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!