Loading...
HomeMy WebLinkAbout064497 - Construction-Related - Contract - Tiseo Paving Co.CSC No. 64497 F���'����H� CONTRACT FOR THE CONSTRUCTION OF Avondale Haslet Road City Project No.101014 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 FEBRUARY 2025 HDR TBPE Firm Registration No. F-754 17111 Preston Road, Suite 300 Dallas, TX 75248 972.960.4400 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX ��� ����� Cit of Fort Worth Y Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDt1RD CONSTRUCTION SPECIFICATION DOCiJMENTS Page 1 of 5 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 00 OS 10 Mayor and Council Communication 00 OS 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest Statement 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications 00 45 12 nn�� 00 45 26 89-43--48 00 52 43 00 61 13 00 61 14 00 61 19 00 61 25 00 72 00 00 73 00 Prequalification Statement Contractor Compliance with Workers' Compensation Law �Za;✓r_�r�.�'� Agreement Performance Bond Payment Bond Maintenance Bond Certificate of Insurance General Conditions Supplementary Conditions Division O1- General Requirements O1 11 00 Summary of Work O1 25 00 Substitution Procedures O1 31 19 Preconstruction Meeting O1 31 20 Project Meetings O1 32 16 Construction Schedule O1 32 33 Preconstruction Video O1 33 00 Submittals O1 35 13 Special Project Procedures O1 45 23 Testing and Inspection Services O1 50 00 Temporary Facilities and Controls O1 55 26 Street Use Permit and Modifications to Traffic Control O1 57 13 Storm Water Pollution Prevention Plan O1 58 13 Temporary Project Signage O1 60 00 Product Requirements O1 66 00 Product Storage and Handling Requirements O1 70 00 Mobilization and Remobilization O1 71 23 Construction Stakin� and Survey O1 74 23 Cleaning O1 77 19 Closeout Requirements O1 78 23 Operation and Maintenance Data O1 78 39 Project Record Documents Last Revised 07/O 1/2011 07/O 1/2011 02/08/2024 06/13/2025 02/24/2020 09/30/2021 09/30/2021 09/30/2021 09/30/2021 08/13/2021 09/30/2021 n�ii�� 07/O 1/2011 n� in��� 06/13/2025 12/08/2023 12/08/2023 12/08/2023 07/O 1/2011 03/08/2024 03/08/2024 Last Revised 12/20/2012 07/O 1/2011 08/17/2012 07/O 1/2011 10/06/2023 07/O 1/2011 12/20/2012 03/11/2022 03/09/2020 07/O 1/2011 03/22/2021 07/O 1/2011 07/O 1/2011 03/09/2020 07/O 1/2011 11/22/2016 02/14/2018 07/O 1/2011 03/22/2021 12/20/2012 07/O 1/2011 CITY OF FORT WORTH Avondale Haslet Road Reconstruction STANDt1RD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 101014 Revised June 13, 2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 33 - Utilities � 33 03 10 Bypass Pumping of Existin� Sewer Systems � 33 04 12 Magnesium Anode Cathodic Protection System 33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade � 33 OS 22 Steel Casing Pipe � 33 11 14 Buried Steel Pipe and Fittin�s Date Modi�ed O1/10/2025 07/18/2025 O1/10/2025 07/18/2025 07/18/2025 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: http://fortworthtexas.�ov/tpw/contractors/ or httns://auns.fortworthtexas.gov/Proi ectResources/ Division 02 - Existin� Conditions � 02 41 13 Selective Site Demolition � 02 41 14 Utility Removal/Abandonment � 02 41 15 Paving Removal Division 03 - Concrete � 03 30 00 Cast-In-Place Concrete � 03 34 13 Controlled Low Strength Material (CLSM) � 03 34 16 Concrete Base Material for Trench Repair � 03 80 00 Modifications to Existing Concrete Structures Division 26 - Electrical � 26 OS 00 Common Work Results for Electrical � �-A�A o�rioal. Fi;�s � 26 OS 33 Raceways and Boxes for Electrical Systems I'1��� TT..,7..,-,.....,,,.,7 Tl,,..�� ....,7 D.....,,�....... F,- L'1,,,..�'p-� �'�'�� ,. � I��z�v�-�v �O:YuY.U:IIJ ;1G.."" �a.,l�: T.,,.t �,.,.a,,:. Division 31- Earthwork 31 00 00 Site Clearing 31 23 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 36 00 Gabions 31 37 00 Riprap Division 32 - Exterior Improvements � 32 O1 17 Permanent Asphalt Paving Repair � 32 O1 18 Temporary Asphalt Paving Repair � 32 O1 29 Concrete Paving Repair Last Revised 03/11 /2022 12/20/2012 02/02/2016 06/13/2025 03/07/2025 12/20/2012 12/20/2012 03/ 11 /2022 , � ���� 12/20/2012 n� in�� n� i��� 03/22/2021 O 1 /28/2013 O 1 /28/2013 O 1 /28/2013 04/29/2021 12/20/2012 12/20/2012 12/20/2012 12/20/2012 06/ 13/2025 CITY OF FORT WORTH Avondale Haslet Road Reconstruction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101014 Revised June 13, 2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS Page 3 of 5 321123 321129 � ��� �� 32 12 16 32 12 73 32 13 13 32 13 20 32 13 73 � ��o 32 16 13 32 17 23 �� 32 31 13 � ��o Z'7�� 32 32 13 32 91 19 32 92 13 32 92 14 32 92 15 32 93 43 Flexible Base Courses Lime Treated Base Courses C�ic�t 'Z v�t T ; ,;,a T,-o.,�oa C,,:1 C+.,l.;l:.�o,- Asphalt Paving Asphalt Paving Crack Sealants Concrete Paving Concrete Sidewalks, Driveways and Barrier Free Ramps Concrete Paving Joint Sealants ��i�l T.J�:�it� Concrete Curb and Gutters and Valley Gutters Pavement Markings ��dtYoo iL����� Chain Fences and Gates �x�:..o �o,,,.o� .,,,a r_,,.o� iiT,.,.,] L',.,�..,.� ..,�,7 !'_..+,.� Cast-in-Place Concrete Retaining Walls Topsoil Placement and Finishing of Roadway Right-of-ways Sodding Non-Native Seeding Native Grass and Wildflower Seeding Trees and Shrubs 12/20/2012 12/20/2012 n�iio n�z n4 i��� 6/07/2024 12/20/2012 06/13/2025 12/09/2022 12/20/2012 , � ���� 12/09/2022 06/ 10/2022 iiin�� 12/20/2012 i�i��z 1 '1 /'�zzrzvizviz 06/OS/2018 03/ 11 /2022 OS/13/2021 OS/13/2021 10/06/2023 12/20/2012 Division 33 - Utilities 33 O1 30 Sewer and Manhole Testin� 33 O1 31 Closed Circuit Television (CCTV) Inspection — Sanitary Sewer 33 O1 32 Closed Circuit Television (CCTV) Inspection — Storm Drain ���o �y�;,1;e ��;r.t� 33 04 10 Joint Bonding and Electrical Isolation 33 04 ll Corrosion Control Test Stations �� nn i� �--�-zz 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Pipes 33 OS 10 Utility Trench Excavation, Embedment, and Backfill 33 OS 12 Water Line Lowering 33 OS 13 Frame, Cover and Grade Rings � ��T > > > �e 33 OS 16 Concrete Water Vaults 33 OS 17 Concrete Collars 33 OS 20 Auger Boring 33 OS 21 Tunnel Liner Plate �� nc �� c�ooi r.,�;�„ n;,..o �z 33 OS 23 Hand Tunneling 33 OS 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 OS 26 Utility Markers/Locators 33 OS 30 Location of Existing Utilities 33 11 OS Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 09/07/2018 03/ 11 /2022 12/08/2023 , � ���� 12/20/2012 12/20/2012 i�i��z 07/O 1 /2011 02/06/2013 03/ 11 /2022 06/13/2025 12/20/2012 09/09/2022 ' ---•-,;, 12/20/2012 03/ 11 /2022 12/20/2012 12/20/2012 i � i��� 12/20/2012 12/09/2022 12/20/2012 12/20/2012 12/20/2012 12/09/2022 CITY OF FORT WORTH Avondale Haslet Road Reconstruction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101014 Revised June 13, 2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS Page 4 of 5 33 11 11 33 11 12 33 11 13 �4 33 12 10 �� 33 12 20 33 12 21 33 12 25 33 12 30 33 12 40 � ��-'�o 33 12 60 Z Z�z 33 31 13 33 31 15 333120 � ��� 333122 33 31 23 33 31 50 �S 33 39 10 33 39 20 � ��o � ��no 33 39 60 33 41 10 �? 1 � i i Z 1�z 33 41 13 33 46 00 �3-4€-A� 2'2�z 33 49 10 33 49 20 33 49 40 Ductile Iron Fittings Polyvinyl Chloride (PVC) Pressure Pipe Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type R,,,-;a.a C+ool D:,,.o .,,�..a F:++;,,..� Water Services 1-inch to 2-inch T .. e �x7..�o,- T�io�o,-� Resilient Seated Gate Valve AWWA Rubber-Seated Butterfly Valves Connection to Existing Water Mains Combination Air Valve Assemblies for Potable Water Systems Fire Hydrants �ci S�s,�;�c ��ti�s Standard Blow-off Valve Assembly ��U 1S D�„o D;..e /!`TDD\ Fiberglass Reinforced Pipe for Gravity Sanitary Sewers High Density Polyethylene (HDPE) Pipe for Sanitary Sewer Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe � Earlitatr7y�e�e� � Sanitary Sewer Slip Lining Sanitary Sewer Pipe Enlargement Sanitary Sewer Service Connections and Service Line C—o�u.nat✓.^~�� �r Ea�i•.,..�, �a..,o,. �,,,.,.o ,�,r,,:�� Cast-in-Place Concrete Manholes Precast Concrete Manholes �'i✓ b��es �x�„��o.�,.,.o,. n,.,,o�� ri..,,..i.o,. ��x� n r� Liners for Sanitary Sewer Structures Reinforced Concrete Storm Sewer Pipe/Culverts u;,.t� r�or�;.., n„i�,o.i,,,io�e (�rin�� nlpo �,. e.,,,..�, r�...,;r Do;,.F ,-,.e,7 D„1.,o�L..,lo„o /CDDL'\ D;«o Polypropylene Pipe far Storm Drain Subdrainage ci,.++„a c. ,. ��::�: �sr:s �-f�::7i: ��1D� .L Cast-in-Place Manholes and Junction Boxes Curb and Drop Inlets Storm Drainage Headwalls and Wingwalls 09/20/2017 09/09/2022 03/07/2025 , � i��� 02/ 14/2017 1 � /�rc7'zvnviz 05/06/2015 04/23/2019 02/06/2013 12/20/2012 O1/03/2014 , � ���� 06/19/2013 1 � /�zzrzvnviz 12/20/2012 04/23/2019 09/09/2022 •-�-�=•- =- 12/20/2012 12/20/2012 04/26/2013 , � ���� 12/ 13/2024 12/ 13/2024 , � �,�� i�i��z 04/29/2021 07/O 1 /2011 , � ���� 1 1 / 1�� 06/ 10/2022 12/20/2012 n�/n�� n� in�T 12/ 13/2024 03/ 11 /2022 07/O 1 /2011 Division 34 - Transportation 34 41 10 Traffic Signals 34 41 10.01 Attachment A— Controller Cabinet 34 41 10.02 Attachment B— Controller Speciiication 34 41 10.03 Attachment C— Software Specification � n�i rr,,....�.,.,...,.., rr,.,. ��: � � �.. � ��. 34 41 13 Removing Traffic Signals 34 41 20 Roadway Illumination Assemblies 34 41 20.01 Arterial LED Roadway Luminaires zn n�� �..eo.�,.,., r�r� n,,.,a.�,.,,- La1'nindie�,"S 34 41 20.03 Residential LED Roadway Luminaires 03/ 11 /2022 12/18/2015 02/2012 O1/2012 iii��� 03/ 11 /2022 12/20/2012 06/15/2015 n�ii�� 06/15/2015 CITY OF FORT WORTH Avondale Haslet Road Reconstruction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101014 Revised June 13, 2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 � 34 41 30 Aluminum Signs I�n�o e;,,,.io r�„ae �;t�o,. n..�:,. r.,i.ie � 34 71 13 Traffic Control TXDOT Specificafions � Item 132 Embankment � Item 420 Concrete Substructures � Item 423 Retaining Walls � Item 450 Railing � Item 465 Junction Boxes, Manholes, and Inlets HDR Specifications � O1 35 73 � Delegated Design Procedures Appendix GC-4A 1 GC-4.02 GC-4.04 GC-4.06 GC-6.06.D GC-6.07 GC-6.09 GC-6.24 GR-01 60 00 Availability of Lands Subsurface and Physical Conditions Underground Facilities Hazardous Environmental Condition at Site Minority and Women Owned Business Enterprise Compliance Wage Rates Permits and Utilities Nondiscrimination Product Requirements END OF SECTION 11/12/2013 n� i��� 03/22/2021 N/A N/A N/A N/A N/A � 07/18/2025 CITY OF FORT WORTH Avondale Haslet Road Reconstruction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101014 Revised June 13, 2025 12/2/25, 11:21 AM CITY COUNCIL AGENDA Create New From This M&C DATE: 11/18/2025 REFERENCE NO.. **M&C 25- LOG NAME: 2020AVONDALE-TISEO 1070 PAVECO CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 10) Authorize Execution of a Contract with Tiseo Paving Co, in the Amount of $47,194,761.00 for the Avondale Haslet — Willow Creek to the City Limits at the John Day Road Project, and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2026-2030 Capital Improvement Program (2022 Bond Program) RECOMMENDATION: It is recommended that the City Council: _ �.. ��� �y � ���� �� �E>.o, � FflRT_��'Q`TH � 1. Authorize execution of a contract with Tiseo Paving Co, in the amount of $47,194,761.00 for the construction of the roadway improvements at Avondale Haslet from Willow Creek to City Limits at John Day Road project (City Project No. 101014); and 2. Adopt the attached Appropriation Ordinance adjusting estimated receipts and appropriations in the Water & Sewer Revenue Bonds Series 2023 Fund by increasing estimated receipts and appropriations in the Avondale Haslet Road project (City Project No. 101014) in the amount of $5,507,141.00 and decreasing estimated receipts and appropriations in the Water & Sewer Commercial Paper project (City Project No. UCMLPR) by the same amount, to effect a portion of Water's contribution to the Fiscal Years 2026-2030 Capital Improvement Program. DISCUSSION: This Mayor and Council Communication (M&C) seeks authorization to execute a construction contract with Tiseo Paving Co, in the amount of $47,194,761.00, for the Avondale Haslet from Willow Creek to City Limits at John Day Road project (City Project No. 101014). The contract will be funded using the 2018 and 2022 Bond Program Funds and Tarrant County 2021 Bond Funds. The project also includes the installation of a 36-inch water main from Sendera Ranch Boulevard easterly for 3,500 linear feet, as requested by the Water Department for increased water delivery in the northern sector of the city. The project was advertised for bid on June 11, 2025, and June 18, 2025, in the Fort Worth Star-Telegram. The following bids were received on August 14, 2025. Bidders Tiseo Paving Co Mario Sinacola & Sons Excavating, Inc. Idus Road & Bridge, Inc. McMahon Contracting, LP Harper Brothers Construction Ragle, Inc. McCarthy Building Companies M&C Review $47,194,761.00 $49,756,895.90 $50,481,621.56 $51,848,443.36 $53,573,117.23 $54,469,524.97 $54,862,579.69 Total Alternate B-PP $47,495,066.25 $50,042,900.90 $50,560,541.56 $51,712,368.39 $53,101,647,23 $54,548,444.97 $54,816,721.69 Jackson Construction LTD $55,901,832.50 $55,950,408.50 In an attempt to reduce the cost of the storm drain pipe that is included in the project, staff advertised the project with the option to use one of two storm drain pipe materials: Reinforced Concrete Pipe (RCP) and Polypropylene (PP). Staff recommends award of the contract with the RCP option because the cost of the PP option is higher. RCP is the most commonly used material for storm drain pipe. The following table lists available funding for the project: M8�C M&C G-19306 M&C 22-0599 M&C 25-0424 M&C 23-0944 M&C 25-0032 M&C 23-0154 M&C 20-0623 M&C 25-0419 M&C 24-0599 Fund 34018 - 2018 Bond Program Fund 34027 - 2022 Bond Program Fund 34027 - 2022 Bond Program Fund 30108 - Transportation Impact Fee Cap Fund 30108 - Transportation Impact Fee Cap Fund 34106 - Intergovernmental Contribution Fund 34107 - Tax Note 2017 Fund 34033 - Tax Notes Series 2025 Fund 56023 - W&S Rev Bonds Series 2025 Fund Total Alternate A-RCP Total $12,080,000.00 17,020,000.00 9,202,128.54 3,500,000.00 2,000,000.00 19,300,000.00 500,000.00 5,150,000.00 228,346.00 apps. cfwnet.org/council_packeUmc_review.asp?I D=33932&counci Idate=11 /18/2025 1/3 12/2/25, 11:21 AM M&C Review Total Project Funding $68,980,474.54 Funding is budgeted in the 2018 and 2022 Bond Program Funds, and in the Intergovernmental Contribution, Transportation Impact Fee Cap, Tax Notes Series 2025 Funds for the Transportation & Public Works Department for the purpose of funding the Avondale Haslet Road project. Funding is currently available in the Commercial Paper project within the W&S Rev Bond Series 2023 Fund for the purpose of funding of the Avondale Haslet Road project. In addition to the Water Department contract cost, $282,150.50 is required for project management, material testing, and inspection, and $152,184.00 is provided for project contingency. This project will have no impact on the Water DepartmenYs operating budget when completed. It is the practice of the Water Department to appropriate it's Capital Improvement Program (CIP) plan throughout the Fiscal Year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and it complies with bond covenants. The actions of this M&C will appropriate funds in support of the Water portion of the City of Fort Worth's Fiscal Years 2026- 2030 Capital Improvement Program. Appropriations for the Avondale Haslet Road project are depicted below: Fund Existing Appropriations 30106 - Intergovernmental Contribution $19,300,000.00 30108 - Transportation Impact Fee Cap $5,500,000.00 34017 - TaxNote2017 34033 - Tax Notes Series 2025 34018 - 2018 Bond Program 34027 - 2022 Bond Program 56023 - W&S Rev Bonds Series 2025 Additional Appropriations Project Total $500,000.00 $5,150,000.00 $12,080,000.00 $26,222,128,54 $228,346.00 $0.00 $19,300,000.00 $0.00 $5,500,000.00 $0.00 $500,000.00 $0.00 $5,150,000.00 $0.00 $12,080,000.00 $0.00 $26,222,128.54 $0.00 $228,346.00 56021 - W&S Rev Bonds Series 2023 $0.00 $5,507,141.00 $5,507,141.00 Project Total $68,980,474.54 $5,507,141.00 $74,487,615.54 The City's Extendable Commercial Paper (ECP) (M&C 22-0607; Ordinance 25765-08-2022) provides liquidity to support the appropriation. Available resources will be used to make any interim progress payments until the debt is issued. Once debt associated with a project is sold, debt proceeds will reimburse the interim financing source in accordance with the statement expressing official intent to reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance 25515-05-2022). The project is located in COUNCIL DISTRICT 10. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the 2018 and 2022 Bond Program Funds and in the Intergovernmental Contribution, Transportation Impact Fee Cap and Tax Notes Series 2025 Funds for the Avondale Haslet Road project, and in the Commercial Paper project within the W&S Rev Bonds Series 2023 Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Rev Bonds Series 2023 Fund for the Avondale Haslet Road project. Prior to any expenditure being incurred, the Transportation and Public Works Department and the Water Department have the responsibility of verifying the availability of funds. TO Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) Submitted for Cit�i Manaaer's Office bv_ Jesica McEachern (5804) Originating Department Head: Additional Information Contact: ATTACH M E NTS Lauren Prieur (6035) Monty Hall (8662) 101014 Man Avondale Haslet M&C.ndf (Public) 1295 Form Tiseo.pdf (CFW Internal) 2020AVONDALE-TISEO PAVECO funds avail.docx (CFW Internal) 20AVONDALE-TISEO PAVE FID TABLE WATER DEPT NN 10.15.25.xlsx (CFW Internal) ORD.APP 2020AVONDALE-TISEO PAVECO 56021 A026(R21.docx (Public) apps.cfwnet.org/council_packet/mc_review.asp?I D=33932&councildate=11 /18/2025 2/3 12/2/25, 11:21 AM SAM.GOV Tiseo.nna (CFW Internal) M&C Review apps. cfwnet.org/council_packeUmc_review.asp?I D=33932&counci Idate=11 /18/2025 3/3 000sis-i ADDENDA Page 1 of 3 SECTION 00 0515 2 3 4 5 6 7 8 9 ADDENDUM NO.1 Avondale Haslet Road City Project No. 101014 Issue Date: June 27, 2025 Bid Receipt Date: July 31, 2025 10 This addendum forms part of the Contract Documents referenced above and modifies the 11 original Contract Documents. Attach this Addendum inside the Contract Documents and 12 note receipt of this Addendum in the Bid Proposal. The submission instructions have 13 been updated to include Addendum No. 1 under the Requested Information section. 14 15 1) Summarized below are responses to questions asked during the pre-bid meeting: 16 a) Q: Is an estimated cost available? 17 A: 55.3 million 18 19 20 21 22 23 24 2s 26 27 2s 29 30 31 32 33 34 35 b) Q: Existing utility plans (franchise) show conflicts, are all conflicts shown on the existing utility plan to be relocated prior to construction or in line with the relocation schedule shown in the project manual, is there any expected utility conflicts that will not be relocated prior to construction? A: Utility relocations are ongoing. Most utilities are expected to be relocated before construction but few utilities may be relocating still at or about the end of 2025. c) Q: Is there a list of prequalified vendors the city can provide? A: Please see the public link below, also shared in public notice folder in Bonfire. *Under Contractor Prequalification (7 down) Select "Contractor Prequalification Lists" for prequalified contractors. *Under Standard Products Lists (bottom) Select "Current CFW Std Products Lists) which are usually updated monthly https://apn-us3.e- builder.net/nublic/PublicFolderView.asnx?FolderID={Od8443ae-4fl d-4cbc-95de- 4bbaca8fb8e7} 36 37 d) Q: Will the City be paying for MOH (for contractors/suppliers)? 38 A: Please bid on the items as shown, assuming no material on hand. The city is 39 open to discussing MOH with the awarded contractor after contract execution. 4o Items that may be discussed are traffic signal poles, illumination poles, and large 41 storm/water pipes. CITY OF FORT WORTH Avondale Haslet Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101014 Revised December 20, 2017 000s is-a ADDENDA Page 2 of 3 2 3 4 5 6 � 8 9 10 �� 12 13 14 15 e) Q: Is there a list of prequalified CCTV inspection companies? A: Please see the public link below, also shared in public notice folder in Bonfire. *Under Contractor Prequalification (7 down) Select "Contractor Prequalification Lists" for prequalified contractors. https://apb-us3.e- builder.net/nublic/PublicFolderView.aspx?FolderID={Od8443ae-4fl d-4cbc-95de- 4bbaca8fb8e7} � Q: What are the MWBE goals for this project? A: 15.69 % g) Q: Is there a sign-in that will be collected for the Pre-Bid Meeting on 6-24- 2025? A: Contractors can list themselves as interested contractors on Bonfire. 16 17 h) Q: Would the city consider moving the bid submission to after the TxDOT 18 August letting instead of before? 19 A: City would prefer to open bids in July but allowed more time for holiday and 2o vacation season. Low Bidder will know if they are selected within a day or two 21 of Bid. 22 23 i) Q: Are you requiring only the Prequalification Statement Sheet (00 45 12) 24 with this submittal or must the submitting firm also complete the 25 Prequalification Application (00 4513)? If we must also complete the latter, 26 does that the Prequalification Application need to be submitted separately to 27 each of the POCs listed? 28 A: Please see section Instruction to Bidders 00 21 13 3.1. There is a statement 29 there that answers a few of your questions and lists deadlines and consequences. 30 00 45 12 will need to be completed and submitted with the bid. 31 32 j) Q: Do any of the drain structures (inlets, MH's, etc.) require cast-in-place 33 Stage II tops & walls? If so, please provide the wall heights and which 34 structures they apply to. 35 A: The inlet details show a permissible construction joint with a distance to the 36 top of inlet. 37 38 39 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2017 Avondale Haslet Road City Project No. 101014 DO 0� t 5- 3 ADDENF}A Pace 3 of3 1 2 3 4 5 6 7 8 9 10 11 iT►. t3 14 �5 16 17 18 19 70 zl 22 k) Q: The Drainage Trench Details an Sheet 451 cal! aut 6" min. and l2" max bedding thicknesses for RCP and RCB. Can you please pra�ide mare speci�c bedding thicknesses based on RCP and RCS size ranges? A: It's just a range, there is na specific depth of bedding for sizes or type of pipe. Its no less than 6 incl�es but no mare than 12 inches. 2} 'the Following Bid Items iia�e been nnpacted: a} N� Bid ltems have been changed. 3} The fallowing modi�cations to the Praject Manual: a) No nyadificat'rons have been made. 4) The fallowing modifications ta the Pian Set: a} No plan sheets have been changed. END OF SECTI�N RECEIPT ACKNOWLEDGED � Fi : ,�ro1r►�-L3ro 1�2� en+ Camt�anv: `�S�P_C� '�+�i �Y1r.} (' (� J TRANSPORTATION & PUBLIC WORKS DEPARTMENT Pq vy s��w Cy Nnen Aam � Mitch Aiton �'m°�;:��,��� � �°°M���°�� � ]qS�K-]"+'6il'S2t�54P Mitch Aiton, P.E., P.M.P. Project Manager CI'I'Y OF PdRT W4RTH 3'iA?�IDARD i;ONSTRUCTIQiV SPEC1PfCA'I'iON llOCUMENTS Revised Decemtxr 2D. 2p 17 Avondale Hasict Road City Project No. i�1014 000sis-i ADDENDA Page 1 of 4 SECTION 00 0515 2 3 4 s 6 7 8 9 ADDENDUM NO. 2 Avondale Haslet Road City Project No. 101014 Issue Date: July 11, 2025 Bid Receipt Date: August 14, 2025 lo This addendum forms part of the Contract Documents referenced above and modifies the 11 original Contract Documents. Attach this Addendum inside the Contract Documents and 12 note receipt of this Addendum in the Bid Proposal. The submission instructions have 13 been updated to include Addendum No. 1 under the Requested Information section. 14 15 1) Summarized below are responses to contractor questions: 16 a) Q: Note No. 1 on Sheet 451 says that flowable fill is required to backfill 17 trenches in downtown streets. Does any of this project require the downtown 18 requirement of flowable fill? 19 A: There are no trenches on this proj ect requiring flowable fill. Downtown streets 2o flowable fill requirements are not necessary on this project. Flowable fill shall be 21 provided and installed in accordance with City Specifications and Details 22 provided in the plan set. Example of flowable fill locations within the project 23 include the CLSM specifications defined on sheets 304 & 555. 24 25 b) Q: Do any of the drain structures (inlets, MH's, etc.) require cast-in-place 26 Stage II tops & walls? If so, please provide the wall heights and which 27 structures they apply to. 28 A: The inlet details show the suggested location of the joint and depths to the top 29 of inlet. 30 31 c) Q: Sod/Seeding. There is not a pay item for sod or seed — will this be added? 32 A: Seeding item was meant to be subsidiary to Erosion Control Lump Sum Item 33 2, but Sod will now be added as a separate quantity per Spec 32 92 13 and will 34 replace seeding on the SW3P Plan sheets. 35 36 d) 3x3 Box Culvert. Bid Item 33 41 10 "3x3 Box Culvert" has a qty of 476 LF. 3� Plan sheets 405 and 412 call out a total of 567 LF. Please advise if the bid 38 item qty is correct or not. If correct then what will the called out box culverts 39 on sheets 405 and 412 be revised to? 4o A: Plan sheets are correct. Box qty will be revised to 573 LF. Plan sheets 412 and 41 413 will be revised too to account for corrected qty. CITY OF FORT WORTH Avondale Haslet Road STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 101014 Revised December 20, 2017 000s is-a ADDENDA Page 2 of 4 2 e) Q: Temp Fence. Please confirm we will not need to install any temporary 3 fence prior to removing the existing fence? 4 A: Fence qty will be added to serve as temporary fence along the north part of the 5 road from Sendera Ranch Blvd going East to near end of roadway S curve. 7 fl Q: Sheets 166,168,182 and 183 all have call outs to remove Storm Sewer 8 Boxes. There is no bid item to remove Storm Sewer Boxes. Please advice if 9 you'll be adding a bid item for this. If not then what should this be bid as? 10 A: See item I-38 for removal of storm sewer boxes. 588 LF total from the 4listed 11 plan sheets. 12 13 14 15 16 17 18 19 20 g) Q: Traffic Control — Utilities. It appears that the traffic control does not take into account utility phasing. The most complex part appears to be the phasing in regards to the Gravity Sewer, The Force main and the 9x5 Box culvert (ML1B) in the intersection of existing Avondale Haslet and the cross streets of Sendera Ranch Blvd. & Boaz Rd. It is stated to temp paving repair after utilities are installed but that is as in depth as the utilities are called out. Is this allowing us to flag traffic down to one lane or what would the traffic requirements be for this work? 21 A: The quantity for the temp paving is for the construction of utilities and the road 22 as needed. If we need to go over quantity, we can work with the selected 23 contractor as needed. The traffic control phasing generally follows the paving 24 and storm drain. If there needs to be additional traffic switches for utility 25 construction, those traffic switches are subsidiary to the existing traffic control 26 item. Avondale Haslet, Sendera Ranch and Willow Springs will need to keep a 27 lane open each direction. The remaining side streets can be closed with proper 28 detours. Streets can be flagged to one lane as needed during the day as long as 29 they have two lanes open when contractor is offsite. 30 31 h) Q: Restoration. There does not seem to be bid items for Topsoil, Seeding, and 32 Sodding. I also believe it might be necessary to have an allowance for Misc 33 Irrigation relocations. 34 A: Sod related items were meant to be subsidiary to Erosion Control Lump Sum 35 Item 2. But Sod and Topsoil items will now be added as quantity items. 36 Misc Irrigation relocations will be coordinated during construction between the 37 selected contractor and the City of Forth Worth and paid via Construction 38 Allowance. 39 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2017 Avondale Haslet Road City Project No. 101014 000515-3 ADDENDA Page 3 of 4 1 i) Q: Traffic Control — Utilities. Can you confirm if the traffic control plan has 2 to be altered to make the required utility installations that are not phased in 3 the current traffic control plans that all the necessary detour paving, detour 4 utility pipes will be paid per the unit costs included in the contract. This is 5 just to confirm that deviations from the current plan will not be a burden/ or 6 subsidiary cost to the contractor. 7 A: The quantity for the temp paving is for the construction of utilities and the road g as needed. If we need to go over quantity, we can work with the selected 9 contractor as needed. The traffic control phasing generally follows the paving lo and storm drain. If there needs to be additional traffic switches for utility 11 construction, those traffic switches are subsidiary to the existing traffic control 12 item. Avondale Haslet, Sendera Ranch and Willow Springs will need to keep a 13 lane open each direction. The remaining side streets can be closed with proper 14 detours. Streets can be flagged to one lane as needed during the day as long as 15 they have two lanes open when contractor is offsite. 16 1� j) Q: Traffic Control — Utilities. Please verify that temporary trench paving 18 repair will be paid per the traffic control bid items for 6" TY B and 2" TY D 19 HMAC. 20 A: The TCP quantities for 6" TY B and 2" TY D HMAC include temporary 21 trench repairs and temporary roadway needs to facilitate a drivable surface. 22 23 k) Q: How is the City handling the current MBE decision by council? 24 A: The city will be moving the bid opening to August 14, 2025. We expect to 25 have a council decision by August 5 and direction to Bidders shortly after. 26 27 28 29 30 CITY OF FORT WORTH Avondale Haslet Road STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 101014 Revised December 20, 2017 00QS 15-4 ,ADD�NDA Pagc 4 oF4 � 2) The Following Bid Items have been impact�,d: 2 a} Bid Table — Tt�e �id table has been revised in Bonfire to reflect the changes made 3 to the propasal forni. 4 S 5 7 s b) Bid Item 70 increas�d to 21, I 22 LF c} Bid Itern 70A added as Item 3291.4I40 Topsail fa�-13,735 CY d) Bid Item 70B added as Item 3292.OiQ0 Block Sod Placement for $2,4�G SY e} Bid Item 93 increased to 573 LF 3) The following modifications ta the Projeci Manual: g a) Detete sectian 00 ll 13 of the Project Manual and replace it with the attached lo re�ised section �0 11 I3. 1� b) Delete section 4� 42 43 of the Project Manual and replace it with the attached t2 re�vised section a4 42 43. 13 4) Tlle following modifications ta the Plan Set: l4 l5 16 I7 �S l9 24 2l 22 23 24 25 26 27 28 29 30 31 32 33 34 a) Sheet 274 — SidewalklFen�ce Details — Added prap fence informatian i} Added callouts for praposed fence points b) Sheefi 412 — Storm Drain — ModiTied length of 3x3 box cuivert i} Changed profile callaut fram 39 LF ta 4Q LF c} S�eet 413 — Stor�n Drain — Modified length of 3x3 box cul�ert i) Added profile callout of 5 LF d} Sheets 684-708 — SW3P Plan Sheet� — Revised Seeding to Sod & Topsoil i) Re�ised all callouts and legend from .Seeding &�Vatering to Sad � 6" Tops•oiI ii} Adcied Notes 6& 7 END OF S�CTIDN RECEIPT ACKN�WLEDGED Bv: C.�r r , � i cQPreStd4-n-F Comuanv: �s2.o ��vin� ('v . TRANSPOItTATIUN & PUBLIC WQRKS DEPARTMENT OIgMJy qlynw Ey At:tP.h NaY� Dli'. C=US. M i tch Ai to n�=m��:�o�� ,,o����,.��h��� �ov. o-r�Y r,f i-0nn Won,n, pu=TP'N. CN�hli:ch � n Bv: aaro xersui.ii w:3oae<sao Mitch �iton, P.E., P.M.P. Project Manager CITY O� i'QRT WOi2'I`l l Avondale llaslet Raad S'S'ANDARD CONSTi2UC71tlN SPECIFICATidN DOCUMENTS City Project No. 101014 Re��ised December2Q, 2037 000515-1 ADDENDA Page 1 of 6 2 3 4 5 6 7 8 9 SECTION 00 OS 15 ADDENDUM NO. 3 Avondale Haslet Road City Project No.101014 Issue Date: July 25, 2025 Bid Receipt Date: August 14, 2025 l0 This addendum forms part of the Contract Documents referenced above and modifies the 11 original Contract Documents. Attach this Addendum inside the Contract Documents and 12 note receipt of this Addendum in the Bid Proposal. The submission instructions have 13 been updated to include Addendum No. 3 under the Requested Information section. 14 1) Summarized below are responses to contractor questions: 15 a) Q: Reference specification 33 11 14, Part 2.2.B.2.a.1.k.2. Please allow 16 Durashield 110 as a substitute for Durashield 210 as manufactured by 17 Lifelast, Inc. 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A: See modified specification 33 11 14, revised as a part of Addendum No.3. b) Q: 33 11 14/2.2.B11— request ASTM C595 Type IL cement allowed in lieu of ASTM C150 II, in accordance with latest addendum to AWWA C205. A: See modified specification 33 11 14, revised as a part of Addendum No.3. c) Q: 33 11 14/2.2.C.4.d — request that minimum pipe wall steel thickness shall be greater of 0.250", or D/144. A: See modified specification 33 11 14, revised as a part of Addendum No.3. d) Q: 33 11 14/2.2.C.4.a — request that minimum pipe wall steel thickness shall be greater of 0.1875", or D/240. A: See modified specification 33 11 14, revised as a part of Addendum No.3. e) Q: May we respectfully request the use of 2" of Cement Mortar Bands in lieu of the Casing Spacer for the C200 Steel Pipe option? And include the proper Detail on DT-4? A: 2" Mortar Bands are acceptable in lieu of Casing Spacers. Bands shall maintain the installation tolerance as shown in Detail D 108, installed within 12" of the joint and no more than 6' apart. A Band or Spacer shall be within 6" of the casing face. See Detail D 106 for additional information. � Q: On previous experience, connecting Steel with PCCP with the proposed solution makes the Carnegie joints to sag with a result to weld up the joints. Can we propose a Built Up connection instead of the Carnegie joints? , The proposed solution will be more cost effective than procuring the Carnegies. A: See Detail D 129 of the City Standard Details. Connection to the existing Waterline shall conform to the minimum requirements as shown in D 129. CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Avondale Haslet Road City Project No. 101014 000515-2 ADDENDA Page 2 of 6 1 2 3 4 5 6 7 8 9 l0 11 12 13 14 15 16 17 18 19 20 21 22 23 g) Q: Would you allow hand tunneling for two stations for the 36" waterline. STA 0+10.00 & STA 32+35.56? A: Hand tunneling is considered an acceptable alternate; the contractor shall submit shop drawings and daily records for approval as a submittal package in accordance with City of Fort Worth Standard Specification 33 05 23 -Hand Tunneling. h) Q: Could tunnel liner plate be an approved alternate for the 54" casing where you could hand tunnel? A: Tunnel liner plate is considered an acceptable alternative; the contractor shall submit product data and shop drawings for approval as a submittal package in accordance with City of Fort Worth Standard Specification 33 OS 21 -Tunnel Liner Plate. i) J) Q: On the project plans, sheet number 550, there is a coordinate bust for the Waterline W-3. The start coordinate N:7038154.8927, E:2312996.4036 and end coordinate N:7038077.6564, E:2312970.2103 have a calculated distance of 80.989 feet. The station distance is noted as 140 feet. It is a difference of approximately 60 feet. A: Station distance as noted is correct, Northing and Easting coordinates on Sheet Number 550 have been revised as a part of Addendum No.3. Q: On sheet 544,13 of 28 for the Waterline. The horizontal elbow at station 0 +60.04 is inside a casing that is called for from station 0+42.62 to station 0+61.67. The contractor will not be able to lay a deflection inside the casing. A: See modified Sheet 544, revised as a part of Addendum No.3. Q: Are contractors "required" to bid all 3 of the waterline alternates? A: No, the contractor should bid the most cost-effective method of installation. Multiple materials for the pipeline were provided as alternates to find the best value. 24 k) 25 26 27 'r: r•. 30 31 A: Plans revised to include concrete riprap details in roadway median. See revised sheet 303 Miscellaneous Details. 32 m) Q: Bid item I209 & I210 call out Radar. City of Fort Worth has been using 33 the Iteris Hybrid Detection. Please advise to which system to bid. 34 A: We confirmed with the traffic signal department. They would like to use the 35 radar shown on the plans and bid items. 36 1) Q: Plans do not show a detail for the concrete riprap item, what depth and reinforcement should be used? CTfY OF FORT WORTH Avondale Haslet Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101014 Revised July 1, 2011 000515-3 ADDENDA Page 3 of 6 2) The Following Bid Items have been impacted: 2 3 4 5 6 7 a) Bid Table — The bid table has been revised in Bonfire to reflect the changes made to the proposal form. b) Bid Item I-53 changed from Item Code 3137.0101 and Description Concrete Riprap to 9999.PV04 5" Concrete Median. c) Bid Item I-117 description has been deleted in its entirety and replaced as follows. "8" PVC Water Pipe DR-14". 8 d) Bid Item I-159 has been added in its entirety to the bid item list. 9 e) Bid Item I-161 description has been deleted in its entirety and replaced as follows. 10 "Remove 8" PVC Water Pipe DR-14 Separate Trench". 11 fl Bid Item I-162 description has been deleted in its entirety and replaced as follows. 12 "8" PVC Water Pipe DR-14". 13 14 15 16 17 18 19 20 21 22 23 24 g) Bid Item I-171 description and specification number have been deleted in their entirety and replaced as follows. "6" Sewer Pipe PVC DR-14" and "33 11 14" respectively. h) Bid Item I-172 description and specification number have been deleted in their entirety and replaced as follows. "8" Sewer Pipe PVC SDR-26" and "33 31 20" respectively. i) Bid Item I-173 description and specification number have been deleted in their entirety and replaced as follows. "15" Sewer Pipe PVC SDR-26" and "33 31 20" respectively. j) Bid Item I-174 description and specification number have been deleted in their entirety and replaced as follows. "24" Sewer Pipe PVC ASTM F679" and "33 31 30" respectively. 25 k) Bid Item I-176 description, specification number, and quantity have been deleted 26 in their entirety and replaced as follows. "Epoxy Manhole Liner 4' Diameter 27 Manhole (Warren/Chesterton)", "33 39 60, and "135" respectively 28 1) Bid Item I-176A has been added in its entirety to the bid item list. 29 m) Bid Item I-176B has been added in its entirety to the bid item list. 30 31 32 33 34 35 36 37 38 39 n) Bid Item II-lA, Bid list item Number has been deleted in its entirety and has been replaced as follows: "II-lA*". o) Bid Item II-1B, Bid list item Number has been deleted in its entirety and has been replaced as follows: "II-1B*". p) Bid Item II-1C, Bid list item Number has been deleted in its entirety and has been replaced as follows: "II-1C*". c� Bid Item II-2A, Bid list item Number has been deleted in its entirety and has been replaced as follows: "II-2A*". r) Bid Item II-2B, Bid list item Number has been deleted in its entirety and has been replaced as follows: "II-2B*". CITY OF FORT WORTH Avondale Haslet Road STANDARD CONSTRUCTION SPECIFICATION DOCiTMENTS City Project No. 101014 Revised July 1, 2011 00OS 15-4 ADDENDA Page 4 of 6 1 2 3 4 5 6 7 8 9 10 s) Bid Item II-3A, Bid list item Number has been deleted in its entirety and has been replaced as follows: "II-3A*". t) Bid Item II-3B, Bid list item Number has been deleted in its entirety and has been replaced as follows: "II-3B*". u) Bid Item II-4A, Bid list item Number has been deleted in its entirety and has been replaced as follows: "II-4A*". v) Bid Item II-4B, Bid list item Number has been deleted in its entirety and has been replaced as follows: "II-4B*". w) Bid Item II-4C, Bid list item Number has been deleted in its entirety and has been replaced as follows: "II-4C*". 11 x) Bid Item II-14A has been added in its entirety to the bid item list. 12 y) Bid Item II-18 has been entirely deleted in its entirety. 13 z) Bid Item II-21 description and quantity have been deleted in their entirety and 14 replaced as follows: "Exploratory Excavation of Existing Utilities" and "50" 15 respectively. 16 aa) Bid Item II-23 quantity has been deleted in its entirety and replaced as follows: 17 "50." 18 bb) Bid Item II-24 quantity has been deleted in its entirety and replaced as follows: 19 "50." 2o cc) Bid Item II-29 has been entirely deleted in its entirety. 21 dd) Bid Item II-32 description has been deleted in its entirety and replaced as follows: 22 "Construction Allowance." 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 3) The following modifications to the Project Manual: a) Delete Section "00 00 00 Table of Contents" in its entirety and replace with the revised Section "00 00 00 Table of Contents", attached as a part of Addendum No.3. b) Delete Section "00 21 13 Instructions to Bidders" in its entirety and replace with the City revised Section "00 21 13 Instructions to Bidders", attached as a part of Addendum No.3. c) Delete Section "00 41 00 Bid Form" in its entirety and replace with revised Section "00 41 00 Bid Form", attached as a part of Addendum No.3. d) Delete Section "00 42 43 Proposal Form" in its entirety and replace with revised Section "00 42 43 Proposal Form", attached as a part of Addendum No.3. e) Delete Section "00 45 12 Prequalification Statement" in its entirety and replace with the revised Section "00 45 12 Prequalification Statement", attached as a part of Addendum No.3. fl Delete Section "00 45 13 Prequalification Application" in its entirety and replace with the City revised Section "00 45 13 Prequalification Application", attached as a part of Addendum No.3. g) Delete Section "00 52 43 Agreement" in its entirety and replace with the City revised Section "00 52 43 Agreement", attached as a part of Addendum No.3. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Avondale Haslet Road City Project No. 101014 000515-5 ADDENDA Page 5 of 6 1 2 3 4 5 6 7 8 9 10 11 �2 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 h) Add the following specification Section "O1 35 73 Delegated Design Procedures" in its entirety, attached as a part of Addendum No.3. i) Delete Section "33 04 12 Magnesium Anode Cathodic Protection System" in its entirety and replace with the revised Section "33 04 12 Magnesium Anode Cathodic Protection System" attached as part of Addendum No.3. j) Delete Section "33 OS 22 Steel Casing Pipe" in its entirety and replace with the revised Section "33 OS 22 Steel Casing Pipe", attached as a part of Addendum No.3. k) Delete Section "33 11 14 Buried Steel Pipe and Fittings" in its entirety and replace with the revised Section "33 11 14 Buried Steel Pipe and Fittings", attached as a part of Addendum No.3. 4) The following modifications to the Plan Set: a) Sheet 303 — Miscellaneous Details — Added Concrete Median details i) Added details and notes for concrete median b) Delete Sheet 534 — GENERAL NOTES II in its entirety and replace with the revised Sheet 534 — GENERAL NOTES II, attached as a part of Addendum No.3. c) Amend Sheet 535 — GENERAL LEGEND AND ABBREVIATIONS, delete sheet index sheet title 19, in its entirety, and replace with the as follow: "AVONDALE HASLET ROAD WATER LINE W-3 STAT 0+00 TO 1+40.00" as a part of Addendum No.3. d) Delete Sheet 536 — OVERALL CONTROL POINT/GEOTECHNICAL BORING LAYOUT in its entirety and replace with the revised Sheet 536 — OVERALL CONTROL POINT/GEOTECHNICAL BORING LAYOUT, attached as a part of Addendum No.3. e) Delete Sheet 538 — PROPERTY OWNER INFORMATION in its entirety and replace with the revised Sheet 538 — PROPERTY OWNER INFORMATION, attached as a part of Addendum No.3. � Delete Sheet 540 — OVERALL WATER LINE LAYOUT in its entirety and replace it with the revised Sheet 540 — OVERALL WATER LINE LAYOUT, attached as a part of Addendum No.3. g) Delete Sheet 542 — SEQUENCE OF CONSTRUCTION in its entirety and replace with the revised Sheet 542 — SEQUENCE OF CONSTRUCTION, attached as a part of Addendum No.3. h) Delete Sheet 544 — AVONDALE HASLET ROAD - WATER LINE W-1 - 0+00.00 TO STA 7+50 in its entirety and replace with the revised Sheet 544 — AVONDALE HASLET ROAD - WATER LINE W-1- 0+00.00 TO STA 7+50, attached as a part of Addendum No.3. i) Delete Sheet 545 — AVONDALE HASLET ROAD - WATER LINE W-1- 7+50 TO STA 15+50.00 in its entirety and replace with the revised Sheet 545 — AVONDALE HASLET ROAD - WATER LINE W-1 - 7+50 TO STA 15+50.00, attached as a part of Addendum No.3. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Avondale Haslet Road City Project No. 101014 Q005 i5-6 ftUDENi}A Page 6 oCG i 2 3 4 5 6 � 8 9 J) k) Delete Sheet 550 — AV�NDALE HASLET ROAD - WATER LLVE VV-3 - Q+Op.pp T� STA 0+76.50 in its entirety and replace with the re�ised Sheet 55d — AVUNDALE HASLET R4AD - WATER LINE W-3 - 0+�0.00 TQ STA 1+40.00, attached as a part of Addendum No.3. Delete Sheet 555 — WATER DETAIL III, delete in its entirety and repiace with the re�ised Sheet 534 — WATER DETAIL III, attached as a part of Addendum No.3. l0 END �F SECTIQI� I I RECEIPT ACKNOW EDGED TRANSPORTATION & PLTBLIC WORKS �2 � DEF11ftTMENT 13 a�.�,.�„n�., M.��.n„ � Mi#ch Aiton ��.�...�v_.���,.,�a���..,,�. OsCr. o� � �rn wmn. PJ=1 W+. ^N�urvn 14 BV: BV: �.��,^�n,�=e�x� 15 �fCar1�- $rouir , �tce�r�s�aeYt�- Mitch Ait�n, P.E., P.M.P. 16 ComvanV: � 5 2D `7r�.�1 i rlO� �, Project Manager J �� CITY OF FQAT WOR3'H Avondale Hasiet Rnad STAh'DARB CpN$T'KUCTION 5PECIFICATION DOCUM6lV7�5 Ciry Projecf No. 101014 Kecised 3uiy l, 2f}I I 000sis-i ADDENDA Page 1 of 11 1 2 3 4 5 6 7 8 SECTION 00 0515 ADDENDUM NO. 4 Avondale Haslet Road City Project No.101014 Issue Date: August 12, 2025 Bid Receipt Date: August 14, 2025 9 l0 This addendum forms part of the Contract Documents referenced above and modifies the 11 original Contract Documents. Attach this Addendum inside the Contract Documents and 12 note receipt of this Addendum in the Bid Proposal. The submission instructions have 13 been updated to include Addendum No. 4 under the Requested Information section. 14 1) Summarized below are responses to contractor questions: 15 a) Q: May the egisting topsoil be reused on the project. 16 A: Final topsoil will need to meet spec 32 91 19. 17 b) Q: All fence being removed needs to be replaced. Is the replaced fence being 18 all paid under the new fence bid item I-70. 19 A: That is correct. 2o c) 21 22 23 d) 24 25 26 27 Q: Is night work going to approved outside of 7 AM -6 PM? Per the MOT phasing requires night work per plan sheet 90. A: No nightwork is approved unless specifically asked for by the city. Q: Is pruning required on the project and can the permit be provided? A: No pruning is being asked for on this project. If it is needed later, we can add via the Construction Allowance. e) Q: Is it allowed to used F-shape barrier wall in place of LPCB? A: City would prefer to use the Low Profile Concrete Barrier. 28 fl Q: Is the Remove Misc. Concrete Structure item only for removing the wall > 29 4' that is called out for on the removal plans? Or are there any other items 30 that need to be included in this item? 31 A: That is correct, it is only for that wall called out on the removal items. 32 g) Q: Plan Sheet 178 calls out the removal of a 12" storm line that is not 33 included as a bid item. Can the city please provide a bid item for this or let 34 the contractor know where the cost should go? 35 A: The removal of the 12" storm line is included in the "Remove 15" Storm 36 Line" quantity. 37 h) Q: What is the expected daily count of trains passing through on both the 38 east and west ends of the job? What is the average duration of each train 39 while it occupies the crossing? 4o A: That information is not known by the city. CTfY OF FORT WORTH Avondale Haslet Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101014 Revised July 1, 2011 000515-2 ADDENDA Page 2 of 11 1 i) Q: Plan Sheets 167 and 168 each call out for the relocation of an existing fire 2 hydrant. Can the city please provide a bid item? 3 A: The relocation of existing fire hydrants is included in line item "3305.0101 — 4 Fire Hydrant Stem Extensions — 33 OS-14". 5 6 7 8 9 lo 11 j) Q: Could you please confirm the location of the Item 27 Remove Misc Conc Structure? A: The Misc Conc Structure removal is for the removal of the existing wall along the east side of the Kids R Kids property driveway. The smaller wall just to the east closer to the property fence is paid as a separate Item I-25. k) Q: Are 2-piece tiebars allowed in Detail D511? A: Contractor to bid the details and specifications as shown. 12 1) Q: Does the City have any property in the area for a laydown yard or batch 13 plant site? 14 A: City does not have any property in the area. 15 m) Q: The temporary shoring shown on the south side of the proposed retaining 16 wa113 aligns with the edge of proposed driveway. With the shoring being so 17 close to the edge, more existing pavement may need to be removed and 18 replaced. How will the additional removal and replacement be paid? Also the 19 existing 8" sanitary sewer line falls within the excavation of the retaining 2o wall. Will this line be relocated? 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A: Existing driveway pavement shall be sawcut at the proposed driveway tie-in, which is aligned with the wall shoring. Wall shoring shall be installed to provide sufficient and adequate support under the driveway pavement. Existing wall shall be sawcut and removed and shoring shall provide sufficient and adequate support. If there is a need to remove and replace more driveway, that can be worked out in the field with the contractor and overrun as necessary. 8" SS should have 3'+ vertical clearance to bottom of wall and shoring and shall remain in place. Caution shall be applied when constructing wall and shoring not to damage any portions of the existing sanitary sewer. n) Q: Will the contractor need to remove the existing 18" RCP shown on Sheet 406 that follows the 60° bend from the newly installed Special Junction Box? If so, can the City consider adding a bid item for this? A: Bid Item I-31 Remove 18" Storm Line quantity revised to account for the removal of the existing pipe. Revised sheet 166 of the Plans to add 18" RCP removal. CITY OF FORT WORTH Avondale Haslet Road STANDARD CONSTRUCTION SPECIFICATION DOCiTMENTS City Project No. 101014 Revised July 1, 2011 000515-3 ADDENDA Page 3 of 11 1 0) Q: Will the contractor need to remove the existing structures on Sheet 406 that 2 are located between the newly installed Special Junction Box and the existing 3 Storm Junction Structure that is to be removed? If so, can the City please add 4 bid items for this or let the contractor know what to remove and where to 5 include that cost? 6 A: Bid Item I-38 Remove Storm Sewer Box quantity revised to account for the 7 removal of the existing 2-5'x3' boxes. Only the existing 2-5'x3' boxes north of 8 and tying to the special jusbox will remain in place, as well as the existing 18" 9 RCP north of the proposed RCP connection there. Revised sheet 166 of the Plans 10 to add storm box removal. � � p) Q: There is a proposed concrete channel called out on plan sheet 439 that 12 does not have a bid item. Can the City please add a bid item for this? 13 A: Bid Item I-78A added as Item 3137.0101 Concrete Riprap to account far the 14 concrete channel. 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 (For reference, Bid Item I-53 has been renamed from 3137.0101 Concrete Riprap to 9999.PV04 5" Concrete Median within previous Addendum 3.) City Standard D-419 added to the Plans. Revised sheet 439 of the Plans to modify details of the concrete channel. c� Q: Plan Sheet 412 calls for a 20 foot Type 2 Curb at Lateral CB67. No pay item exists for a 20' Type 2. Can a pay item and detail sheet be added? A: Bid Item I-110A added as Item 3349.8003 20' Type 2 Inlet. Bid Item I-110 10' Type 2 Inlet reduced to 4 EA total quantity. Revised sheet 376 of the Plans to specify inlet CB-67 as 20' Type 2 Inlet. r) Q: Is, per design intent, wingwall and headwall lumped under the same item for "wingwall" whether FW-0, FW-S or PW-2. Is the slab at base of wingwalls also lumped under the same (per each) item? A: Wings and headwalls on each side of a culvert is considered as 1 EA "Wingwall" item. Bid Item I-116A added as Item 9999.DR07 5" Concrete Riprap to account for riprap in area within wingwalUheadwall limits. s) Q: Please confirm quantities of FW-0, FW-2 - Bid items show 3 each FW-0 and leach FW-2 while plan labels appear to be 2 of each type per sheets 368 - 360. A: Bid Item I-113 WINGWALL (FW-0)(HW=S FT) adjusted to 2 EA total. Bid Item I-114 WINGWALL (FW-S)(HW=S FT) adjusted to 2 EA total. t) Trench Safety Item 1-80 has a quantity of 12,363 LF. Bid items for RCP total to 13,9871f + box culverts for an additiona15,491 lf. Is this bid item for an exclusive group of pipe or pipe at a certain depth? If not, could trench safety be adjusted to industry standard to reflect both RCP and RCB totals at 19,4781f? A: Trench Safety item revised to 19,478 LF. CITY OF FORT WORTH Avondale Haslet Road STANDARD CONSTRUCTION SPECIFICATION DOCiTMENTS City Project No. 101014 Revised July 1, 2011 000515-4 ADDENDA Page 4 of 11 1 u) Q: Please provide more information on the Type of rock filter dam. Is it a 2 1,2,3 or 4? 3 A: Type 2 Rock Filter Dam should be used for the project. 4 v) Q: Would you consider adding a line item for the gates for bid item # I-70 the 5 6 ft Chain Link? The majority of the existing gates per the plans would need 6 to be removed and re-installed. 7 8 9 lo �� 12 13 14 �5 16 17 18 �9 20 21 22 23 24 25 26 27 2s A: Gates are to be included in the LF price of Chain Link Fence. w) Q: The supplied Addendum 3 has conflicting information on the Q/A vs the Drawing for mortar bands. The drawings from the original set and the drawing supplied with addendum 3, on sheet 109 shows 2 mortar bands per pipe. The answer to original question l.e would equate to 5 bands per pipe. Please clarify the correct count of mortar bands per pipe section. A: Pipe supplied for use in tunnel liner plate shall be supplied with 2 mortar bands per pipe. x) Q: Will the City of Fort Worth allow night concrete paving operations during the hours of 7 pm and 6 am? A: No nighttime paving is allowed. y) Q: Is the city going to consider PP pipe as an alternate to RCP on this project? A: The city will add PP Pipe as an alternate bid, the contractor is to provide a proposed price for both alternates, and the City will make a selection with the selected contractor. Alternate A will be the RCP as shown in the plans. Alternate B will be PP pipe. Any 18" and 21" pipe in the plans will be replaced with 24" PP in this option. City Standard D-404 added to the Plans. Project Manual Section "00 00 00 Table of Contents" revised to include Section "33 41 13". City Standard D-402 also added to the Plans. 29 City Standard D-403 also added to the Plans. 3o z) Q: How is the city handling the Business Equity Goal with the recent council 31 decision? 32 A: On Aug 5, City Council voted to suspend the City's Diversity and Inclusion 33 Program, effective immediately. The MWBE goal shown in the bid docs is no 34 longer applicable, and there will be no goal, nor MWBE requirements (or any 35 similar program) on this solicitation. 36 37 38 39 40 aa) Q: The flexamat details show the application of seed prior to installation of flexamat. Please confirm if the seeding is subsidiary to bid item I-116. A: Yes, seeding within Flexamat area is subsidiary to Flexamat item. CITY OF FORT WORTH Avondale Haslet Road STANDARD CONSTRUCTION SPECIFICATION DOCiTMENTS City Project No. 101014 Revised July 1, 2011 000515-5 ADDENDA Page 5 of 11 1 2 3 4 5 6 7 8 9 10 bb) Q: Temporary Shoring typically a standard bid item when used as a stabilization method between phases paid by the SF. Is this the intention as drawn on sheets: 368,369,370,386 A: Bid Item I-116B added as Item 9999.DR08 Temporary Special Shoring to account for the temporary shoring at the 3 big culverts and ML 1. cc) Q: 4' Stacked Manhole Storm Drain. This is usually a standard Fort Worth bid item that we are missing sometimes called 4' Manhole Riser, but separate from the junction boxes. A: Bid Item I-104A added as Item 3349.0104 4' Stacked Manhole to account for stacked manholes on top of RC Boxes. 11 dd) Q: Stacked Manhole on RCP. I believe these location are misinterpreted in 12 the plans. These location need to be junction boxes on RCP the stacked 13 manholes are installed on RCB. ML1 Sta 47+86 & ML1 Sta 51+31. 14 A: Sheets 395, 396 revised to remove the `Stacked MH' reference and replace it 15 with Junction boxes in plan along with extending those junction boxes to the 16 bottom of the ML 1 in profile. 17 Bid Items I-81, I-82, I-83 removed as 4', 5', 6' Manhole and Bid Items I-103A, I- 18 103B, I-103C added as Items 3349.0001, 3349.0002, 3349.0003 as 4', 5', 6' 19 Storm Junction Box, respectively. 2o ee) Q: Storm ML3 Sta 85+47. Can you confirm the intention of using a 5' 21 junction box in lieu of a 4' junction box as called out in similar situations? 22 A: Sheet 423 revised to modify the callout to STD 4' JB. 23 Junction box quantity revised to account for the change. 24 ffl Q: The Spec Book calls for fence to be replaced with like or better fence, but 25 the bid item is for chain link fence — what is correct? 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A: Fence to be replaced with chain link fence unless otherwise stated. gg) Q: If a contractor were to set up a temporary batch plant for project use, it may make delivery more feasible for larger pours than sourcing through a commercial plant. Will temporary batch plants be allowed for project purposes? If so, would the batch plant itself be subject to pre-approval by City of Fort Worth (calibrations, aggregate testing, etc.)? Would each mix design for use on a City of Fort Worth project be subject to pre-approval process for concrete mix designs? A: Temporary Batch Plants need to be applied for with the Planning and Development Department and meet their approval requirements. The City of Fort Worth needs to approve all mix designs. hh) Q: Please confirm that it is acceptable to use precast material for the storm drain inlets similarly to the storm drain manholes? A: Inlets are to be built per Spec 33 49 20 and thee details listed in the plans. CITY OF FORT WORTH Avondale Haslet Road STANDARD CONSTRUCTION SPECIFICATION DOCiTMENTS City Project No. 101014 Revised July 1, 2011 000515-6 ADDENDA Page 6 of 11 1 ii) Q: Will the bollards at the driveways at Fellowship of the Parks need to be 2 removed and replaced? If so, will a bid item be created for this work? 3 A: If we ask the contractor remove/relocate those bollards, we will add as an item 4 during construction from the construction allowance. 5 jj) Q: Will the light poles on the flagstone foundations need to be relocated at 6 the driveways of Fellowship at the Parks? If so, will a bid item be created for 7 this work? 8 A: If we ask the contractor remove/relocate those flagstone foundations, we will 9 add as an item during construction from the construction allowance. lo kk) Q: Does the COFW require 100% tie of the steel for this project in the street 11 paving? 12 A: Steel needs to meet the specs and details shown in the plans. 13 11) Q: There are some electric and none electric gates that will need to be 14 remove and relocated. Will a bid item be created for this work? 15 A: All gates will be subsidiary to the new fence item. 16 mm) Q: Is the contractor responsible for relocating the business sign and 17 flag poles at Triple C Fence or will this work be completed by property 18 owner? 19 A: No, those items are being relocated by the property owner. 2o nn) Q: Can the temporary fence be broken out into its own item? The 21 installation of the temporary fence is picked up in the fence item per an 22 addendum, but the temporary fence will have to be removed once the 23 permanent fence is in place. Will additional quantities be added to the fence 24 removal item for this work? 25 A: Please use the quantities and items shown for fence removal and installation. 26 00) Q: There are several different types of fences along the project some 27 including masonry columns. Will these columns have to be put back? Is all 28 proposed fencing going to be 6' chain linked fence no matter what the 29 existing fence material is now? 3o A: All new fence will be 6' chain link fence unless otherwise noted. Any 31 columns we ask the contractor to remove/relocate, we will add as an item during 32 construction from the construction allowance. 33 pp) Q: Will the city of Haslet allow a batch plant inside their city limits? If so, 34 what are their regulations on the required distances from another structure? 35 A: You will need to contact City of Haslet about a batch plant in their city limits. 36 qc� Q: Can the city provided a list of pre-qualified contractors for the Cathodic 37 Protection and Valve Vault Structure Adjustments? 38 A: Cathodic Protection prequalification will not be required and is removed from 39 the documents. CITY OF FORT WORTH Avondale Haslet Road STANDARD CONSTRUCTION SPECIFICATION DOCiTMENTS City Project No. 101014 Revised July 1, 2011 00OS15-7 ADDENDA Page 7 of 11 � rr) Q: Sheets 112 and 113 show temporary RCP pipe at temoprary driveway 2 accesses. Bid item I-14 has a quantity of 187 LF. The quantity of temporary 3 pipe at the driveways will exceed the bid item quantity. Please verify how the 4 temporary pipe will be paid? 5 A: Temporary pipe to be subsidiary to the project unless otherwise noted. 6 ss) Q: Casing on 36" water line. There is only bid item for 54" casing by other 7 than open cut, but many locations call out for open cut casing. can you add 8 and revise quantities into the correct bid items? 9 A: For 36" II-3A line 54" casing by other than open cut and II-3B 54" tunnel 10 liner will be reduced to 100 LF. 11 For 36" line bid item 3305.1009 54" casing by open cut 100 LF. 12 13 14 is 16 i� is i9 20 21 22 23 tt) Q: Water Line Installation. Please provide guidance on the following questions regarding water line installation,16" Steel Casing BOTOC is shown on drawings as open cut split casing. Contractor to price bore or open cut? 54" Steel Casing BOTOC is shown on drawings as open cut split casing. Contractor to price bore or open cut? 54" Steel Casing BOTOC on new 36" line is partial open cut and partial bore. Contractor to price all as bore or as blend and assume all will be paid under one bid item? 1" & 2" Water Service Bid Items appear to be on sheets 509 & 510. However, on Sheet 509, the services lines are called out as 8", with 8" vault removal (issue noted above in Demo), but bid items only exist for 1" � 2" sizes, which is the difference between a meter box and a meter vault. Please advise 24 A: Split casing 16": I-125 16" steel casing will be changed to "open cut" bid item 25 3305.1002 Split Casing 54". I-126 54" steel casing will be changed to "open cut" 26 bid item 3305.1009 54" for 36" Line. For 36" II-3A line 54" casing by other than 27 open cut and II-3B 54" tunnel liner will be reduced to 100 LF. For 36" line bid 28 item 3305.1009 54" casing by open cut 100 LF added II-6A. Water Service Lines: 29 8" PVC additions are accounted for in I-162, water service 1" and 2" are 3o separately counted in items, I-130 through I-135 respectively. 31 uu) Q: Utility Demo Questions. Please provide guidance on the following 32 questions regarding utility demo. 1003 LF of sewer abandonment from 15" — 33 24" in diameter. Bid items exist for plugs, but is the assumption that these 34 lines would be grouted in place or just cut / plugged? Plan shows, 443 LF of 35 sewer line removal but No bid item please clarify? 4 EA Sewer Manhole 36 removal — No bid item. 159 LF of water abandonment 12" in diameter. Same 37 question as above for sewer. 7 EA of Water Meter Vault Removal (8" service 38 line so assuming 8" Meter Vault) — No bid item. 2 EA of Water Meter Box 39 Removal — No bid item. 5 EA of Fire Hydrant Removal — Bid item exists for 4o new fire hydrants, so assume relocation is replacement, not re-using existing 41 materials. No bid item for removal. _,y� 43 A: 1003 LF of Sewer abandonment. As per spec 02 41 14 grouting is included in the price for abandonment. CITY OF FORT WORTH Avondale Haslet Road STANDARD CONSTRUCTION SPECIFICATION DOCiTMENTS City Project No. 101014 Revised July 1, 2011 000515-8 ADDENDA Page 8 of 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 443 LF sewer line removal. Removal Bid Items for Removal of SS lines. 0241.2012 Remove 6" Sewer Line I-35A 0241.2013 Remove 8" Sewer Line I-35B 0241.2021 Remove 24" Sewer Line I-35C Sewer MH removal. Sewer MH removals and demolition item added for both 5' and 4' manholes. 0241.2201 and 0241.2202 as per spec 02 41 14, I-44A and I-44B 159 LF of abandonment 12" Waterline. As per spec 02 41 14 grouting is included in the price for abandonment. Meter Vault Removal Added bid item for Water Vault Remova10214.1602 I-44C Meter Box Removal Water Meter box removal is done in salvage of ineter as per spec 02 41 14, added item 0241.1514 I-44D Fire hydrants. Fire hydrant bid item to be removed as relocation bid item only requires Fire hydrant stem extension Bid item as per Spec 33 OS 14 I, Deletion of Item I- 128. w) Q: Are progress schedules to be provided monthly (as stated in the contract book) or are they to provided weekly (as stated in the plans)? A: The payment process for contractors with Fort Worth requires a contractor to attach a schedule to submit a monthly invoice. Schedule submittals will not be required outside of that. ww) Q: Will City of Fort Worth allow night paving operations during the hours of 7 PM and 6 AM? A: No night time paving is allowed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Avondale Haslet Road City Project No. 101014 000515-9 ADDENDA Page 9 of 11 1 2 3 4 5 6 7 8 9 lo 11 12 xx) Q: Please consider removing the Select backfill requirement limits from the special junction structures using ML1 Sta 15+46 as an example. This cannot be completed as per details and concurrently with the traffic control plans. The structures are requesting select backfill extending from 2' outside of JB then a 1:1 slope. The outside of the junction box is drawn 7' outside of proposed traffic limits and has a proposed depth of 12' 9". Following the limits drawn exactly would have the slope excavation 8' into traffic and this would be the best scenario. Much of this work will have to be done with trench boxes so exceeding the limits of the exaction on a slope will not be a viable option for construction. You will find this is true for most if not all special junction boxes? A: Contractor can use trench boxes as needed to build special junction boxes. 13 14 1) The Following Bid Items have been impacted: 15 a) Bid Table — The bid table has been revised in Bonfire to reflect the changes made 16 to the proposal form. 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 b) Bid Item I-31 has been revised. c) Bid Items I-35A, I-35B, I-35C Remove 6", 8", 24" Sewer Line, respectively, have been added to the bid item list. d) Bid Item I-38 has been revised. e) Bid Items I-44A, I-44B, I-44C, I-44D have been added to the bid item list. � Bid Item I-78A Concrete Riprap has been added to the bid item list. g) Bid Item I-80 revised to 19,478 LF. h) Bid items I-81 through I-83 have been removed. i) Bid items I-84 through I-92 have been removed. j) Bid Items I-103A, I-103B, I-103C 4', 5', 6' Storm Junction Box, respectively, have been added to the bid item list. k) Bid Item I-104A 4' Stacked Manhole has been added to the bid item list. 1) Bid Item I-110 has been revised. m) Bid Item I-110A 20' Type 2 Inlet has been added to the bid item list. n) Bid Item I-113 has been revised. o) Bid Item I-114 has been revised. CITY OF FORT WORTH Avondale Haslet Road STANDARD CONSTRUCTION SPECIFICATION DOCiTMENTS City Project No. 101014 Revised July 1, 2011 00OS15-10 ADDENDA Page 10 of 11 1 2 3 4 5 p) Bid Item I-116A 5" Concrete Riprap has been added to the bid item list. c� Bid Item I-116B Temporary Special Shoring has been added to the bid item list. r) Bid Item I-125 has been revised to Item 3305.1002 16" Casing By Open Cut. s) Bid Item I-126 has been revised to Item 3305.1009 54" Casing By Open Cut. t) Bid item I-128 has been removed. 6 u) Bid Alternate A with Bid Items I-A-1 through I-A-9 have been added for the bid 7 plans alternate using 18" through 60" RCP Storm Drain. Contractor to provide 8 prices for both Alternate A and Alternate B. 9 v) Bid Alternate B with Bid Items I-B-1 through I-B-7 have been added for the bid 10 plans alternate using 24" through 60" PP Pipe. All 18" and 21" RCP shown will 11 be 24" PP Pipe with this option. Contractor to provide prices for both Alternate A 12 and Alternate B. 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 w) Bid Item II-3A has been revised. x) Bid Item II-3B has been revised. y) Bid Item II-6A has been added to the bid item list. 2) The following modifications to the Project Manual: a) Delete Cover Page "00 00 00_Cover" in its entirety and replace with the revised Section "00 00 00 Cover". b) Delete Section "00 00 00 Table of Contents" in its entirety and replace with the revised Section "00 00 00 Table of Contents". c) Delete Section "00 41 00_Bid Form" in its entirety and replace with the revised Section "00 41 00 Bid Form". d) Delete Section "00 42 43 Proposal Form" in its entirety and replace with revised Section "00 42 43 Proposal Form". e) Delete Section "00 45 12_Prequalification Statement" in its entirety and replace with the revised Section "00 45 12_Prequalification Statement". fl Add Section "33 41 13 Polypropylene Pipe for Storm Drain" in its entirety for Alternate B Polypropylene Pipe attached as a part of Addendum No.4. 3) The following modifications to the Plan Set: a) Sheet 2— Index of Sheets — Added new sheets i) Added City Standards b) Sheet 3— Index of Sheets — Added new sheet i) Added City Standard CITY OF FORT WORTH Avondale Haslet Road STANDARD CONSTRUCTION SPECIFICATION DOCiTMENTS City Project No. 101014 Revised July 1, 2011 oons is-ii ADI}EhDA Page t 1 of 11 I c) Sheet 166 — Removal Plan — Added drainage remavat 2 i) Added 18" Starm Line and Storm Sewer Box ren�o�ais 3 d) Sheet 376 — Inlet Calculations — Re�►�ised Inlet Type 4 i) Revised In(et CB-67 to 20-ft Type 2 inlet 5 e) Sheet 395 — Storm Drain Line ML1 Plan & Profile — Revised J�nction Sox 6 i) Re�ised junction box at Sta 47+$(.20 in plan and profile 7 � Sheet 396 — Starm Drain Line ML1 Plan & Fro�le — Revised Junction Box 8 i) Revised junction box at Sta 51+31.94 in plan and profile 9 g} Sheet 423 — Storm Drain Line ML3 Plan & Profile — Revised Junctian Box 10 i} Revised j�mction box at Sta 85+47.92 in pian � 1 h) Sheet 439 — 5pecial Chanr�ei Det�il Willaw Sgrings Road South — Revised 12 concrete channel details 13 i} Re�ised concrete channei plan and typical section details t4 z} Sheet 451A added — 33 OS 10-D402 — Emhedment for RCP Storm Se��er All 15 Sizes lb i) City Standard Detail added t7 j} Sheet 451B added — 33 05 1Q-D4a3 — Einbedment for Starm Sewer 18 Reinforced Concrete Box Al! Sizes �9 i) City Standard Detail added 2b k) Sheet 451C added — 33 OS 10-D404 — Ernbedment for Polyprapylene Storm 2l Sewer AII Sizes 22 iJ City Standard Detail added for Altemate B Poiypropylene Pipe 23 1) Sheet 4b5A added — 3137 0�-D419 — Reinforced Cancrete Riprap 24 i) City Standard Detaii added for concrete channel ?5 2b ?� ?g 29 �a 31 32 END QF SECTION RECEIPT ACKNUWLEDGED TRANSP(aRTATION & PUBLIC WORK5 DEPARTMENT _J 8v: � � � �ra � r � tc.epr�s�a�n+ Companv- 4 SQ.��Vtr1� C' � . oy�an� •�n��on nr nrvs� wa. M itch Aiton om.�^.uzsoei��s�.+s�� N�� � Mitch Aiton, P.E., P.MP. Project Manager CITY OF FpR'I' WORTH A<<ondale Haslet Road STAND,ARD CONSTRUCTIQN SPECiFICATIO%1 DOCLSivIENTS City Project No. 161Di4 Rc�ised luly 1. ?� I I 00 11 13 INVITATION TO BIDDERS Page 1 of 3 SECTION 0011 13 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of AVONDALE HASLET ROAD, CITY PROJECT NO. 101014 ("Project") will be received by the City of Fort Worth via the Procurement Portal https://fortworthtexas.bonfirehub.com/portaU?tab=oqenOnnortunities, under the respective Project unti12:00 P.M. CST, Thursday, August 14, 2025. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST at Fort Worth City Hall, 100 Fort Worth Trail, Fort Worth, Texas, Mezzanine, Room CH MZ10 12. Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https://fortworthtexas.bonfirehub.com/portaU?tab=onenOnnortunities 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 Bon%re 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://vendarsupport.gobonfire.com/hc/en- us Contact the Bon%re support team at Support@GoBonfire.com or by calling 1-800-354-8010. CITY OF FORT WORTH Avondale Haslet Road Reconstruction STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 101014 Revised 2/08/24 00 11 13 INVITATION TO BIDDERS Page 2 of 3 To get started with Bon%re, watch this five-minute training video: Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com) Ce�1�;7� 1� ] �f.Y�1:71' �L[�7�1�`.'[�] :7� The major work will consist of the (approximate) following: 97,926 CY Unclassified Excavation by Plan 18,692 CY Embankment by Plan 106,074 SY 11" Concrete Pavement 222,640 SF 4" Concrete Sidewalk 937 LF 9x5 Box Culvert 1,467 LF 8x5 Box Culvert 3,923 LF 24" RCP, Class III 3,912 LF 21" RCP, Class III PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre-qualified by the City at the time of bid opening. The procedures for qualification and pre-qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined ar obtained via the Procurement Portal httns://fortworthtexas.bonfirehub.com/nortaU?tab=onenOnnortunities, 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 httns://fortworthtexas.bonfirehub.com/nortaU?tab=onenOnnortunities, 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: June 24, 2025 TIME: 2:00 PM, CST Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY OF FORT WORTH Avondale Haslet Road Reconstruction STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 101014 Revised 2/08/24 00 11 13 INVITATION TO BIDDERS Page 3 of 3 CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. CJ�i77:71, City will award a contract to the Bidder presenting the lowest price, qualiiications and competencies considered. ADVERTISEMENT DATES June 11, 2025 June 19, 2025 END OF SECTION CITY OF FORT WORTH Avondale Haslet Road Reconstruction STANDt1RD CONSTRUCTION SPECIFICATION DOCiJMENT City Project No. 101014 Revised 2/08/24 00 21 13 INSTRUCTIONS TO BIDDERS Page 1 of 9 SECTION 00 21 13 ����l.�c������:�i.�.��:�� 1. Defined Terms 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. l. 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-qualifcation, must submit the docuxnentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven ('� calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: httns://www. fortworthtexas. eov/denartments/tpw/develonmentJcfw-denartments-tnw- contractors under Division 00 - General Conditions and as follows: CITY OF FORT WORTH Avondale Haslet Road Reconstruction STANDARD CONSTRUCTION SPECIFICATION DOCITMENT Ciry Project No. 101014 Revised/iJpdated June 13, 2025 00 21 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 3.1.1. Paving — Requirements document located at: https://apn-us3.e- builder.net/nublic/nublicLandin�.asnx?OS=4d00804b 13 3b408a85a69323548dda25 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: httns://app-us3.e- builder.net/nublic/nublicLandins.asnx?OS=e43c4239775f4b2583552c029c6a1 ed2 3.1.3. Water and Sanitary Sewer — Requirements document located at: https://ann-us3.e- builder.netlnublic/publicLandin�.asnx?OS=4fc66f�c36c4c029d542d4e55114e8d 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 Docuxnents. 3.5. OMITTED 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. CITY OF FORT WORTH Avondale Haslet Road Reconstruction STANDARD CONSTRUCTION SPECIFICATION DOCITMENT Ciry Project No. 101014 Revised/iJpdated June 13, 2025 00 21 13 INSTRUCTIONS TO BIDDERS Page 3 of 9 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. OMITTED 4.1.5. Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.6. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.7. Should perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.8. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain a11 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. CITY OF FORT WORTH Avondale Haslet Road Reconstruction STANDt1RD CONSTRUCTION SPECIFICATION DOCUMENT Ciry Project No. 101014 Revised/iJpdated June 13, 2025 00 21 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4. Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Docuxnents 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. CITY OF FORT WORTH Avondale Haslet Road Reconstruction STANDt1RD CONSTRUCTION SPECIFICATION DOCUMENT Ciry Project No. 101014 Revised/iJpdated June 13, 2025 00 21 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 51. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the proj ect. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City electrically through the Vendor Discussions section under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/qortal/?tab=openOpportunities on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications shall be posted under the respective Project via the Procurement Portal httns://fortworthtexas.bonfirehub.coxn/portaU?tab=onenOpportunities 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security CITY OF FORT WORTH Avondale Haslet Road Reconstruction STANDARD CONSTRUCTION SPECIFICATION DOCITMENT Ciry Project No. 101014 Revised/iJpdated June 13, 2025 00 21 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 71. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.OSA., 6.OSB. and 6.OSC. of the General Conditions and is supplemented in Section O1 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non-responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: httns://codelibrarv.axnle�al.com/codes/ftworth/latest/ftworth t�0-0-0-22593 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Docuxnents. CITY OF FORT WORTH Avondale Haslet Road Reconstruction STANDARD CONSTRUCTION SPECIFICATION DOCITMENT Ciry Project No. 101014 Revised/iJpdated June 13, 2025 00 21 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 12.2. All blanks on the Bid Form must be completed and the Bid Form signed electronically or signed in ink and scan. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. 123. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the parknership 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. 12.7. 12.8. 12.9. Bids by individuals shall show the Bidder's name and official address. 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. All names shall be typed or printed in ink below the signature. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal httns://fortworthtexas.bonfirehub.com/nortaU?tab=onenOnnortunities. CITY OF FORT WORTH Avondale Haslet Road Reconstruction STANDARD CONSTRUCTION SPECIFICATION DOCITMENT Ciry Project No. 101014 Revised/iJpdated June 13, 2025 00 21 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and fiirnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. CITY OF FORT WORTH Avondale Haslet Road Reconstruction STANDt1RD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 101014 Revised/iJpdated June 13, 2025 00 21 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH Avondale Haslet Road Reconstruction STANDARD CONSTRUCTION SPECIFICATION DOCITMENT Ciry Project No. 101014 Revised/iJpdated June 13, 2025 00 3s � a CONFLICT �F IIV��REST STATENlCNT Page 1 af T SECTI�N El� 35 '13 C�NF�ICT �F INTEREST STATEM�NT Each h€dder, vfferar ar respnr�den� to a City af Fo�t War#h pro�urement is required tc� �arnplete a Canflict of interest Questivnnair� ar �ertify that one is currerst and vrt file with the City 5ecretary's Office pursuant ta sfate law. If a memher of the F�rt Warth Cify Council, any ane ar more of the Cify Manager ar As�istant City Managers, or an agent of the Ciiy who exercise discr�ti�n in th� pEanning, recamrrEend'sng, selecting ar �ontracting wi#h a bidder, offeros or r�spor�dent is affiliated with y4�ar company, then a Lo�a� Gavernment Offic�� Canflic�s I]isclosure 5tatement tClS} may be required. Yvu are urged to c�rss�it with caunsel regarding the appl9cability of these forms and Local Government Code CF�apter � 76 to your �ompany. Th� referen�ed forms may be d�wniQad�d from the finks prQvided be�aw. Form CiQ (Cortfli�t af lnteresi Quss#iannaire] [state.tx.usl httqs:Jlwww. eth ics.state.Uc. us�dataltormslcon#i i�U� 35. odf � � i r-� u � C�Q Form does not ap�ly CiQ Form is an fle with City Secretary C!Q �arm is being provi+�ed to #h� City 5ecretary CIS Form does not apply C[S Form is or� File with City Secretary CfS Farm is heing pravided to the City Secretary B!C]DER: l� 52D 1�0.v�r1� C�. �.ti.Box a-toauo � �a�la S "T�. � 5 �2�"7 END ❑F SECTiQIV CITY �F F�R7 W�RTH S�'ANDARQ CONSTRt}CTI�N SPECIFlCATIQN �flCl11NEN75 Revised February 24, 2fl2Q By: e-�rA n aro 5ignature: � � L ' Titl�: 1�{C� �fesldev�-l- R»nr�dufe Ilasler RaQd Reconsri•irctioii Clry Projec� No. lfi1Ql4 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: AVONDALE HASLET ROAD RECONSTRUCTION City Project No.: 101014 Units/Sections: TRAFFIC CONTROL ITEMS, REMOVAL ITEMS, PAVING IMPROVEMENTS, RETAINING WALLS, DRAINAGE ITEMS, WATER & WASTEWATER, TRAFFIC SIGNAL AND LIGHTING, SIGNING & PAVEMENT MARKINGS, EROSION CONTROL, MISCELLANEOUS. 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between finro or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Avondale Haslet Road Reconstruction Revised 9/30/2021 City Project No. 101014 00 41 00 BID FORM Page 2 of 3 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. Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) b. Concrete paving construction/reconstruction (greater than 15,000 square yards) c. Roadway and pedestrian lighting d. Augur boring — 54-inch diameter casing and less or Tunneling — 54 inch and less e. Water Transmission/Urban/Renewal 36-inches and smaller f. Sewer Interceptors, Urban/Renewal, 24-inches and smaller g. Sanitary Sewer Manhole/Structure Interior Lining — Warren or Chesterton Coating h. CCTV inspections for various pipe sizes 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 960 calen. days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 "If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Avondale Haslet Road Reconstruction Revised 9/30/2021 City Project No. 101014 flt] 41 Oa BID FORM Paga 3 al 3 6. Totai 6id Amaun! 6.1. Bidder wili �omplete the Work in accardance with the Contract Documents for the follawing bid arrtount. In the spa�e pro�ided below, please enter fhe tatal hid amount for this project. Only tYsEs figure wii] he read pu�iiciy 6y the City at #he bid opening, 5.2. Et is u�derstoad and agreecf by ti�e Biddsr �n signing this proposal that the totaf t�i[€ arr�Qunt entsred helow is subject to verification andlar rnodificatian hy multiplying the unit bid prices far each pay it�m hy the respective estima#ed quantities shown ir� this propasal an� then tvta;ing a!i af the extended amounts. 7aia1 Bid 7. Bid Submitta� This 8id is submitted ❑n Pt��s �- ��{ i'ap�5 Respectfully submitted ey: r �5ignature} J �+rp�s�+ ]3row�n � � lc�. �re, id�3'�+ {Printed Nam�} Title:UlG2 ��'��id��Y�i�' Company: j j 52D �lhV lY1G� GD • Address: t.� � G� u5 4}U]U �D C ��Sctu.f.� '�, -� 5 l 5 p 5tate af Incorporation: }'Y�ICLvL��►� Email: C�br�}�'t�-�SPD�VIY � :[.CJirVI Phvne:�� 7 �� a,�_�i '�3 ENa �F SECTEaN �} — �i �7 , I �1 t-k ,� tn l .DC7 � �J�l�,�t�s,o�t�. aS �y the enfity named below. Receipt is acknowledged of the ir�itial followirtg Adder�da: Addendt�m Nv. 1: ��� Addendum Na. 2: �srl jAddendum �io. 3: � �Addendum A�a. 4: r� � Corporaie Sea1; CITY OF FOR7 WQRTN STA�E(]AR� CONSTRt1CiEaN SPECIFICATlQN i1DCUMEN75 R�onda7e Hasfet RoedReconsirucG'an i�evised 913�12021 City Projecf Na. i07074 004243 BID PROPOSAL Page 1 of b secnoN oo az aa PROPOSALFORM UNIT PRICE BID Project Item Infom�arion BASE BID Bidliet Item Description No. iINITI- IMPROVEMENTS GENE L I-1 0170.0100 Mobilization (5 % Maac) I-2 3125.0101 SWPPP > 1 acre I3 9999.GN01 Construction Allowance - TPW Improvements TR,�'�I �91Y�jjQL InT pMS �mt Type D f f 6 b� 3 I-5 3212.0503 6" Asphalt Base TyQe B I-6 3217A103 6" BRK Pvmt Mark'�nq HAS (}�) I-7 3217A104 6" DOT Pvmt Markinq AAS �1W� I-8 3217.0105 6" SLD Pvmt Marking Tape (w) I-9 3217.0106 6" SLD Pvmt Marking Tape (Y) I-10 3217.0501 24" SLD Pvmt Muking HAE (� I-11 3217.2103 REFL Raised Marker TY II-A-A I-12 3217.2104 REFL Raised Marker TY II-GR I-13 3217.4302 Remove 6" Pvmt Markin� I-14 3341.0103 18" RCP, ClassIII I-15 3471.0001 Traffic Control I-16 3471.0002 Portable Message Sign I-17 9999.TC01 LPCB 1'YPE I I-18 9999.TCO2 LPCB 1'YPE 2 REMOV.�I. ITEMS I-19 0241.0100 Remove Sidewalk I-20 0241.0300 Remove ADA Itzmp I-21 0241.0401 Remove Concrete Ddve I-22 0241.0402 Remove Asphalt Drive I-23 0241.0500 Remove Fence I-24 0241.0550 Remove Guazdrail I-25 0241.0600 Remove Wall <4' I-26 0241.0800 Remove Rip Rap I-27 0241.0900 Remove Misc Conc Struchue I-28 0241.1000 Remove Conc Pvmt I-29 0241.1100 Remove Asphalt Pvmt I-30 02413011 Remove 15" Storm Line I-31 0241.3013 Remove 18" Storzn Line I-32 02413014 Remove 21" Storm Line I-33 0241.3015 Remove 24" Storzn Line I-34 02413017 Remove 30" Storm Line I-35 02413023 Remove 48" Storm Line I-35A 0241.2012 Remove 6" Sewer Line I-35B 0241.2013 Remove 8" Sewer Line I-35C 0241.2021 Remove 24" Sewer Line I-36 0241.0700 Remove Mailbox I-37 02413103 21" Storm Abandonment Plug I-38 02413201 Remove Storm Sewer Box I-39 02413501 Remove Storm Juncrion Smxcture I-40 0241.4001 Remove 10' Curb Inlet I-41 0241.4002 Remove 15' Curb Inlet I-42 0241.4003 Remove 20' Curb Inlet I-43 0241.4202 Remove 5' Drop Inlet I-44 0241.4401 Remove HeadwalUSET I-44A 0241.2201 Rexnove/Demolish 4' Sewer Manhole I-44B 0241.2202 Remove/Demolish 5' Sewe� Manhole I-44C 0241.1602 Remove Concrete Wate� Vault I-44D 0241.1514 SalvaQe 2" Water Meter I-45 3110.0102 6"-12" Tree Removal I-46 3110.0103 12"-18" Tree Removal I-47 3110.0104 18"-24" Tree Removal I-48 3110.0105 24" and LarAer Tree Removal I-49 9999.RM01 Remove Gravel Drivewav P I�� 3110��O�Site CleanqP� I-51 3123.0101 Unclassified Excavarion by Plan I-52 3124.0101 Embankment by Plan I-53 9999.PV04 5" Concrete Median I-54 3211.0400 Hydrated Lime CITY OF FORT WORTH Revised 9/30/2021 DOCUMENTS Bidder's Proposal Bidder's Application Specification Section No. I Unit of I g�d QuantiTy I Unit Price I Bid Value Measure Ol 70 00 31 25 00 99 99 99 LS LS LS $1,000,000.001 $1,000,000.00 32 12 16 32 12 I6 32 17 23 32 17 23 32 17 23 32 17 23 32 17 23 32 17 23 32 17 23 32 17 23 33 41 10 34 71 13 34 71 13 99 99 99 99 99 99 02 41 13 02 41 73 02 41 13 02 41 13 02 41 13 02 41 13 02 41 13 02 41 13 02 41 13 02 41 15 02 41 I S 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 13 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 31 10 00 3t 1000 31 10 00 31 10 00 99 99 99 31 10 00 31 23 16 31 24 00 99 99 99 32 11 29 SY SY LF LF LF LF LF EA EA LF LF MO WK LF LF SF EA SF SF LF LF LF SF LS SY SY LF LF LF LF LF LF LF LF LF EA EA LF LS EA EA EA EA EA EA EA EA EA EA EA EA EA SF LS CY CY SY T'N 8,763 9,983 4,238 177 48,91 I 56,175 280 2,831 428 42,421 187 30 6 5,164 141 9,746 4 49,212 1,292 18,487 315 112 16,685 1 5,438 44,201 144 342 162 2,259 48 28 200 180 75 5 1 670 1 1 2 1 1 60 3 1 6 2 439 167 31 11 47,352 1 97,926 18,692 456 2,461 Arondale Haslet Raad Recorzrtzctiort City Projec[ No. IOIOl4 0o az a3 HID PROPOSAL Page 2 of 6 UNIT PRICE BID secnoN oo as aa PROPOSALFORM Specification Section No. 32 11 29 32 12 16 32 12 16 32 13 13 32 13 13 32 13 20 32 13 20 32 13 20 32 13 20 32 13 20 32 13 20 32 13 20 32 13 20 32 13 20 32 16 13 32 31 13 32 91 19 32 92 13 99 99 99 99 99 99 99 99 99 Unit of Measure SY SY SY SY SY SF SF SF SF EA EA EA EA EA LF LF CY SY EA LF CY Bidder's Application �BASE BID Bidlist ltem Description No. I-55 3211.0502 8" Lune Treatment I-56 3212.0303 3" Asphalt Pvmt Type D I-57 3212.0504 7" Asphalt Base Type B I-58 3213.0106 11" Conc Pvmt I-59 3213.0206 11" Conc Pvmt HES i-60 3213.0301 4" Conc Sidewalk I-61 3213.0311 4" Conc Sidewalk, Adjacent to Curb � I-62 3213.0321 Conc Sidewalk, Adjacent to Ret Wall � I-63 3213.0401 6" Concrete Dnveway � I-64 3213.0502 Bamer Free Ramp, Type U-1 � I-65 3213.0504 Bamer Free Ra.mp, Type M-2 � I-66 3213.0506 Bamer Free Raxnp, Type P-1 � I-67 3213.0507 Barrier Free Raxnp, Type P-2 � I-68 3213.0510 Barrier Free Ramp, Type C3 � I-69 3216A101 6" Conc Curb and Gutter � I-70 3231A113 6'ChainLink,Steel � I-70A 3291.0100 Topsoil � I-70B 3292.0100 Block Sod Placement � I-71 9999.PV01 Install Mailbox � I-72 9999.PV02 Rail (T'Y C221) � I-73 9999.PV03 CL C Conc (Rail Foundation) I�'rnm'' Nc wnLLs � I-74 3213.0322 Conc Curb at Back of Sidewalk � I-75 3232.0100 Conc Ret Wall Adjacent to Sidewalk � I-76 3232.0203 TxDOT Std Ret Wall - RW 1(L) C � I-77 9999.WL01 RAIL(TYC221) �DRAINA s� ITEMS I I-78 3136.0102 Twisted Gabions � I-78A 3137.0101 Concrete Riprap � I-79 3137.0104 Medium Stone Riprap, dry � I-80 3305.0109 Trench Safety � I-81 DELETED � I-82 DELETED � I-83 DELETED � I-84 DELETED � I-85 DELETED � I-86 DELETED � I-87 DELETED � I-88 DELETED � I-89 DELETED � I-90 DELETED � I-91 DELETED � I-92 DELETED � I-93 3341.1002 3x3 Box Culvert � I-94 3341.1102 4x3 Box Culvert � I-95 3341.1201 5x3 Box Culvert � I-96 3341.1203 Sx5 Box Culvert � I-97 3341.1304 6x5 Box Culvert � I-98 3341.1402 7x4 Box Culvert � I-99 3341.1403 7x5 Box Culvert � I-100 3341.1502 Sx5 Box Culvert � I-101 3341.1601 9x4 Box Culvert � I-102 3341.1602 9x5 Box Culvert � I-103 3341.2001 10x4 Box Culvert � I-103A 3349.0001 4' Storm Junction Box � I-103B 3349.0002 5' Storm Junction Box � I-103C 3349.0003 6' Storm Junction Box � I-104 3349.0006 Storm Junction Structure � I-104A 3349.0104 4' Stacked Manhole � I-105 3349.5001 10' Curb Inlet � I-106 3349.5002 15' Curb Inlet � I-107 3349.5003 20' Curb Inlet � I-108 3349.7002 5' Drop Inlet � I-109 3349.7003 6' Drop Inlet � I-110 3349.8001 10' Type 2 Inlet � I-110A 3349.8003 20' Type 2 Inlet Project Item Informa[ion IBidder's Proposal Bid Quantity Unit Price Bid Value 115,892 3,256 3,256 106,074 405 222,640 8,757 2,965 55,150 6 1 50 4 1 1,171 21,122 13,735 82,406 5 460 as 32 13 20 LF 92 32 32 13 SF 554 32 32 13 SF 172 99 99 99 LF 32 31 36 00 CY 9 31 37 00 SY 197 31 37 00 SY 564 33 05 10 LF i9,4�e 33 41 10 33 41 10 33 41 10 33 41 10 33 41 10 33 41 10 33 41 10 33 41 10 33 41 10 33 41 10 33 41 10 33 49 10 33 49 10 33 49 10 33 49 10 33 49 10 33 49 20 33 49 20 33 49 20 33 49 20 33 49 20 33 49 20 33 49 20 LF LF LF LF LF LF LF LF LF LF LF EA EA EA LS EA EA EA EA EA EA EA EA 573 zoz 338 385 191 374 165 1,467 459 937 400 19 7 5 5 4 60 12 4 6 6 4 1 CITY OF F02T WORTH STAiJDARD CONSTRUCTION SPECIFICATION DOCUMENTS Awndale Hulet Rood Recauhuction Revised 9/30/2021 Ciry Projec( No. /0l014 0o az a3 HID PROPOSAL Page 3 of 6 UNIT PRICE BID secnoN oo as aa PROPOSALFORM Project Item Informa[ion �BASE BID � Bidlist ltem Description No. � I-111 9999.DR01 5x2 Box Culvert � I-112 9999.DR02 Custom Headwall � I-113 9999.DR03 WINGWALL (FW - 0) (HW=5 FT) � I-114 9999.DR04 WINGWALL (FW - S) (HW=5 FT) � I-115 9999.DR05 WINGWALL (PW - 2) (HW=5 FT) � I-116 9999.DR06 RIPRAP (SPECIAL) FLEXMAT � I-116A 9999.DR07 5" Concrete Riprap � I-116B 9999.DR08 Te�]�Qrary Special Shorinp IWATER a�c WASTEWA'1'Ek � � I-117 3311.0261 8" PVC Water Pipe DR-14 � I-118 0241.1302 Remove 6" Water Valve and Salvage � I-119 0241.1303 Remove 8" Water Valve and Salvage � I-120 � I-121 � I-122 � I-123 � I-124 � I-125 � I-126 � I-127 � I-128 � I-129 � I-130 � I-131 � I-132 � I-133 � I-134 � I-135 � I-136 � I-137 � I-138 � I-139 � I-140 I I-141 I-142 I-143 I-144 I-145 I-146 I-147 I-148 I-149 I-150 I-151 I-152 I-153 I-154 I-155 I-156 I-157 I-158 I-159 I-159A I-160 3305.0101 Fire Hydrant Stem Extension 3305.0102 Cathodic Protection Test Station Adjustment 3305.0111 Valve Box Adjustment 0241.1218 4"-12" Water Abandonment Plug 3305.0116 Concrete Encasement for Utility Pipes 3305.1002 16" Casing By Open Cut 3305.1009 54" Casing By Open Cut 3305.0117 Concrete Collar for Valve DELETED 3312.0117 Connection to Existing 4"-12" Water Main 3312.2001 1" Water Service, Meter Reconnection 3312.2003 1" Water Service 3312.2004 1" Private Water Service 3312.2201 2" Water Service, Meter Reconnection 3312.2203 2" Water Service 3312.2204 2" Private Water Service 3312.3002 6" Gate Valve 3312.3003 8" Gate Valve 3305.0109 Trench Safety 0171.0101 Constuction Staking 3305.0110 Pipeline Markers 0171.0102 As-Built Survey 3305.0106 Manhole Adjustment, Major 3305.0107 Manhole Adjustment, Minor 3305.0108 Miscellaneous Structure Adjustment STA 11+36.31 3305.0108 Miscellaneous Structure Adjustment STA 23+27.44 3305.0108 Miscellaneous Structure Adjustment STA 23+76.59 3305.0108 Miscellaneous Structure Adjustment STA 43+23.42 3305.0108 Miscellaneous Structure Adjustment STA 43+31.60 3305.0108 Miscellaneous Structure Adjustment STA 51+03.92 3305.0108 Miscellaneous Structure Adjustment STA 56+71.90 3305.0108 Miscellaneous Structure Adjustment STA 62+g0.32 3305.0108 Miscellaneous Structure Adjustment STA 62+gg.32 3305.0108 Miscellaneous Structure Adjustment STA 74+52.68 0241.2103 8" Sewer Abandonment Plug 0241.2106 15" Sewer Abandonment Plug 0241.2111 24" Sewer Abandonment Plug 3303.0001 Bypass Pumping 3331.3302 8" 2-way Cleanout 0241.1118 4"-12" Pressure Plug 0171.0101 Constuction Staking 0171.0102 As-Built Survey WATER ADNSTMENTS SS ADNSTMENT : � I-161 0241.1013 Remove 8" PVC Water Pipe DR-14 Separate Trench � I-162 3311.0261 8" PVC Water Pipe DR-14 � I-163 3311.0001 Ductile Iron Water Fittings w/ Restraint � I-164 3305.0109 Trench Safety � I-165 0171.0101 Constuction Staking � I-166 3305.0110 Pipeline Markers � I-167 0171.0102 ASBuilt Survey WATER RELOCATIONS Specification Section No. 33 41 10 33 49 40 33 49 40 33 49 40 33 49 40 99 99 99 31 37 00 99 99 99 33 11 12 02 41 14 02 41 14 33 05 14 33 OS 14 33 05 14 02 41 14 33 05 10 33 05 22 33 05 22 33 05 17 33 12 25 33 12 10 33 12 10 33 12 10 33 12 10 33 12 10 33 12 10 33 12 20 33 12 20 33 05 10 01 71 10 33 05 26 Ol 71 23 33 05 14 33 05 14 33 05 14 33 05 14 33 05 14 33 05 14 33 05 14 33 05 14 33 05 14 33 05 14 33 05 14 33 05 14 02 41 14 02 41 14 02 41 14 33 03 10 33 31 50 02 41 14 01 71 10 01 71 23 Unit of Measure LF CY EA EA EA SF SY SF LF EA EA EA EA EA EA CY LF LF EA EA EA EA LF EA EA LF EA EA LF LS LS LS EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA LS EA EA LS LS 02 41 14 LF 33 11 12 LF 33 11 11 TON 330510 LF 01 71 10 LS 33 05 26 LS 01 71 23 LS Bidder's Application IBidder's Proposal Bid Quantity Unit Price Bid Value 78 37 2 2 1 28,494 326 697 SS 3 1 5 4 16 3 60 15 190 4 1 2 2 30 4 4 70 3 1 85 1 1 1 1 17 1 1 1 1 1 1 1 1 1 1 1 2 1 1 2 2 1 1 190 200 2 200 1 1 1 CITY OF F02T WORTH STAiJDARD CONSTRUCTION SPECIFICATION DOCUMENTS Awndale Hulet Rood Recauhuction Revised 9/30/2021 Ciry Projec( No. /0l014 0o az a3 HID PROPOSAL Page 4 of 6 secnoN oo as aa PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Informa[ion $ASE BID B'�Noltem�Description SpecificationSectionNo.l Me�� IBidQuantiry I SS RELOCAITOI�i � I-168 0241.5001 Abandon Manhole � I-169 3201.0616 Conc Pvmt Repair, Arterial/Industrial � I-170 3305.0203 Irr�Qorted EmbedmenUBackfill, CLSM � I-171 3331.4111 6" $ewer Force Main PVC DR-14 � I-172 3331.4115 8" Sewer Pipe PVC SDR-26 � I-173 3331.4215 15" Sewer Pipe PVC SDR-26 � I-174 3331.4327 24" Sewer Pi�� PVC ASTM F679 � I-175 3305.1112 Concrete Collar for Manhole � I-176 3339.0001 Epmcy Manhole Liner 4' Diameter Manhole (Warren/Chesterton) � I-176A 3339.0001 Epmcy Manhole Liner 4' Diameter Dro� Manhole (Warren/Chesterton) � I-176B 3339.0001 EAmcy Manhole Liner 5' Diameter Manhole (Warren/Chesterton) � I-177 3339.1001 4' Diameter Manhole � I-178 3339.1002 4' Diameter Droe Manhole � I-179 3339.1101 5' Diameter Manhole � I-180 3305.0109 Trench Safe�v � I-181 0171.0101 Constuction 5taking � I-182 3305.0110 P� eline Markers �I-183 0171.0102 As-�uilt Survey `I'RAFFIC SIGNALS AND LIGHTING 02 41 14 32 01 29 33 05 10 33 11 12 33 31 20 33 31 20 33 31 20 33 05 17 33 39 60 33 39 60 33 39 60 33 39 10, 33 39 20 33 39 10, 33 39 20 33 39 10, 33 39 20 33 05 10 01 71 10 33 05 26 01 71 23 ILLUMINATION IT�MS � I-184 2605.0111 Furnish/Install Elec Sery Pedestal � I-185 2605.3015 2" GQNDT PV� �GH 80 (T) � I-186 2605.3016 2" GQNDT PV� �CH 80 (B) � I-187 2605.3025 3" C�QNDT PV� �CH 80 (T) � I-188 2605.3026 �" �9NDT PV� �CH 80 (B) � I-189 3441.1405 NO 2 Insulated Elec Condr � I-190 3441.1502 Ground Box T�pe B, w/Apron � I-191 3441.1645 Furnish/Install Type 33A Arm � I-192 3441.3201 LED LiQ�ting Fixture � I-193 3441.3302 Rdwy fllum Foundation TY 3,5,6, and 8 � I-194 3441.3352 Furnish/Install Rdway Illum TY 18 Pole � I-195 3441.3501 S vQ@ Street Light Pde � I-196 9999.LT01 ��Bare Elec Condr � SIGNAL ITEMS � I-197 2605.0111 Furnish/Install Elec Sery Pedestal � I-198 2605.3015 2" Q Si HII80 T) � I-199 2605.3025 3" �%qB� P� S�H 80 ) I i-2oo 2605.3033 d^ CpN6T PVg $cN ao } � I-201 3441.1001 Furnish/Install 3-Sect Signal Head Assmbly � I-202 3441.1002 Furnish/Install 4Sect Siqnal Head Assmbly � I-203 3441.1003 Furnish/Install 5-Sect Si9nal Head Assmbly � I-204 3441.1012 Furnish/Install Ped Si�nal Head Assembly � I-205 3441.1031 Furnish/InstallAudible Pedestrian Pushbutton Station � I-206 3441.1209 Furnish/Install BBU Sy tem EXT Mounted � I-207 3441.1220 Furnish/Install Model 7�1 Preemption Detector � I-208 3441.1224 Furnish/Install Preemption Cable � I-209 3441.1230 Furnish/Install Radar Presence Detection Device � I-210 3441.1231 Furnish/Install Radar Advance Detection Device � I-211 3441.1234 Furnish/Install Radar Cable � I-212 3441.1250 Furnish/Install PTZ Camera � I-214 3441.1260 Furnish/Insta�l ��j���th��n�t Cabl�e m � I-215 3441.1311 5/C 14 AWG ti,fulti- onductor Cable � I-216 3441.1312 7/C 14 AWG Multi-Conductor Cable � I-217 3441.1314 10/C 14 AWG Multi-Conductor Cable � I-218 3441.1315 20/C 14 AWG Mult�Conductor Cable � I-219 3441.1322 3/C 14 AWG Multi-Conductor Cable � I-220 3441.1408 NO 6 Insulated Elec Condr � I-221 3441.1410 NO 10 Insulated Elec Condr � I-222 3441.1413 NO 6 Bare Elec Condr SLD � I-223 3441.1414 NO S Bare Elec Condr � I-224 3441.1502 Ground Box Type B, w/Apron � I-225 3441.1503 Ground Box Type D, w/Apron � I-226 3441.1603 Furnish/Install 10' - 14' Ped Pole Assmbly � I-227 3441.1613 Furnish/Install Type 43 Signal Pole 26 05 00 26 05 33 26 05 33 26 05 33 26 05 33 34 41 10 34 41 10 34 41 20 34 41 20 34 41 20 34 41 20 34 41 20 34 41 10 26 05 00 26 05 33 26 05 33 26 05 33 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 EA SY CY LF LF LF LF EA VF VF VF EA EA EA LF LS LS LS EA LF LF LF LF LF EA EA EA EA EA EA LF EA LF LF LF EA EA EA EA EA EA EA LF APR APR LF EA EA LF LF LF LF LF LF LF LF LF LF EA EA EA EA 5 18 15 230 350 650 390 14 135 35 40 9 2 3 1,620 1 1 1 4 18,270 105 1,195 75 62,280 51 137 141 93 93 4 20,445 3 1,865 490 1,470 31 2 S 18 18 3 11 2,485 11 S 4,065 3 3 735 180 2,320 2,010 1,875 2,890 100 4,650 50 3,635 15 6 13 1 Bidder's Proposal Unit Price I Bid Value CITY OF F02T WORTH STAiJDARD CONSTRUCTION SPECIFICATION DOCUMENTS Awndale Hulet Rood Recauhuction Revised 9/30/2021 Ciry Projec( No. /0l014 004243 BID PROPOSAL Page 5 of b secnoN oo az aa PROPOSALFORM UNIT PRICE BID Project Item Infom�arion BASE BID Bidlist Item Description No. 1-228 3441.1614 Furnish/Instali Type 44 Signal Pole I-229 3441.1615 Furnish/Install Type 45 Signal Pole I-230 3441.1616 Furnish/Install Type 46 Signal Pole I-231 3441.'1624 Furnish/Install Mast Arm 40' - 48' I-232 3441.'1625 Furnish/Install Mast Arm 52' - 60' I-233 3441.1701 TY 1 Signal Foundation I-234 3441.1704 TY 4 Signal Foundation I-235 3441.1705 TY 5 Signal Foundation i-236 3441.1709 Ped Pole (10' - 14') Spread Footing Foundation i-237 3441.1715 Signal Cabinet Foundation - 352i & BBU I-238 3441.1725 Furnish/Instali ATC Signal Controller 1-239 3441.1741 Furnish/Install 352i Controller Cabinet Assembly I-240 3441.2002 Dispose of Fuli Traffic Signal I-241 3441.3051 Furnish/Install LED Lighting Fixture (137 watt AT82 Cobra Head) I-242 3441.4001 Furnish/Install Alum Sign Mast Arm Mount SIGNING & PAVEMENT MARKINGS I-243 3217.0101 6" SLD Pvmt Marking HAS (W) I-244 3217.0102 6" SLD Pvmt Marking HAS (Y) I-245 3217.0103 6" BRK Pvmt Marking HAS (W) i-246 3217.0201 8" SLD Pvmt Marking HAS (W) I-247 3217.0301 12" SLD Pvmt Marking HAE (W) I-248 3217.0401 18" SLD Pvmt Marking HAE (W) I-249 3217.0501 24" SLD Pvmt Marking HAE (W) i-250 3217.1002 Lane Legend Arrow i-251 3217.1004 Lane Legend Only I-252 3217.2103 REFL Raised Marker TY ii-A-A I-253 3217.2104 REFL Raised Marker TY II-C-R I-254 3441.4003 Furnish/Install Alum Sign Ground Mount City Std. I-255 3441.4108 Remove Sign Panel and Post I-256 3441.4110 Remove and Reinstall Sign Panel and Post 1-257 9999.SPM01 6" SLD Pvmt Marking HAS (B) I-258 9999.SPM02 18" SLD Pvmt Marking HAE (Y) iJNIT I-��}j' jjj�IjQj�1F��T'S - AL1'ERNATE A I-A-1 3 di 81b� i�'rR�p, Class �u I-A-2 3341.0201 21" RCP, Class III I-A-3 3341.0205 24" RCP, Class III I-A-4 3341.0302 30" RCP, Class III I-A-5 3341.0309 36" RCP, Class 111 I-A-6 334L0402 42" RCP, Class ill I-A-7 3341.0409 48" RCP, Class III I-A-B 3341.0502 54" RCP, Class III I-A-9 3341.0602 60" RCP. Class III iTNIT I - ��}'F' ��j;Oj��jVTS - AL1'ERNATE B I-&1 3 d� 5 T�4'� Pp Pipe I-&2 3341.3501 30" PP Pipe I-&3 3341.3501 36" PP Pipe I-&4 3341.3501 42" PP Pipe I-B-5 3341.3501 48" PP Pipe I-B-6 3341.3501 54" PP Pipe I-&7 3341.3501 60" PP Pipe CITY OF FORT WORTH Revised 9/30/2021 DOCUMENTS Specification Section No. 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 10 34 41 13 34 41 20 34 41 30 32 17 23 32 17 23 32 17 23 32 17 23 32 17 23 32 17 23 32 17 23 32 17 23 32 17 23 32 17 23 32 17 23 34 41 30 34 41 30 34 41 30 99 99 99 99 99 99 Unit of Measure EA EA EA EA EA EA EA EA EA EA EA EA LS EA EA LF LF LF LF LF LF LF EA EA EA EA EA EA EA LF LF Bidder's Application IBidder's Proposal Bid Quantity Unit Price Bid Value 1 8 1 2 9 11 2 9 2 3 3 3 3 9 44 32,201 31,089 6,379 8,234 97 1,044 2,900 105 84 48 1,167 101 32 2 4,300 356 334110 LF 15 33 41 10 LF 3,912 33 41 10 LF 3,923 334110 LF 1,132 33 41 10 LF 2,021 334110 LF 1,459 33 41 10 LF 654 33 41 10 LF 439 33 41 10 LF 432 33 41 13 LF 7,850 334113 LF 1,132 33 41 13 LF 2,021 334113 LF 1,459 33 41 13 LF 654 33 41 13 LF 439 33 41 13 LF 432 Arondale Haslet Raad Recorzrtzctiort City Projec[ No. 101014 004243 BID PROPOSAL Page 6 of b SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Infom�arion BASE BID Bidlist ltem P I P I Unit of I Q Ty I No. Descri tion S ecification Section No. Measure Bid uanti IIJNI AII-3 1�086�" DIP ater Test a1n'e� o nER LINE) 33 11 10 LF 2,150 � I I-1 B' 3311.0874 36" Concrete AW WA C303 Water Pipe (Restrained Joints) 33 11 13 LF 2,150 � II-1C' 3311.0864 36" Steel AWWA C200 Water Pipe (Restrained Joints) 33 11 14 LF 3,550 � II-2A` 3311.0851 36" DIP Water 33 11 10 LF 1,400 � II-2B` 3311.0871 36" Concrete AWWA C303 Water Pipe 33 11 13 LF 1,400 � II-3A' 3305.1109 54" Casing By Other Than Open Cut 33 05 22 LF 100 � II-3B* 3305.1304 54" Tunnel Liner Plate By Other Than Open Cut 33 05 21 LF 100 � II-4A* 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 6 � II-4B* 3311.0021 C303 Fittings 33 11 13 LS 1 � II-4C' 3311.0011 Steel FittiqQs 33 11 14 LS 1 �&idder to provide Unit Price/Extended Price for only one of the pipe material altemative�'or items 1, 2, 3, and � DO T19�' P�OVIDE UNIT PRICE/ EXTENDED PRI�E FO��CH ALTERNATIVE � II-5 3311.0454 12" DIP Water (Restrained fomfs i �� o LF 220 � II-6 3305.1104 24" Casing By Other Than Open Cut 33 05 22 LF 85 � II-6A 3305.1009 54" Casing By Open Cut 33 05 22 LF 100 � II-7 3305.2004 12" DI Water Carrier Pipe 33 05 24, 33 11 10 LF 85 � II-8 3305.2009 36" DI Water Carrier Pipe 33 05 24, 33 11 10 LF 190 � II-9 3312.3005 12" Gate Valve 33 12 20 EA 5 � II-10 3312.0110 Connection to Existing 36" Water Main 33 12 25 EA 1 � II-11 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 1 � II-12 3312.1005 6" Combination Air Valve Assembly for Water 33 12 30 EA 2 � II-13 3312.6003 8" Blow Off Valve 33 12 60 EA 2 � II-14 3312.5000 36" AW WA Butterfly Valve, w/ Vault 33 12 21 EA 3 � II-14A 3305.0113 Trench Water Stops 33 05 10 EA 10 � II-15 0241.1111 36" Pressure Plug 02 41 14 EA 2 � II-16 0241.1118 4"-12" Pressure Plug 02 41 14 EA 2 I II-17 3304.0002 Cathodic Protection Study, Design, and Installation 33 0411, 33 04 12, LS 1 01 35 73 � II-18 DELETED � II-19 3305.0109 Trench Safery 33 05 10 LF 3,550 � II-20 3305.0110 Utility Markers 33 05 26 LS 1 � II-21 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 50 � II-22 3305.0116 Concrete Encasement for Utility Pipes 33 05 10 CY 10 � II-23 3305.0204 Imported EmbedmenUBackfill, Crushed Rock 33 05 10 CY 50 � II-24 3305.0203 Imported EmbedmenUBackfill, CLSM 33 05 10 CY 50 � II-25 3471.0001 Traffic Control 34 71 13 MO 4 � II-26 3301.0002 Post-CCTV Inspection 33 01 31 LF 4,045 � II-27 3125.0101 SWPPP Z 1 acre 31 25 00 LS 1 � II-28 0171.0101 Construction Staking 01 71 23 LS 1 � II-29 DELETED � II-30 0171.0102 As-Built Survey 01 71 23 LS 1 � II-31 9999.36W1 5' Access Manway 33 39 20 EA 3 � II-32 9999.36W2 Construction Allowance 99 99 99 LS 1 Bid Summary Base Bid Su�Total UNIT I- TPW IMPROVEMENTS Sul}Total UNIT II - WATER IMPROVEMENTS (36" WATER LINE) CITY OF FORT WORTH Revised 9/30/2021 DOCUMENTS Alteruate Bid � Deductive Alternate Bid � Additive AI[ernate Bid � END OF SECTION Bidder's Proposal Unit Price I Bid Value $100,000.00 $100,000.00 Total Base bid I Total Alternate Bia I Total Dedu I tive Alternate Bia I Total Additive Alternate Bid Total Bid� Arondale Has/ef Raad Recorzr[rucfiort City Projec[ No. lOIOl4 Responses Suc�cr.ss�: A,II d�aita i!i vatidi UNIT I - TPW IMPROVEMENTS Success: All values providetl #1-7 Success: All values provided #1-2 Success: All values provided #1-3 Success: All values provided #1-4 Success: All values provitled #1-5 Success: All values provided #1-6 Success: All values providetl #1-7 Success: All values proviAetl #7-8 Success: All values provided #1-9 Success: All values provitletl #1-70 Success: All values provided #1-11 Success: All values providetl #1-12 Success: All values provitletl #7-73 Success: All values provided #1-14 Success: All values provitletl #1-75 Success: All values provided #1-16 Success: All values provided #1-77 Success: All values proviEeE #1-78 Success: All values provided #1-19 Success: All values provitletl #1-20 Success: All values provided #1-21 Success: All values provitled #1-22 Success: All values proviAetl #1-23 Success: All values provided #1-24 Success: All values provitled #1-25 Success: All values provided #1-26 Success: All values providetl #1-27 I-1 I-2 I-3 I� I-5 I-6 I-7 i-e I-9 1-10 I-11 I-12 1-13 1-14 1-15 I-16 1-17 I-18 I-19 I-20 I-21 1-22 1-23 1-24 I-25 1-26 I-27 0170.0100 Mobilization (5% Max) 01 70 00 3125.0101 SVVPPP >_ t acre 31 25 00 9999.GN01 Construction Aliowance - TPW ImprovemenGs 99 99 99 (Please enter$1,000,000.00 forthe Und PriceJ 3212.0302 2" Asphatt PvmtType D 32 12 18 3212.0503 6" Asphatt Base Type B 32 12 16 3217.0103 8" BRK Pvmt Marking HAS (VV) 32 17 23 3217.0104 6" DOT Pvmt Marking HAS (VV) 32 17 23 3217.0105 6" SLD Pvmt Marking Tape (VV) 32 17 23 3217.0106 8" SLD Pvmt Marking Tape (1� 32 17 23 3277.0501 24" SLD Pvmt Marking HAE (W) 32 17 23 32172103 REFL Raised Marker TY II-A-A 32 17 23 321721 �4 REFL Raised Marker N II-GR 32 17 23 3217.4302 Remave 6" Pvmt Marking 32 17 23 3341.0103 18" RCP, Class III 33 41 10 3471.00�7 Tre�e Controi 34 71 13 3471.0002 Portable Message Sign 34 71 13 9999.TC01 LPCB NPE 1 99 99 99 9999.TCO2 LPCB TYPE 2 99 99 99 0241.0100 Remove Sidewalk 02 41 13 0241.0300 Remove ADA Ramp 02 41 13 0241.0401 Remave Concrete Drive 02 41 13 0241.0402 Remove Asphalt Drive 02 41 13 0241.0500 Remove Fence 02 41 73 0241.0550 Remave Guardrail 02 41 13 0241.0600 Remave Wall <4' 02 41 13 0241.0800 Remove Rip Rap 02 41 13 0241.0900 Remove Misc Conc Structure 02 41 13 LS LS LS SY SY LF LF LF LF LF EP, EA LF LF MO � LF LF SF EA SF SF LF LF LF SF LS 1 1 i 8783 9983 4238 177 48911 56175 280 2831 428 42421 187 30 6 5164 141 9748 4 49212 1292 18487 315 112 16685 1 � Jnit Priee � ue S 2,000,000.0o s 2,000,000.00 $ 250,000.00 $ 250,000.00 s �,000,000.00 $ �,000,000.ao $ 26.95 $ 238,162.85 $ sszs $ sso,a�2.75 $ 3.10 $13,137.80 Sa.�s g7aa.s5 $ 3.10 $157,624.10 $ 3.10 $174,142.50 s as.�s $ 4,410.00 $ 10.50 $ 29,725.50 s �o.so s a,asa.ao $ 3.80 $167,199.80 $105.00 $19,835.00 s ss,�oo.oa 5 �,s��,000.00 $ 1,000.00 $ 6,000.00 $ 44.10 $ 227,732.40 $44A0 $6,218.10 $ 1.60 $15,593.80 $ 807.05 $ 3,228.20 $ 2.30 $113,187.60 $ 2.10 $ 2,713.20 $ 10.05 $185,794.35 $ 1720 $ 5,418.00 $10320 $11,558.40 $ 5.10 $ 85,093.50 $ 52,500.00 $ 52,500.00 Success: All values provided #1-28 Success: All values proviAetl #1-29 Success: All values provided #1-30 Success: All values provided #1-31 Success: All values provided #1-32 Success: All values provided #1-33 Success: All values provitletl #1-34 Success: All values provitletl #1-35 Success: All values provided #1-36 Success: All values providetl #1-37 Success: All values proviOetl #7-38 Success: All values provided #1-39 Success: All values proviAetl #1-40 Success: All values provided #1-41 Success: All values provided #1-42 Success: All values provitleA #7-43 Success: All values provided #1-44 Success: All values provitletl #1-45 Success: All values provided #1-46 Success: All values provided #1-47 Success: All values provitletl #1-48 Success: All values provided #1-49 5uccess: All values proviAetl #1-50 Success: All values provided #1-51 Success: All values providetl #1-52 Success: All values proviAetl #1-53 Success: All values p�ovided #1-54 Success: All values proviAetl #1-55 Success: All values provided #1-56 Success: All values provided #1-57 Success: All values provitletl #7-58 I-28 I-29 I-30 1-31 I-32 1-33 I-34 1-35 1-35A I-35B 1-35C 136 I-37 i-sa I-39 1-00 I-41 1-02 1-43 1-44 1-44A 1-44B I-44C I-44D I-45 1-46 1-47 I-48 1-49 1-50 I-51 0241.1000 Remove Conc Pvmt 0241.1100 Remove Asphait Pvmt 0241.3011 Remave 15" Storm Line 0241.3013 Remove 1 S" Storm Line 0241.3014 Remove 21" Storm Line 0241.3015 Remove 24" Siorm Line 0241.3077 Remove 30" Storm Line 0241.3023 Remove 48" Storm Line 02412012 Remove 8" Sewer Line 02412013 Remove 8" Sewer Line 02412021 Remave 24" Sewer Line 0241.0700 Remave Mailbox 0241.3103 21" Stortn Abantlonment Piug 0241.3201 Remove Storm Sewer Box 0241.3501 Remove Stortn Junction Structure 0241.4001 Remove 10' Curb Iniet 0241.4002 Remove 15' Curb iniet 0241.4003 Remove 20' CuN Inlet 0241.4202 Remave 5' Drop iniet 0241.4401 Remove HeadwaNSET 02412201 Remove/Demolish 4' Sewer Manhole 02412202 Remove/Demolish 5' Sewer Manhole 0241.1602 Remove Concrete Water Vault 0241.1514 Salvage 2" Water Meter 3110.0102 6"-12" Tree Removal 3110.0103 12"-18" Tree Removal 3110.0104 18"-24" Tree Removal 3110.0105 24" antl Larger Tree Removai 9999.RM01 Remove Gravel Driveway 3110.0101 Sde qearing 3723.0101 Unclassifietl Excavation by Plan 02 41 15 02 41 15 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 47 14 02 41 14 02 41 14 02 41 74 02 41 13 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 74 02 41 14 02 41 14 02 41 14 31 10 00 311D00 31 10 00 31 10 00 99 99 99 31 10 00 312376 SY SY LF LF LF LF LF LF LF LF LF EP, EA LF LS EA EP, EA EP, EA EA EP, EA EP, EA EA EP, EP, SF LS CY 5438 aazo� 144 342 162 2259 48 28 200 180 75 5 1 670 i t 2 i 1 60 3 1 6 2 439 167 31 11 47352 i 97926 $ 24.40 $132,887.20 $ 9.75 $ 430,959.75 $ 26.25 $ 3,780.00 $ 31.50 S � a,na.00 $ 36.75 $ 5,953.50 $ 42.00 $ 94,878.00 $ 47.25 $ 2,268.U0 S sa.so 5 z,sas.oa $ 15.75 $ 3,150.00 $ 21.00 $ 3,780.00 $ 42.00 $ 3,150.00 $ 500.00 $ 2,500.00 $ 430.50 $ 430.50 $ 128.00 $ 84,420.00 s s,seo.00 s s,sso.00 $ �,iss.00 $ 1,155.00 $1,470.00 $ 2,940.00 $ 1,690.00 5 �,aso.ao $1,155.00 $ 1,155.00 $1,365.00 $81,900.00 $ 997.50 $ 2,992.50 $ 1,385.00 $ 1,365.00 $ 3,465.00 $ 20,790.00 $157.50 $ 315.00 $ 366.85 $161,047.15 $ 884.50 $147,711.50 $ 940.35 $ 29,150.85 $ 2,920.90 $ 32,129.90 $ 1.00 $ 47,352.00 $ 764,000.00 $ 764,000.00 $ 28.7 0 $ 2.757.720.80 Success: All values provided #1-59 Success: All values proviAetl #7-60 Success: All values provided #1-6i Success: All values provided #1-62 Success: All values provided #1-63 Success: All values provided #1-84 Success: All values provitletl #7-65 Success: All values provitletl #1-66 Success: All values provided #1-87 Success: All values providetl #1-68 Success: All values proviOetl #1-69 Success: All values provided #1-70 Success: All values proviAetl #1-71 Success: All values provided #1-72 Success: All values provided #1-73 Success: All values provitleA #7-74 Success: All values provided #1-75 Success: All values provitletl #1-76 Success: All values provided #1-77 Success: All values provided #1-78 Success: All values provitletl #1-79 Success: All values provided #1-60 5uccess: All values proviAetl #1-81 Success: All values provided #1-82 Success: All values providetl #1-83 Success: All values proviAetl #1-64 Success: All values p�ovided #1-85 Success: All values proviAetl #1-B6 Success: All values provided #1-67 Success: All values provided #1-88 Success: All values provitletl #1-89 I-52 1-53 I-54 1-55 I-56 is� 1-58 1-59 1-60 I-67 1-62 I-63 1-64 I-65 1-66 1-67 I-68 1-69 1-70 1-70A I-70B 1-71 I-72 I-73 I-74 I-75 1-76 I-77 1-78 I-78A 1-79 3124.0101 Embankmeni by Plan 9999.PV04 5" Concrete Metlian 3211.0400 Hydrated Lime 3271.0502 8" Lime Treatment 3212.0303 3" Asphatt Pvmt Type D 3212.0504 7" Asphatt Base Type B 3213.0106 11" Conc Pvmt 3213.0206 11" Conc Pvmt HES 3213.0301 4" Conc Sidewalk 3213.0311 4" Conc Sidewalk, Atljacent to Curb 3213.0321 Conc Sitlewalk, Atljacent to Ret Wali 3213.0401 8" Concrete Driveway 3213.0502 Barrier Free Ramp, Type U-1 3213.0504 Barrier Free Ramp, Type Iv�2 3273.0508 Bartier Free Ramp, Type P-1 3273.0507 Bartier Free Ramp, Type P-2 3213.0510 Barrier Free Ramp, Type G3 3216.0101 6" Conc Curb antl Gutter 3231.0113 6' Chain Link, Steel 3291.0100 Topsoil 3292_0100 Block Sod Piacement 9999.PV01 Install Mailbox 9999.PV02 Rail (fY C221) 9999.PV03 CL C Conc (Rail Foundation) 3213.0322 Conc Curb at Back of Sitlewalk 3232.0100 Conc Ret Wall Atljacent to Sitlewalk 3232.0203 T�cDOT Std Ret Wall - RW 1(L) C 9999.WL01 RAIL(TYC221) 3138.0102 Twisted Gabions 3137.0101 Concrete Riprap 3137.0104 Metlium Stane Riprap, tlry 31 24 00 99 99 99 32 11 29 32 11 29 32 12 16 32 12 18 321313 321313 321320 321320 32 13 20 32 13 20 32 13 20 32 13 20 32 13 20 32 13 20 321320 321613 323113 329119 32 92 7 3 99 99 99 99 99 99 99 99 99 32 13 20 323273 32 32 13 99 99 99 31 36 00 31 37 00 31 37 00 CY SY TN SY SY SY SY SY SF SF SF SF EA EP, EA EA EP, LF LF CY SY EP, LF CY LF SF SF LF CY SY SY 18892 456 2481 115892 3256 3258 106074 405 222640 8757 2965 55150 6 1 so 4 1 1171 21122 13735 82406 5 460 88 92 554 172 32 9 197 564 $ 12.60 $ 239,257.80 $ 63.35 $ 28,887.60 $ 388.00 $ 900,728.00 $ 3.05 $ 353,470.60 $ 33.55 $109,238.80 $ 78.50 $ 249,084.00 $ 93.65 $ 9,933,830.10 $164.65 $ fi6,683.25 $ 8.55 $ 1,456,292.00 $ 8.65 $ 75,748.05 $ 70.75 $ 31,873.75 $ 6.40 $ 463,260.00 $ 3,465.00 $ 20,790.00 $ 2,520.00 $ 2,520.00 $ 2,625.00 $ 131,250.00 $ 2,730.00 $10,920.00 $ 2,825.00 $ 2,825.00 $ 50.00 $ 58,550.00 $ 35.70 $ 754,055.40 $ 38.85 $ 533,604.75 $ 6.05 $ 498,SSfi.30 $1,50D.00 $ 7,500.00 s3�s.00 s�aa,sao.aa $1,050.00 $ 92,400.00 $ 31.50 $ 2,898.00 $ 53.80 $ 29,80520 $ 210.00 $ 36,120.00 $ 315.00 $10,080.00 $ 525.00 $ 4,725.00 $ 220.50 $ 43,438.50 $147.00 $ 82,9D8.00 Success: All values provided #1-90 Success: All values proviAetl #1-91 Success: All values provided #1-92 Success: All values provided #1-93 Success: All values provided #1-94 Success: All values provided #1-95 Success: All values provitletl #1-96 Success: All values provitletl #1-97 Success: All values provided #1-98 Success: All values providetl #1-99 Success: All values proviOetl #b100 Success: All values provided #t-101 Success: All values proviAetl #t-102 Success: All values provided #1-103 Success: All values provided #i-104 Success: All values provitleA #1-105 Success: All values provided #1-108 Success: All values provitletl #1-107 Success: All values provided #i-108 Success: All values provided #1-109 Success: All values provitletl #1-110 Success: All values provided #1-111 5uccess: All values proviAetl #bt 12 Success: All values provided #t-113 Success: All values providetl #7-114 Success: All values proviAetl #i-175 Success: All values p�ovided #t-118 Success: All values proviAetl #L117 Success: All values provided #1-11 B Success: All values provided #L719 Success: All values provitletl #1-120 i-so 1-93 I-94 1-95 I-96 1-97 I-98 1-99 I-100 I-101 I-102 I-103 I-103A I-103B 1-103C I-104 I-104A I-105 1-106 I-107 I-108 I-109 I-110 I-110A I-111 I-112 I-113 I-714 I-115 I-116 1-116A 3305.0109 Trench Safety 3341.1002 3u3 Box CWved 3341.1102 4X3 Box CWvert 3341.1201 Sn3 Box CulveA 3341.1203 Sx5 Box Culvert 3341.1304 Bx5 Box Cu1veA 3341.1402 7x4 Box Cuivert 3341.1403 7x5 Box Cuivert 3341.1502 8x5 Box Culvert 3341.1601 9x4 Box Culvert 3341.1602 9x5 Box CulveA 33412001 10x4 8ox Cuivert 3349.0001 4' Storm Junction Box 3349.0002 5' Storm Jundion Box 3349.0003 6' Stortn Junction Box 3349.0006 Stortn Junction Structure 3349.0104 4' Stacked Manhole 3349.5001 10' Curb Inlet 3349.5002 15' Curb Inlet 3349.5003 20' Curb Inlet 33497002 5' Drop Inlet 3349.7003 6' Drop Inlet 3349.8001 10' Type 2 Inlet 3349.8003 20' Type 2 Inlet 9999.DR01 5�2 Box CulveR 9999.DRD2 Custom Heatlwail 9999.DR03 WINGWALL (FW- 0) (HW=S F'n 9999.DR04 WINGWALL (FVV- 5) (HW=S Fl") 9999.DR05 1MNGWALL (PW - 2) (HW=5 F� 9999.DR�6 RIPR4P (SPECIAL) FLEXMAT 9999.DR07 5" Concrete Riprap 33 05 10 33 41 7 0 33 41 10 33 41 10 33 41 10 33 41 10 33 41 7 0 33 47 10 33 41 10 33 41 10 33 41 7 0 33 41 10 33 49 10 33 49 10 33 49 10 33 49 10 33 49 10 33 49 20 33 49 20 33 49 20 33 49 20 33 49 20 33 49 20 33 49 20 33 41 10 33 49 40 33 49 40 33 49 40 33 49 40 99 99 99 31 37 00 LF LF LF LF LF LF LF LF LF LF LF LF EA EP, EA LS EP, EA EP, EA EA EP, EA EP, LF GY EA EP, EP, SF SY 19478 573 202 338 385 191 374 165 1487 459 937 400 19 7 5 5 4 60 12 4 6 8 4 1 78 37 2 2 1 28494 326 $ 2.10 $ 40,903.80 $ 262.50 $ 150,412.50 $ 294.00 $ 59,388.00 $ 346.50 $117,117.00 $ 420.00 $161,700.00 $ 525.00 $100,275.00 $ 567.00 $ 212,058.00 S sso.00 s �as,eso.00 $682.50 $1,001,227.50 $ 745.50 $ 342,184.50 S eao.00 $ 7s7,oso.00 $ 892.50 $ 357,000.00 $ 7,350.00 $139,650.00 $ 10,395.00 $ 72,765.00 $1,260.00 $6,300.00 $ 33,600.00 $ 168,000.00 $1,385.00 $ 5,460.00 $ 8,925.00 $ 535,500.00 $ 13,125.00 $157,500.00 $ 16,800.00 $ 87,200.00 $ 9,450.00 $ 56,700.00 $ 12,800.00 $ 75,800.00 s e,szs.00 $ ss,�oa.00 $ 16,275.00 $ 16,275.00 $ 420.00 $ 32,760.00 $ 1,470.00 $ 54,390.00 $ 30,450.00 $ 80,900.00 $ 22,050.00 $ 44,100.00 $ 28,350.00 $ 28,350.00 $ 12.60 $ 359,024.40 $275.25 $70,171.50 Success: All values provided #1-121 Success: All values proviAetl #1-122 Success: All values provided #1-123 Success: All values provided #1-124 Success: All values provided #i-125 Success: All values provided #t-128 Success: All values provitletl #1-127 Success: All values provitletl #1-128 Success: All values provided #t-129 Success: All values providetl #i-130 Success: All values proviOetl #1-131 Success: All values provided #1-132 Success: All values proviAetl #t-133 Success: All values provided #t-134 Success: All values provided #i-135 Success: All values provitleA #1-136 Success: All values provided #t-137 Success: All values provitletl #1-138 Success: All values provided #1-139 Success: All values provided #t-140 Success: All values provitletl #1-141 Success: All values provided #1-142 5uccess: All values proviAetl #1-143 Success: All values provided #t-144 Success: All values providetl #t-145 Success: All values proviAetl #7-146 Success: All values p�ovided #i-147 Success: All values proviAetl #1-148 Success: All values provided #t-149 Success: All values provided #1-750 Success: All values provitletl #t-151 I-116B I-117 I-118 I-719 I-120 I-121 I-122 I-723 1-124 I-725 I-126 I-127 I-729 I-130 I-731 1-132 I-133 I-734 1-135 I-736 I-137 1-138 I-139 I-140 I-141 1-142 I-143 I-744 I-145 I-746 I-147 9999.DR08 Temporary Special Shoring 99 99 99 3371 A261 8" PVC Water Pipe DR-74 33 11 72 0241.1302 Remove 6" Water Vaive and Salvage 02 41 14 0241.1303 Remove 8" Water Vaive antl Salvage 02 41 14 3305.0101 Fire Hydrant Stem Extension 33 05 14 3305.0102 Cathodic Protection Test Stffiion Adjusiment 33 OS 14 3305.0111 Vaive Box Atljustment 33 OS 74 0241.1218 4"-12" Water Abantlonment Piug 02 47 14 3305.0116 Concrete Encasement for Utility Pipes 33 OS 10 3305.1002 i6" Casing By Open Cut 33 OS 22 3305.1009 54" Casing By Open Cut 33 OS 22 3305.0117 Concrete Coilar for Valve 33 OS 17 3312.0117 Connection to E�tisting 4"-12" Water Main 33 12 25 3312.2001 1" Water Service, Meter Reconnection 33 12 10 33122003 1" WaterService 331210 33122004 7" Pmate Water Service 33 12 10 33122201 2" Water Service, Meter Reconnection 33 12 10 33122203 2" WaterService 331210 33121204 2" Private Water Service 33 12 10 3312.3002 6" Gate Valve 33 12 20 3312.3003 8" Gate Valve 33 12 20 3305.0109 Trench Safety 33 05 10 0171.0101 Constuction Staking 01 71 10 3305.0110 Pipeline Markere 33 OS 28 0171.0102 ASBui1t Survey 01 71 23 3305.0106 Manhole Atljustment, Major 33 OS 74 3305.0107 Manhole Adjusiment, Minor 33 OS 14 3305.0108 Misceilaneous Stmcture Atljustment STA 33 05 14 11+38.31 3305.0108 Miscellaneous Strvcture Adjustment STA 33 OS 14 23+27,44 3305.0108 Miscellaneous Structure Adjustment STA 33 OS 14 23+76.59 3305.0108 Miscellaneous Stnicture Atljustment STA 33 OS 74 43+Z3.42 69y LF EP, EA EP, EP, EP, EA CY LF LF iy_� EA EP, EA LF EP, EA LF EA 897 85 3 1 5 4 16 3 60 15 19� 4 t 2 2 30 4 4 70 3 EA 1 LF 85 LS LS LS EA EP, EP, EP, EP. 1 t t 1 17 1 t 1 EA � $194.25 $135,392.25 $ 273.00 $ 23,205.00 $ 525.00 $ 1,575.00 s 525.00 $ 525.00 $1,050.00 $ 5,250.00 $ 304.50 $ 1,218.00 $ 304.50 $ 4,872.00 $ 447.00 $ 1,323.00 $ 735.00 $ 44,100.00 $ 525.00 $ 7,875.00 $ 1,050.00 $ 199,500.00 $128.00 $ 504.00 $ 3,675.00 $ 3,675.00 $ 5,040.00 $ 10,080.00 $ 2,415.00 $ 4,830.00 $126.00 $ 3,780.00 $ 6,300.00 $ 25,200.00 s5,25o.0o s2�,000.00 $138.50 $ 9,555.00 $�,575.0o sa,725.00 $ 2,625.00 $ 2,625.00 $ 8.40 $ 714.00 $ 1,000.00 $ 1,000.00 $1,722.00 $ 1,722.D0 $1,050.00 $ 1,050.00 $ 9,870.00 $ 9,870.00 $1,312.50 $ 22,312.50 $ 1,312.50 $ 1,312.50 $ 9,870.00 $ 9,870.00 $1,365.00 $ 1,365.00 $ 1,365.00 $ 1,365.00 Success: All values provided #1-152 Success: All values proviAetl #1-153 Success: All values provided #i-154 Success: All values provided #1-155 Success: All values provided #1-156 Success: All values provided #i-157 Success: All values provitletl #1-158 Success: All values provitletl #t-159 Success: All values provided #1-160 Success: All values providetl #1-161 Success: All values proviOetl #bt62 Success: All values provided #t-183 Success: All values proviAetl #7-164 Success: All values provided #i-165 Success: All values provided #i-166 Success: All values provitleA #1-167 Success: All values provided #t-188 Success: All values provitletl #1-169 Success: All values provided #1-170 Success: All values provided #1-171 Success: All values provitletl #1-172 Success: All values provided #1-173 5uccess: All values proviAetl #t-174 Success: All values provided #t-175 Success: All values providetl #7-176 Success: All values proviAetl #t-177 Success: All values p�ovided #t-178 Success: All values proviAetl #1-179 Success: All values provided #1-180 Success: All values provided #1-781 Success: All values provitletl #t-182 I-148 I-749 I-150 I-151 1-152 I-153 I-154 I-755 1-156 I-757 I-158 I-159 I-159A I-160 I-761 I-162 1-163 I-164 1-165 I-166 I-167 I-168 I-169 I-170 I-771 I-172 I-173 1-174 I-175 I-176 1-176A 3305.0108 Miscellaneous Structure Adjustment STA 33 05 14 43+31.60 3305.0108 Miscellaneous Stn�cture Atljustment STA 33 OS 14 51+03.92 3305.0108 Misceilaneous Structure Adjustment STA 33 OS 14 56+71,g0 3305.0108 Miscellaneous Structure Atljustment STA 33 OS 14 62+90.32 3305.0108 Miscellaneous Structure Adjustment STA 33 05 14 62+98.32 3305.0108 Miscellaneous Structure Adjustment STA 33 OS 14 74+52.68 02412103 8" SewerAbantlonment Plug 02 41 14 02412106 15" Sewer Abantlonment Plug 02 47 14 0241.2111 24" Sewer Abandonment Plug 02 41 14 3303.0001 Bypass Pumping 33 03 10 3331.3302 8" 2-way Cleanout 33 31 SU 0241.1118 4"-12" Pressure Plug 02 41 14 0171.0101 Constuction Staking 01 71 10 0171.0102 AsBuiit Survey 01 71 23 0241.1013 Remove 8" PVC Water Pipe DR-14 Separate 02 41 14 Trench 3371.0261 8" PVC Water Pipe DR-74 33 11 12 3311.0001 Ductile iron Water Fittings w/ Restraint 33 11 11 3305.0109 Trench Safety 33 OS 10 0171.0101 Constuction Staking 01 71 10 3305.0110 Pipeline Markers 33 OS 26 0171.0102 ASBuiIt Survey 01 71 23 0241.5001 Abandon Manhole 02 41 14 3201.0676 Conc Pvmt Repair, Aderial4ntlustrial 32 01 29 3305.0203 Imported EmbedmenVBackfill, CLSM 33 OS 10 3331.4111 6" Sewer Force Main PVC DR-14 33 11 12 3331.4115 8" Sewer Pipe PVC SDR-26 33 31 20 3331.4215 15" Sewer Pipe PVC SDR-26 33 31 20 3331.4327 24" Sewer Pipe PVC ASTM F679 33 31 20 3305.1112 Concrete Collar for Manhole 33 OS 17 3339.0001 Epoxy Manhole Liner 4' Diameter Manhole 33 39 60 (Warren/Chesterton) 3339.0007 Epony Manhole Liner 4' Diameter Drop Manhole 33 39 60 (Warren/Chesterton) EA EA EA EA EP, EA EP, EA EP, LS EA EP, LS LS LF LF TON LF LS LS t 1 1 i i 1 1 2 1 t 2 2 7 1 190 zoo 2 zoo 1 1 LS 1 EA 5 SY CY LF LF LF LF EP, VF 18 15 230 350 650 390 14 135 VF 35 $ 1,385.00 $ 1,385.00 s s,a�o.00 5 s,a�o.00 $ 9,870.00 $ 9,870.00 $ 9,870.00 $ 9,870.00 $1,365.00 $ 1,365.00 $1,385.00 $ 1,385.00 $ 294.00 $ 294.00 $ 525.00 $ 1,050.00 $ 861.00 $ 881.00 $ 138,600.00 $138,600.00 $ 3,381.00 $ 6,762.00 $ 2,856.00 $ 5,712.00 s �,000.o0 3 �,000.00 $1,050.00 $ 1,050.00 $ 16.80 $ 3,192.00 $ 237.00 $ 46,200.00 $ 13,880.00 $ 27,720.00 � a.ao 5 �,sao.00 $ i,000.00 $ �,000.00 $ �,�as.00 s �,�as.ao $1,050.00 $ 1,050.00 $ 1,102.50 $ 5,512.50 $ 315.00 $ 5,670.00 $ 231.00 $ 3,485.00 $ 136.50 $ 31,395.00 $ 94.50 $ 33,075.00 $147.00 $ 95,550.00 $176.50 $ 69,615.00 $ 283.50 $ 3,969.00 $ 46725 $ fi3,078.75 $ 582.75 $ 20,39625 Success: All values provided #t-183 Success: All values proviAetl #1-164 Success: All values provided #1-185 Success: All values provided #1-166 Success: All values provided #i-167 Success: All values provided #1-188 Success: All values provitletl #1-189 Success: All values provitletl #1-190 Success: All values provided #t-191 Success: All values providetl #t-192 Success: All values proviOetl #i-193 Success: All values provided #1-194 Success: All values proviAetl #t-195 Success: All values provided #t-196 Success: All values provided #t-197 Success: All values provitleA #1-198 Success: All values provided #1-199 Success: All values provitletl #1-200 Success: All values provided #i-201 Success: All values providetl #t-202 Success: All values provitletl #t-203 Success: All values provided #1-204 5uccess: All values proviAetl #t-205 Success: All values provided #t-206 Success: All values providetl #1-207 Success: All values proviAetl #i-208 Success: All values p�ovided #1-209 Success: All values proviAetl #1-210 Success: All values provided #t-211 Success: All values provided #t-212 Success: All values provitletl #t-213 I-176B I-177 I-178 I-779 I-180 I-181 I-182 I-783 1-184 1-785 I-186 I-787 I-188 I-189 I-190 1-191 I-192 I-793 1-194 I-795 I-196 1-197 I-198 I-199 I-200 1-201 I-202 1-203 1-204 I-205 1-206 3339.0001 Epoxy manno�e �mer s uraineter Manhoie 33 39 60 (Warren/Chesterton) 3339.1001 4' Diameter Manhole 33 39 10, 33 39 20 3339.1002 4' Diameter Drop Manhole 33 39 10, 33 39 20 3339.1101 5' Diameter Manhoie 33 39 10, 33 39 20 3305.0109 Trench Safety 33 05 10 0171.0101 Constuction Staking 01 71 10 3305.0110 Pipeline Markere 33 OS 26 0171.0102 ASBuiit Survey 01 71 23 2805.0111 Furnish/Install Elec Sery Pedestal 26 OS 00 2605.3015 2" CONDT PVC SCH 80 (� 26 OS 33 2605.3076 2" CONDT PVC SCH 80 (8) 26 OS 33 2605.3025 3" CONDT PVC SCH 80 (� 26 OS 33 LF 2605.3026 3" CONDT PVC SCH 80 (B) 26 OS 33 3441.1405 NO 2 Insulated Elec Condr 34 41 10 3441.1502 Ground BoxType B, w/Apron 34 41 10 3441.1645 Fumish/Install Type 33A Arm 34 41 20 3441.3201 LED Lighting Fixture 34 41 20 3441.3302 Rtivry Illum Foundation TY 3,5,6, antl 8 34 41 20 3441.3352 Fumish/Instali Rdway Illum TY 18 Pole 34 41 20 3441.35�t Salvage Street Light Poie 34 41 20 9999.LT01 NO 2 Bare Elec Contlr 34 41 70 2805.0111 Furnish/Install Elec Sery Pedestal 26 05 00 2605.3015 2" CONOT PVC SCH 80 (� 26 OS 33 2605.3025 3" CONDT PVC SCH 80 (� 28 OS 33 2605.3033 4" CONDT PVC SCH 80 (� 26 OS 33 3447.1�01 Fumish/Instail 3-Sect Signal Head Assmbly 34 41 10 3441.1002 Fumish/Install 4-Sect Signal Head Assmbly 34 41 10 3441.1003 Furnish/install 5-Sec[ Signai Heatl Assmbty 34 41 10 3441.1012 Furnish/Install Ped Signal Head Assembly 34 41 10 3441.1031 Fumish/Install Autli6le Petlestrian Pushbutton 34 41 10 Station 3441.1209 Fumish/Install BBU System EXT Mountetl 34 41 10 VF EA EP, EA LF LS LS LS EP, LF 40 9 2 3 1620 1 1 t 4 18270 LF 105 LF LF EA EA EP, EA EP, EA GiFbi 75 82280 51 137 141 93 93 4 LF 20445 EA 3 LF LF LF EA EP, EA EP, EP. 1865 490 1470 31 2 8 18 18 EA 3 $ 735.00 $ 29,400.00 $ 8,61525 $ 77,53725 $ 15,750.00 $ 31,500.00 $ 21,000.00 $ 63,000.00 $ 3.15 $ 5,103.00 $1,000.00 $ 1,000.00 $ 1,785.00 $ 1,785.U0 $ i,oso.00 5 �,oso.00 $ 10,837.05 $ 43,348.20 $ 27.30 $ 498,771.00 $ 40.95 $ 4,299.75 $ 33.80 $ 40,152.00 $ 4725 $ 3,543.75 $ 5.90 $ 367,452.00 $1,626.45 $82,948.95 $ 59220 $ 81,131.40 $ 771.75 $106,818.75 $ 2,433.90 $ 226,352.70 $ 3,946.95 $ 367,066.35 $ 842.60 $ 2,570.40 $ 5.90 $120,625.50 $ 10,375.05 $ 31,125.15 $ 29.40 $ 54,831.00 $ 33.80 $18,464.00 $ 37.80 $ 55,566.00 $ 1,727.25 $ 53,544.75 $ 2,279.55 $ 4,559.10 $ 2,690.10 $ 21,520.80 $ 772.80 $13,910.40 $1,941.45 $ 34,946.10 $11,707.95 $33,323.85 Success: All values provided #1-214 Success: All values proviAetl #b215 Success: All values provided #i-216 Success: All values provided #7-217 Success: All values provided #t-218 Success: All values provided #i-219 Success: All values provitletl #1-220 Success: All values provitletl #7-221 Success: All values provided #1-222 Success: All values providetl #1-223 Success: All values proviOetl #t-224 Success: All values provided #1-225 Success: All values proviAetl #t-226 Success: All values provided #1-227 Success: All values provided #1-228 Success: All values provitleA #t-229 Success: All values provided #1-230 Success: All values provitletl #t-231 Success: All values provided #i-232 Success: All values provided #1-233 Success: All values provitletl #t-234 Success: All values provided #1-235 5uccess: All values proviAetl #1-236 Success: All values provided #t-237 Success: All values providetl #t-238 Success: All values proviAetl #i-239 Success: All values p�ovided #t-240 Success: All values proviAetl #1-241 Success: All values provided #1-242 Success: All values provided #1-243 Success: All values provitletl #t-244 I-207 I-208 I-209 I-210 I-211 I-212 I-213 1-214 1-215 1-216 I-217 I-218 I-219 I-220 1-221 I-222 1-223 1-224 1-225 1-226 I-227 1-228 I-229 1-230 I-231 I-232 1-233 1-234 1-235 I-236 1-237 3441.1220 Fumish/Instali Modei 711 Preemption Detector 34 41 10 3441.1224 Fumish/Instali Preemption Cable 34 41 70 3441.1230 Furnish/Install Radar Presence Detedion 3q 41 10 Device 3441.1231 Fumish/Install Radar Ativance �eieaion �evice 34 41 10 3441.1234 Furnish/Install Radar Cable 34 41 10 3441.1250 Fumish/Insta�l PTZ Camera 34 41 10 3441.1255 Fumish/Install Communication Motlem 34 41 10 3441.1260 Furnish/Instail CATS Ethernet Cabie 34 47 10 3441.1311 5/C 14 AWG MuItFCond�ctor Cable 34 41 10 3441.7312 7/C 74 AWG MWtFConductor Cable 34 41 10 3441.7314 10/C 14 AWG Multi-Contluctor Cable 34 41 70 3441.1315 20IC 14 AWG Mutti-Conductor Cable 34 41 10 3441.1322 3/C 14 AWG MuItLContluctor Cable 34 41 10 3441.1408 NO 6 Insulated Elec Condr 34 41 10 3441.1410 NO t0lnsulated Elec Condr 34 41 10 3441.1413 NO 6 Bare Etec Contlr SLD 34 41 10 3441.1414 NO 8 Bare Elec Condr 34 41 10 3441.1502 Ground Box Type B, w/Apron 34 41 10 3441.1503 Graund Box Type D, w/Apron 34 41 10 3441.1603 Furnish/Install 10' - 14' Ped Pole Assmbiy 34 41 10 3441.1613 Fumish/Install Type 43 Signai Pole 34 41 10 3441.1814 Furnish/Install Type 44 Signal Pole 34 41 10 3441.1615 Fumish/Install Type 45 Signal Pole 34 41 10 3441.1616 Fumish/Install Type 46 Signal Pole 34 41 10 3441.1624 Fumish/Install Mast Arm 40'- 48' 34 41 10 3447.1625 Fumish/instail Mast Arm 52'- 60' 34 41 70 3441.1701 TY 1 Signal Foundation 34 41 10 3441.1704 iY 4 Signal Fountlation 34 41 10 3441.1705 TY 5 Signal Foundation 34 41 10 3441.1709 Petl Pole (10' - 14') Spread Footing Foundation 34 41 10 3441.7715 Signal Cabinet Foundation - 352i & BBU 34 41 10 EP, LF APR APR LF EP, EP, LF LF LF ifl 2485 11 8 4065 3 3 735 180 2320 LF 2070 LF 1875 LF LF LF LF LF EA EP, EA 2890 100 4650 50 3835 15 6 13 EA 1 EA 1 EA EP, EA EA EP, EP, EP, EA 8 i 2 9 11 2 9 2 EA 3 $ 2,647.80 $ 31,323.80 $ 3.15 $ 7,827.75 $ 18,987.15 $ 206,858.65 $ 18.967.15 $151,897.20 $ 3.75 $15,243.75 $ 7.229.25 $ 21,887.75 $ 3,512.25 $10,536.75 s 2.s5 5 �,sa7.75 $ 3.30 $ 594.00 $ 4.05 $ 9,396.00 $ 4.95 $ 9,949.50 $ 9.10 $ 17,062.50 s 2.so 5 7,225.00 $ 2.65 $ 285.00 $ 1.45 $ 6,742.50 $ 2.65 $ 132.50 $ 2.55 $ 9,28925 $1,626.45 $ 24,396.75 $ 2,452.80 $ 14,716.80 $1,826.45 $21,143.85 $ 14,707.35 $ 14,707.35 $ 13,435.80 $13,435.80 $ 20,397.30 $163,178.40 $ 17,767.00 $17,787.00 $ 9,059.40 $18,118.80 $ 72,874.05 $115,866.45 $ 1,685.30 $ 18,318.30 $ 8,369.55 $16,739.10 $ 9,484.65 $ 85,361.85 $ 2,815.05 $ 5,fi30.10 $ 7,519.05 $ 22,557.15 Success: All values provided #i-245 Success: All values proviAetl #1-246 Success: All values provided #i-247 Success: All values provided #1-248 Success: All values provided #1-249 Success: All values provided #t-250 Success: All values provitletl #1-251 Success: All values provitletl #7-252 Success: All values provided #1-253 Success: All values provided #i-254 Success: All values provitletl #1-255 Success: All values provided #t-258 Success: All values provitled #t-257 Success: All values provided #i-258 Success: All values provided #t-259 Success: All values provitletl #1-260 Success: All values provided #1-281 Success: All values provitled #t-262 Success: All values provided #1-263 Success: All values provided #i-264 Success: All values provitletl #1-265 I-238 I-239 I-240 I-241 I-242 1-243 4244 I-245 I-246 1-247 1-248 I-249 I-250 I-251 1-252 I-253 1-254 1-255 1-256 1-257 I-258 3441.1725 Fumish/install ATC Signal Controller 34 41 10 3441.1741 Furnish/Install 352i Controller Cabinet Assembiy 34 41 10 34412002 Dispose of Full Traffic Signal 34 41 13 3441.3051 Fumish/Install LED Lighfing Fi�cture (137 watt 34 41 20 ATB2 Cobra Head) 3441.4001 Fumish/Install Alum Sign Mast Arm Mount 34 41 30 3217.0101 8" SLD Pvmt Marking HAS (VJ) 32 17 23 3277.0102 6" SLD PvrM Marking HAS (l� 32 77 23 3217.0103 6" BRK Pvmt Marking HAS (VV) 32 17 23 3217.0201 8" SLD Pvmt Marking HAS (VJ) 32 17 23 3217.0301 12" SLD Pvmt Marking HAE (W) 32 17 23 3277.0401 18" SLD Pvmt Marking HAE (VV) 32 17 23 3217.0501 24" SLD Pvmt Marking HAE (Wj 32 17 23 3277.1002 LaneLegentlArrow 321723 3217.1004 Lane Legend Only 32 17 23 32172103 REFL Raised Marker iY 11-A-A 32 17 23 32172104 REFL Raisetl Marker N 11-GR 32 17 23 3441.4003 Fumish/Install Alum Sign Ground Mount CHy 34 41 30 Sttl. 3441.4108 Remove Sign Panei antl Post 34 41 30 3441.4110 Remove and Reinstail Sign Panel and Post 34 41 30 9999.SPM01 8" SLD Pvmi Marking HAS (B) 99 99 99 9999.SPMD2 18" SLD Pvmt Marking HAE (`n 99 99 99 L UNIT II - WATER IMPROVEMENTS (36" WATER LINE) 3311.0854 35" DIP Waieu (R�strained Joi�nts) (If you e��nter Success: All values providetl #2-7 II-1A' a und price for Item No. 11-1 B or II-1C, piease enter $0.00 33 11 10 for the unit price far II-1A.) 3311.0874 38" Concrete AW WA C303 Water Pipe Success: All values proviAeO #2-2 II-1 B" (Restrainetl Joints) Qf you enter a unit price for Item No. II- 33 11 13 1A or II-1C, please enter $0.00 forthe unit price for II-1 B.) 3371.0864 36" Steel AW WA C200 Water Pipe (Restrainetl Success: All values provided #23 II-1C Joints) (If you enter a unit price for Item No. II-tA or II-16, 33 11 14 piease enter $0.00 for the unrf price for II-1 C.) Success: All values proviAetl it2-4 ��_y�+ 3371.0851 36" DIP Water (if you enter a und price for item 33 11 10 No. 11-26, piease enter $0.00 for the unit price tor II-2A.) 3371.0871 36" Concrete AVW✓A C303 Water Pipe pf you Success: All values provided #2-5 II-2B" enter a unit price for item No. 142A, piease enter $0.00 for 33 11 13 the und price for II-2BJ 3305.1109 54" Casing By Other Than Open Cut (If yo� Success: All values provided #2-6 II-3A' enter a unit price for Item No. 1136, please enter $0.00 for 33 OS 22 the unit price for II-3A.) �3305.1304 54" Tunnel Liner Plate 8y Other Than Open Cut Success: All values proviGetl #2-7 11-3B" Qf you enter a unit price for Item No. II-3A, piease enter 33 OS 21 $0.00 forthe unit price for 1138.) iya EA LS EA EA LF LF LF LF LF LF LF EA EP, EA EA EA EA EP, LF LF LF LF LF LF LF LF LF 3 3 3 9 44 32201 31089 6379 8234 97 1044 2900 105 84 48 N 67 101 32 2 4300 356 2150 2150 3550 1400 1400 100 100 $ 7,788.95 $ 23,308.85 $ 37,172.10 $ 111,51fi.30 $ 10,500.00 $ 31,500.00 $ 777.75 $ 6,945.75 $ 687.75 $ 30,261.00 $ 2.80 $ 90,162.80 $ 2.80 $ 87,049.20 $ 3.95 $ 25,197.05 $ 3.70 $ 30,465.80 $ 12.10 $ 1.173.70 $ 74.20 $14,824.80 $ 83.00 $182,700.00 $ 257.25 $ 27,01125 $ 519.75 $ 43,659.00 $ 10.50 $ 504.00 $ 10.50 $12,253.50 $ 624.75 $ 83,099.75 $ 236.25 $ 7,560.00 $ 834.75 $ 1,669.50 $ 2.80 $12,040.00 $ 1420 $ 5,05520 $ 39,570,302.25 $ 766.50 $ 1,647,975.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 672.00 $ 940,800.00 $ 0.00 $ 0.00 $ 2,205.00 $ 220,500.00 $ 2,205.00 $ 220,500.00 Success: All values provided #2-8 Success: All values proviAetl #2-9 Success: All values provided #2-10 Success: All values provided #2-11 Success: All values provided #2-12 Success: All values provided #2-13 Success: All values provitletl #2-14 Success: All values provitletl #2-15 Success: All values provided #2-16 Success: All values providetl #2-17 Success: All values proviOetl #2-18 Success: All values provided #2-19 Success: All values proviAetl #2-20 Success: All values provided #2-21 Success: All values provided #2-22 Success: All values provitleA #2-23 Success: All values provided #2-24 Success: All values provitletl #2-25 Success: All values provided #2-26 Success: All values provided #2-27 Success: All values provitletl #2-28 Success: All values provided #2-29 5uccess: All values proviAetl #230 Success: All values provided #2-31 Success: All values providetl #232 Success: All values proviAetl #2-33 Success: All values p�ovided #2-34 Success: All values proviAetl #235 Success: All values provided #2-36 Success: All values provided #237 Success: All values provitletl #2-38 II-4A" II-0B" II-4C• II-5 11-6 11-6A II-7 11-8 11-9 II-10 II-11 II-12 II-13 II-14 II-14A II-15 II-16 11-17 II-19 II-20 II-21 II-22 II-23 II-24 II-25 II-26 11-27 11-28 11-30 II-31 II-32 3371.0007 Ductiie Iron Water Fittings w/ Restraint (if you enter a unH price for Item No. II-4B or II-4C, please enter 33 11 11 $0.00 forthe unit pnce (or II-4A.) 3311.0021 C303 Fittings (If you enter a unit price for Item Tlo. II-4A or II-4C, please enter $0.00 for the und pnce for II- 33 11 13 4B.) 3311.0011 Steei Fittings Qf you enter a unit price for Item No. II-0A or II-4B, please enter $0.00 for the unit pnce for II- 33 11 14 4CJ 3311.0454 12" DIP Water (Restrainetl Joints) 33 11 10 3305.1104 24" Casing By Other Than Open Cut 33 OS 22 osdo.�v�o a�. �asingByOpenCut 330522 3305.2004 12" DI Wetef Cerrief Pipe 33 OS 24, 33 11 10 3305.2009 36" DI Water Carrier Pipe 33 OS 24, 33 11 io 3312.3005 12" Gate Valve 33 12 20 3312.0110 Connection to E�tisting 36" Water Main 33 12 25 3312.0177 Connection ta Existing 4"-12" Water Main 33 12 25 3312.1005 6" Combination Air Vaive Assembly for Water 33 12 30 3372.6003 8" Biow Off Vaive 33 12 60 3312.5000 36" AVNNA B�tterfly Valve, w/ Vautt 33 12 21 33�5.0113 Trench Water Stops 33 OS 10 0241.1111 36" Pressure Plug 02 41 14 0241.1118 4"-12" Pressure Plug 02 41 14 330�0..0002 CaLhodic Prole��tion Stutly, 6esign, ancl 33 04 1 t. 33 04 Instatlation �Z' 01 35 73 3305.0109 Trench Safety 33 OS 10 3305.0110 Utility Markers 33 OS 26 3305_0103 Ezploratory Excavation of 6cisting UtilRies 33 OS 30 3305.0118 Concrete Encasement for Utility Pipes 33 05 10 3305.0204 importetl EmbetlmentBackfill, Crushetl Rock 33 OS 10 3305.0203 Imported EmbedmenVBackfill, CLSM 33 OS 10 3471.0001 Tre�e Control 34 71 13 3301.0002 Post-CCN Inspedion 33 Ot 31 3125.0101 SWPPP >_ t acre 31 25 00 0171.0101 ConsWction Staking 01 77 23 0171.0102 AsBuiit Survey 01 71 23 9999.36W1 5' Access Manway 33 39 20 9999.36W2 Construction Allowance (Please enter 99 99 99 $100,000.00 for the Unit Price.) TON LS LS LF LF LF LF LF EP, EA EA EP, EA EP, EA EA EP, LS LF LS 8 1 1 220 85 100 85 iso 5 1 t 2 2 3 10 2 2 t 3550 1 ea, so CY 10 CY CY MO LF LS LS LS EA 50 50 4 4045 1 7 1 3 LS � $ 27,300.00 $163,800.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 szzo.so sas,s�a.00 $ 766.50 $ 65,152.50 $ 1,155.00 $ 115,500.00 $ 336.00 $ 28,560.00 $ 735.00 $139,650.00 $ 5,985.00 $ 29,925.00 $ 33,600.00 $ 33,600.00 $ 4,095.00 $ 4,095.00 $ 87,150.00 $ 174,300.00 $ a7,25o.0o s sa,soo.00 $ 194,250.00 $ 582,750.00 $ 12,600.00 $126,000.00 $�,iss.00 $2,310.00 $ 6,825.00 $13,850.00 $ 126,000.00 $126,000.00 $3.15 $11,182.50 $ 1,155.00 $ 1,755.00 $ 2,315.25 $ 115,762.50 s zea.00 S z,sao.00 $ 84.00 $ 4,200.00 $ 231.00 $11,550.00 $ 1,000.00 $ 4,000.00 $ 4.20 $16,989.00 $ 6,000.00 $ 6,000.00 $ 1,000.00 $ 1,000.00 $ 1,050.00 $ 1,050.00 $ 6,300.00 $ 18,900.00 $ 700,000.00 $100,000.00 � ,`: � UNIT I- TPW IMPROVEMENTS - ALTERNATE A Success: All values provided #3-1 I-A-1 Success: All values providetl #3-2 I-A-2 Success: All values proviAetl #3-3 I-A-3 Success: All values provided #3-4 I-A-4 Success: All values proviAetl #3-5 I-A-S Success: All values provided #3-8 I-A-6 Success: All values p�ovided #3-7 I-A-7 Success: All values provitletl #3-6 I-q-B Success: All values provided A3-9 I-A-9 � 3341.0103 18" RCP, Class III 3341.02�t 21" RCP, Class III 3341.0205 24" RCP, Class III 3341.0302 30" RCP, Class III 3341.0309 3fi" RCP, Class III 3341.0402 42" RCP, Class III 3341.0409 48" RCP, Class III 3341.0502 54" RCP, Class III 3341.0602 60" RCP, Class III 33 41 10 33 41 10 33 41 7 0 33 41 10 33 41 7 0 33 41 10 33 41 10 33 41 10 33 41 10 LF LF LF LF LF LF LF LF LF 15 3912 3923 1132 zazi 1459 654 439 432 S 5,072,806.50 $105.00 $ 1,575.00 $115.50 $457,836.00 $13725 $ 514,893.75 $176.50 $ 202,062.00 $ 210.00 $ 424,410.00 $ 282.50 $ 382,987.50 $ 304.50 $199,143.00 $ 399.00 $ 175,161.00 $ 462.00 $ 199,584.00 ` $ 2,557,652.25 S 47,194,767.00 C043 t� BIO BOfJO Paga 1 012 5EC710N 00 4313 B1D 6dND KNOW ALL SY 7HESE PRESENTS: That we, Tiseo Pa�ing Co., P. O. Box 270040, Dallas, TX 75227 , known as "BiddBf' herein and ►tarliord Accident and IndemnVty Company, One Hartford Plaza, Hartford, CT 06155 S corporate 5Urely dufy authorized to do business in the State of Texas, known as °Surety" herein, are held and firmly baund unto 1he City af Fort Worth, a municipal corporafian created pursuant io ihe (aws of 7exas, known as "City` herein, in the pena� sum of fa�e per�ent (5°/0) oF Bidder's maximum bld price, in lawful money ot the United States, ta be paid in Fort Worth, Tarrant Caunty, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, admin,strators, successors and ass'sgns, joinily and se�erally, firmly by thesa presents. WHEREAS, the Princlpal has submitled a bid ar proposai to perform Work for the following proJecl designated as AVONDAI.E HASLET ROAD REC:()NSTRU�TIOtV NOW, THEREF�RE, tY�e candition of this obiigation is such that if the City shall award the Contract far iha foregoing project to !he Principal, and the Principal shall satisfy all requirements and conditions required for the execution of lhe Cantraci and shall enter into the Contract in writing with the City in accordance wilh the terms of such same, ihen this obligation shall be and become nuil and void. It, however, the Principal fails to execute such Contract in accordance wilh lhe terms of same or fails to satisfy all requiremenTs and Conditions required lor the exer,ution of the Conlra�t, lhis bond shal! become the propeRy of the City, wilhout recourse of the Principal andlor Surety, ntit to exceed the penally hereof, and shall be used to compensate City for lhe diiference belween Principal's total bid amount and the next selected bidder's talal bid amount. PROVIDED FURTHER, that if any iegal action be filed on this Bond, venue shail IIe in Tarrant Counly, Texas or the United Staies District Court for the Northern District of Texas, Fort Worth Oivision. IN WITNESS WHEREOF, the Principai and the Surety have SIGNED and SEALE� this inslrument 6y duly authonzed agents and oNicers on this !he 14th day of AU9uSt , 2025. A1TES7: Witness�to Principal CiTY OF FOftT WORr3i 5TANOAR� CONSTRUCTION SP�C1FiCATIQN DOCUMEtJTS Revised 8I3W202t PRINCIPAL: Tiseo Pavinq Co. II 7 22Z SY: Signatu ��1Yarl� Pj�'DWYZ a VIC,�', I�rPS,I..�_ Name and Tille Ai�or�clwle Husfef Raad Recpns�+•teclion City Projecr No. 1 Ul0I4 06 43 t3 BID SOND Pags 2 of 2 � � +' % � 1 _ ,-� - Wiiness as to Suret�+j l � Meagan Reynal�s, 5urefy Sr. �count Mar�ager Attach Power of Attorney �Suretyj for Attomey-in-Fact A��fess: P. o. aox z�ooao QaElas, TX ?5227 SiJR�TY: Fiartforcf Accident and Indemniiy Company One Hartfarc# Plaza, Hartford, CT 06155 Bv: �-- - -- ` - � - -...- —. Susan L. 5malk, Attorney-In-Fact IVame and Ti(le Address: QftE �-{�fLfOfd PI7Za Hartford, CT Ofi155 Telephone Number. {248} $22-fi454 t 'Nofe: lf signed by an officer af the Surety Company, there musi be an file a certified extract from the by laws showing iMat this person has authority to sign such obfEgaUon. ff 5urety's physical address is different frorn its maiting address, both must be provided. The date of the bond shall not be prior to the date the Conlract fs av�arded. Ei�lD OF SECTION CITY DF FORT WORT}i �f va+dale lYus�ler f2nad Reco�lslrtrClian STAhlpAR6 CONSTRUCT[ON SPEGFICATEON DQCUMEN7S Cify Prajccl A�a. liJ1014 Revised 9I3Q72021 Direct lnquiries, 8ond Aufhenficity anrl Claims fo: P�WER �F ATT�RNEY THE HARTFORD 80ND, T-fa One Hartford Plaza HarEford, Connecticut 06155 Sond,C laimsfc�tirehertford,com ca11: 888•2fifi34$8 or/ax: 860-?57-5635 KNOW ALL PER50NS SY THESE PRESENTS THAT: Agency Name: VTC INS[7RAa�iCE GROUP Agency Code: 35-351225 � Hartfard Fire Insurance Campany, a corporation duly organixed under the iaws of the 5tate oi' Connecticut � Hartford Casualty Insuranoe Company, a corporation duly organized under thc laws of the State of Indiana � Hartford Aceidenk and Indemnity Company, a corpnration duly organized under the laws aF lhe Stace of Co�mecticut ❑ Hartford insurance Company of the Midwest, a corpuratian duly organized under the taws of the State af Indiar�a having their home office in Hartford, Connect�cut, {hereinafter coileciively referred to as fhe "Companfes"} da hereby make, consfitute and appoint, up #o the amaunt of UnlimitEd : Jeffrey A. Chandler, Alan P. Chandler, Bryan Formsrna, Waz7dy L. Hingsnn, Meagan L. fteynolds, Susan L. Small, Rabert Trobec of TRQY, Michigan their true and lawful Attorneyts]-in-Far..t, ear..fi� rn thPir se{�ar�te capaclty if more than one is named a6ove, to sign its name as surety{ies) oniy as rletineated aba�e by �, and to execute, seaf and acknowledge any and al{ bonds, undertakings, contracfs and okher written ii�struments in the nature thereof, an behalf of the Companies in their business of guaranteeing the fidefity of persons, guaranteeing the performance nf contfacts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by faw. In Witness Whereof, and as authorized by a Resolution of the Board of Directors ofi the Companies an May 23, 201fi the Companies have caused khese presents to be signed by its Assistartt Vice President and its corporate seals to be hereto affxed, dufy attested by ifs Assistant Secretary. Further, pUrsuant to Resolution of the Baard of Directors of the Companies, the Companies hereby unambiguously affrm that they are and will be bound by any mechanica[ly applied signatures appfied to this Power ofi Attamey. 'F1RE 1p�"3','' , t.a` r'�ns ,�.,, -_.,;;; ` �,L�,`o �,i,� ,,,. � O . •�' . G �^, � 34�, S. .. N, U�, • ' y • ` .,: � E +3r,�,qp �. . Q` ' '. S `'R ��45_ � q,f,�: �`' �yS,. ".,y ; yJrt}' :.............: �'s '•9 . an�art�r s�.� �.�: fc,�pt Fp�:F�= ��:'�ac9RsoA�1r�4�rfn'_ :¢:� m� =oi �..� iac �'� ��j.� _q._ * ic' :$.'. T .r �6: � y�'• ' �� ;�a-.'wman� :;�a: "'"'� ;'w . 1979 .`�,�a �, -. 4 -��_.....,.: �'Ft'�: '�r—�"`� �,'�'•,. : • � ; � w011�TE• o � Sfnt .� R�� "'�t �� �%.y`�RP ` ot�.+�• i *t��i�V��,`\ xxr11 '~`1 '��!l�O�Aµ����,,, .� - ��a'`'� �o.�.(.G�C�C� �,�,� Phyllis A. Clark, Assistant Secretary Joelle C: LaPierre, Assisiant Vice President STATE OF FL4RIQA 55. Lake �vlary COUNTY OF 5EMINOLE �n this 1st day of March, 2024, hefore me personaEly came .faelle L. LaPierre, ta me known, who being by me duly sworn, did depose and say: that (s}he resides in Seminole Caunty, State of Florida� that (s}he is the Assistant Vice President of the Companies, the corporafions described in and which exe�uted #he abo�e instrument; that (s}he knows the seals of the said corporations; that the seals affxed to the said instrument are such corporate seals; that they were so a�xed by aufhority af ihe Beards af Directors of said corporaTions and that (s)F+e signed hislher name thereto by like authority. ��..N,:� �•t��, • ' CA%,,}.^`/ / /J ' rr�` � . "7J� (Jc.'vc�C� _ � - / "I 'ry;�[„^ ,Y.��; MariE�z Arce '•, ro� s:�.� My Commission Ff}I 287J53 ' � � Facnires Jufy t3. 202C I, the undersigned, Assistant Uce President of the Companies, dQ HEREBY CERTIFY that the above and foregaing is a true and correct copy of the Power of Attorney executed hy said Companies, which is stfq in full force effecki�e as of �9�St 14th, 2025 . Signed and sealed in Lake Mary, Florida. �,. ,���,�,,,,, f,•���F�AE IIySG�,+c; ,,``'F��Y. �NSUq''•. : Q'a. 9 4 ;� vs`,�.� 4s' : i o.� "•: � i i¢; �yaarena�ea � � � ��; � ;�= p. �.� :�l : `: m ' ' +NdIA�t = �: � y'•. :'.o� �: dd'•., : �a: �•'''a`°*ronM�v'�`�` %,,v ,ri��ci«i�+''��. .� .�rrcn., ��,GOMPAkyr'�r ��, � e <vy .:�, .. ....,.,. � : L i�";p��01PRKAl2 �' y • - �+ � _ O'.en� - � ��'�; # :�Fr �� - �� i)74 ;y�,; �;�`. :�ti. „� L 'Se�rt � /k01I1R� k � +�:�+cr-,Y" �� .t�i'.. f I�� �-✓�'� ,��.�' ' fl ',r� �� Keifh D. Qozais, Assistant Vice Pres�dent Hc.��wl: fuSy ] I.:A:A IMPORTANT N�TIC� To obtain fnf�rmat�an �r ma�Ce a camplaint: You may contact yocar agent. Yc�u may cail Hartford lns�srance Group at thte ta11 free telephor�e num�er far infvrma#ion flr to malte a camplaint at� '1-SQ4-392-7'845 You may afsv write to The Hariford: The Hart#ard Hartiord FinancEal Praduc#s � Park A►rertue, 5E�' �Ivar New York, New Yflrk 1 U�18 'l-21 �-277-U440 You may �Qntact the Texa� ❑epartment of Insurance to obtain information an companies, co�erages, rights or �om�laEnts at: �t-sao-2�2-�43s Yvu may wr�te the Texas Department ofi Ir�suran�e P.�. Bax � 491 D4 Austin, T]C 787'14-9� 0� �ax Number �592} 475-�771 Web: �r#tQ:llwww.tcli.siafe.fx.us E-mail: CansumerPrvtection c�7r tdi.state,tx.us PREMIUM �R CLAIMS DISPIlTES: 5hould you ha►.s a dispute concerning your premium nr about a claim you should �ontact the agent first. If ti�e dtspute is nat resol�ed, you may canta�t the Texas Departrnerst vf Insurance. ATTACH TH15 N�T10E Ta YOLlR P�LICY: This noiice is for yvur informatian vnly ar►d daes not ��come a part or cQnditiun af i�e at#ached document. � f1�1���lli�ri��]:i�L't��l Para ahtener infarmacion o para sameter una queja. Pu�de comunicarse con su agente. Usted puede liamar al numero de t�fefono gr�tis de The Hart�ord lrrsurance Group para in�vrmacior� o para sameter una que]a a! i -BFlD-3S2-78i�5 Llsted tambien p�ede escri�ir a The Nartfard. T�e Hartfard Hariford Fir�an�ial Products 2 Park A�enue, 5�n Flaar New York, New Yark 1D4�iB 1-Z'12-Z7�'-U4� 4 Pu�de comunicars� con Ei De�arkamento de 5eguros de Texas para abtener infarmacian acer�a de campanias, caberturas, derechos ❑ quejas a!� 1-840-252-�439 Puede escribir al departam�nto de 5eguros �e Texas � P.D. Box � �91 �4 Austin, Tx 78'714-9104 Fax Number (512y 4T5-� 771 We�: hft�:llwww.tdi.state.#x.us �-mail: CansumerProt�ctian@tdi.state.fx.us []15PUTAS SDBRE PRIIVIAS � RE�LAM�S: 5i tier�e una dlspufa con�erniente a su prima o a un reclama, d�be cc�municars� cc+n su agente pr€mera. Si nv se resue�ve {a disputa, puede en#ances comunicarse con e! ciepartamentv �TDIj. , UNA �STE AVIS� A SU POLIL4: Esfe a�Eso es solo para proposfto de infarmacian y n❑ se aonvierte en parte a candfclo� dei documer�to ad;untv. F�275-1, .17?C4275•1 HR A2 N046 OD a807 0{3 43 37 VENE}OR COMPLWNCE 70 S*ATE LAW page 1 of 1 SECTIDN UO 43 37 VENDOR COMPLlAiUCE TO STATE LAW NON RESIDEIVT BiDDER Texas Govemment Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This faw pravides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state cantracfors whose corporate offices or principal place of business are outside the State of Texas} bid pr�jects for canstruction, impro�ements, st�pplies or services in Texas at an amaunt iower than ti�e lowest Texas resident bidder by the same amount that a Texas resident bidder wouid be required to underbid a nonresident bidder in order ta obtain a comparable contract in the State which the nonresidenYs principa! place of business is located. The appropriate blanks in Sectian A must be filled out by ali n�nresideni bidders in order for your bid to rrieet specifications. The faiiure af nflnresident bidders to da so will automa#ica(ly disQualify that �idder. Resident bidders must check the box in 5ectian B. A. Nonresident bidders in the State af , our principa! place of business, are required to be percent lower than resident bidciers by State Law. A copy of the sta#ute is attached. Nonresident bidders in the State af are not required to underbid resident bidders. , our principal p(ace of business, B. The principal place of husiness of our company or our parent company or majority owner is in the State fl# Texas.� BIQDER ��D �} 1� �D • E;VD O�' SECT(QiV BY. C-,�ra�+ BYa �n �"/ / _ � ° (Sign'ature} Title: �� Ce �C� S IG�£ f'1�" Date:_�tAGjtd��— 1�l : �l� r�i.� J CIN 4F FORT WORTN Avondule Ilaslef Road Reconslrrrctror� STANDARD CONSTRUCTION SPECiFICA710N bOCl7MEMTS Crry Projecf 1Va. l0f014 Ra�ised 9130f2421 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 4511 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 far award of contract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for the wark 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 prequali�ed 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 iile the information by the 31st day of March 19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's 20 Prequalification Application, the following must accompany the submission. 21 a. A complete set of audited or reviewed iinancial 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 Prequali�cation Application. 31 (1) The firm's Texas Taxpayer ldentification Number as issued by the Texas 32 Comptroller of Public Accounts. To obtain a Texas Taxpayer ldentification 33 number visit the Texas Comptroller of Public Accounts online at the 34 following web address www.window.state.�.us/taxnermit/ 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 DiJNS 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 Avondale Haslet Road Reconstruction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101014 Revised August 13, 2021 004511-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms perfarming 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 iinancial 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 Paragaph 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 39 40 41 42 43 44 45 (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 46 3. Eligibility for Award of Contract 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH Avondale Haslet Road Reconstruction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101014 Revised August 13, 2021 004511-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequali�cation 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 Avondale Haslet Road Reconstruction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101014 Revised August 13, 2021 00 45 t 2 PREQUALIFICATION STATEMENT Page 1 of 1 sECTroN oa a� �2 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to c�mplete the information below by identifying ihe prec}ualified contractors andlor subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Asphait Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Concrete paving canstruction/reconstruction (greater than 15,000 square yards) I Roadway and pedestrian lighting Augur boring — 54-inch diameter casing and less or Tunneiing — 54 inch and less Water TransmissionlU rban/Renewal 36-incf�es and smaller Sewer Inte�ceptors, Urban/Renewal, `L4-inches and smaller Sanitary Sewer Manhole/Structure interior Lining — Warren or Chesterton Coa#ing � CCTV inspections for various pipe sizes ConiractorlSubcontractor Company Name �ea��-��e 1 i S� o�o�v �� Co � � �����. _ �le cl-Y �ca.� C;�cle � P�Cad� 0� A�ad�a �C�d� � �C �C Prequalifscation Expiration Date q f 2aZCp t° r ZU�-Lo 31 z�z� � 1 �Z� y f Zvzt� y 12oz� � � ZUZ� � � �� The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: l 1 S�'� �Glv 1Y1� CQ , gY= ��I►`Rli. f` J✓�Owr� Company ( ease rint) � �•�Dy, ��jQ��-i(7 Signature: _� � Address �11�5 � 7� aati CitylSta#elZip Title: `f ( GP ��esr c�p�,-�- {Piease Print] Date: � S-{- � 1 �, aoa� END OF SECTION CITY OF FORT WORTH STANDARD CONSTRIfCT{ON SPECfFICATION DOCUMENTS Avondale Naslat Road ReGonstruction fte�ised 09130l2021 Crfy P�ojecf No. 90i014 004526-I CONTRACTOR COMPLIANCE WITH WORKSR'S COMPCNSATIO�! LAW Page 1 of ! 2 3 4 5 6 7 8 9 10 11 iz 13 14 15 16 17 18 19 20 ?� 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 SECTION 00 45 26 CONTRACTOR COMPLIANCE W1TH WORK�R'S COMPENSATION LAW Pursuant to Texas Labor Code Section 4U6.096(a), as a�nended, Contractor certifies that it provides worker's compensation insurance c�verage for all of its employees employed on City Project No. 101014. Cont��actor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certif cates of compliance with worker's compensation coverage. CONTRACTOR: f�;.Sev ���rm �'p- Compar�Y .� � �.�Dx �7nc�{-t o Address Ry: C �,-�an-� �ror�un (Ple se Prin Signature: �a.IIG s � '1� a a..� CitylStatel'Lip THE STATE OF TEXAS § COUNTY OFTARRANT § Title: � {�{'P,� � �p �-}- (Piease Print) BEFO ME, the ndersi ned authority, on this day personally appeared �!�rA{�-� �Y��YI , known to me ta Ue the person whose naine is subscribed ta the fore�oing instr�unent, and ack�iowledged to me that he/she executed the same as the act and deed of Jj j,Sp�j��(�)y�j ['(} . for the purposes and consideration therein expresseci and in the capa�ity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this %`� day of �}-C.t� (.(�S-�" , 24�5 — Q� /r3 No Public in and for the 5tate of Texas END OF SECTION CI'I'Y GF fORT W�RTH STANDARD CONSTRUCTION S!'�C[F[CAT[ON DOCUM�.NTS Revised Jul}� I, 20l l Ai�ondale Ilaslct Roar! Reconstracrion Ciry Projec! No. 101014 00 52 43 - 1 Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on 11/18/2025, is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and Tiseo Paving Co., P.O. Box 270040, Dallas, TX 75227, authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Avondale Haslet Road Citv Proiect No. 101014 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 Forty-Seven Million, One Hundred Ninety-Four Thousand, Seven Hundred Sixty-One AND 00/100 Dollars ($47,194,761.00). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 41 Final Acceptance. The Work shall be complete for Final Acceptance within 960 calendar days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractar agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Six Hundred and Fifty AND 00/100 Dollars ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. �FFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH Avondale Haslet Road Reconstruction STANDt1RD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 101014 Revised June 13, 2025 00 52 43 - 2 Agreement Page 2 of 6 Article 5. CONTRACT DOCUMENTS 51 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) Prequali�ication Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance Certification Form (ACORD or equivalent) d. Payment Bond e. Performance Bond £ Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit _ T�^r �u� rr.����e"�� 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification nrovision is snecificallv intended to onerate and be effective even if it is alle�ed or uroven that all or some of the damages bein� sought were caused, in whole or in nart, bv anv act, omission or negli�ence of the citv. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH Avondale HasletRoad Reconsh-uctiove STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 101014 Revised June 13, 2025 00 52 43 - 3 Agreement Page 3 of 6 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnifcation provision is specificallv intended to ouerate and be effective even if it is alle�ed or proven that all or some of the damases bein� sou�ht were caused, in whole or in nart, bv anv act, omission or neEli�ence of the citv. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. CITY OF FORT WORTH Avondale Haslet Road Reconstruction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101014 Revised June 13, 2025 00 52 43 - 4 Agreement Page 4 of 6 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time-employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractar acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ainmunition 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 Avondale Haslet Road Reconstruction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101014 Revised June 13, 2025 00 52 43 - 5 Agreement Page 5 of 6 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Veriiication Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation far each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third-Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third-party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on-site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction wark. The Engineer and its personnel have no autharity to exercise any control over any construction contractor ar other entity or their employees in connection with their work or any health or safety precautions. CITY OF FORT WORTH Avondale Haslet Road Reconstruction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101014 Revised June 13, 2025 00 52 43 - 6 Agreement Page 6 of 6 IN WITNESS WHEREOF, City and Contractar have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager (`Bffective Date"). Contractar: By: Grant�, 2o2s o&:ae:ss csT) Signature Grant Brown (Printed Name) Vice President Title 419USHWY80E Address Mesquite, TX 75150 City/State/Zip 12/02/2025 Date City of Fort Worth By: C����� Jesica McEachern Assistant City Manager 12/20/2025 Date aa 0 4FORT��P Oo° �Ld a''�'° �9d0 Attest: p�� -�d �/, .hi�� PO rt � # d �d4p QEXAso4 � Jannette Goodall, City Secretary (Seal) M&C: 25-1070 Date: 11/18/2025 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Mr`tcG�eGG �r'�oh MiPchellAi[on(Uec2,2 508:52:04(ST) Mitch Aiton, PE, PMP Sr. Professional Engineer Approved as to Form and Legality: . � Douglas Black (Dec 16, 2025 21:32�9 CST) Douglas W. Black Sr. Assistant City Attorney APPROVAL RECONIMENDED: iil° �R:..,�. �LaurenPrieur Dec16,202509:04:47CST) Lauren Prieur, PE, PMP, CCM, Director, Transportation & Public Warks OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH Avondale Haslet Road Reconstruction STANDEIRD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 101014 Revised June 13, 2025 006113-1 PERP'ORMANCE BOND Page I of 2 r 2 3 4 5 6 7 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 61 13 PERFORMANCE BOND Bond No. 35BCSJK2086 § § KNOW ALL BY THESE PRESENTS: § 8 That we, Tiseo Paving Co., P.O. Box 270040, Dallas, TX 75227, known as "Principal" herein 9 and Hartford Accident and Indemnity Company, One Hartfard Plaza, Hartford, CT 06155, a 10 corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, 11 known as "Surety" herein (whether one or more), are held and firn7ly bound unto the City of Fort 12 Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in ] 3 the penal sum of, Forty-Seven Million, One Hundred Ninety-Four Thousand, Seven Hundred Sixty- 14 One AND 00/100 Dollars ($47,194,761.00), lawful money of the United States, to be paid in Fort 15 Wortli, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind 16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly 17 18 19 20 21 22 23 24 by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the 18th day of November , 20 25 , which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Avondale Haslet Road, City Project No. 101014. NOW, THEREFORE, tl�e condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 25 perform the Work, including Change Orders, under the Contract, according to the plans, 26 specifications, and contract documents therein referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City, then this obligation shall be 28 29 30 31 and become null and void, otherwise to remain in full force and effect. 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. CITY OF FORT WORTH Avondafe Haslet Road Reconstnrction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crty Project No. 101014 Revised December 8, 2023 006113-2 PERFORMANCE BOND Page 2 of 2 2 3 4 5 6 7 8 9 10 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 36 37 38 39 40 41 42 43 44 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on tlus bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 26th day of November . 20 25 . ;' TT T: j i (Principal) S retary �� D Wihies as to Princi �1�� Witness s/fo Suf'e�y Meagan Reyholds, SureCy Sr. Account Manager PRINCIPAL: Tiseo Pavinq Co. / BY: � � �a re �RRf�Ii��L'7�,,!`L ; VIC� 1'Df,Sl47e,1.►� Name and Title Address: P� O. Box 270040 Dallas. TX 75227 SURETY: Hartford Accident and Indemnity Company \ BY: _.r -- . � Signature Susan L. Small, Attorney-In-Fact Name and Title Address: One Hartford Plaza Hartford. CT 06155 Telephone Number: (248) 822-6454 Email Address: ssmall(c�vtcins.com *Note: If signed by an officer of the Surety Company, there must be on file a certified extract froin 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 must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 Avandale Haslet Road Reconsrruction Ciry Praject No. 101014 nn�i id_i PAYMENTBOND Page 1 of 2 1 2 3 4 5 6 7 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 61 14 PAY;;��NT RO�:� Bond No. 35BCSJK2086 § § KNOW ALL BY THESE PRESENTS: § 8 That we, Tiseo Paving Co., P.O. Box 270040, Dallas, TX 75227, known as "Principal" 9 herein, and Hartford Accident and Indemnity Company, One Hartford Plaza, Hartford, CT 06155, 10 a corporate surety (sureties), duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, 13 in the penal sum of Forty-Seven Million, Qne H1�n�rec� Ninetv-Fni�r Thpi�santl; �even Hunc�ret� 14 Sixty-One AND 00/] 00 Dollars ($47,194,761.00), lawful money of the United States, to be paid in 15 Fort Worth, Tarrant County, Texas, fui' the �ayiiietii ui wiii�i► �uiii wcii ai►u ii uiy uc iiiaue, wc uiiiu 16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly 17 18 19 20 21 22 by these presents: WHEREAS, Principal has er,tered i;,ta a c�rtain w;;tt�n �:,;,tract with �: y, GVY4lU�LL t.",c 18th day of November , 20 25 , wliich Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as Avondale Haslet Road, City Project No. 101014. 23 NOW, THEREFORE, THE CONlll l lON UN 1 H1S Ut3L1CiA 11UN is such that ii 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 27 force and effect. 28 29 30 31 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Goverrunent Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. CITY OF FORT WORTH Avondale Haslet Road Reconstn�clron STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prajecl No. 101014 Revised December 8, 2023 00 61 14 - 2 PAYMENTBOND Page 2 of 2 1 � IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 26th day of 3 November , 20 25 4 5 6 7 8 9 10 11 12 ATTEST: �' iL- / (Principal) S retary � 1 � (11�g - I (i Wi�as to Princ al � ATTEST: (Surety) S et Meagan Reynolds, Surety Sr. Account Manager Witness as to Surety PRINCIPAL: Tiseo Pavinq Co. BY: � /�.�/� Signature C1��11�,-r��iY,.� h►. V i CE�2r5iD�N-i Name and Title Address: P. O. Box 270040 Dallas. TX 75227 SURETY: Hartford Accident and Indemnity Company BY= _ ___— -- . - �� 1 Signature Susan L. Small, Attorney-In-Fact Name and Title Address: One Hartford Plaza Hartford. CT 06155 Telephone Number: (248) 822-6454 Email Address: ssmall(c�vtcins.com Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH Ai�ondale Haslet Road Reconsfruction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 101014 Revised December 8, 2023 OOb119-1 MAINTENANCE BOND Page 1 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 61 19 MAINTENANCE BOND Bond No. 35BCSJK2086 § § KNOW ALL BY THESE PRESENTS: § That we Tiseo Paving Co., P.O. Box 270040, Dallas, TX 75227, known as "Principal" herein and Hartford Accident and Indemnity Company, One Hartford Plaza, Hartford, CT 06155, a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in tlie sum of Forly-Seven Million, One Hundred Ninety-Four Thousand, Seven Hundred 14 Sixty-One AND 00/100 Dollars ($47,194,761.00), lawful money of the United States, to be paid in 15 Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City 16 and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, 17 18 19 20 jointly and severally, fi�mly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the 18th day of November, 20 25 , which Contract is hereby referred to and a made part hereof 21 for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 22 accessories as defined by law, in the prosecution of the Work, including any Work resulting from 23 a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract 24 and designated as Avondale Haslet Road, City Project No. 101014; and 25 26 27 28 29 30 31 32 33 WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period. CITY OF PORT WORTH �ivondale Has1el Road Reconstruclion STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Ciry Project No. 101014 Revised December 8, 2023 00 61 19 - 2 MAINTENANCE BOND Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 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 rORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 Avondale Haslet Road Reco�estniction City Prajec! No. 101014 0061 ]9-3 MAINTENANCE BOND Page 3 of 3 2 3 4 5 � 7 g 9 10 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 36 37 38 39 40 41 42 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instruinent by duly authorized agents and officers on this the 26th day of November , 20 25 . PRINCIPAL: Tican Pavinn C:n ..--- • —•...� --• / A'I'T T: ( (Principal) S retary i RV• � / / f L..� . ���:. � S`ignatur8 ` �l.i .� �Cf-�RES 4��T Name and Title . Witnes as to Principal ATTEST: (Surety) S retary Meagan eynolds, Surery Sr. Account Manager Witness as to Surety Address: P. O. Box 270040 Dallas. TX 75227 JUICEI T: Hartford Accident and Indemnity Company � � BY: � _ —. Signature Susan L. Small, Attorney-In-Fact Name and Title Address: One Hartford Plaza Hartford, CT 06155 Telephone Number: (2481 822-6454 Email Address: ssmall�vtcins.com *Note: If signed by an officer of the Surety Comoany, 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 must be provided. The date of the bond shali iiui �G Yii�i iu iiii. uai� iu� �viiiiaCi iS a'r'JaiuCu. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 Avondale Haslet Road Reconstnrction Ciry Project No. 101014 From: Stubblefield. Shane (Global Specialp� USl To: Flores. Soohia Cc: Mulville. Mark ](Global S ecial USI; Jeffrey A. Chandler Subject: RE: Verification of Bond# 356CS)K2086- Tiseo Paving Co. (Encrypted Delivery) Date: Thursday, December 4, 2025 3:43:55 PM Attachments: imaae005.nna imaae007.ona imaae008.nna imaae009.nna imaae010.nna imaae017.nna imaae018.ona imaae019.�na imaae020.ena image021.�na imaae022.ona This message is from an external organization. This message came from outside your organization. Reqort Suspicious Good afternoon, Sophia, I am following up from your call and voicemail with Mark Mulville regarding bond #35BCSJK2086 in association with The Avondale Haslet Road (City Project #101014). Please accept my verification of bond # 35BCS1K2086, issued by Hartford Accident and Indemnity Company in the amount of $47,194,761.00. Anything further required for validation, please let me know. Best Regards, SHANE STUBBLEFIELD Senior Executive Underwriter Great Lakes Regional Office The Hartford Insurance Group, Inc. 5445 Corporate Drive Suite 300 Troy, MI 48098 Office (248) 822-6454 Mobile (808) 306-6638 shane.stubblefieldCc�thehartford.com TheHartford.com/bond Business Insurance � Employee Benefits � Auto � Home From: Flores, Sophia <Sonhia.Flores2�fortworthtexas.gov> Sent: Tuesday, December 2, 2025 12:51 PM To: Claims, Bond (Bond, Bond HO) <Bond.Claimsla�thehartford.com> Cc: Fields, Nicholas S<Nich�la� Fia"Ids�fortworthtexas.gov> Subject: Verification of Bond# 356CSJK2086-Tiseo Paving Co. CAUTION: This email originated from outside the organization. Do not click links or open attachments unless you recognize the sender and know the content is safe. Good afternoon, The City of Fort Worth requires bond verification before a contract can be executed. We have received the following bonds from Tiseo Paving Co.: Bond #35BCSJK2086, in the amount of $47,194,761.00, issued by Hartford Accident and Indemnity Company for City Project #101014, Avondale Haslet Road. Please confirm that the bonds and corresponding amounts are valid so we can proceed with awarding the contract to Tiseo Paving Co. If this is not the right bond verification address, please provide for Hartford Accident and Indemnity Company. YCKI' VKMANI.0 tlVNU Pnge I of 2 1 2 3 4 5 6 7 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 61 13 P�RFORMANCE BOND Bond No. 358CSJK2086 � § KNOW ALL BY THESE PRESENTS: � 8 That wc, Tiseo Paving Co., P.O. Box 270040, Dallas, TX 75227, known as "Principal" herein 9 and Hartford Accident and Indemnity Company, One Hartford Plaza, Hartford, CT 06155, a 10 corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, 11 known as "Surety" herein (wl�ether one or more), are held and finnly bound unto the City of Fort 12 Worth, a muciicipal corporation created pursuant to lhe laws of Texas, kuown as "City" herein, in 13 the penal sum of, Forty-Seven Million, One Hundred Ninety-Four Thousand, Seven Hundred Sixty- 14 One AND 00/ 100 Dollars ($47,194,761.00), lawful money of the United States, to be paid in Fort 15 Worth, Tarrant County, Texas for tlie payment of which sum well and truly to be made, we bind 16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly 17 ]8 19 20 21 22 23 by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the 18th day of November , 20 25 , which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and otlier accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Avondale Haslet Road, City Project No. 101014. NOW, THEREFORE, the condition of this obligation is such that if tlie said Principal Thank you, FORT WORTHo Sophia Flores Contract Compliance Specialist Transportation & Public Works Office 817-392-2026 100 Fort Worth Trail, F�t WQrth,1X 7CZ102 CONNECT WITH US. rJ (� 0 �������x�x�x�x**���k�k�k:��:�:�::�:�:���������x�x��x�*��k���:k�::�:�:��::�:k��������x�x�x�x*�����*:k:k:��::k�:�:� =�:x=x�x�x�x�x�x�x�x�x*���:�:�:*��x�x=x�x�x�==x This communication, including attachments, is for the exclusive use of addressee and may contain proprietary, confidential and/or privileged information. If you are not the intended recipient, any use, copying, disclosure, dissemination or distribution is strictly prohibited. If you are not the intended recipient, please notify the sender immediately by return e-mail, delete this communication and destroy all copies. :��x��:�*�x�x�x*:�*���x���:x=x:�:�=�:�:�:����x����x:��x�x*������:��:=�=�:�:�:�:x�x����x�x�x=��x�x**�����:�:�:�=�=�:�:�:� �*:���**�x�x�x�**������:�:�:*�:�:�:� Direct Inquiries, Bond Aufhenficity and Claims to: POWER QF ATTORNEY o" HartodPORD Hartford, Connecticut 06155 Bond.Claims(a�thehartford.com call: 888-266-3488 orfax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: VTC INSURANCE GROUP Apency Code: 35-351225 � Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut � Hartford Casualty InsuranCe Company, a corporation duly organized under the laws of the State of Indiana � Hartford Accident and Indemnity Company, a corporation duly organized under the ]aws of the State of Connecticut ❑ Hartford InsuranCe Company of the Midwest, a corporation duly organized under the laws of the State of Indiana having their home office in HartFord, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of Unlimited : Jeffrey A. Chandler, Alan P. Chandler, Bryan Formsma, Wendy L. Hingson, Meagan L. Reynolds, Susan L. Small, Robert Trobec of TROY, Michigan their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by �, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. ^°FIPEIN,4� �r`�`�tY�INS��'� r�e�"uu:rr `` `�c�uw�piryi ' ee.,4 ECOFiPq,y . QO:'" ' G9's-. : pSJP.,.........U9yy . '��`�� {"+'' '+.i \.;��.........,,.y�, r O:• •'92 i � 0:.��U��NPON.I/f� �•; n_ ;��y��/;'`� N � 2 r`+�OPPoflAlF�'.y�'� _�:�, �:�. =s: _._ ; _ � _�:� * :;_ i¢: � :m5 =ai :>= t h!. _�'. :p_ ;y.•,�.o: sr�: iuoihep :aa`; t�� 'r`. 1479 :`�,�: 4'-. : � , i :�*•.. :•*{',�: iN '•...... i� y' ... .... ... `, `�� SF.AI �"'�ORPOflA;EOv�� #.. °�:Dnnt�i o� �NOIPN� ��`� ���ii�iiii������`�� .t�c�. ���r�ii��ii����� - , �� -o�� �,� �� � Phyllis A. Clark, Assistant Secretary Joelle L. LaPierre, Assistant Vice President STATE OF fLORIDA ss. Lake Mary COUNTY OF SEMINOLE On this 1st day of March, 2024, before me personally came Joelle L. LaPierre, to me known, who being by me duly sworn, did depose and say: that (s)he resides in Seminole County, State of Florida that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that (s)he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that (s)he signed his/her name thereto by like authority. '. .ti ; ��.4f�{`, A ����L(.i�� "`"'�'`� :J����C�`• Mariluz Arce �9 f jE 'p;A. •� My Commission HH 287363 � ", ` Expires July 13, 2026 I, the undersigned, Assistant Vice Presidentof the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of November 25th, 2025 , Signed and sealed in Lake Mary, Florida. ��n�i�,,,,, ,.oF�RE INs" �.`�P�1Y INS� �, •. G �"�.,s ,, SJ ...: .......... q9 �, _'� � ';9 :c:` ":%"n"s f O r ' 9: r o: gaePaa�T o i�; '.Zi _¢. N F '.F' .�:�. �; _ . _._ . - ��: � .m, =o;, :;�- ;y'•. O 3 ; d:, �woi�N� : a; .a� ,,;,y�o -.......•;e�o` ':s'H'-''...... .: •'�r.s�•' ��x ApOqAtEC � �il�*I1����\\\` �,,,,«::,,, .���L�Mp����o �rr cn,,.p �:" • y ' +. !: .� J�tE....... Ay�. '^,' 4�' `?".,e��PPOF�)FD�.i'- ! �1 �'^- +o e. I 7 y :'��c ;: tiS`�. SEA\. "'r �mcu>rto•,p: '�* /NI11RN� * `� ���11111����1�``` �/ ���j ij /� / �':�'''�-L, ,�TG�% -),�� t4� K Keith D. Dozois, Assistant Vice President Acviud: July J I, 2034 fMPORTANT N_OTIC� To obtaln fnformafion or make a complaint: You may cantact your agent. You may call Hartford Insurance Group at the toll free telephane number for information or to make a complaint at� 't -800-392-7805 You may alsa write to The Hartford: The Hartford � Hartford Financial Produc#s 2 Park Avenue, 5t�' Fioar New York, New York 1 UO'i 6 1-212-277-0400 You may contact the Taxas Department o# Insurance to obtain information on companies, coverages, rigfits or complaints at: 1-500-252-3439 You may write the Texas Dep�rtment of Insurance P.O. Box 149�04 Austin, TX 78714-9104 �ax Number (592) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection a�tdi.state.tx.us PREMIUM OR CLAIIVIS DISPUTES: Should yau have a dispute concerning your premium or about a claim yau should contact the agent first. If the dispute is not rssolvect, you may contact the Texas De�artment af Insurance. ' ATTACH THIS NOTICE TO YOUR POLICY: This notice is for your infarmatian only and does not became a part or condition of the attached document. � AVISO 1MPORTANTE Para abteneC informacion o para someter una queja. Puede comunicarse con su agente. Usted puede Ilamar al numero de telefono gratis de The Hartford insurance Group para indormacion o para someter una queJa al 1-80U-392-78U5 Usted tambien puede escribir a The Hartford. The Hartford Hartford Financial Products 2 Park Avenue, 5th Floor New York, New York 10016 1-212-27'7-0440 Puede comunicarse con el Departamentn de Seguros de Texas para ob#ener lnformacion acerca de companias, 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 Number (512) 475-1771 Web: http://www.tdi.state.tx.us � E-mail: Consumerprotection@tdi.state.tx.us DISPUTAS SOBF2E PRIMAS O RECLAMOS: Si tiene ur�a dispu#a concerniente a su prima o a un reclamo, debe comunicarse con su agente primero. Si no se resuelve ta disputa, puede entonces comurticarse con el departamento (TDI). . , UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposlto de informacion y no se convierte en parte o condicion del documento adjunto. F-4275-1, .IiX4275-1 HR 42 N006 00 0807 . COMMENTS/REMARKS Cxcess over $10,000,000 Associated Industries Insurance Company Policy ikXSA1298761-01 Policy Term: 11/O1/2025 - 11/O1/2026 Excess Limit: $10,000,000 per claim & aggregate Excess over $20,000,000 Westfield Specialty Insurance Company Policy #XSL-367429V-01 Policy Term: 11/O1/2025 - 11/01/2026 Excess Limit: $5,000,000 per claim & aggregate Where required by written contract, the above referenced is add'1 insured for General Liability (GL) as respects ongoing & completed operations on a primary � non-contributory basis & add'1 insured with respects to Auto liability on a primary � non-contributory basis. GL, Auto & Workers Comp policies include waiver of subrogation on behalf of the add'1 insured as required by written contract & where allowed by law. Umbrella liability coverage follows form over GL, Auto & Employers Liability. (SEE PRIOR PAGE) OEREMARK COPYRIGHT 2000, AMS SERVICES INC. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCiJMENTS Revision: 3/082024 Avondale Haslet Road Reconstruction City Project No. 101014 FORTWORTH�� City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: Tiseo Paving Co. Subject of the Agreement: Authorize execution of a contract with Tiseo Paving Co, in the amount of $47,194,761.00 forthe construction ofthe roadway improvements atAvondale Haslet from Willow Creekto City Limits at John Day Road project (City project No. 101014) 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 ❑✓ If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: 11/18/2025 If different from the approval date. Expiration Date: 11/18/2030 If applicable. Is a 1295 Form required? * Yes ❑✓ No ❑ *If so, please ensure it is attached to the approving M&C or attached to the contract. Proj ect Number: If applicable. 101014 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes ❑✓ No ❑ Contracts need to be routed for CSO processin� in the followin� order: 1. Katherine Cenicola (Approver) 2. Jannette 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. FORTWORTH� Routing and Transmittal Slip Transqortation & Public Works Department DOCUMENT TITLE: Avondale Haslet Road M&C: 25-1070 Date: 12/OS/2025 To: 1. 2. 3. 4. 5. 6. 7. Name Sophia Flores Donnette Murphy Lauren Prieur Douglas Black Jesica McEachern Jannette Goodall Allison Tidwell Department TPW - Review TPW-Review TPW — Signer TPW-Signer TPW-Signer TPW-Signer TPW-Signer Initials ��` DM DM 'a`°,e , �_ � � � DOC#: Date Out i2/os/2o25 12/15/2025 12/16/2025 12/16/2025 12/20/2025 12/23/2025 12/24/2025 DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES �No RUSH: ❑YES �No SAME DAY: ❑YES ❑No ROUTING TO CSO: �YES ❑No Action Required: ❑ As Requested ❑ For Your Information � Signature/Routing and or Recording ❑ Comment ❑ File CPN: 101014 CSO: NEXT DAY: ❑YES ❑No ❑ Attach Signature, Initial and Notary Tabs Return to: Please notify TPWContract(�a,fortworthtexas.�ov. Thank you!