Loading...
HomeMy WebLinkAboutContract 47795 CITY SECRETARY CITY 3EoCRETAWbf 17ll )� D.O.E. FILE CONTRACT W. CONTRACTOR'S BONDING CO. -OR`s'WORT - CONSTRUCTION'S COPY CLIENT DEPARTMENT PROJECT MANUAL FOR THE CONSTRUCTION OF BRIDGE REHABILITATION AT TEN LOCATIONS (20164) City Project No.100122 Betsy Price David Cooke Mayor City Manager Douglas W.Wiersig,P.E. Director,Transportation and Public Works Department Prepared for The City of Fort Worth TRANSPORTATION AND PUBLIC WORKS 2016 OF �. ......... o..RIAD 1.NU �iif ;• 88823 •: .00 OFFICIAL REC®R y- t MAY 17 2016 _ Ci��J`SEG}q��O7;;; 00 00 00-1 TABLE OF CONTENTS Page 1 of 2 1 SECTION 00 00 00 2 TABLE OF CONTENTS 3 Division 00- General Conditions 4 00 05 10 Mayor and Council Communication 5 00 05 15 Addenda 6 0011 13 Invitation to Bidders 7 0021 13 Instructions to Bidders 8 0035 13 Conflict of Interest Affidavit 9 00 41 00 Bid Form 10 00 42 43 Proposal Form Unit Price 11 00 43 13 Bid Bond 12 00 43 37 Vendor Compliance to State Law Nonresident Bidder 13 00 45 26 Contractor Compliance with Workers'Compensation Law 14 00 45 40 Minority Business Enterprise Goal 15 00 52 43 Agreement 16 0061 13 Performance Bond 17 0061 14 Payment Bond 18 0061 19 Maintenance Bond 19 00 61 25 Certificate of Insurance 20 00 72 00 General Conditions 21 00 73 00 Supplementary Conditions 22 23 Division 01- General Requirements 24 01 11 00 Summary of Work 25 01 25 00 Substitution Procedures 26 01 31 19 Preconstruction Meeting 27 01 31 20 Project Meetings 28 01 32 16 Construction Progress Schedule 29 01 32 33 Preconstruction Video 30 01 33 00 Submittals 31 0135 13 Special Project Procedures 32 01 45 23 Testing and Inspection Services 33 01 50 00 Temporary Facilities and Controls 34 01 55 26 Street Use Permit and Modifications to Traffic Control 35 01 57 13 Storm Water Pollution Prevention Plan 36 0158 13 Temporary Project Signage 37 01 60 00 Product Requirement 38 01 70 00 Mobilization and Remobilization 39 01 74 23 Cleaning 40 01 77 19 Closeout Requirements 41 01 78 39 Project Record Documents 42 43 Division 34-Transportation 44 3471 13 Traffic Control 45 46 Special (TxDOT)* 47 TxDOT Remove Concrete(App Slab)—Spec 104-6027 48 TxDOT Plane Asphalt Concrete Pavement(0-1/2")—Spec 354-6013 49 TxDOT Concrete Pavement(13")—Spec 360-6007 CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised November 9,2011 000000-2 TABLE OF CONTENTS Page 2 of 2 1 TxDOT Flowable Backfill—Spec 401-6001 2 TxDOT Cl S Concrete(App Slab)—Spec 422-6015 3 TxDOT Cl S Concrete Sidewalk(Bridge Sdwlk)—Spec 422-6013 4 TxDOT Retaining Wall(Concrete Block)—Spec 423-6004 5 TxDOT Concrete Structural Repair(Partial Depth Deck Repair)—Spec 429-6004 6 TxDOT Concrete Structure Repair(Vertical or Overhead)—Spec 429-6007 7 TxDOT Riprap(Stone Protection) (24 IN)—Spec 432-6035 8 TxDOT Cleaning and Sealing Existing Joints (CL-7)—Spec 438-6004 9 TxDOT Clean&Paint Existing Structure(System 111)—Spec 446-6013 10 TxDOT Rail(TY PR1)—Spec 450-6042 11 TxDOT Rail(Hand Rail) (Type A) -Spec 450-6047 12 TxDOT Armor Joint—Spec 454-2004 13 TxDOT Raising Existing Structure—Spec 495-6001 14 TxDOT Concrete Crack Repair(Discrete) (Rout and Seal)—Spec 780-6004 15 TxDOT Multiple Layer Epoxy Concrete Overlay—Spec SS7097 16 17 *TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets and 18 Bridges 2014 adopted by the Texas Department of Transportation are included for this Project by 19 reference and can viewed/downloaded from Project Folder at City's Buzzsaw site at: 20 21 http://www.fortworthgov.org/purchasing/ 22 23 Appendix 24 GC-6.06.D Minority and Women Owned Business Enterprise Compliance 25 GC-6.07 Wage Rates 26 AP-1 Bridge Locations,Quantity Summaries,Plans and Details 27 28 END OF SECTION CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised November 9,2011 CERTIFICATE OF INTERESTED PARTIES C - 1? _49l FORM Z 5 1of1 Complete Nos.1-4 and 6 if there are interested parties, OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. Gibson&Associates, Inc. 2016-15828 Balch Springs,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 02/19/2016 being filed. City of Fort Worth Date Acknow edged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the goods or services to be provided under the contract. 2016-1 Bridge Repair and Rehab at Ten Locations 4 Nature of interest(check applicable) Name of Interested Party City,State,Country(place of business) Controlling Intermediary 5 Check only if there is NO Interested Party. x 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. ""po1 Y P/�,GPAM N.DAVIS 6 � NOTARY PUBLIC-STATE OF TEXAS COMM.EXP.03-30-2017 rgmi,.o NOTARY ID 283117-2 f9ri—M k^__ Signature of autho¢ d agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said /c a' 14c.�Ie,sA d s" this the / F day of �p/swat 20/x,to certify which,witness my hand and seal of office. _ !�( ' .��p�t/✓t%! �a � !il (J[t r'G 5 �ovt�i'ac�.�d�iui��tS�/A,7�� Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www,ethics.state,tx,us Version V1.0.34944 M&C Review Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FOR T111 COUNCIL ACTION: Approved on 4/19/2016 REFERENCE ** 20BRIDGE DATE: 4/19/2016 NO.: C-27681 LOG NAME: REHABILITATION 2016-1 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of a Contract with Gibson &Associates, Inc., in the Amount of $443,255.50 for Bridge Rehabilitation at Ten Locations and Provide for Project Costs and Contingencies for a Total Project Amount of$573,255.50 (COUNCIL DISTRICTS 2, 4, 8 and 9) RECOMMENDATION: It is recommended that the City Council authorize the execution of a contract with Gibson & Associates, Inc., in the amount of$443,255.50 for Bridge Rehabilitation 2016-1 at ten locations. DISCUSSION: This contract provides for the repair and rehabilitation of ten bridges listed on the attachment provided (City Project No. 100122). Description Amount Design $50,000.00 Construction $443,255.50 Project $80,000.00 Management/Inspection/Contingencies, Etc. Total Project Budget $573,255.50 Construction for this project is to start approximately May, 2016 with a completion date of approximately September, 2016. Funding for this project is included in the Fiscal Year 2016 General Capital Projects Fund. This project was advertised for bid on January 14, 2016 and January 21, 2016 in the Fort Worth Star- Telegram. On February 11, 2016, the following bids were received: Bidders Amount Gibson &Associates, Inc. $443,255.50 Scott Tucker Construction Co. LLC $459,937.00 Iowa Bridge & Culvert, LC $480,335.00 Ragle Construction, Inc. $597,524.00 Rebcon, Inc. $691,055.00 M/WBE OFFICE - Gibson &Associates, Inc., is in compliance with the City's BIDE Ordinance by committing to 27 percent MBE participation. The City's MBE goal on this project is 16 percent. The City reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus 25 percent of the contract award. This project is located in COUNCIL DISTRICTS 2, 4, 8 and 9, Mapsco 36U, 49A, 62R, 62H, 63J, 63U, M&C Review 63W and 78J. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as appropriated, of the General Capital Projects Fund. Project Pending Encumbrance/ Remaining Description Appropriation Expenditures Balance Bridge Rehabilitation 2016-1 $1,393,300.00 $573,255.50 $820,044.50 TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 FROM Fund Department Account Project Program Activity Budget I Reference# Amount ID ID Year Chartfield 2 301001 0200431 1 5740010 1 P00017 I 1 1 2016 1 1 $573,255.50 Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Douglas Wiersig (7801) Additional Information Contact: Tariqul Islam (2486) ATTACHMENTS Form 1295 Gibson.pdf Location Map.pdf Locations List.pdf 001113-1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 11 13 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of BRIDGE REHABILITATION AT TEN LOCATIONS (2016- 5 1),City Project No. 100122 will be received by the City of Fort Worth Purchasing Office: 6 7 City of Fort Worth 8 Purchasing Division 9 1000 Throckmorton Street 10 Fort Worth,Texas 76102 11 until 1:30 P.M. CST,Thursday,February 11,2016,and bids will be opened publicly and read 12 aloud at 2:00 PM CST in the Council Chambers. 13 14 GENERAL DESCRIPTION OF WORK 15 The major work will consist of the(approximate)following: 16 17 Project consists of bridge repair and rehabilitation construction. 18 19 122 S.F. Concrete Structural Repair(Vertical or Overhead) 20 400 S.F. Concrete Structural Repair(Partial Depth Deck) 21 72 C.Y. Class S Concrete 22 153 C.Y. Flowable Backfill 23 2,773 S.Y. Multiple Layer Epoxy Concrete Overlay 24 25 DOCUMENT EXAMINATION AND PROCUREMENTS 26 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 27 of Fort Worth's Purchasing Division website at http://www.fortworthgov.org/purchasing-/and 28 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 29 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 30 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 31 Parties Form 1295 and the form must be submitted to the Project Manager before the 32 contract will be presented to the City Council.The form can be obtained at 33 https://www.ethics.state.tx.us/tec/1295-Info.htm 34 35 Copies of the Bidding and Contract Documents may be purchased from Nikki McLeroy, 817- 36 392-8363. City of Fort Worth,TPW, 1000 Throckmorton St.,Fort Worth,TX 76102. 37 38 The cost of Bidding and Contract Documents is: $30.00 39 40 PREBID CONFERENCE 41 A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO 42 BIDDERS at the following location,date, and time: 43 DATE: Wednesday,January 27, 2016 44 TIME: 9.00 A.M. 45 PLACE: Transportation and Public Works, Street Services,5001 James Avenue, Suite#: 46 201,Fort Worth,Texas 76115 47 48 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 49 City reserves the right to waive irregularities and to accept or reject bids. CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised July 1,2011 001113-2 INVITATION TO BIDDERS Page 2 of 2 1 2 INQUIRIES 3 All inquiries relative to this procurement should be addressed to the following: 4 Attn: Tariqul Islam,City of Fort Worth 5 Email: tariqul.islam@fortworthTexas.gov 6 Phone: 817-392-2486 7 AND/OR 8 Attn: Hyunsik Moon,Freese and Nichols 9 Email: hm@freese.com 10 Phone: 817-735-7367 11 12 ADVERTISEMENT DATES 13 January 14, 2016 14 January 21, 2016 15 16 END OF SECTION CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised July 1,2011 0021 13-1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 6 00-GENERAL CONDITIONS. 7 8 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person,firm,partnership,company, association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder: Any person,firm,partnership,company, association,or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided)makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Pr-equafifleation of Bidders (Prime Contr-aetor-s and Subeontr-aetor-s) 33 34 3.1.A41 Bidders and th&subeentFaetefs are r-equir-ed to be pr-equa4ified for-the work types 35 .u� wn .,i;F;.,.,t; .,t the time of bidding. Bids o f 0 oa e nt. .,te who� a 36 not pre"alified-(even if inudveften ened) shallt-be eensidered—Pr-egalifie4iffl 37 0 0 ort war—a.types and daeumentafien e s fellows: 38 39 3.2•Eaeh luidde mess offend ,.fequal;F_o,l ti:mst o wed to submit to City tl,; 400 en (7\ .,.,lo,,d -days prior-to Bid.. a the .1.,e,,,, a t.,tion ideHti fie l in Seetion nn s �� 41 4 5 11,BIPP RS PREQ A WIG A TIONS 42 43 3.2.1. Submission of.,.,diet-questions fel.,ted top .,l;F;,,.,tian should be addressed to 44 . 45 46 CITY OF FORT WORTH BRIDGE REHABILITATION(20161) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised November 27,2012 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 2 ,in its sole 3 , 4 , 5 to assist the City in eva4uat4ig and assessing the ability of the apparent low biddef(s)to 6 7 the stipulated time frame.Based upon the G4y's 8 , 9 City Couneil. Failure to sii FpAt the additiafia4 ififeEmation,if requested,may be gr-aunds 10 11 . 12 13 3.4. , 15 16 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 17 18 4.1.Before submitting a Bid,each Bidder shall: 19 20 4.1.1. Examine and carefully study the Contract Documents and other related data 21 identified in the Bidding Documents (including "technical data" referred to in 22 Paragraph 4.2.below). No information given by City or any representative of the 23 City other than that contained in the Contract Documents and officially 24 promulgated addenda thereto, shall be binding upon the City. 25 26 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general,local and 27 site conditions that may affect cost,progress,performance or furnishing of the 28 Work. 29 30 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 31 progress,performance or furnishing of the Work. 32 33 4.1.4. 34 4.1.5. Study all: (i)reports of explorations and tests of subsurface conditions at or 35 contiguous to the Site and all drawings of physical conditions relating to existing 36 surface or subsurface structures at the Site(except Underground Facilities) that 37 have been identified in the Contract Documents as containing reliable "technical 38 data" and(ii)reports and drawings of Hazardous Environmental Conditions,if any, 39 at the Site that have been identified in the Contract Documents as containing 40 reliable "technical data." 41 42 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 43 the information which the City will furnish. All additional information and data 44 which the City will supply after promulgation of the formal Contract Documents 45 shall be issued in the form of written addenda and shall become part of the Contract 46 Documents just as though such addenda were actually written into the original 47 Contract Documents. No information given by the City other than that contained in 48 the Contract Documents and officially promulgated addenda thereto, shall be 49 binding upon the City. 50 CITY OF FORT WORTH BRIDGE REHABILITATION(20161) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised November 27,2012 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.7. Perform independent research,investigations,tests,borings, and such other means 2 as may be necessary to gain a complete knowledge of the conditions which will be 3 encountered during the construction of the project. On request, City may provide 4 each Bidder access to the site to conduct such examinations,investigations, 5 explorations,tests and studies as each Bidder deems necessary for submission of a 6 Bid. Bidder must fill all holes and clean up and restore the site to its former 7 conditions upon completion of such explorations,investigations,tests and studies. 8 9 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 10 cost of doing the Work,time required for its completion, and obtain all information 11 required to make a proposal. Bidders shall rely exclusively and solely upon their 12 own estimates, investigation,research,tests,explorations, and other data which are 13 necessary for full and complete information upon which the proposal is to be based. 14 It is understood that the submission of a proposal is prima-facie evidence that the 15 Bidder has made the investigation,examinations and tests herein required. Claims 16 for additional compensation due to variations between conditions actually 17 encountered in construction and as indicated in the Contract Documents will not be 18 allowed. 19 20 4.1.9. Promptly notify City of all conflicts,errors, ambiguities or discrepancies in or 21 between the Contract Documents and such other related documents.The Contractor 22 shall not take advantage of any gross error or omission in the Contract Documents, 23 and the City shall be permitted to make such corrections or interpretations as may 24 be deemed necessary for fulfillment of the intent of the Contract Documents. 25 26 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 27 28 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 29 the site which have been utilized by City in preparation of the Contract Documents. 30 The logs of Soil Borings,if any,on the plans are for general information only. 31 Neither the City nor the Engineer guarantee that the data shown is representative of 32 conditions which actually exist. 33 34 4.2.2. those drawings of physical conditions in or relating to existing surface and 35 subsurface structures (except Underground Facilities)which are at or contiguous to 36 the site that have been utilized by City in preparation of the Contract Documents. 37 38 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 39 on request. Those reports and drawings may not be part of the Contract 40 Documents,but the "technical data" contained therein upon which Bidder is entitled 41 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 42 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 43 responsible for any interpretation or conclusion drawn from any "technical data" or 44 any other data,interpretations, opinions or information. 45 CITY OF FORT WORTH BRIDGE REHABILITATION(20161) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised November 27,2012 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 2 that Bidder has complied with every requirement of this Paragraph 4, (ii)that without 3 exception the Bid is premised upon performing and furnishing the Work required by the 4 Contract Documents and applying the specific means,methods, techniques, sequences or 5 procedures of construction(if any) that may be shown or indicated or expressly required 6 by the Contract Documents,(iii) that Bidder has given City written notice of all 7 conflicts,errors, ambiguities and discrepancies in the Contract Documents and the 8 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 9 etc.,have not been resolved through the interpretations by City as described in 10 Paragraph 6., and(iv) that the Contract Documents are generally sufficient to indicate 11 and convey understanding of all terms and conditions for performing and furnishing the 12 Work. 13 14 4.4.The provisions of this Paragraph 4, inclusive,do not apply to Asbestos,Polychlorinated 15 biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 16 Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract 17 Documents. 18 19 5. Availability of Lands for Work,Etc. 20 21 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 22 access thereto and other lands designated for use by Contractor in performing the Work 23 are identified in the Contract Documents. All additional lands and access thereto 24 required for temporary construction facilities,construction equipment or storage of 25 materials and equipment to be incorporated in the Work are to be obtained and paid for 26 by Contractor. Easements for permanent structures or permanent changes in existing 27 facilities are to be obtained and paid for by City unless otherwise provided in the 28 Contract Documents. 29 30 5.2.Outstanding right-of-way,easements, and/or permits to be acquired by the City are listed 31 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 32 of-way,easements, and/or permits are not obtained,the City reserves the right to cancel 33 the award of contract at any time before the Bidder begins any construction work on the 34 project. 35 36 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 37 way,easements, and/or permits, and shall submit a schedule to the City of how 38 construction will proceed in the other areas of the project that do not require permits 39 and/or easements. 40 41 6. Interpretations and Addenda 42 CITY OF FORT WORTH BRIDGE REHABILITATION(20161) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised November 27,2012 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 2 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 3 received after this day may not be responded to. Interpretations or clarifications 4 considered necessary by City in response to such questions will be issued by Addenda 5 delivered to all parties recorded by City as having received the Bidding Documents. 6 Only questions answered by formal written Addenda will be binding. Oral and other 7 interpretations or clarifications will be without legal effect. 8 9 Address questions to: 10 11 City of Fort Worth 12 1000 Throckmorton Street 13 Fort Worth,TX 76102 14 Attn: Tariqul Islam,Transportation and Public Works 15 Fax: 817-392-7969 16 Email: tariqul.islam@fortworthtexas.gov,,Phone: 817-392-2486 17 18 19 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 20 City. 21 22 6.3.Addenda or clarifications may be posted via Buzzsaw at <Insert Link to Docuntentsx 23 24 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 25 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 26 Project. Bidders are encouraged to attend and participate in the conference. City will 27 transmit to all prospective Bidders of record such Addenda as City considers necessary 28 in response to questions arising at the conference. Oral statements may not be relied 29 upon and will not be binding or legally effective. 30 31 7. Bid Security 32 33 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 34 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 35 the requirements of Paragraphs 5.01 of the General Conditions. 36 37 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 38 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 39 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 40 default,rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. 41 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 42 other Bidders whom City believes to have a reasonable chance of receiving the award 43 will be retained by City until final contract execution. 44 45 8. Contract Times 46 The number of days within which, or the dates by which,Milestones are to be achieved in 47 accordance with the General Requirements and the Work is to be completed and ready for 48 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 49 attached Bid Form. 50 CITY OF FORT WORTH BRIDGE REHABILITATION(20161) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised November 27,2012 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 9. Liquidated Damages 2 Provisions for liquidated damages are set forth in the Agreement. 3 4 10. Substitute and "Or-Equal" Items 5 The Contract,if awarded,will be on the basis of materials and equipment described in the 6 Bidding Documents without consideration of possible substitute or "or-equal" items. 7 Whenever it is indicated or specified in the Bidding Documents that a"substitute" or"or- 8 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 9 City, application for such acceptance will not be considered by City until after the Effective 10 Date of the Agreement. The procedure for submission of any such application by Contractor 1 I and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 12 Conditions and is supplemented in Section 0125 00 of the General Requirements. 13 14 11. Subcontractors,Suppliers and Others 15 16 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 17 12-2011 (as amended),the City has goals for the participation of minority business 18 and/or small business enterprises in City contracts.A copy of the Ordinance can be 19 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 20 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor 21 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 22 Venture Form as appropriate. The Forms including documentation must be received 23 by the City no later than 5:00 P.M. CST,five(5) City business days after the bid 24 opening date. The Bidder shall obtain a receipt from the City as evidence the 25 documentation was received. Failure to comply shall render the bid as non- 26 responsive. 27 28 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 29 or organization against whom Contractor has reasonable objection. 30 31 12. Bid Form 32 33 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 34 obtained from the City. 35 36 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 37 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 38 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 39 price item listed therein. In the case of optional alternatives,the words "No Bid," 40 "No Change," or "Not Applicable" may be entered.Bidder shall state the prices, 41 written in ink in both words and numerals,for which the Bidder proposes to do the 42 work contemplated or furnish materials required. All prices shall be written legibly. 43 In case of discrepancy between price in written words and the price in written 44 numerals,the price in written words shall govern. 45 46 12.3. Bids by corporations shall be executed in the corporate name by the president or a 47 vice-president or other corporate officer accompanied by evidence of authority to 48 sign. The corporate seal shall be affixed. The corporate address and state of 49 incorporation shall be shown below the signature. 50 CITY OF FORT WORTH BRIDGE REHABILITATION(20161) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised November 27,2012 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 2 partner, whose title must appear under the signature accompanied by evidence of 3 authority to sign. The official address of the partnership shall be shown below the 4 signature. 5 6 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 7 member and accompanied by evidence of authority to sign. The state of formation of 8 the firm and the official address of the firm shall be shown. 9 10 12.6. Bids by individuals shall show the Bidder's name and official address. 11 12 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 13 indicated on the Bid Form. The official address of the joint venture shall be shown. 14 15 12.8. All names shall be typed or printed in ink below the signature. 16 17 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 18 which shall be filled in on the Bid Form. 19 20 12.10. Postal and e-mail addresses and telephone number for communications regarding the 21 Bid shall be shown. 22 23 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 24 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 25 to State Law Non Resident Bidder. 26 27 13. Submission of Bids 28 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 29 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 30 addressed to City Manager of the City,and shall be enclosed in an opaque sealed envelope, 31 marked with the City Project Number,Project title,the name and address of Bidder, and 32 accompanied by the Bid security and other required documents. If the Bid is sent through the 33 mail or other delivery system,the sealed envelope shall be enclosed in a separate envelope 34 with the notation "BID ENCLOSED" on the face of it. 35 36 14. Modification and Withdrawal of Bids 37 38 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 39 withdrawn prior to the time set for bid opening. A request for withdrawal must be 40 made in writing by an appropriate document duly executed in the manner that a Bid 41 must be executed and delivered to the place where Bids are to be submitted at any 42 time prior to the opening of Bids. After all Bids not requested for withdrawal are 43 opened and publicly read aloud,the Bids for which a withdrawal request has been 44 properly filed may, at the option of the City,be returned unopened. 45 46 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 47 time set for the closing of Bid receipt. 48 CITY OF FORT WORTH BRIDGE REHABILITATION(20161) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised November 27,2012 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 15. Opening of Bids 2 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 3 abstract of the amounts of the base Bids and major alternates(if any)will be made available 4 to Bidders after the opening of Bids. 5 6 16. Bids to Remain Subject to Acceptance 7 All Bids will remain subject to acceptance for the time period specified for Notice of Award 8 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 9 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 10 11 17. Evaluation of Bids and Award of Contract 12 13 17.1. City reserves the right to reject any or all Bids,including without limitation the rights 14 to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids 15 and to reject the Bid of any Bidder if City believes that it would not be in the best 16 interest of the Project to make an award to that Bidder,whether because the Bid is 17 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 18 meet any other pertinent standard or criteria established by City. City also reserves 19 the right to waive informalities not involving price,contract time or changes in the 20 Work with the Successful Bidder. Discrepancies between the multiplication of units 21 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 22 between the indicated sum of any column of figures and the correct sum thereof will 23 be resolved in favor of the correct sum. Discrepancies between words and figures 24 will be resolved in favor of the words. 25 26 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 27 among the Bidders,Bidder is an interested party to any litigation against City, 28 City or Bidder may have a claim against the other or be engaged in litigation, 29 Bidder is in arrears on any existing contract or has defaulted on a previous 30 contract,Bidder has performed a prior contract in an unsatisfactory manner,or 31 Bidder has uncompleted work which in the judgment of the City will prevent or 32 hinder the prompt completion of additional work if awarded. 33 34 17.2. City may consider the qualifications and experience of Subcontractors,Suppliers,and 35 other persons and organizations proposed for those portions of the Work as to which 36 the identity of Subcontractors, Suppliers,and other persons and organizations must 37 be submitted as provided in the Contract Documents or upon the request of the City. 38 City also may consider the operating costs,maintenance requirements,performance 39 data and guarantees of major items of materials and equipment proposed for 40 incorporation in the Work when such data is required to be submitted prior to the 41 Notice of Award. 42 43 17.3. City may conduct such investigations as City deems necessary to assist in the 44 evaluation of any Bid and to establish the responsibility,qualifications,and financial 45 ability of Bidders,proposed Subcontractors,Suppliers and other persons and 46 organizations to perform and furnish the Work in accordance with the Contract 47 Documents to City's satisfaction within the prescribed time. 48 CITY OF FORT WORTH BRIDGE REHABILITATION(20161) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised November 27,2012 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.4. Contractor shall perform with his own organization, work of a value not less than 2 35% of the value embraced on the Contract,unless otherwise approved by the City. 3 4 17.5. If the Contract is to be awarded,it will be awarded to lowest responsible and 5 responsive Bidder whose evaluation by City indicates that the award will be in the 6 best interests of the City. 7 8 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 9 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 10 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 11 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 12 comparable contract in the state in which the nonresident's principal place of 13 business is located. 14 15 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 16 to be awarded,City will award the Contract within 90 days after the day of the Bid 17 opening unless extended in writing. No other act of City or others will constitute 18 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 19 the City. 20 21 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 22 23 18. Signing of Agreement 24 When City issues a Notice of Award to the Successful Bidder,it will be accompanied by the 25 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 26 Contractor shall sign and deliver the required number of counterparts of the Agreement to 27 City with the required Bonds,Certificates of Insurance, and all other required documentation. 28 City shall thereafter deliver one fully signed counterpart to Contractor. 29 30 31 32 END OF SECTION CITY OF FORT WORTH BRIDGE REHABB,rrATION(20161) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised November 27,2012 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page 1 of 1 1 SECTION 00 3513 2 CONFLICT OF INTEREST AFFIDAVIT 3 4 Each bidder, offeror, or respondent(hereinafter also referred to as "you")to a City of Fort Worth 5 (also referred to as"City")procurement are required to complete Conflict of Interest 6 Questionnaire(the attached CIQ Form) and Local Government Officer Conflicts Disclosure 7 Statement(the attached CIS Form)below pursuant to state law.This affidavit will certify that the 8 Bidder has on file with the City Secretary the required documentation and is eligible to bid on 9 City Work.The referenced forms may be downloaded from the website links provided below. 10 11 http://www.ethics.state.tx.us/forms/CIQ.i)df 12 13 http://www.ethics.state.tx.us/forms/CIS.pdf 14 15 F--1 CIQ Form is on file with City Secretary 16 17 CIQ Form is being provided to the City Secretary 18 19 0 CIS Form is on File with City Secretary 20 21 F--1 CIS Form is being provided to the City Secretary 22 23 24 25 BIDDER: 26 27 By: 28 Company (Please Print) 29 30 Signature: 31 Address 32 33 Title: 34 City/State/Zip (Please Print) 35 36 37 END OF SECTION CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised March 27,2012 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page 1 of 1 1 SECTION 00 35 13 2 CONFLICT OF INTEREST AFFIDAVIT 3 4 Each bidder, offeror,or respondent(hereinafter also referred to as "you")to a City of Fort Worth 5 (also referred to as "City")procurement are required to complete Conflict of Interest 6 Questionnaire(the attached CIQ Form)and Local Government Officer Conflicts Disclosure 7 Statement(the attached CIS Form)below pursuant to state law. This affidavit will certify that the 8 Bidder has on file with the City Secretary the required documentation and is eligible to bid on 9 City Work.The referenced forms may be downloaded from the website links provided below. 10 11 http://www.ethics.state.tx.us/forins/CIQ.pdf 12 13 http://www.ethics.state.tx.us/forms/CIS.pdf 14 15 [ CIQ Form is on file with City Secretary 16 17 0 CIQ Form is being provided to the City Secretary 18 19 0 CIS Form is on File with City Secretary 20 21 0 CIS Form is being provided to the City Secretary 22 23 24 25 BIDDER: 26 27 Gibson&Associates,Inc. By:Alan C Meador III 28 Company (Please Print) 29 30 P.O. Box 800579 Signature: 31 Address 32 33 Balch Springs,TX 75180-0579 Title:_Vice President 34 City/State/Zip (Please Print) 35 36 37 END OF SECTION CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised March 27,2012 00 41 00 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The City Manager c/o:The Purchasing Department 1000 Throckmorton Street City of Fort Worth,Texas 76102 FOR: BRIDGE REHABILITATION AT TEN LOCATIONS(2016-1) City Project No.: 100122 Units/Sections: BRIDGE REHABILITATION 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 two or more Bidders,with or without the knowledge of City,a purpose of which is to establish Bid prices at artificial,non-competitive levels. d. 'coercive practice'means harming or threatening to harm,directly or indirectly,persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FoTmRevised 20110627 00_41_00_00_42_43_00_43_13_00_43_37_Revised_Bid_Form-Proposal-Bond Vendor_Compliance(1).xls 00 41 00 BID FORM Page 2 of 3 3. aliflFation The Bidder aeknowledges that the Mewing wofk types must be 13eFf4med efily by pf:eValified eantfaetefs and subeefitfaeters-.t a. b. C. d. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 150 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 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 d. Vendor Compliance to State Law Non Resident Bidder,Section 00 43 37 e.MWBE Forms(optional at time of bid) f.Pfequalifieation Statement,Section 00 45 12 g. Conflict of Interest Affidavit,Section 00 35 13 h.Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount.In the space provided below,please enter the total bid amount for this project.Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid Fo.,LnJit-1 ?5 dV 44ret $0.00 7 ���� 2 SS. 7� 7. Bid Submittal ��y �"K �•��"rr I-- y ce d r -------- - This Bid is submitted on February 11,2016 - by the entity named below. CITY OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fona Revised 20110627 00_41_00_00_42_43_00_43_13_00_43_37_Revised_Bid_Form-Proposal-Bond_Vendor_Compliance(l).xls 00 41 00 BID FORM Page 3 of 3 Respectfully submitted, Receipt is acknowledged of the Initial following Addenda: By: Addendum No.1: (Signature) Addendum No.2: Addendum No.3: — -y =- Addendum No.4: (Printed Name) Title: Nice President Company:'Gibson&.Associates.Inc. Corporate Seal: Address: P.O.Laos 800179 - Balch Springs,T\ 175180-0579 State of Incorporation: Texas Email:' __,amdqtgibsonassoc.net -- _ -- _- Phone:_ 972 557-1199 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Foam Revised 20110627 00_41_00_00_42_43_00_43_13_00_43_37_Revised_Bid_Form-Proposal-Bond_Vendor_Compliance(1).xls 0043 13 BID BOND Page I of 1 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we,(Bidder Name) Gibson &Associates, Inc. hereinafter called the Principal,and(Surety Name) Federal Insurance Company a corporation or firm duly authorized to transact surety business in the State of Texas,hereinafter called the Surety,are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of Five Percent of the Greatest Amount Bid-------------------------------------------------- and No/100 Dollars (s 5% GAB---------------- ), the payment of which sum will be well and truly made and the said Principal and the said Surety,bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally,firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as BRIDGE REHABILITATION AT TEN LOCATIONS(2016-1) NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal,then this bond shall be null and void.If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal,this bond shall become the property of the Obligee,without recourse of the Principal and/or Surety,not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this 27th day of January ,2016. By: Gibson &Associates, Inc. J `/ (Signature and Title of Principal) *By: Federal Insurance Company ter;-.,,t``_7 *4-1 Robbs Morales (Signature of Attorney-of-Fact) *Attach Power of Attorney(Surety)for Attorney-in-Fact Impressed Surety Seal Only END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Bid Bond.xlsx Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Don E. Cornell, Sophinie Hunter, V. DeLene Marshall, Robbi Morales, Ricardo J. Reyna and Kelly A. Westbrook of Dallas,Texas --------------------------------------------------------------------------------__--each as their true and lawful Attomey-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than ball bonds)given or executed in the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations, In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seats on this 7 day of July,2015. ✓ � r � cam,.,__.,_ / D dwards.Assistant Secretary .Noris,Jr.,Vice Pr ent 3r, MOgM� i any ♦ ♦►b,atl*' •�O STATE OF NEW JERSEY ss. County of Somerset On this 7th day of July, 2015 before me,a Notary Public of New Jersey,personally came David J. Edwards, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney,and the said David J.Edwards,being by me duly sworn,did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affixed to the foregoing Power of Attomey are such corporate seals and were thereto affixed by authority of the By Laws of said Companies;and that he signed said Power of Attomey as Assistant Secretary of said Companies by like authority;and that he is acquainted with David B, Norris,Jr., and knows him to be Vice President of said Companies;and that the signature of David B.Norris,Jr.,subscribed to said Power of Attorney Is in the genuine handwriting of David S.Norris,Jr.,and was thereto subscribed by authority of said By-Laws and in depo nt's presence. Notarial Seal KATHERINE J.ADEI AAR QLawsDERAL NOTARY P No`IC OF NEW 236885JERSEYCommission Expires July 16,2018 Notary Public . CERTIFICATION Extract from the INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: "Except as otherwise provided in these By-Laws or by law or as otherwise directed by the Board of Directors,the President or any Vice President shall be authorized to execute and deliver,in the name and on behalf of the Corporation,all agreements,bonds,contracts,deeds,mortgages,and other instruments,etther for the Corporation's own account or in a fiduciary or other capacity,and the seal of the Corporation,if appropriate,shall be affixed thereto by any of such officers or the Secretary or an Assistant Secretary. The Board of Directors,the President or any Vice President designated by the Board of Directors may authorize any other officer,employee or agent to execute and deliver, in the name and on behalf of the Corporation, agreements,bonds, contracts, deeds, mortgages,and other instruments, either for the Corporation's own account or in a fiduciary or other capacity,and,If appropriate,to affix the seal of the Corporation thereto. The grant of such authority by the Board or any such officer may be general or confined to specific instances' I,David J.Edwards,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY(the"Companies') do hereby certify that (i) the foregoing extract of the By-Laws of the Companies Is true and correct, (i) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S.Treasury Department;further,Federal and Vigilant are licensed in the U.S.Virgin Islands,and Federal is licensed in Guam,Puerto Rico,and each of the Provinces of Canada except Prince Edward island;and (iii) the foregoing Power of Attorney is true,comect and in full force and effect. Given under my hand and seals of said Companies at Warren,NJ this January 27, 2016 *aunt" � �'4wK�-♦ D ` 7 David J.Edwards,Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM,VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT ADDRESS LISTED ABOVE OR BY Telephone 908 903-3493 Fax 908 903-3656 e-mail: suretyachubb.com Form 15-10.02258-U GEN CONSENT(rev.07-15) Policyholder Information Notice IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para ohtener informaaioti o para someter una queja: You.may call Chubb's toll-free telephone number Usted puede hamar at ndmero de tel6fono gratis for information,or to mak-ea complaint at de Chubb's para info=acibn o para someter una queja al 1-800-38-CHUBB 1-800-38-CHUBB You may contact the 'Texas Department of puede comuniearse con el Departamento de l.ttsurance to obtain inforinad0ll on companies, Seguros de Texas para obteuerinformaci6n acerca coverages, rights or complaints at de compallfas, cobertttras, derechos o quejas al 1-800-252-3439 1-810-2523439 You may write the Texas DeparLulent of Insurance Puede escribir al Departamento tie Seguros de Texas P.O. Box 149104 RO. Box 1.49104 Austin. T1 73714-9104 Austin, TX 78714-9104 FAX # (512) 475-1771 PAY# (512) 475-1771 Web; Web: http://wwNv.tdi.state.tx.us 13-mail: E-mail: ConsumerProteetion9tdi.stnte.tx.LIS PREMIUM OR CLAIM DISPUTES: DISPUTAS SOSRE PRIMAS O RECLAMOS: Should you have a dislxlte conceming your premium Si Liene tlna disputa concemiente a su prinia U a U11 or about a clrlim ,you should contact the agent tinct. reclamo, debe conlurdcarse con el agente primero.• If the dispute is not resolved, you may contact the Si ao se resueve la disputa, puede entonces Texas Department of Insurance. comunicarse con el departanlento(TDI). ATTACK THIS NOTICE TO YOUR POLICY UNA ESTE AVISO A SU POLIZA: This notice is for information only and dues not Este ayiso es solo para prop6sito de infonnaci611 y becorne a part or condition of tale attached no socotnrieae en parte o eondiel6n del documenLo document. adjtlnto. SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification TaDOT Unit of Bid Item Description Section No. Item No. Measure Unit Price Bid Value No. Quantity 1 PORTABLE MESSAGE SIGN 3471 13 WK 6.0 $600.00 $3,600.00 2 RAILROAD COORDINATION 0135 13 LS 1.0 $4,600.00 $4,600.00 3 REMOVE CONC(APPA SLAB) 104-6027 SY 214.0 $145.00 $31,030.00 4 PLAN&TEXT CONC PAV(0"TO 1/2") 354-6013 SY 2773.0 $11.00 $30,503.00 5 CONC PVMT(CONT REINF-CRCP)(13") 360-6007 SY 67.0 $285.00 $19,095.00 6 FLOWABLE BACKFILL 401-6001 CY 153.0 $275.00 $42,075.00 7 CL S CONC(APPR SLAB) 422-6015 CY 72.0 $600.00 $43,200.00 8 CL S CONC(BRIDGE SDWLK) 422-6013 SF 180.0 $12.00 $2,160.00 9 RETAINING WALL(CONC BLOCK) 423-6004 SF 30.0 $95.00 $2,850.00 10 CONC STR REPAIR(RAPID DECK REP)(PRT DPT) 429-6004 SF 400.0 $54.00 $21,600.00 I1 CNC STR REP(VERTICAL OR OVERHEAD) 429-6007 SF 122.0 $140.00 $17,080.00 12 RIPRAP(STONE PROTECTION)(24 IN) 432-6035 CY 17.0 $235.00 $3,995.00 13 CLEAN AND SEAL EXIST JOINTS(CL-7) 438-6004 LF 55.0 $35.00 $1,925.00 14 CLEAN&PAINT EXIST STR(SYSTEM III) 446-6013 LS 1.0 $6,500.00 $6,500.00 15 RAIL(TY PRI) 450-6042 LF 90.0 $185.00 $16,650.00 16 RAIL(HANDRAIL)(TY A) 450-6047 LF 42.0 $555.00 $23,310.00 17 ARMOR JOINT WITH SEAL 454-2004 LF 129.0 $74.00 $9,546.00 18 RAISING EXIST STRUCT 495-6001 LS 1.0 $12,000.00 $12,000.00 19 CNC CRCK REPAIR(DISCRETE)(ROUT AND SEAL) 780-6004 LF 30.0 $50.00 $1,500.00 20 MULTIPLE-LAYER EPDXY CONCRETE OVERLAY SS7097 SY 2773.0 $50.50 $140,036.50 21 BRIDGE CONSTRUCTION ALLOWANCE EA 1.0 $10,000.00 $10,000.00 TOTAL BID $443,255.50 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of I SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that,in order to be awarded a contract as low bidder,nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications.The failure of nonresident bidders to do so will automatically disqualify that bidder.Resident bidders must check the box in Section B. A. Nonresident bidders in the State of State Here or Blank ,our principal place of business, are required to be 4c Here. percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of State IIere or lank ?, our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. KI BIDDER: Company: Gibson&Associates,Inc. By: Alan C.Meador,III Address: P.O.Box 800579 �L Balch Springs,TX 75180-0579 (Signature) Title: Vice President Date: 2-11-16 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41_00_00_42_43_00_43_13 00_43_37 Revised_Bid_Form-Proposal-Bond_Vendor_Compliance(1).xls 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a),as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. GG01-539590-0202003 Contractor further certifies that,pursuant to Texas Labor 6 Code, Section 406.096(b),as amended,it will provide to City its subcontractor's certificates of 7 compliance with worker's compensation coverage. 8 9 CONTRACTOR: 10 11 _Gibson&Associates, Inc. By:_Alan C.Meador,III 12 Company (Please Print) 13 14 P.O. Box 800579 Signature: oVG- 15 Address 16 17 Balch Springs, TX 75180-0579 Title:_ Vice President 18 City/State/Zip (Please Print 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF DALLAS § 24 25 BEFORE ME,the undersigned authority,on this day personally appeared Alan C. Meador,III, 26 known to me to be the person whose name is subscribed to the foregoing instrument, and 27 acknowledged to me that he/she executed the same as the act and deed of 28 Vice President for the purposes and consideration 29 therein expressed and in the capacity therein stated. 30 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this 1 lth day 32 of February , 2016 33 34 35 36 Notary Public in and for the State of Texas 37 - �,�7ti'RPYP .,,, PAM N. DAVIS 38 END OF SECTION Notary Public, State of Texas My Commission Expires n;�;;``° March 30, 2017 39 CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised July 1,2011 004540-1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page 1 of 1 1 SECTION 00 45 40 2 MINORITY BUSINESS ENTERPRISE GOAL 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is greater than $50,000, then the MBE subcontracting goal 5 may be applicable. If the total dollar value of the contract is $50,000 or less, the MBE 6 subcontracting goal is not applicable. 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 10 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 11 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 12 13 MBE PROJECT GOAL 14 The City's MBE goal on this project is 16% of the total bid (Base bid applies to Parks and 15 Community Set-vices). Note: If both MBE and SBE subcontracting goals are established for this 16 project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be 17 deemed responsive. 18 19 COMPLIANCE TO BID SPECIFICATIONS 20 On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are 21 required to comply with the intent of the City's Business Diversity Ordinance by one of the 22 following: 23 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 24 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 25 3. Good Faith Effort documentation, or; 26 4. Waiver documentation. 27 Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered non- 28 responsive.Any questions,please contact the M/WBE Office at (817) 392-6104. 29 30 SUBMITTAL OF REQUIRED DOCUMENTATION 31 The applicable documents must be received by the Managing Department, within the following 32 times allocated, in order for the entire bid to be considered responsive to the specifications. The 33 Offeror shall deliver the MBE documentation in person to the appropriate employee of the Managing 34 Department and obtain a date/time receipt. Such receipt shall be evidence that the City received the 35 documentation in the time allocated. A faxed copy will not be accepted; 1. Subcontractor Utilization Form,if goal received by 2:00 p.m., on the second City business days after is met or exceeded: the bid opening date,exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 2:00 p.m., on the second City business days after Utilization Form,if participation is less the bid opening date,exclusive of the bid opening date. than stated goal: 3. Good Faith Effort and Subcontractor received by 2:00 p.m., on the second City business days after Utilization Form,if no MBE participation: the bid opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form,if firm received by 2:00 p.m., on the second City business days after will perform all subcontracting/supplier the bid opening date,exclusive of the bid opening date. work: 5. Joint Venture Form,if utilizing a joint received by 2:00 p.m., on the second City business days after venture to meet or exceed goal. the bid opening date,exclusive of the bid opening date. 36 END OF SECTION CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised April 17,2015 005243-1 Agreement Page 1 of 4 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on is made by and between the City of Forth 4 Worth, a Texas home rule municipality,acting by and through its duly authorized City Manager, 5 ("City"), and , 6 authorized to do business in Texas, acting by and through its duly authorized representative, 7 ("Contractor"). 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2.PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 BRIDGE REHABILITATION AT TEN LOCATIONS (2016-1) 17 City Project No. 100122 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 150 days after the date when the 24 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that City will 27 suffer financial loss if the Work is not completed within the times specified in Paragraph 28 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 29 General Conditions. The Contractor also recognizes the delays, expense and difficulties 30 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 31 is not completed on time. Accordingly, instead of requiring any such proof , Contractor 32 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 33 City Six Hundred Fifty Dollars ($650.00) for each day that expires after the time 34 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 35 Acceptance. CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised August 17,2012 005243-1 Agreement Page I of 4 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on April 19, 2016 is made by and between the City of Forth 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), and Gibson & Associates, Inc., authorized to do business in Texas, acting by and 6 through its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1.WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2.PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Bridge Rehabilitation at Ten Locations(2016-1) 16 City Proiect Number 100122 17 Article 3. CONTRACT TEWE 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 150 days after the date when the 23 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 24 3.3 Liquidated damages 25 Contractor recognizes that time is of the essence of this Agreement and that City will 26 suffer financial loss if the Work is not completed within the times specified in Paragraph 27 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 28 General Conditions. The Contractor also recognizes the delays, expense and difficulties 29 involved in proving in a legal proceeding,the actual loss suffered by the City if the Work 30 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 31 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 32 City Six Hundred Fifty Dollars ($650.00) for each day that expires after the time 33 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 34 Acceptance. CITY OF FORT WORTH Bridge Rehabilitation 2016-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100122 Revised August 17,2012 005243-2 Agreement Page 2 of 4 35 Article 4. CONTRACT PRICE 36 City agrees to pay Contractor for performance of the Work in accordance with the Contract 37 Documents an amount in current funds of FOUR HUNDRED FOURTY-THREE THOUSAND, 38 TWO HUNDRED FIFTY-FIVE AND 501100 DOLLARS ($443,255.50). 39 Article 5. CONTRACT DOCUMENTS 40 5.1 CONTENTS: 41 A. The Contract Documents which comprise the entire agreement between City and 42 Contractor concerning the Work consist of the following: 43 1. This Agreement. 44 2. Attachments to this Agreement: 45 a. Bid Form 46 1) Proposal Form 47 2) Vendor Compliance to State Law Non-Resident Bidder 48 3) Prequalification Statement 49 4) State and Federal documents(project speck) 50 b. Current Prevailing Wage Rate Table 51 c. Insurance ACORD Form(s) 52 d. Payment Bond 53 e. Performance Bond 54 f. Maintenance Bond 55 g. Power of Attorney for the Bonds 56 h. Worker's Compensation Affidavit 57 i. MBE and/or SBE Commitment Form 58 3. General Conditions. 59 4. Supplementary Conditions. 60 5. Specifications specifically made a part of the Contract Documents by attachment 61 or, if not attached, as incorporated by reference and described in the Table of 62 Contents of the Project's Contract Documents. 63 6. Drawings. 64 7. Addenda. 65 8. Documentation submitted by Contractor prior to Notice of Award. 66 9. The following which may be delivered or issued after the Effective Date of the 67 Agreement and, if issued,become an incorporated part of the Contract Documents: 68 a. Notice to Proceed. 69 b. Field Orders. 70 c. Change Orders. 71 d. Letter of Final Acceptance. 72 73 CITY OF FORT WORTH Bridge Rehabilitation 2016-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100122 Revised August 17,2012 005243-3 Agreement Page 3 of 4 74 Article 6.INDEMNIFICATION 75 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 76 expense, the city, its officers, servants and employees, from and against any and all 77 claims arising out of, or alleged to arise out of, the work and services to be performed 78 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 79 under this contract. This indemnification provision is specifically intended to operate 80 and be effective even if it is alleged or proven that all or some of the damages beim 81 sought were caused, in whole or in part, by any act, omission or negligence of the city. 82 This indemnity provision is intended to include, without limitation, indemnity for 83 costs,expenses and legal fees incurred by the city in defending against such claims and 84 causes of actions. 85 86 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 87 the city,its officers,servants and employees,from and against any and all loss,damage 88 or destruction of property of the city,arising out of,or alleged to arise out of,the work 89 and services to be performed by the contractor, its officers, agents, employees, 90 subcontractors, licensees or invitees under this contract. This indemnification 91 provision is specifically intended to operate and be effective even if it is alleged or 92 proven that all or some of the damages being sought were caused,in whole or in part, 93 by any act, omission or negligence of the city. 94 95 Article 7.MISCELLANEOUS 96 7.1 Terms. 97 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 98 have the meanings indicated in the General Conditions. 99 7.2 Assignment of Contract. 100 This Agreement, including all of the Contract Documents may not be assigned by the 101 Contractor without the advanced express written consent of the City. 102 7.3 Successors and Assigns. 103 City and Contractor each binds itself, its partners, successors, assigns and legal 104 representatives to the other party hereto, in respect to all covenants, agreements and 105 obligations contained in the Contract Documents. 106 7.4 Severability. 107 Any provision or part of the Contract Documents held to be unconstitutional, void or 108 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 109 remaining provisions shall continue to be valid and binding upon CITY and 110 CONTRACTOR. 111 7.5 Governing Law and Venue. 112 This Agreement, including all of the Contract Documents is performable in the State of 113 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 114 Northern District of Texas,Fort Worth Division. CITY OF FORT WORTH Bridge Rehabilitation 2016-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100122 Revised August 17,2012 005243-4 Agreement Page 4 of 4 115 7.6 Other Provisions. 116 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 117 classified, promulgated and set out by the City, a copy of which is attached hereto and 118 made a part hereof the same as if it were copied verbatim herein. 119 7.7 Authority to Sign. 120 Contractor shall attach evidence of authority to sign Agreement, if other than duly 121 authorized signatory of the Contractor. 122 123 IN WI'T'NESS WHEREOF, City and Contractor have executed this Agreement in multiple 124 counterparts. 125 126 This Agreement is effective as of the last date signed by the Parties (`Effective Date"). 127 Contractor: City of Fort Worth c�,i4 Son ,L 5ro c.G._-t1Q B ��— Jay Chapa By: 2-kAssistant City Manager (Si ature) Date �& `2t eyd-eu.f- Attest: o ° (Printed Name) City Secretary o 8 (Seal) �a S 0 0$ Title: '7Z o � c�000 Address: po /3o k gr�ps75 Af as/c li , moi S, M&C Date: 7014,15 City/State/Zip: �4 !� �fy'� S j�XWugglasW. rm and Legality: 7S�to Date Assistant CityAttorney 128 129 130 APPROVAL RECOMMENDED: 131 132 ' pr 133 4tj• w 134 Douglas iersig, P.E. 135 DIRECT-OR, 136 Transportation &Public Works Department 137 14t CITY OF FORT WORTH 2016-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised August 17,2012 0061 13- I PERFORMANCE nOND Page I of 2 Bond No. 8244-32-47 SECTION 00 61 13 2 PERFORMANCE BOND 4 THE STATE OF TEXAS § 5 § KNOW ALL 13Y THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Gihson & Associates, Inc. known as"Principal" herein and 8 Federal Insurance Company_ __, a corporate surety(sureties, if more than 9 one) duly authorized to do business in the State of"Texas, known as "Surety" herein (whether one 10 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created I 1 pursuant to the laws of Texas, known as "City" herein, in the penal sum of, FOUR HUNDRED 12 FOUR7'Y--THREE THOUSAND TWO HUNDRED FIFTY-FIVE AND 50/100 Dollars 13 ($443,255.50), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 14 Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, 15 executors, administrators, successors and assigns,.jointly and severally, firmly by these presents. 16 WHEREAS, the Principal has entered into a certain written contract with the City 17 awarded the 19th day of April,2016, which Contract is hereby referred to and made a part hereof 18 for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 19 accessories defined by law, in the prosecution of the Work, including any Change Orders, as 20 provided for in said Contract designated as Bride Rehabilitation at Teti Locations (2016-1) 21 City Project Numher 100122 22 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 23 shall fliithfully perform it obligations under the Contract and shall in all respects duly and 24 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 25 specifications, and contract documents therein referred to, and as well during any period of 26 extension of the Contract that may be granted on the part of the City, then this obligation shall be 27 and become null and void, otherwise to remain in full force and effect. 28 PROVIDED FURTHER,that if any legal action be filed on this Bond, venue shall lie in 29 "Tarrant County, Texas or the United States District Court for the Northern District of"Texas, Fort 30 Worth Division. 31 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 32 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 33 accordance with the provisions of said statue. 34 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 35 this instrument by duly authorized agents and officers on this 19th day of April,2016. C'rrY OF FORT WORTI l Jtrr<hr Kehuhrlrt<rnr»r 101h-1 S'T'ANDARD CONSTRUCTION SI'GCIFICA'FION DOC•UMI:N•1•S c'+tt Pipl (.0'utnher 100122 Revised line 1,2011 0061 13-2 PERFORMANCE BOND Pagc 2 ort I PRINCIPAL: 2 Gibson &Associates, Inc. 3 — 4BY:--- Y: 5 5 Signature 7 ATTEST- L 10 (Principal)Secret Name and Title II 12 Address: P. O. Box 800579 ____ 13 Balch Springs TX 75180-0579 14 - 15o+— 16 Witness as to Principal � SURETY: I 17 Federal Insurance Company 19 — 20 21 BY:, J tZ 22 Signature 23 24 Robbi Morales, Attorney-in-fact _ 25 Name and Title 26 26 Address: 2711 N. Haskell Ave., Suite 800 27 .,8 Dallas TX 75204 _ 29 _ — - - ----- ------ 30 31 Witne as to Surety Telephone Number: 214/989-0000 _1 Witne?as to 32 33 34 35 *Note: if signed by an officer of the Surety Company, there must be on file a certified extract 36 from the by-laws showing that this person has authority to sign such obligation. 1f 37 Surety's physical address is different from its mailing address, both must be provided. 38 The date of the bond shall not be prior to the date the Contract is awarded. 39 CITY OF PORT WORTI I Br•rd,C.•11ob.11+1/uadnnr 2016-1 STANDARD CONSTRUCTION SPIiCIFICATION I)OCUMENTS Cl/ /'rrrlrw\'1lrnhrr/00/2, Itevised Judy I,2011 0061 14- I PAYMENT BOND Page I of2 Bond No. 8244-32-47 1 SECTION 00 61 14 2 PAYMENT BOND 3 4 THE S"I'A"1'E OF TEXAS 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Gibsott & Associates, Inc., known as "Principal" herein, and 8 Federal Insurance Company _ a corporate surety 9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 12 penal sum of FOUR HUNDRED FOURTY-TIIREE THOUSAND TWO HUNDRED FIFTY- 13 FIVE AND 50/100 Dollars ($443,255.50), lawful money of the United States, to be paid in Fort 14 Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind 15 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 16 firmly by these presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 19th day of April,2016, which Contract is hereby referred to and made a part hereof for all 19 purposes as if fully set forth herein,to furnish all materials,equipment, labor and other 20 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and 21 designated as Bridge Rehabilitation at Ten Locations(2016-1) 22 _City Project Number 100122 23 NOW, THEREFORE, TI-IE CONDITION OF TIiIS OBLIGATION is such that if 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 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. 31 CITY Of FORT WOR'I'I1 /ir1r(tr'J?ehandmilton_'0164 S'I'ANI)ARD CONS•1'R()C'I'lON SI'LiCI1'K'A•I'ION I)O(:UMIiN'I S t'rt Prulrrr\'nntl> r 100/" Revised July I,201 I 0061 14-2 PAYMENT BOND Page 2 or2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SC'ALE'D 2 this instrument by duly authorized agents and officers on this the 19th day of April,2016. 3 PRINCIPAL: Gibson &Associates, Inc. ATTEST: BY: Signature " , .S W/,6 snti - �cs��v�r f (Principal) Secret Name and Title Address: P. O. Box 800579 Balch Springs TX 75180-0579 Witness as to Principal SU RETY: Federal Insurance Company ATTF,ST: BYC�, Signature Robbi Morales Attorney-in-fact Sure y) 3eereta-ry Name and"Title Address: 2711 N. Haskell Ave., Suite 800 Dallas, TX 75204 Wit ess as to Surety Telephone Number: 214/989-0000 4 5 Note: If signed by all off icer of the Surety, there must be on file a certified extract from the 6 bylaws showing that this person has authority to sign such obligation, If Surety's physical 7 address is different from its mailing address, both must be provided. 8 9 The date of the bond shall not be prior to the date the Contract is awarded, 10 CND OF SECTION II CITY OF FORT WORTI I lira!r Rehanda<auw 2(116-1 STANDARD CONSTRUC. S111111:ICA'I.MN DOC( c•tlr Pr(y '. ,11nlher 10012_ Kcvised July I,2011 0061 19- 1 MAINTriNANCG BOND Paoe I o1'3 Bond No, 8244-32-47 i SECTION 00 61 19 2 MAINTENANCE I30ND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Gibson & Associates, Inc.. known as "Principal" herein and 9 Federal Insurance Company___---, a corporate surety (sureties, if more than 10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one I i or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of the State of Tcxas, known as "City" herein, in the sum of FOUR 13 HUNDRED FOURTY--THREE THOUSAND TWO HUNDRED FIFTY-FIVE AND 50/100 14 Dollars ($443,25.5.50), lawful money of the United States, to be paid in fort Worth, "Tarrant 15 County, Texas, for payment of which sum well and truly be made unto the City and its 16 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly 17 and severally, firmly by these presents. 18 19 WHEREAS, the Principal has entered into a certain written contract with the City awarded the 20 19th day of April, 2016, which Contract is hereby referred to and a made part hereof for all 21 purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories 22 as defined by law, in the prosecution of the Work, including any Work resulting from a duly 23 authorized Change Order(collectively herein, the"Work") as provided for in said contract and 24 designated as Bridle Rehabilitation at Ten Locations (2016-1) 25 City Project Number 100122; and 26 27 WHEREAS, Principal binds itself to use such materials aril t0 so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship R)r and during the period of two (2) years 30 after the date of Final Acceptance of the Work by the City("Maintenance Period"); and 31 32 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need therefor at any time within the Maintenance 34 Period. 35 CITY oP hOR'I'1VOR'I'I I Rri<1�e R��huhiht;mm.010-/ STANDARD CONSTRUCTION SPR IFICA'I ION I)OCUMIiN•I'S ('ih l' \'tttnh'r/000' Revised.hdy 1,2011 0061 19-2 MAINTENANCE BOND Page 2 ot'3 I NOW THEREFORE, the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for which timely notice was provided by City, to a completion 3 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 4 full force and effect. 5 6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond; and 10 I I PROVIDED FURTHER, that if any legal action be filed on this Bond,venue shall lie in 12 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 13 Worth Division; and 14 15 PROVIDED FURTHER, that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTI I Brrl,i�,!R,,habduauumr 2I116-1 STANDARD CONSTRUCTION SITC11:ICATION DOCUMII.NTS Oh /'ru/rev\'unthrr M012, Rcviscd July 1,2011 0061 19-3 MAINTENANCE BOND Page 3 of 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly aulhorired agents and officers on this the 19th day of April,2016. 3 4 PRINCIPAL: 5 _Gibson &Associates. Inc. 7 / ,( 8 BY: 1.r,,(/moi) .�i✓�—----- 9 Signatu e 10 ATTrs'r: 13hp��� �fefj,,r14 13 (PrincipName and Title 14 15 Address; P. O. Box 800579 _ 16 Balch Springs,-TX 75180=0579 1 �� ---------18 C�a... 19 Witness as to Principal 20 SURETY: 21 Federal Insurance Company,_-.__._ 22 24 B Y 7S bt.� FYI `'5 Signature 26 26 Robbi Morales, Attorney-in-fact 28 F •J, Name and "Title 29 10 Address: 2711 N. Haskell Ave., Suite 800 31 Surety) Se-ct�etary 32 33 A4w— AW-10 34 Wit,ess as to Surety Telephone Number: 2.14/989-0000--2222_ 35 36 *Nate: If signed by an officer of the Surety Company, there must be on file a certified extract 37 from the by-laws showing that this person has authority to sign such obligation. It' 38 Surety's physical address is different from its mailing address, both must be provided. 39 The date of the bond shall not be prior to the date the Contract is awarded. 40 (I) CITY OF 1-01Z 1'WORTI I B•rcl;r/ichabditaNun 2016-/ STANDARD CONSTRUCTION ION SPI:C'n K'A•1'10N DOCUMI[NTS Cur l'r,,ri.\'timber/0012' Re\isetl July 1.201 1 icChubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 �-tuse Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Don E. Cornell, Sophinie Hunter, V. DeLene Marshall, Robbi Morales, Ricardo J. Reyna and Kelly A. Westbrook of Dallas,Texas --------—--------------------------------------------______-------------------------------------- each as their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their Corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or executed in the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations, In Witness Whereof,said FEDERAL INSURANCE CO?- ANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seats on this 7 day of July, 2015. r D dwards,Assistant Secretary .Norris,Jr.,Vice Pre ' ent STATE OF NEW JERSEY ss. County of Somerset On this 7th day of July, 2015 before me, a Notary Public of New Jersey,personally came David J. Edwards, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney,and the said David J.Edwards,being by me duly sworn,did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By.Laws of said Companies;and that he signed said Power of Attomey as Assistant Secretary of said Companies by like authority;and that he is acquainted with David B. Norris, Jr., and knows him to be Vice President of said Companies; and that the signature of David B. Norris,Jr., subscribed to said Power of Attorney is in the genuine handwriting of David B.Norris,Jr.,and was thereto subscribed by authority of said By-Laws and in depcpenVs presence. Notarial Seal KATHERINE J.ADELAAR MOTAR NOTARY PUBLIC OF NEW JERSEY No,2318885 Z1111Commission Expires July 18,2018 Notary Public AG8L1� . JECERTIFICATION Extract from the By-Laws DERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: 'Except as otherwise provided In these By-Laws or by law or as otherwise directed by the Board of Directors,the President or any Vice President shall be authorized to execute and deliver,in the name and on behalf of the Corporation,all agreements,bonds,contracts,deeds,mortgages,and other instruments,either for the Corporation's own account or in a fiduciary or other capacity,and the seal of the Corporation,if appropriate,shall be affixed thereto by any of such officers or the Secretary or an Assistant Secretary. The Board of Directors,the President or any Vice President designated by the Board of Directors may authorize any other officer,employee or agent to execute and deliver, in the name and on behalf of the Corporation, agreements, bonds, contracts, deeds, mortgages, and other instruments, either for the Corporation's own account or in a fiduciary or other capacity,and,ff appropriate,to affix the seal of the Corporation thereto. The grant of such authority by the Board or any such officer may be general or confined to specific instances.' 1,David J.Edwards,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY(the"Companies') do hereby certify that (i) the foregoing extract of the By-Laws of the Companies is true and correct, f) the Companies are duty licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S.Treasury Department;further,Federal and Vigilant are licensed in the U.S.Virgin Islands,and Federal is licensed In Guam,Puerto Rico,and each of the Provinces of Canada except Prince Edward Island;and (iii) the foregoing Power of Attorney is true,correct and in full force and effect. Given under my hand and seals of said Companies at Warren,NJ this April 19, 2016 David J.Edwards,Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM,VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT ADDRESS LISTED ABOVE OR BY Tele hone 908 903-3493 Fax 908 903-3656 e-mail: suretyochubb.com Form 15-10.02258-U GEN CONSENT(rev.07-15) Policyholder Information Notice IMPORTANT NOTICE AVISO IMPORTANTE To obtain h- orniation or snake a complaint: Para obtener infoemacift o para someter unto queja: You-1-nay call C hubb's toll-free telephone number U;4ted puede hamar-at-admero de teldfono gratis for information or to make a complaint at tie Chubb's para in'fomiacion 'o para someter una queja al 1-800-36-CHUBS 1-800-36-CHUBB You niay contact the 'Texas Department of Puede cotnunicarse con el Departamento de tnsuranee to obtain lnforimidoli Un compa111P.s, Seguros de Texas para obtenerinformacion acerca coverages, rights or complaints at de compailfas, coberturas, derechos o quejas al 1-800-252-3439 1-800-252;-3439 You may write die Texas Department of Insurance Puede escrihir al Departamento de Seguros de Texas P.O. Box 149104 f.O. Box 149104 Austin. TX 7371.1,9104 Austin, TX 78714•-9104 F\X # (51') 475-1771 FAX #l` (512) 475-1771 Web: Itu:p://wv,1w.tdi.sltiie.t\.tts Web: littp://wwNvJdi.state.tx,us L-mail: F,-mail: ConsuuierProtection@tdi.state.tx.tjs PREMIUM OR CLAIM DISPUTES: DISPUTAS SORRE PRIMAS O RECLAMOS: Siisuld N'au h�tVe a dispute ccnc:4niing your p1W111uni Si bene una disputa concerniente a•su pi iiiial v a un or about a claim you should cclntacl the agent lust. reciamo, debe comunicarse con el agente priniero., Lr the dispute is not resolved, you ttiay contact the Si no se resueve la disputa, puede entonces Twcas Department of Insurance. comunicarse con el depanamento (TDI). ATTACK' THIS NOTICE TO YOUR POLICY, UNA ESTE AVISO A SU POLIZA: This notice is for information only and does not Este Aso es solo para propbsito de infonnaci& y become a part or condition of the attached no se,conAerte en parte o condicibn del documents ad u1110. document. ,1 ACS® DATE(MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 04/28/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement.A statement on °�T this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT d NAME: Aon Risk services southwest, Inc. Dallas TX Office (aco.NNo.Ext): (214) 989-0000 FAX No 0214) 989-2530 cityplace center East E-MAIL 2711 North Haskell Avenue ADDRESS: _ suite 800 Dallas TX 75204 USA INSURER(S)AFFORDING COVERAGE NAIC# INSURED INSURER A: Hartford underwriters Insurance Company 30104 Gibson & Associates Inc. INSURER B: Hartford Ins CO of the Midwest 37478 P. o. Box 800579 Balch springs Tx 751800579 USA INSURER C: Hartford Casualty Insurance Co 29424 INSURERD: Great American Insurance Co. 16691 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:570061955892 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested INSR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER MMIDD/YYYY MM/DD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY UENQT EACH OCCURRENCE $1,000,000 CLAIMS-MADE X❑OCCUR DAMAGE TO RENTEU__ $300,000 PREMISES Ea occurrence X Includes XCU MED EXP(Any one person) $10,000 X Includes Contractual Liability PERSONAL&ADV INJURY $1,000,000 rn GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY ❑X JECOT- EILOC PRODUCTS-COMP/OP AGG $2,000,000 0) OTHER: o t` B AUTOMOBILE LIABILITY Y Y 46 LIEN QT1552 06/30/2015 06/30/2016 COMBINED SINGLE LIMIT to Ea accident) $1,000,000 X ANY AUTO BODILY INJURY(Per person) 0 X OWNED SCHEDULED BODILY INJURY(Per accident) N AUTOS ONLY AUTOS +' X HIRED AUTOS NON-OWNED PROPERTYDAMAGE M ONLY AUTOS ONLY 1Per accident y., d D UMBRELLA LIAB X OCCUR Y Y TUE429571600 06/30/2015 06/30/2016 EACH OCCURRENCE $10,000,000 V X EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000 DED RETENTION C WORKERS COMPENSATION AND Y 46WEQT1550 06/30/2015 06 30 2016X PER OTH- EMPLOYERS'LIABILITY Y/N STATUTE IER ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ NIA A E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000- DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE: City Project No. 100122, Bridge Rehabilitation. City of Fort worth, its officers, employees and servants are included as Additional insured in accordance with the policy provisions of the General Liability, Automo ile Liability and Excess Liability policies. General liability and Automobile Liability policies evidenced herein are Primary and Non-Contributory to other insurance available to an Additional insured, but only in accordance with the policy's provisions. A waiver of subrogation is granted in favor of City of Fort worth in accordance with the policy provisions of the General Liability, Automobile Liability and workers' compensation policies. should General Liability,.Automobile Liability and Workers' compensation policies be cancelled before the expiration date thereof, the policy provisions will govern how notice of cancellation may be delivered to CERTIFICATE HOLDER CANCELLATION _ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City Of Fort worth AUTHORIZED REPRESENTATIVE 1000 Throckmorton street Z,[ Fort worth Tx 76102 USA ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 10536335 LOC#: ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY NAMED INSURED Aon Risk Services Southwest, Inc. Gibson & Associates Inc. POLICY NUMBER See certificate Number: 570061955892 CARRIER NAIC CODE See certificate Number: 570061955892 EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Additional Description of Operations/Locations/Vehicles: certificate holders in accordance with the policy provisions. ACORD 101(2008/01) ©2008 ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD 006125-1 CERTIFICATE OF INSURANCE Page 1 of 1 1 SECTION 00 6125 2 CERTIFICATE OF INSURANCE 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with standard 7 ACORD Certificate of Insurance form.] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised July 1,2011 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 5 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 Supplementary Conditions 6 7 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 8 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 9 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 10 of the General Conditions which are not so modified or supplemented remain in full force and effect. 11 12 Defined Terms 13 14 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 15 meaning assigned to them in the General Conditions,unless specifically noted herein. 16 17 Modifications and Supplements 18 19 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 20 other Contract Documents. 21 22 SC-3.03B.2,"Resolving Discrepancies" 23 24 Plans govern over Specifications. 25 26 SC-4.01A 27 28 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 29 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 30 Contract Drawings. 31 32 SC-4.01A.l.,"Availability of Lands" 33 34 The following is a list of known outstanding right-of-way,and/or easements to be acquired,if any as of 35 August 26,2014: 36 37 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION NONE 38 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 39 and do not bind the City. 40 41 If Contractor considers the final easements provided to differ materially from the representations on the 42 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 43 notify City in writing associated with the differing easement line locations. 44 45 SC-4.01A.2,"Availability of Lands" 46 47 Utilities or obstructions to be removed,adjusted,and/or relocated CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised April 1,2013 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 1 2 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 3 as of August 26,2014: 4 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT NONE 5 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 6 and do not bind the City. 7 8 SC-4.02A.,"Subsurface and Physical Conditions" 9 10 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 11 12 A"None"Report No. ,dated ,prepared by "None"a sub-consultant of"None",a 13 consultant of the City,providing additional information on"None" 14 15 The following are drawings of physical conditions in or relating to existing surface and subsurface 16 structures(except Underground Facilities)which are at or contiguous to the site of the Work: 17 "None" 18 19 SC-4.06A.,"Hazardous Environmental Conditions at Site" 20 21 The following are reports and drawings of existing hazardous environmental conditions known to the City: 22 "None" 23 24 SC-5.03A.,"Certificates of Insurance" 25 26 The entities listed below are"additional insureds as their interest may appear"including their respective 27 officers,directors,agents and employees. 28 29 (1) City 30 (2) Consultant: "None" 31 (3) Other: "None" 32 33 SC-5.04A.,"Contractor's Insurance" 34 35 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 36 coverages for not less than the following amounts or greater where required by laws and regulations: 37 38 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 39 40 Statutory limits 41 Employer's liability 42 $100,000 each accident/occurrence 43 $100,000 Disease-each employee 44 $500,000 Disease-policy limit 45 46 SC-5.04B.,"Contractor's Insurance" 47 CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised April 1,2013 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 5.04B.Commercial General Liability,under Paragraph GC-5.04B. Contractor's Liability Insurance 2 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 3 minimum limits of- 4 5 $1,000,000 each occurrence 6 $2,000,000 aggregate lirnit 7 8 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 9 General Aggregate Limits apply separately to each job site. 10 11 The Commercial General Liability Insurance policies shall provide"X", "C",and"U"coverage's. 12 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 13 14 SC 5.04C.,"Contractor's Insurance" 15 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under 16 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 17 18 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 19 defined as autos owned,hired and non-owned. 20 21 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 22 least: 23 24 $250,000 Bodily Injury per person/ 25 $500,000 Bodily Injury per accident/ 26 $100,000 Property Damage 27 28 SC-5.04D.,"Contractor's Insurance" 29 30 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and 31 material deliveries to cross railroad properties and tracks"None". 32 33 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 34 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 35 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 36 Entry Agreement"with the particular railroad company or companies involved,and to this end the 37 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 38 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate 39 to the Contractor's use of private and/or construction access roads crossing said railroad company's 40 properties. 41 42 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 43 coverage for not less than the following amounts,issued by companies satisfactory to the City and to the 44 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 45 occupy,or touch railroad property: 46 47 (1) General Aggregate: N/A 48 49 (2) Each Occurrence: N/A 50 51 Required for this Contract X Not required for this Contract 52 53 With respect to the above outlined insurance requirements,the following shall govern: 54 CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised April 1,2013 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 1 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in 2 the name of the railroad company. However, if more than one grade separation or at-grade 3 crossing is affected by the Project at entirely separate locations on the line or lines of the same 4 railroad company, separate coverage may be required,each in the amount stated above. 5 6 2. Where more than one railroad company is operating on the same right-of-way or where several 7 railroad companies are involved and operated on their own separate rights-of-way, the Contractor 8 may be required to provide separate insurance policies in the name of each railroad company. 9 10 3. If,in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a 11 railroad company's right-of-way at a location entirely separate from the grade separation or at- 12 grade crossing,insurance coverage for this work must be included in the policy covering the grade 13 separation. 14 15 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 16 way,all such other work may be covered in a single policy for that railroad,even though the work 17 may be at two or more separate locations. 18 19 No work or activities on a railroad company's property to be performed by the Contractor shall be 20 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 21 for each railroad company named,as required above. All such insurance must be approved by the City and 22 each affected Railroad Company prior to the Contractor's beginning work. 23 24 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 25 has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, 26 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 27 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 28 railroad company operating over tracks involved in the Project. 29 30 SC-6.04.,"Project Schedule" 31 32 Project schedule shall be tier 3 for the project. 33 34 SC-6.07.,"Wage Rates" 35 36 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 37 Appendixes: GC 6.07 38 39 SC-6.09.,"Permits and Utilities" 40 41 SC-6.09A.,"Contractor obtained permits and licenses" 42 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 43 "None" 44 45 SC-6.09B."City obtained permits and licenses" 46 The following are known permits and/or licenses required by the Contract to be acquired by the City: 47 "None". 48 49 SC-6.09C."Outstanding permits and licenses" 50 51 The following is a list of known outstanding permits and/or licenses to be acquired,if any as 52 53 Outstanding Permits and/or Licenses to Be Acquired: CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised April 1,2013 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION BNSF Railraod 1 2 SC-7.02.,"Coordination" 3 4 The individuals or entities listed below have contracts with the City for the performance of other work at 5 the Site: 6 "None" Vendor Scope of Work Coordination Authority None None None 7 8 9 SC-5.01,"Communications to Contractor" 10 None 11 12 SC-9.01.,"City's Project Representative" 13 14 The following firm is a consultant to the City responsible for construction management of this Project: 15 16 The City's Project Representative for this Contract is Tariqul Islain or his/her successor pursuant to 17 written notification from the Director of Transportation and Public Works." 18 19 SC-13.03C.,"Tests and Inspections" 20 21 None 22 23 SC-16.01C.1,"Methods and Procedures" 24 25 None 26 27 28 29 END OF SECTION CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised April 1,2013 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 5 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 Supplementary Conditions 6 7 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 8 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 9 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 10 of the General Conditions which are not so modified or supplemented remain in full force and effect. 11 12 Defined Terms 13 14 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 15 meaning assigned to them in the General Conditions,unless specifically noted herein. 16 17 Modifications and Supplements 18 19 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 20 other Contract Documents. 21 22 SC-3.03B.2,"Resolving Discrepancies" 23 24 Plans govern over Specifications. 25 26 SC-4.01A 27 28 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 29 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 30 Contract Drawings. 31 32 SC-4.01A.1.,"Availability of Lands" 33 34 The following is a list of known outstanding right-of-way,and/or easements to be acquired,if any as of 35 August 26, 2014: 36 37 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION NONE 38 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 39 and do not bind the City. 40 41 If Contractor considers the final easements provided to differ materially from the representations on the 42 Contract Drawings, Contractor shall within five (5)Business Days and before proceeding with the Work, 43 notify City in writing associated with the differing easement line locations. 44 45 SC-4.01A.2,"Availability of Lands" 46 47 Utilities or obstructions to be removed,adjusted,and/or relocated CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised April 1,2013 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 1 2 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 3 as of August 26,2014: 4 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT NONE 5 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 6 and do not bind the City. 7 8 SC-4.02A.,"Subsurface and Physical Conditions" 9 10 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 11 12 A"None"Report No. ,dated ,prepared by "None"a sub-consultant of"None",a 13 consultant of the City,providing additional information on"None" 14 15 The following are drawings of physical conditions in or relating to existing surface and subsurface 16 structures(except Underground Facilities)which are at or contiguous to the site of the Work: 17 "None" 18 19 SC-4.06A.,"Hazardous Environmental Conditions at Site" 20 21 The following are reports and drawings of existing hazardous environmental conditions known to the City: 22 "None" 23 24 SC-5.03A.,"Certificates of Insurance" 25 26 The entities listed below are"additional insureds as their interest may appear"including their respective 27 officers,directors,agents and employees. 28 29 (1) City 30 (2) Consultant: "None" 31 (3) Other: "None" 32 33 SC-5.04A.,"Contractor's Insurance" 34 35 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 36 coverages for not less than the following amounts or greater where required by laws and regulations: 37 38 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 39 40 Statutory limits 41 Employer's liability 42 $100,000 each accident/occurrence 43 $100,000 Disease-each employee 44 $500,000 Disease-policy limit 45 46 SC-5.04B.,"Contractor's Insurance" 47 CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised April 1,2013 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 5.04B.Commercial General Liability,under Paragraph GC-5.04B.Contractor's Liability Insurance 2 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 3 minimum limits of: 4 5 $1,000,000 each occurrence 6 $2,000,000 aggregate limit 7 8 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 9 General Aggregate Limits apply separately to each job site. 10 11 The Commercial General Liability Insurance policies shall provide"X", "C", and"U"coverage's. 12 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 13 14 SC 5.04C.,"Contractor's Insurance" 15 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under 16 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 17 18 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 19 defined as autos owned,hired and non-owned. 20 21 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 22 least: 23 24 $250,000 Bodily Injury per person/ 25 $500,000 Bodily Injury per accident/ 26 $100,000 Property Damage 27 28 SC-5.04D.,"Contractor's Insurance" 29 30 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and 31 material deliveries to cross railroad properties and tracks"None". 32 33 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 34 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 35 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 36 Entry Agreement"with the particular railroad company or companies involved,and to this end the 37 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 38 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate 39 to the Contractor's use of private and/or construction access roads crossing said railroad company's 40 properties. 41 42 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 43 coverage for not less than the following amounts,issued by companies satisfactory to the City and to the 44 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 45 occupy,or touch railroad property: 46 47 (1) General Aggregate: N/A 48 49 (2) Each Occurrence: N/A 50 51 _Required for this Contract X Not required for this Contract 52 53 With respect to the above outlined insurance requirements,the following shall govern: 54 CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised April 1,2013 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 1 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in 2 the name of the railroad company. However, if more than one grade separation or at-grade 3 crossing is affected by the Project at entirely separate locations on the line or lines of the same 4 railroad company, separate coverage may be required,each in the amount stated above. 5 6 2. Where more than one railroad company is operating on the same right-of-way or where several 7 railroad companies are involved and operated on their own separate rights-of-way, the Contractor 8 may be required to provide separate insurance policies in the name of each railroad company. 9 10 3. If,in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a 11 railroad company's right-of-way at a location entirely separate from the grade separation or at- 12 grade crossing,insurance coverage for this work must be included in the policy covering the grade 13 separation. 14 15 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 16 way, all such other work may be covered in a single policy for that railroad,even though the work 17 may be at two or more separate locations. 18 19 No work or activities on a railroad company's property to be performed by the Contractor shall be 20 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 21 for each railroad company named,as required above. All such insurance must be approved by the City and 22 each affected Railroad Company prior to the Contractor's beginning work. 23 24 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 25 has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, 26 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 27 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 28 railroad company operating over tracks involved in the Project. 29 30 SC-6.04.,"Project Schedule" 31 32 Project schedule shall be tier 3 for the project. 33 34 SC-6.07.,"Wage Rates" 35 36 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 37 Appendixes: GC 6.07 38 39 SC-6.09.,"Permits and Utilities" 40 41 SC-6.09A.,"Contractor obtained permits and licenses" 42 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 43 "None" 44 45 SC-6.09B."City obtained permits and licenses" 46 The following are known permits and/or licenses required by the Contract to be acquired by the City: 47 "None". 48 49 SC-6.09C."Outstanding permits and licenses" 50 51 The following is a list of known outstanding permits and/or licenses to be acquired,if any as 52 53 Outstanding Permits and/or Licenses to Be Acquired: CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised April 1,2013 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION BNSF Railraod 1 2 SC-7.02.,"Coordination" 3 4 The individuals or entities listed below have contracts with the City for the performance of other work at 5 the Site: 6 "None" Vendor Scope of Work Coordination Authority None None None 7 8 9 SC-8.01,"Communications to Contractor" 10 None 11 12 SC-9.01.,"City's Project Representative" 13 14 The following firm is a consultant to the City responsible for construction management of this Project: 15 "None" 16 17 SC-13.03C.,"Tests and Inspections" 18 19 None 20 21 SC-16.01C.1,"Methods and Procedures" 22 23 None 24 25 26 27 END OF SECTION CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised April 1,2013 011100-1 SUMMARY OF WORK Page 1 of 3 1 SECTION 011100 2 SUMMARY OF WORK 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 9 k - . 10 11 . . 12 w - 13 14 15 C. Related Specification Sections include,but are not necessarily limited to: 16 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the Contract 17 2. Division 1 -General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Work Covered by Contract Documents 25 1. Work is to include furnishing all labor,materials, and equipment, and performing 26 all Work necessary for this construction project as detailed in the Drawings and 27 Specifications. 28 B. Subsidiary Work 29 1. Any and all Work specifically governed by documentary requirements for the 30 project, such as conditions imposed by the Drawings or Contract Documents in 31 which no specific item for bid has been provided for in the Proposal and the item is 32 not a typical unit bid item included on the standard bid item list,then the item shall 33 be considered as a subsidiary item of Work,the cost of which shall be included in 34 the price bid in the Proposal for various bid items. 35 2. MOBILIZATION AND DEMOBILIZATION SHALL NOT BE PAID DIRECTLY 36 BUT SHALL BE CONSIDERED SUBSIDIARY TO THE MAJOR ITEMS OF 37 WORK.NO PAYMENT WILL BE MADE FOR MOBILIZATION AND 38 DEMIBILIZATION FROM ONE LOCATION TO ANOTHER IN NORMAL 39 PROGRESS OF PERFORMING THE WORK. CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised December 20,2012 011100-2 SUMMARY OF WORK Page 2 of 3 1 C. Use of Premises 2 1. Coordinate uses of premises under direction of the City. 3 2. Assume full responsibility for protection and safekeeping of materials and 4 equipment stored on the Site. 5 3. Use and occupy only portions of the public streets and alleys, or other public places 6 or other rights-of-way as provided for in the ordinances of the City, as shown in the 7 Contract Documents, or as may be specifically authorized in writing by the City. 8 a. A reasonable amount of tools, materials,and equipment for construction 9 purposes may be stored in such space,but no more than is necessary to avoid 10 delay in the construction operations. 11 b. Excavated and waste materials shall be stored in such a way as not to interfere 12 with the use of spaces that may be designated to be left free and unobstructed 13 and so as not to inconvenience occupants of adjacent property. 14 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 15 manner as not to interfere with the operation of the railroad. 16 1) All Work shall be in accordance with railroad requirements set forth in 17 Division 0 as well as the railroad permit. 18 D. Work within Easements 19 1. Do not enter upon private property for any purpose without having previously 20 obtained permission from the owner of such property. 21 2. Do not store equipment or material on private property unless and until the 22 specified approval of the property owner has been secured in writing by the 23 Contractor and a copy furnished to the City. 24 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 25 obstructions which must be removed to make possible proper prosecution of the 26 Work as a part of the project construction operations. 27 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery,plants, 28 lawns,fences,culverts,curbing, and all other types of structures or improvements, 29 to all water, sewer,and gas lines,to all conduits, overhead pole lines, or 30 appurtenances thereof,including the construction of temporary fences and to all 31 other public or private property adjacent to the Work. 32 5. Notify the proper representatives of the owners or occupants of the public or private 33 lands of interest in lands which might be affected by the Work. 34 a. Such notice shall be made at least 48 hours in advance of the beginning of the 35 Work. 36 b. Notices shall be applicable to both public and private utility companies and any 37 corporation,company,individual, or other,either as owners or occupants, 38 whose land or interest in land might be affected by the Work. 39 c. Be responsible for all damage or injury to property of any character resulting 40 from any act,omission,neglect, or misconduct in the manner or method or 41 execution of the Work, or at any time due to defective work, material,or 42 equipment. 43 6. Fence 44 a. Restore all fences encountered and removed during construction of the Project 45 to the original or a better than original condition. CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised December 20,2012 011100-3 SUMMARY OF WORK Page 3 of 3 1 b. Erect temporary fencing in place of the fencing removed whenever the Work is 2 not in progress and when the site is vacated overnight, and/or at all times to 3 provide site security. 4 c. The cost for all fence work within easements,including removal,temporary 5 closures and replacement, shall be subsidiary to the various items bid in the 6 project proposal,unless a bid item is specifically provided in the proposal. 7 1.5 SUBMITTALS [NOT USED] 8 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE[NOT USED] 12 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2- PRODUCTS [NOT USED] 16 PART 3- EXECUTION [NOT USED] 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE 19 CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised December 20,2012 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 18 2. Division 1—General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution- General 26 1. Within 30 days after award of Contract(unless noted otherwise),the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors,trade names, or 31 catalog numbers. 32 a. When this method of specifying is used,it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers,provided said products are"or-equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or-equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements,or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised July 1,2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form(attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution,including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule,when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product,including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including,but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved,the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised July 1,2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if: 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product,the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work,to include building 20 modifications if necessary,making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2- PRODUCTS [NOT USED] 28 PART 3 - EXECUTION[NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised July 1,2011 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: 17 A. Will the undersigned contractor pay for changes to the building design, including engineering 18 and detailing costs caused by the requested substitution? 19 20 21 B. What effect does substitution have on other trades? 22 23 24 C. Differences between proposed substitution and specified item? 25 26 27 D. Differences in product cost or product delivery time? 28 29 30 E. Manufacturer's guarantees of the proposed and specified items are: 31 32 Equal Better(explain on attachment) 33 The undersigned states that the function, appearance and quality are equivalent or superior to the 34 specified item. 35 Submitted By: For Use by City 36 37 Signature Recommended Recommended 38 as noted 39 40 Firm _Not recommended _Received late 41 Address By 42 Date 43 Date Remarks 44 Telephone 45 46 For Use by City: 47 48 Approved Rejected 49 City Date CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised July 1,2011 013119-1 PRECONSTRUCTION MEETING Page 1 of 3 1 SECTION 013119 2 PRECONSTRUCTION MEETING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded,tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting,prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised August 17,2012 013119-2 PRECONSTRUCTION MEETING Page 2 of 3 1 e. Other City representatives 2 f. Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 0132 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 5. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 11 c. Status of right-of-way,utility clearances,easements or other pertinent permits 12 d. Contractor's work plan and schedule 13 e. Contract Time 14 f. Notice to Proceed 15 g. Construction Staking 16 h. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 1. Insurance Renewals 21 m. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience 24 p. Documentation of Pre-Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor Evaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing 40 ee. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 J. Questions or Comments CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised August 17,2012 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION[NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised August 17,2012 013120-1 PROJECT MEETINGS Page 1 of 3 1 SECTION 013120 2 PROJECT MEETINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified,periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded,tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section,may be held when requested 29 by the City,Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement,but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule,including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised July 1,2011 013120-2 PROJECT MEETINGS Page 2 of 3 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general,the neighborhood meeting will occur within the 2 weeks following 5 the pre-construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as- 11 needed basis. Such additional meetings shall include,but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings,prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f. Others,as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations,problems,conflicts 32 c. Items which impede construction schedule 33 d. Review of off-site fabrication, delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress, schedule,during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 m. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH BRIDGE REHABILITATION(2016-1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100122 Revised July 1,2011