 .08'00' Berton Guidry Project Manager Approved as to Form and legality: Douglas Black (Nov26, 202516:10:45 CST) Douglas W. Black Sr. Assistant City Attorney APPROVAL RECOMMENDED: Lauren Pdeur (Nov 26, 2025 0720:26 CST) Lauren Prieur, Director Transportation & Public Works Department CU WIDESmRM GRAIN IMPROVEMOM Protect No.: 1=92 00 61 13 - 1 PERFORMANCE BOND Page I oft Bond No. K42081772 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, Woody Contractors, Inc. known as "Principal" herein 9 and Vigilant Insurance Company a corporate surety(sureties, if more than one) 10 duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or 11 more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of Texas, known as "City" herein, in the penal sum of, Two Million Dollars 13 & Zero Cents Dollars ($2,000,000.00), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, 15 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 16 presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City awarded 18 the 11" day of —November , 20 25 , which Contract is hereby referred to and made a part 19 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 20 accessories defined by law, in the prosecution of the Work, including any Change Orders, as 21 provided for in said Contract designated as Citywide Storm Drain Improvements. 22 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 23 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 24 perform the Work, including Change Orders, under the Contract, according to the plans, 25 specifications, and contract documents therein referred to, and as well during any period of 26 extension of the Contract that may be granted on the part of the City, then this obligation shall be 27 and become null and void, otherwise to remain in full force and effect. 28 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 29 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 30 Worth Division. CITY OF FORT WORTH Citywide Storm Drain Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100092 Revised December 8, 2023 Ila 61 13.2 PERFORMANCE BOND Page 2 oF2 Bond No. K42081772 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 W HEREOF, the Principal and the Surety have SIGNED and SEALED this 5 instrument by duly authorized agents and officers on this the 1214 day of November 20 25 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 n 23 24 25 26 27 28 29 30 31 3r- 33 34 35 36 37 38 39 40 41 42 43 ATT (Principal) Secretary Wim Principal WitnW Surety Elicalresh Gray PRINCIPAL: WOODY CONTRACTORS.I Address: 650 Tower Drive Kenrledale. TX 76060 SURETY VIGILANT INSURANCE COMPANY BY:�lC Signat / Kyle W. Sweeney, Attorney -in -Fact Name and Title Address: 5400 LBJ Frwv, Suite 600 Dallas TX 75740 Telephone Number. 214-754-0777 Email Address: surew(achubb.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. Cn'Y OF FORT WORIH ❑tywi& Stnrm Donn Imp runts STANBARD CONS' I' RUCTION SPECIFICATION DOCUMENTS City P"ect No IIMRH2 R Imzl December S. M23 0061 14 - 1 PAYMENT BOND Page I or Bond No. K42081772 I SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Woody Contractors, Inc. , known as "Principal" herein, 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 l 1 the laws of the State of Texas, known as "City" herein, in the penal Sum of Two Million Dollars & 12 Zero Cents Dollars ($2,000,000.00), lawful money of the United States, to be paid in Fort Worth, 13 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 14 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 15 presents: 16 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 17 11t' day of November , 20 25 , which Contract is hereby referred to and made a part hereof 18 for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other 19 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and 20 designated as Citywide Storm Drain Improvements. 21 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 22 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 23 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 24 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 25 force and effect. 26 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 27 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 28 accordance with the provisions of said statute. 29 CITY OF FORT WORTH Citywide Stonn Drain Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100092 Revised December 8, 2023 M 6114-2 PAYMENT WND Pap3of] Bond No. K42081772 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorimd agents and officers on this the 12" day of November 2025. lATTTTEEST^:. (principal) Secret Wi to Principal ATTEST: �Cu,st—l"tl. Pk�-��n.eS (Surety) Secretary Dawn M. Chloros Witness as to Surety Elimbeth Gray PRINCIPAL: WOODY CONTRACTORS. INC. BYCal VD01., 8g t Name 6dTitle Address: 650 Tower Drive Kennedale. TX 76060 SURETY VIGILANT INSURANCE COMPANY BY: Signature Kyle W. Sweeney, Anornev-in-Fact Name and Title Address: 5400 LBJ5400 LBJ Fes. Suite 600Suite 600 Dallas, TX 75240 Telephone Number: 214-754-0777 Email Address: sumtyjachubb.com Note: If signed by an officerofthe Surety, there most 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 most be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH Ciou tle Siam Drvn Impmvemma STANDARD CONSTRUCTION SPECIFICATION DOCOMFNTS City P➢feel No 100092 Revo i cvnlw k M23 0061 19- 1 MAINTENANCE BOND Page I of Bond No. K42081772 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 Woody Contractors Inc 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 I 1 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 Two Million I3 Dollars & Zero Cents Dollars ($2,000,000.00), lawful money of the United States, to be paid in 14 Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City 15 and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, 16 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 I I'" 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 Citywide Storm Drain Improvements; and 24 25 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 26 accordance with the plans, specifications and Contract Documents that the Work is and will remain 27 free from defects in materials or workmanship for and during the period of two (2) years after the 28 date of Final Acceptance of the Work by the City ("Maintenance Period"); and 29 30 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 31 receiving notice from the City of the need therefor at any time within the Maintenance Period, 32 CITY OF FORT WORTH Citywide Storm Drain Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100092 Revised December 8, 2023 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 IS 19 0061 19-2 MAINTENANCE BOND Page 2 of 3 Bond No. K42081772 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTII Citywide Storm Drain Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100092 Revised December 8, 2023 W6119-3 MAINTENANCE BOND Pow 3 or3 Bond No. K42081772 I IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 121a day of November 2025 4 5 6 7 8 9 10 11 12 13 14 15 16 17 I8 19 20 21 n 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 PRINCIPAL: WOODTCONTRAC701I.S.1N BY: �) i ATT / J � � / WoTitl (Principal) Secretary Name and Titl Address: 650 Tower Drive Kennedale. TX 76060 Principal SURETY: VIGILANT INSURANCE COMPANY i1L BY: Signature Kyle W. Sweeney, Atiomev-in-Fact ATTEST: Name and Title QGIIYT Nm. l %\.3� Address: 5400 LBJ Frwv, Suite 600 (Surety) Secretary Dawn . Chloros Dallas, TX 75240 Witness as to Surety Elizabeth Grag Telephone Number: 214J54-0777 Email Address: surety(alchubb.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 is mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Cltywi@ Slmm Quin Impmv RM STANDARD CONSTRUCTION SPECIFICATION DOC'OMENTS CmPmNo. 100092 Revoc] D=mIxr 8. M23 Policyholder Information Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Chubb's toll -free telephone number for information or to make a complaint at 1-800-36-CHUBB You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the 'Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY. - This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede llamar al numero de telefono gratis de Chubb's para informacion o para someter una queja al 1-800-36-CHUBB Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companies, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProte ction @ tdi. state. Ix, us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concei-niente a su prima o a un reclamo, debe comunicarse con el agente primero. Si no se resueve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. Form 99-10-0299 (Rev. 1-08) E=HUSe Power of Attorney Federal Insurance Company I Vigilant Insurance Can pany I Pacific Indemnity Company Westchester Fire insurance Company I ACE American insurance Company Know All byThera¢ WMM. FINK FEDERAL INSURANCECONPAW. An IMIaa corporation. VIGILAW INSUWNi COMPANY,afew York cmVonlllm IMCD'IC IND ANITY CWMY.alldwuemryarallon.WPS'rCNBY= Face IISURANCft WMVANYa1W Am AWIEEGAN MSUMNCHC MY mrymWaualllle Cunotmxv!UIN YtcayhentY doachhereby aanlhuxmtaPpobm Chades D. Sweeney, Weld W. Sweeney, Elizabeth Gray, Kyle W. Sweeney, and MichaelA. Sweeney of rat Worth, each a Ihet Uu•uMl IawN MmnYNIM m exruaundN such desipar on In Ihtr Iamz an mNNaIMM capNM uP ec cal di er b aM on Ylet Mlalr usmety lMmn or otherwise, bons and unddaung; and nher wrti8s olApmly in [M more thereof WM thin bat IMA WNw'n of exanned In the coNee ofhchisho c and am IlwtMeM ammlkn8 nr aRetkB rhesenx, cW mnvmAs mlM1e nwMkatlpn N alNatlal N ary knrmltleN refmM m In sad Iorvls or ob l8atxln m W1mar WbereuE old FIDERA.INStRANCIiCpMPANY. VIGIANr W ALRANCP COMPANY. PACMC INDMINH COMPANY, WNSTCYIENRIM YYRP MSMANCE CCWPANY MCI ACt AMP3tMAN WSL8ANC6f:OMPAXYhaneenll¢.smVedfiltl dtYblN lMse ltusmla mdallLml WNrmrpNale>Iedcan Wla b^ tlayM gLASr.1025. STATP.IM'.VEWIGASLM1' LaInyNNuleerdolt QrlMsi/^ Qry•NUILIUv.2V25beforene. July YwPm COWEI:RYand e.Ml br hcuePOltl Ihyonean Ry rMl txY an Asnsratl4aeGayuM Ulan nadM, UCAN velY. of 4tifNW:LL W5UL\hCE WSIi0.V+fi.C11MFaN1'. PAC.IFtt:INgiANnY @M1bAx,Y, WFSIYIFS'1'ERFIRF.INSURAtiC6COMY,WI vltl AS AME0.ICAN WRIiR\NCPCOMPAW old M mmmGrRu Ilxsmk allkal Ip tlxlmegNOK rowrrofAnoney me dch mlmrcesNastl ne'elhmea aRNud by amlorRYarsad Cdntpades; old Wal t NNaU.W- 0.MYlIM16 IIDfI1P'111h11C[f IRY/IaLLY yosz6Y Ib.fElrriy fbMY0011pNES0CT 6,R406 Nobry Padic cPK•nmcn•nory FkvlNiaeadolllYl by fhe PNu'dc ufOttt)ors H PM188AL IfbNNAYCECOMPANY. VIGILe.M 6ti5UWNLECOMFANY, MI PALFIC INDGABNnYCOMPANYan AuKUV 30. 30G WESR'J IRSI'L•RFING WSl!PNrCBCOH`AhYoo IX¢mber lL 2fO6:ad:NY' AMnfICN: iNBLwhNCECOMPANYm MYCh ]Q LIMN 'RBd480. by lheYAuc'YyaNh.O.xder40e ro de ereewmfnr" m Ltl dl C W..Woad.uxMVYbyArmylw,axaneY'a ztl Mlnx55nM mmuMtle: Rinechurc e:ioedYbM1, deadsuryemra WbW6elmdla W,nenfalF:illlpeT 0 elm,flM1e anlnm or neddea nM tle\1a naYbns of,MCagnl,yblleeEy vNCUmlrogmYem)'WrAIa,U'nnwmm lVrtlmlelnlfalsMCa,lrynp.anerde xalM,Aet'a:,ay:yaraMwlK. m in oreeal AmSu AmmlmYHaa Wd,efnq,eNYslndy'va,arlanllOe[mYemy WMnm rtluNmen la'aMon WlaYWtl4C orroct .uNVdeseA W,MCmrmraVle,ctc. to tle auex Cird"M the damanWK! Marie FunNNraaaxd,Teaxn xrnmalyrl,nl.ma..:n,awrller loLzx a I"M ae CCormn,ux WMYYen nlN tlx we Ndea,aWnm add ai lmlymnwlaa rMadm dmalrWax aMymy.romndMama,P mat waldie mrnw• IMNWtle cosine herd NO Pow:IndaahavYwaonm heard a. aadfWtlemaay. n:xwr 1Iewa Wmocn awanmcminMmmn Wto Caxpa,ryx nmlYesp,tllkrllnsa4xrlln, a1WYmen,.xltl, ya:NL Ila ay beygm..l VMaNm W accord (anmrlhiods orbnvtW, W one nmore Wnlxb wXLLV CfnnXmn. NI 6MI of Me Clic to 1\ai:tn zxl de Vke napalms u( tee'myip blmaG,:aul:mlzllNmdmLdVY:ldw CalgalY, wdeldn. a bMlgmzl'atlxeuwer WdV conic dVaulxthysuevwre.Nvxlmb[haVof dV lLmVanY. u:xla Ib Canpecs WA a'oftc CNd,Wd,m IanuNlmn,uafaefYnlVanSssare ylMMJnaeh .+YmnNlmalatd,Rn.Pminawa Arc he by ac brc or dxi W warm Commitments or gspNe hero Waeamaeaxum:nrwdmnurnmulnn.. (S Tleradoic tl'x,ral➢mra'ader jorthe umuYYmYwd:re, rvoan,ml orandnnnae urdelrglal parent ro ON bllax a1die son W IMCaccure my l,0yliealb f.,aldle on sW WeRal CMnanmeaxralmalpuYYlrtmaddy bn n"THERIUMILVED. and ne b AJINNP¢uluN11 end m,h¢deemetlbAemeubYxaalemerul:hePovVsab.nnlro:4>Wtlrlma.mplmmzV alerlvnunvanYx avlm WdnA,h I;wrypp.v:dweA Medic AnO msNMannaMalri nee!ad¢Wamiuel, tywammMvd dort he ardUOzllal mxdd' L Ripen It) Swlomils. AWAM1 :'e 4ay M F DRRAL OeURAM.E WNIPAW. VICII.ANr NSUMW:E COMPAWV PAUPC WMMn'Y 011,11 . WEM21EFoR John IN,A'RAWIi Cp.YA,YY and ACL'AMERCAA VeURAMS LOMP:WY QM'UNMmNdej M hic m'tfy dox to Illelor�iryl RemNtumadopmtlby'llxamnlafOlr tmxoflhe CaryMesam Vua mlmd:cotmfWlhnm ad dfey In tM lbregoM1BPovzrafANMxylsfnx.mmxtanln fWl (IMlxalddf¢t Goat inner 11Vhard and MeofcaxluwhlehoicRatwY No. ths November 12, 2025. RrcmrND 8wiedels.MsislatEenady INTNEE\ffia YUp WnH TI MNFY THEAdoItNTCPYOWTHO IxWOMWM 13nYAW'nTNiMY41TifR I4LL 56m111'ALI I aM: Tdomw(Nw1M0 i Fv4n1 2feY hind!aVep'e:iW"I fnreYM:FE0-w30.VFF'AAIG One. o-1M �. swoi m. Wm2 la�mnac] m.er r.i®rm miss ��a. m.mss,..,,w Good morning. for BOFMF K62 all i9acdre antlMBi wiN Vigiant Insurance CoMFxngs Principal: Wootly ConOeclors, Inc. Onxise: City of Fort WonM1 EBecmm Dole: 11111/2025 DenmpOon: City PrOlectNO. 1OW92-CityMtle$[wm D2in l?(:rOven¢nq, FOn Wptll,Tmi09 Bond M101m[ TM amount mentioned below mandini W re:ptl8. CoItNS. BndgiMegonec-Hone Ofce Surety Doevment IRvrecvng Asst u TLail: Bnde cted®e, O®ubb mm Own Hals ti Rd Office 900i903- R18 o908ga65o DParr:9o9y3<STB Please User_®eFnFM1 mm Mr aB BmdVaBdi Requests and Provide eoad# PleaseUse: fora Claim, -Behind RequembyEonde From: Fields, Nii 9.Nshclas Fells@fonwnMtexic gova Sent: Wednesday, November 19, 20251202 PM To: SuretyFinan aurety@Mubb cam Subject: done 11/i B CTEONPLI Bontl# K020i Go00 Morning Tine City of Forth requires bond verificafion Whole a contract can be executed. We have received! Fie MHow ng hands login WOWy ContractOm Inc., Bondff K42081712 in the a mount Ot $2,000,00.00, issued by W giland Insura nce Company for City ROlect# 1 W92 Citywide Swrin Drain Improvements. Please vedry Me bonds and conmponding amwnts are sand so we can proceed wjM awaNingthe contract to Woody CadfacMB Inc.. CERTIFICATE OF INTERESTED PARTIES FORM 1295 1di Complete Nos. 1- 4 and 6If there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, aM 6 if there are no interested parties CERTIFICATION OF FILING Certificate Number: 1 Name of business entity fit Ing form, and the city, state and country of the business entity's piece of business. 2025-1366545 Woody Contractors, Inc, Kennedale, TX Urged States lyate Filed: 2 Name of governmental entity as state agency Mat is a partyto Me contractor which the form is 09/22/2025 being pled. City of Fort Worth Date Acknowledged: 3 Provide the identification number usetl by the governmental thirty or state agency to track or Identify Me conbac4 and providea description of Me services, goods, or other property to be provided under the contract, 2025 Cgyvdde Storm 100092 Storm Drain & Street Repairs 4 Name of Interested Parry City, State, Country(piece of business) Nature of interest foreck aq plicable) Controlling Internsediaxyr Woody, Troy MANSFIELD, TX United States X Woody, Trent MANSFIELD. TX United States X 5 Check only if Mere is NO Interested Party. ❑ fi UNSWORN UEI FATION My name is -=-M, and my dam of bhth's-.-A_ My address is ,-NONNI.-rx -mm-, VSAS _ (dty) µlets) (apmde) (county) I declare under penalty of penury that the foregoing Is true and correct. Executed in uny, Slate of ZYAT on Me ZZ day of _ kmX_ZS . Immt L— (veer) 8rgna`u: d ,ee) p&d6nuacring business entity Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V4,1.0.f10d0fd5 FORT WORTH. City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: Woody Contractors, Inc. Subject of the Agreement: (ALL) Authorize Execution of a Contract with Woody Contractors, Inc. in the Amount of $2,000,000.00 for the Citywide Storm Drain Improvements Project, with a One Year Renewal Option M&C Approved by the Council? * Yes ® No ❑ If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑ No If so, provide the original contract number and the amendment number. Is the Contract "Permanent"? *Yes ® 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: 11/11/2025 Expiration Date: 11/11/2030 Ifdierentfrom the approval date. Ifopplicable. Is a 1295 Form required? * Yes El No ❑ *Ifso, please ensure it is attached to the approving M&C or ached to the contrac . Project Number: Ifapplicable. 100092 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes El 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: Citywide Storm Drain Improvements Project Construction Contract hi G'sUIiMA4f III i�N W11= 1141013 Date: To: Name Department Initials Date Out 1 Troy Woody twood}202O@aol.com Contractor 2. Berton Guidry - Signature TPW Project Mgr. 44L 11/23/2029 3. Domicile Murphy Risk Approver XL 11/23/202° 4. Thanaa Maksimos - Review TPW Program Mgr. o(�W ; 11/24/202 5. Lissette Acevedo -Review TPW Sr. CPO '(.!� 11/25/202° 6. Patricia Wadsack - Review TPW Asst. Dir. 75LW 11/25/202E 7. Lamm Prieur - Signature TPW Dir. � 11/26/202E 8. Doug Black - Signature Legal -QIL-- 11/26/202! 9. Jesica McEachem - Signature CMO CK 12/05/202° 10. Katherine Cenicola - Review CSO — 12/05/202° 11. barrette Goodall - Signature CSO 14L 12/05/202° 12. Allison Tidwell - Review CSO 12/08/202° 13. TPW SW Contracts TPW SW CC: Program Manager-Thanaa Maksimos, 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 NEXT DAY: ❑YES ®No ROUTING TO CSO: ®YES ❑No Action Reunited: ❑ Attach Signature, Initial and Notary Tabs ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File Return to: tpw sw contracts(& fortworthtexas.gov Ca11817-229-3283 with questions. Thank you!