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!