Loading...
HomeMy WebLinkAboutContract 48599 CITY SECRETARY V CITY SECRETARY D.O.E. FILE CONTRACT NO, � Z,Q . 1N T/�F UN�� J1 SIG CO. RS CO O CONSTRUC S COPY ,* . CLIENT DEPARTMENT PROJECT MANUAL FOR THE CONSTRUCTION OF Trinity Trails East Bank Extension CSJ: 0902-48-869 Federal Aid Project: STP 2014 (162) TE City Project No.: 02156 Betsy Price David Cooke a 5 7 rn Mayor City Manager ra Richard Zavala Director, Parks and Community Services Department 11 1 Douglas W. Wiersig, P.E. Director, Transportation and Public Works Clarence Bryant Project Manager, Parks and Community Services Department Prepared for: City of Fort Worth Parks and Community Services Department and TxDOT April 2016 Halff Associates, Inc. OFFICIAL RECORD 1201 North Bowser Road CITY SECRETARY Richardson, TX 75081-2275 FT,.WORTHI TX DO NOT DISASSEMBLE City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 12/6/2016 DATE: Tuesday,December 6,2016 REFERENCE NO.: C-28024 LOG NAME: 80EAST BANK EXTENSION SUBJECT: Authorize Execution of a Construction Contract with 2L Construction,LLC, in the Amount of$1,875,324.65 for the Construction of the Trinity Trails Clear Fork-East Bank Extension Project and Provide for Additional Project Cost and Contingencies in the Amount of$140,866.00 for a Total Construction Phase Cost of$2,016,190.65 (COUNCIL DISTRICT 9) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a construction contract with 2L Construction,LLC, in the amount of $1,875,324.65 for the construction of the Trinity Trails Clear Fork-East Bank Extension Project. DISCUSSION: The purpose of this Mayor and Council Communication(M&C)is to authorize the award and execution of a construction contract with 2L Construction, LLC,in the amount of$1,875,324.65,for the construction of the Trinity Trails Clear Fork-East Bank Extension Project. On August 5,2014 (M&C G-18275),the City Council authorized the City Manager to execute a Local Project Advance Funding Agreement with the Texas Department of Transportation(TxDOT)for a Transportation Enhancement Program-Trinity Trails Clear Fork-East Bank Extension Project Grant. The federal participation is $2,156,000.00 while the local participation share is$870,007.00(plus 100 percent of any overruns), together totaling$3,026,007.00. The Trinity Trails Clear Fork-East Bank Extension Project provides an off-street trail connection from the Mistletoe Heights neighborhood north to a new on-street trailhead at Parkview Drive. The ultimate goal is to continue this trail to the north to the newly constructed Rotary Trailhead on the east bank of the Trinity River where it connects with the Phyllis Tilley Memorial Bridge. Additionally,this connection will create off-street access to Parkview Drive and will also provide access to a barrier-separated bike lane on the Vickery bridge. This trail extension was included in the Trinity River Vision Neighborhood and Recreation Enhancement Plan which was adopted by City Council on August 4,2009 (M&C G-16638). The table below depicts the total funding for the project which includes the TxDOT grant,the local match,and 2004 CIP funding for project costs that are ineligible for grant reimbursement including engineering and construction management costs. Current Source M&C Appropriations Pro osed Total 31001 -2012 STEP G-18275 $3,026,007.00 N/A $3,026,007.00 39405 - 121T Chisholm Trail Parkway Fund &ndash;2004 CIP G-18275 $ 629,993.00 N/A $ 629,993.00 TOTAL - $3,656,000.00 N/A $3,656,000.00 On March 4,2014, (M&C C-26695)the City Council authorized the Engineering Agreement with Halff Associates,Inc.,in the amount of$99,300.00 for the schematic design of the project. On July 17, 2014,Contract Amendment No. 1 amended the insurance requirements of the Standard Agreement,increasing the required deductible to$250,000.00. This amendment did not adjust the contract amount. On January 16,2015,(M&C C-27242)the City Council authorized Contract Amendment No. 2 in the amount of$331,295.00 to provide final design services and preparation of required environmental permits to be performed by the Engineer. On May 12,2015, Contract Amendment No. 3 amended the contract to provide additional design services to be performed by the Engineer in the amount of $28,005.00. On October 13,2015,Contract Amendment No. 4 amended the contract to provide additional design services to be performed by the Engineer in the amount of$22,200.00,bringing the total design cost to$480,800.00. Also included in the total project budget are project management costs for City staff and funding for contingencies together totaling$149,193.00. Upon the conclusion of the design development and construction plans,the project was advertised for bids on July 28,2016 and August 4,2016 in the Fort Worth Star-Telegram, On August 25,2016 the following bids were received and tabulated: BIDDER *LO 99 BASE BID TOTALS($) *2L Construction,LLC $1,875,324.65 The Fain Group Inc. $2,168,798.60 H S Construction $2,572,887.00 Austin Filter System, $2,652,257.00 Inc. Ra le,Inc. $2,747,843.12 ARK Contracting Services $2,932,484.00 Rebcon,Inc. $3,603,574.03 Jackson Construction $3,794,497.10 Base Bid includes the construction of concrete trails and retaining walls. No bid alternates will be included in this contract. An annual maintenance cost of$18,753.25 is expected for this project. Construction is anticipated to commence in November 2016 and be completed by July 2017. Contract time is 202 working days. M/WBE OFFICE-2L Construction,LLC, is in compliance with the City's DBE Program by committing to three percent DBE participation on this project. The TxDOT DBE goal on this project is three percent. Project location is in COUNCIL DISTRICT 9. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as appropriated, of the Grant Capital Projects Fund, Trinity Trails Clear Fork-East Bank Extension Project. The Park and Recreation Department has the responsibility to validate the availability of fund prior to the expenditure of funds. Grant funds will be available on a reimbursement basis from TXDOT. FUND IDENTIFIERS (FIDs): TO Department Account Project Program Activity Budget Reference# Amount Fund ID ID year (Chartfield 2) FROM Department Account Project Program Activity Budget Reference# Amount Fund ID ID year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by: Susan Alanis (8180) Originating Department Head: Richard Zavala (5704) Additional Information Contact: David Creek (5744) ATTACHMENTS 1. 02156-Project Budget Summarv.pdf (CFW Internal) 2. 02156 DBE Compliance Memo.pdf (CFW Internal) 3. Form 1295 - Signed.pdf (Public) 4. MC FID 11072016.pdf (CFW Internal) 5. Mtoe Hts North Trail 21615.12df (Public) 6. SAMResults.pdf (CFW Internal) City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, December 6, 2016 REFERENCE NO.: LOG NAME: 80EAST BANK EXTENSION SUBJECT: Authorize Execution of a Construction Contract with 2L Construction, LLC, in the Amount of$1,875,324.65 for the Construction of the Trinity Trails Clear Fork- East Bank Extension Project and Provide for Additional Project Cost and Contingencies in the Amount of$140,866.00 for a Total Construction Phase Cost of $2,016,190.65 (COUNCIL DISTRICT 9) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a construction contract with 2L Construction, LLC, in the amount of$1,875,324.65 for the construction of the Trinity Trails Clear Fork- East Bank Extension Project. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize the award and execution of a construction contract with 2L Construction, LLC, in the amount of$1,875,324.65, for the construction of the Trinity Trails Clear Fork- East Bank Extension Project. On August 5, 2014 (M&C G-18275), the City Council authorized the City Manager to execute a Local Project Advance Funding Agreement with the Texas Department of Transportation (TxDOT) for a Transportation Enhancement Program - Trinity Trails Clear Fork- East Bank Extension Project Grant. The federal participation is $2,156,000.00 while the local participation share is $870,007.00 (plus 100 percent of any overruns), together totaling $3,026,007.00. The Trinity Trails Clear Fork- East Bank Extension Project provides an off-street trail connection from the Mistletoe Heights neighborhood north to a new on-street trailhead at Parkview Drive. The ultimate goal is to continue this trail to the north to the newly constructed Rotary Trailhead on the east bank of the Trinity River where it connects with the Phyllis Tilley Memorial Bridge. Additionally, this connection will create off-street access to Parkview Drive and will also provide access to a barrier-separated bike lane on the Vickery bridge. This trail extension was included in the Trinity River Vision Neighborhood and Recreation Enhancement Plan which was adopted by City Council on August 4, 2009 (M&C G-16638). The table below depicts the total funding for the project which includes the TxDOT grant, the local match, and 2004 CIP funding for project costs that are ineligible for grant reimbursement including engineering and construction management costs. Current Source M&C Appropriations Proposed Total 31001 -2012 STEP G-18275 $3,026,007.00 N/A $3,026,007.00 39405- 121T Chisholm Trail Parkway Fund—2004 CIP I G-18275 Fs 629,993.00 N/A $ 629,993.00 TOTAL - $3,656,000.00 N/A $3,656,000.00 On March 4, 2014, (M&C C-26695) the City Council authorized the Engineering Agreement with Halff Associates, Inc., in the amount of$99,300.00 for the schematic design of the project. Logname: 80EAST BANK EXTENSION Page 1 of 3 On July 17, 2014, Contract Amendment No. 1 amended the insurance requirements of the Standard Agreement, increasing the required deductible to $250,000.00. This amendment did not adjust the contract amount. On January 16, 2015, (M&C C-27242) the City Council authorized Contract Amendment No. 2 in the amount of$331,295.00 to provide final design services and preparation of required environmental permits to be performed by the Engineer. On May 12, 2015, Contract Amendment No. 3 amended the contract to provide additional design services to be performed by the Engineer in the amount of$28,005.00. On October 13, 2015, Contract Amendment No. 4 amended the contract to provide additional design services to be performed by the Engineer in the amount of$22,200.00, bringing the total design cost to $480,800.00. Also included in the total project budget are project management costs for City staff and funding for contingencies together totaling $149,193.00. Upon the conclusion of the design development and construction plans, the project was advertised for bids on July 28, 2016 and August 4, 2016 in the Fort Worth Star-Telegram. On August 25, 2016 the following bids were received and tabulated: BIDDER(*LOW) BASE BID TOTALS($) *21-Construction, LLC $1,875,324.65 The Fain Group Inc. $2,168,798.60 HQS Construction F $2,572,887.00 Austin Filter System, Inc. $2,652,257.00 Ragle, Inc. $2,747,843.12 ARK Contracting Services $2,932,484.00 Rebcon, Inc. $3,603,574.03 Jackson Construction $3,794,497.10 Base Bid includes the construction of concrete trails and retaining walls. No bid alternates will be included in this contract. An annual maintenance cost of$18,753.25 is expected for this project. Construction is anticipated to commence in November 2016 and be completed by July 2017. Contract time is 202 working days. M/WBE OFFICE - 2L Construction, LLC, is in compliance with the City's DBE Program by committing to three percent DBE participation on this project. The TxDOT DBE goal on this project is three percent. Project location is in COUNCIL DISTRICT 9. FISCAL INFORMATION /CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as appropriated, of the Grant Capital Projects Fund, Trinity Trails Clear Fork- East Bank Extension Project. The Park and Recreation Department has the responsibility to validate the availability of fund prior to the expenditure of funds. Grant funds will be available on a reimbursement basis from TXDOT. Logname: 80EAST BANK EXTENSION Page 2 of 3 FUND IDENTIFIERS (FIDs): TO Fund Department ccoun Project Program ctivity Budget Reference # moun ID ID Year Chartfield 2) FROM Fund Department Accoun Project Program ctivity Budget Reference # moun ID ID Year Chartfield 2 CERTIFICATIONS: Submitted for City Manager's Office by: Susan Alanis (8180) Originating Department Head: Richard Zavala (5704) Additional Information Contact: David Creek (5744) ATTACHMENTS 1. 02156 - Project Budget Summary.pd (CFW Internal) 2. 02156 DBE Compliance Memo.pdf (CFW Internal) 3. Form 1295 - Signed.pdf (Public) 4. MC FID 11072016.pdf (CFW Internal) 5. Mtoe Hts North Trail 21615.pdf (Public) 6. SAMResults.pdf (CFW Internal) Logname: 80EAST BANK EXTENSION Page 3 of 3 C -ago �-4, G CERTIFICATE OF INTERESTED PARTIES FORM 1295 10f1 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. 2016-111449 2L Construction LLC Rhome,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 09/13/2016 being filed. City Of Fort Worth Date Acknowledged: 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 services,goods,or other property to be provided under the contract. 02156 Construction of Trinity Trails East Bank Extension 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Leonardo,Dominick Rhome,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct, ell,. ,o rN. R MOT -STATE OF TM 1. It)� 21111 d-� KM ir.09-04-2020 v Signature of authNofizeld agent of cont? � usiness entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said '90 r%n:,n:cIL Lewutrcla this the 7 3rd day of -,ef*.Wlo« , 20-1l&—,to certify which,witness my hand and seal of office. Signature o fficer administering oath Printed name o-1 officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 Control: 0902-48-869 Project: STP 2014(162)TE County: Tarrant "The enclosed Texas Department of Transportation specifications, special provisions, general notes and specification data in this document have been issued by me, or under my responsible supervision, as being applicable to this project.Alteration of a sealed document without proper notification to the responsible engineer is an offence under the Texas Engineering Practice." t�DSCgp� 4 -6UC � o 7z ':0 ©F Note: TxDOT Specifications shall govern over all other specifications on this project. 00 00 00-1 TABLE OF CONTENTS Page 1 of 2 1 SECTION 00 00 00 2 TABLE OF CONTENTS 3 4 Division 00- General Conditions 5 000510 Mayor and Council Communication 6 0005 15 Addenda 7 0011 13 Invitation to Bidders 8 0021 13 Instructions to Bidders 9 0035 13 Conflict of Interest Affidavit 10 00 41 00 Bid Form 11 00 42 43 Proposal Form Unit Price 12 0043 13 Bid Bond 13 00 45 11 Bidders Prequalifications 14 004512 Prequalification Statement 15 0045 13 Bidder Prequalification Application 16 00 45 26 Contractor Compliance with Workers'Compensation Law 17 00 45 40 Disadvantage Business Enterprises (DBE) 18 00 52 43 Agreement 19 0061 13 Performance Bond 20 0061 14 Payment Bond 21 0061 19 Warranty Bond 22 00 61 25 Certificate of Insurance 23 00 72 00 General Conditions 24 00 73 00 Supplementary Conditions 25 26 Division Ol- General Requirements 27 01 1100 Summary of Work 28 012500 Substitution Procedures 29 01 31 19 Preconstruction Meeting 30 01 31 20 Project Meetings 31 013216 Construction Progress Schedule 32 01 32 33 Preconstruction Video 33 01 33 00 Submittals 34 01 35 13 Special Project Procedures 35 014523 Testing and Inspection Services 36 01 50 00 Temporary Facilities and Controls 37 015526 Street Use Permit and Modifications to Traffic Control 38 015713 Storm Water Pollution Prevention Plan 39 01 58 13 Temporary Project Signage 40 01 60 00 Product Requirements 41 01 66 00 Product Storage and Handling Requirements 42 017000 Mobilization and Remobilization 43 017123 Construction Staking and Survey 44 01 74 23 Cleaning 45 017719 Closeout Requirements 46 017823 Operation and Maintenance Data 47 01 78 39 Project Record Documents 48 49 CTFY OF FORT WORTH Trinity Trails East Bank Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ:0902-48-869 Revised July 1,2011 City Project Number:02156 DIVISION 00-GENERAL CONDITIONS 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 the Trinity Trails East Bank Extension will be received by the 5 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,August 25",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: earthwork, concrete trail,retaining 16 walls,reflective pavement markings and regulatory traffic signage. 17 18 BIDDERS QUALIFICATION REQUIREMENTS 19 The City will evaluate all submitted bids based on criteria and qualifications to determine award 20 of contract as noted in the Instructions to Bidder's—Bidder's Statement of Qualifications. 21 22 DOCUMENT EXAMINATION AND PROCUREMENTS 23 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 24 of Fort Worth's Purchasing Division website at http://www.fortworthtexas.goy/purchasin /and 25 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site.The 26 Contract Documents may be downloaded,viewed, and printed by interested contractors and/or 27 suppliers. 28 29 NON-MANDATORY PREBID CONFERENCE 30 A non-mandatory prebid conference may be held as described in Section 00 21 13 - 31 INSTRUCTIONS TO BIDDERS at the following location, date, and time: 32 33 DATE: Tuesday,August 9',2016 34 35 TIME: 1:30 PM 36 37 PLACE: 4200 South Freeway, Suite 2200 38 Fort Worth,Texas 76115 39 40 LOCATION: Parks and Community Services Department office are located on the 2nd floor of 41 the La Gran Plaza Shopping Mall. Enter at the South East entrance(near the five 42 flag poles),then take the stairs of elevator to the 2nd floor. 43 44 SITE WALK THROUGH 45 A site walk through will be held at 9am on August 11th, 2016.Meeting locations and other 46 details will be discussed at the pre-bid meeting. 47 48 49 CITY OF FORT WORTH Trinity Trails East Bank Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ:0902-48-869 Revised July 1,2011 City Project Number:02156 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. Bidders Qualification Requirements 33 34 3.1.The City will evaluate all submitted bids based on criteria and qualifications to determine 35 award of contract as noted in the Instructions to Bidder's—Bidder's Statement of 36 Qualifications. 37 38 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 39 40 4.1.Before submitting a Bid,each Bidder shall: 41 42 4.1.1. Examine and carefully study the Contract Documents and other related data 43 identified in the Bidding Documents (including "technical data" referred to in 44 Paragraph 4.2.below).No information given by City or any representative of the 45 City other than that contained in the Contract Documents and officially 46 promulgated addenda thereto, shall be binding upon the City. 47 CITY OF FORT WORTH Trinity Trails East Bank Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CS7:0902-48-869 Revised August 17,2012 City Project Number:02156 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 2 the site which have been utilized by City in preparation of the Contract Documents. 3 The logs of Soil Borings, if any, on the plans are for general information only. 4 Neither the City nor the Engineer guarantee that the data shown is representative of 5 conditions which actually exist. 6 7 4.2.2. those drawings of physical conditions in or relating to existing surface and 8 subsurface structures (except Underground Facilities)which are at or contiguous to 9 the site that have been utilized by City in preparation of the Contract Documents. 10 11 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 12 on request. Those reports and drawings may not be part of the Contract 13 Documents,but the "technical data" contained therein upon which Bidder is entitled 14 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 15 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 16 responsible for any interpretation or conclusion drawn from any "technical data" or 17 any other data,interpretations, opinions or information. 18 19 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 20 that Bidder has complied with every requirement of this Paragraph 4, (ii)that without 21 exception the Bid is premised upon performing and furnishing the Work required by the 22 Contract Documents and applying the specific means,methods,techniques, sequences or 23 procedures of construction(if any)that may be shown or indicated or expressly required 24 by the Contract Documents,(iii)that Bidder has given City written notice of all 25 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 26 written resolutions thereof by City are acceptable to Bidder,and when said conflicts, 27 etc.,have not been resolved through the interpretations by City as described in 28 Paragraph 6., and(iv)that the Contract Documents are generally sufficient to indicate 29 and convey understanding of all terms and conditions for performing and furnishing the 30 Work. 31 32 4.4.The provisions of this Paragraph 4,inclusive,do not apply to Asbestos,Polychlorinated 33 biphenyls (PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 34 Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract 35 Documents. 36 37 5. Availability of Lands for Work,Etc. 38 39 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 40 access thereto and other lands designated for use by Contractor in performing the Work 41 are identified in the Contract Documents. All additional lands and access thereto 42 required for temporary construction facilities, construction equipment or storage of 43 materials and equipment to be incorporated in the Work are to be obtained and paid for 44 by Contractor. Easements for permanent structures or permanent changes in existing 45 facilities are to be obtained and paid for by City unless otherwise provided in the 46 Contract Documents. 47 CITY OF FORT WORTH Trinity Trails East Bank Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ:0902-48-869 Revised August 17,2012 City Project Number:02156 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 7. Bid Security 2 3 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 4 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 5 the requirements of Paragraphs 5.01 of the General Conditions. 6 7 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 8 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 9 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 10 default, rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. 11 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 12 other Bidders whom City believes to have a reasonable chance of receiving the award 13 will be retained by City until final contract execution. 14 15 8. Contract Times 16 The number of days within which,or the dates by which,Milestones are to be achieved in 17 accordance with the General Requirements and the Work is to be completed and ready for 18 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 19 attached Bid Form. 20 21 9. Liquidated Damages 22 Provisions for liquidated damages are set forth in the Agreement. 23 24 10. Substitute and "Or-Equal" Items 25 The Contract,if awarded,will be on the basis of materials and equipment described in the 26 Bidding Documents. Whenever it is indicated or specified in the Bidding Documents that a 27 "substitute" or"or-equal" item of material or equipment may be furnished or used by 28 Contractor if acceptable to City, application for such acceptance will not be considered by 29 City until after the Effective Date of the Agreement. The procedure for submission of any 30 such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 31 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of the 32 General Requirements. 33 34 11. Subcontractors,Suppliers and Others 35 36 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 37 12-2011 (as amended),the City has goals for the participation of disadvantaged 38 business enterprises in City contracts.A copy of the Ordinance can be obtained from 39 the Office of the City Secretary. The Bidder shall submit the DBE Utilization Form, 40 Subcontractor/Supplier Utilization Form,Prime Contractor Waiver Form and/or 41 Good Faith Effort Form with documentation and/or Joint Venture Form as 42 appropriate.The Forms including documentation must be received by the City no 43 later than 5:00 P.M. CST,five(5)City business days after the bid opening date.The 44 Bidder shall obtain a receipt from the City as evidence the documentation was 45 received.Failure to comply shall render the bid as non-responsive. 46 47 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 48 or organization against whom Contractor has reasonable objection. 49 50 12. Bid Form 51 CITY OF FORT WORTH Trinity Trails East Bank Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ:0902-48-869 Revised August 17,2012 City Project Number:02156 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 13. Submission of Bids 2 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 3 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 4 addressed to City Manager of the City,and shall be enclosed in an opaque sealed envelope, 5 marked with the City Project Number,Project title,the name and address of Bidder,and 6 accompanied by the Bid security and other required documents. If the Bid is sent through the 7 mail or other delivery system,the sealed envelope shall be enclosed in a separate envelope 8 with the notation "BID ENCLOSED" on the face of it. 9 10 14. Modification and Withdrawal of Bids 11 12 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 13 withdrawn prior to the time set for bid opening. A request for withdrawal must be 14 made in writing by an appropriate document duly executed in the manner that a Bid 15 must be executed and delivered to the place where Bids are to be submitted at any 16 time prior to the opening of Bids.After all Bids not requested for withdrawal are 17 opened and publicly read aloud,the Bids for which a withdrawal request has been 18 properly filed may, at the option of the City,be returned unopened. 19 20 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 21 time set for the closing of Bid receipt. 22 23 15. Opening of Bids 24 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 25 abstract of the amounts of the base Bids and major alternates(if any) will be made available 26 to Bidders after the opening of Bids. 27 28 16. Bids to Remain Subject to Acceptance 29 All Bids will remain subject to acceptance for the time period specified for Notice of Award 30 and execution and delivery of a complete Agreement by Successful Bidder. City may,at 31 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 32 33 17. Evaluation of Bids and Award of Contract 34 35 17.1. City reserves the right to reject any or all Bids,including without limitation the rights 36 to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids 37 and to reject the Bid of any Bidder if City believes that it would not be in the best 38 interest of the Project to make an award to that Bidder,whether because the Bid is 39 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 40 meet any other pertinent standard or criteria established by City. City also reserves 41 the right to waive informalities not involving price,contract time or changes in the 42 Work with the Successful Bidder. Discrepancies between the multiplication of units 43 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 44 between the indicated sum of any column of figures and the correct sum thereof will 45 be resolved in favor of the correct sum. Discrepancies between words and figures 46 will be resolved in favor of the words. 47 CITY OF FORT WORTH Trinity Trails East Bank Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ:0902-48-869 Revised August 17,2012 City Project Number:02156 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 19. Bidder's Statement of Qualifications 2 Qualification of Bidders: Prime Bidder and all sub-contractors to be used by the bidder in the 3 performance of this project shall be required to demonstrate experience necessary to 4 successfully perform the proposed scope of work.The Prime Bidder's specific (1) 5 experience, (2) stability and(3)history of performance on projects of a similar nature and 6 scope will be considered. The 00 45 12 Bidder's Statement of Qualifications shall be 7 provided to the City for the purpose of evaluating the Prime bidder/subcontractors 8 qualifications. 9 10 11 END OF SECTION CITY OF FORT WORTH Trinity Trails East Bank Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ:0902-48-869 Revised August 17,2012 City Project Number:02156 00 35 13 BID FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as"you")to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law.This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. http://www.ethics.state.tx.us/forms/CIQ.pdf http://www.ethics.state.tx.us/forms/CIS.pdf 0 CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary 21 CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: 2L Construction LLC By: Dominick Leonard PO Box 397 Signature: e v Rhome,TX 76078 Title: President END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00 Bid Form 2016-08-15 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The City Manager c/o:The Purchasing Department 1000 Throckmorton Street City of Fort Worth,Texas 76102 FOR: Trinity Trails East Bank Extension Units/Sections: Unit 1 -Earthwork and Landscape Unit 2-Subgrade Treatments and Base Unit 3-Surface Courses and Pavement Unit 4-Structures Unit 5-Miscellaneous Construction Unit 6-Lighting,Signing,Markings and Signals Unit 7-Special Specifications 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 Bio 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 Transportation Connections for Pedestrians and Bicycles STANDARD CONSTRUCTION CSJ:0902-48-791 Revised July 1,2011 City Project Number:01734 0041 00 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. All-Contractors are to be prequalified through the City of Fort Worth 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 202 Working days (202 Working days) after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones}within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form,Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form,Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder,Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement,Section 00 45 12 g. Conflict of Interest Affidavit,Section 00 35 13 *If necessary,CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 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. 6.3. Evaluation of Alternate Bid Items Total Base Bid $1,875,324.65 Additive Alternate $0.00 Total Bid $1,875,324.65 7. Bid Submittal CITY OF FORT WORTH Transportation Connections for Pedestrians and Bicycles STANDARD CONSTRUCTION CSJ:0902-48-791 Revised July 1,2011 City Project Number:01734 0041 00 BID FORM Page 3 of 3 This Bid is submitted on August 25,2016 by the entity named below. Resp c ally submitted, ` Receipt is acknowledged of the followingAddenda: Initial By: Addendum No. 1: (Signaf'04) Addendum No.2: Addendum No.3: Dominick Leonardo Addendum No.4: (Printed Name) Title: President Company: 2L Construction LLC Corporate Seal: Address: PO Box 397 Rhome,TX 76078 State of Incorporation: Texas Email: chi PP21construction.corn Phone: 940-433-2670 END OF SECTION CITY OF FORT WORTH Transportation Connections for Pedestrians and Bicycles STANDARD CONSTRUCTION CSJ:0902-4B-791 Revised July 1,2011 City Project Number:01734 00 42 43 BID PROPOSAL Page I of 8 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Item No. Description Unit ofgidQuantity Unit Price Bid Value Measure Unit 1-Earthwork and Landscape PREPARING ROW(TREE)(0"TO 6"DIA)- 0100-6008 EA 4 dollars and cents $500.00 $2,000.00 PREPARING ROW(TREE)(6"TO 24"DIA)- 0100-6009 EA 6 dollars and cents $450.00 $2,700.00 REMOVE CONCRETE PAVEMENT- 0104-6002 AVEMENT-0104-6002 - CY 42 dollars and cents --,,$-1-0-01.00--1---- $4,20,0.00 REMOVE CONCRETE RIPRAP- 0104-6009 SY 381 dollars and cents $14.00 $5,334700 REMOVING CONC(CURB AND GUTTER)- 0104-6029 LF 30 dollars and cents $11.00 $330.00 EXCAVATION(SPECIAL)- 0110-6003 CY 3,881 dollars and cents $22.00 $85,382.00 EMBANKMENT(FINAL)(DENS CONT)(TY Q- 0132-6006 CY 491 dollars and cents $8.00 $3,928.00 BACKFILLING PAVEMENT EDGES(TYA)- 0134-6005 CY 188 dollars and cents $25.00 $4,700.00 BLOCK SODDING- 0162-6002 SY 2,436 dollars and cents $4.00 $9,744.00 VEGETATIVE WATERING- 0168-6001 MG 21 dollars and cents $300.00 $6,300.00 CITY OFFORT WORTH STANDARD CONSTRUCTION SPECIMCATION DOCUMENTS Form Revised 20120120 00 41 00-Bid Form 2016-08-15 00 42 43 fill)PROPOSAL Page 2 of 8 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Item No. Description Unit of Bid Quantity Unit Price Bid Value Measure SOIL RETENTION BLANKET CL1 TY A- 0169-6001 SY 1,218 dollars and cents $2.501 $3,045.00 Subtotal $127,663.00 Unit 4-Structures SOIL NAIL ANCHORS 0410-6001 LF 12,604 dollars and cents 26.00 $327,704.00 RETAINING WALL(CIP) 0423-6008 SF 5,405 dollars and cents 52.00 $281,060.00 RETAINING WALL(SOIL)(NAIL)(FACIA) 0423-6022 SF 9,427 dollars and cents 37.00 $348,799.00 ........... RIPRAP(CONC)(41N) 0432-6001 CY 3 dollars and cents 460.00 $1,380.00 .......... ---------- RIPRAP(STONE COMMON)(DRY)(12 IN.)- 0432-6024 CY 382 dollars and cents 120.00 $45,840.00 .... ........ CONCRETE MOW STRIP(6") 0432-6047 LF 430 dollars and cents 14.00 $6,020.00 PEDESTRIAN RAIL(ADAACCESSIBLE HADRAIL) 0450-6047 LF 532 dollars and cents 95.00 $50,540.00 PEDESTRIAN RAIL(SPL) 0450-6047 LF 2,287 dollars and cents 90.00 $205,830.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Reviscd 20120120 00 41 0013id Form 2016-08-15 00 42 43 BID PROPOSAL Page 3 of 8 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Item No. Description Unit of Bid Quantity Unit Price Bid Value Measure ...-- RC PIPE(CL 111)(181N) 0464-6003 LF 72 dollars and cents 50.00 $3,600.00 RC PIPE(CL 111)(241N) 0464-6004 LF 37 dollars and cents 80.00 $2,960.00 ............ RC PIPE(CL 111)(36 IN) 0464-6008 LF 63 dollars and cents 140.00 $8,820.00 INLET(COMPL)(PSL)(RC)(3FTx3FT) 0465-6070 EA I dollars and cents 2,300.00 $2,300.00 INLET(COMPL)(PAZD)(RC)(3FTx3FT) 0465-6152 EA 3 dollars and cents 2,400.00 $7,200.00 SET(TY 11)(241N)(RCP)(3:1) 0467-6388 EA 1 dollars and cents 2,000.00 $2,000.00 SET(TY 11)(36 IN)(RCP)(3:1) 0467-6448 EA I dollars and cents 3,300.00 $3,300.00 REMOVE STIR(INLET) 0496-6002 EA 1 dollars and cents 1,000.00 $1,000.00 REMOVE STR(PIPE) 0496-6007 LF 50 dollars and cents 28.00 $1,400.00 REMOVE STONE RIPRAP 0496-6072 Sy 398 dollars and cents 16.00 $6,368.00 Subtotal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 _0041 00Bid Form 2016-08-15 00 42 43 BID PROPOSAL P.ge 4 or 8 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE RID Bidder's Application Project Item Information Bidder's Proposal Item No. Description Unit of Bid Quantity Unit Price Bid Value Measure Unit 5-Miscellaneous Construction MOBILIZATION- 0500-6001 LS 1 dollars and cents $115,000.00 $115,000.00 BARRICADES,SIGNS,TRAFFIC HANDLING- 0502-6001 MO 9 dollars and cents $6,000.00 $54,000.00 CONSTRUCTION EXITS(INSTALL)(TY 1)- - — — ------ 0506-6020 SY 83 dollars and cents $27.00 $2,241.00 _. .. -__..._._.._ _._. _.-. CONSTRUCTION EXITS(REMOVE)(TY 1)- 0506-6024 SY 83 dollars and cents $20.00 $1,660.00 TEMP SO MT CONT FENCE(INSTALL)- 0506-6038 LF 2,624 dollars and cents 2.00 $5,248.00 TEMP SO MT CONT FENCE(REMOVE)- 0506-6039 LF 2,624 dollars and cents 0.80 $2,099.20 BIODEGRADABLE EROSION CONTROL LOG(12")(INSTALL)- 0506-6041 LF 120 dollars and cents 7.00 $840.00 BIODEGRADABLE EROSION CONTROL LOG(12")(REMOVE)- 0506-6043 LF 120 dollars and cents 3.00 $360.00 PORT CTB(STKPL)(LOW PROF)TY 1- 0512-6045 LF 14 dollars and cents $250.00 $3,500.00 CONC SIDEWALKS(4")- 0531-6001 SY 3,625 dollars and cents $41.50 $150,437.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 _00 4100 Bid Form 2016-08-1.5 00 42 43 131D PROPOSAL Page 5 of 8 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Item No. Description Unit of Bid Quantity Unit Price Bid Value Measure CURB RAMPS(TY 1)- 0531-6004 EA 2 dollars and cents $1,300.00 $2,600.00 ............................... ..... . REMOVE METAL BEAM GUARDRAIL- 0542-6001 LF 30 dollars and cents $13.00 $390.00 Subtotal $338,375.70 Unit 6-Lighting,Signing,Markings and Signals LED STEP LIGHT(LUMINAIRE A) 610 EA 36 dollars and cents $1,100.00 $39,600.00 LED BRIDGE FLOOD LIGHT(LUMINAIRE B) 610 EA 5 dollars and cents $900.00 $4,500.00 ---------- ----------- ............. 3/4"PVC PIPE SCH 40 0618-6014 LF 552 dollars and cents $5.50 $3,036.00 2"PVC PIPE SCH 40 0618-6023 LF 700 dollars and cents $13.00 $9,100m 2"PVC PIPE SCH 80 0618-6046 LF 40 dollars and cents $13.00 $520.00 I"RMC 0618-6064 LF 640 dollars and cents $1100 $7,040.00 #10 AWG XHHW GND 06206006 LF 1,931 dollars and cents CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 0041 00 Bid Form 2016-08-15 00 42 43 BID PROPOSAL Page 6 of 8 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Item No. Description Unit of Bid Quantity Unit Price Bid Value Measure ............. #10 AWG XHHW 06206006 LF 4,325 dollars and cents $1.00 $4,325.00 #8AWG XHHW GND 06206008 LF 120 dollars and cents $1.10 $132.00 #8 AWG XHHW 06206008 - LF 640 dollars and ,cents $1.10 $704.00 GROUND BOX TY A 06246008 EA 11 dollars and cents $700.00 $7,700.00 SERVICE ENTRANCE 06286013 EA 1 dollars and cents $5,500.00 $5,500.00 IN SM RD SN&AM TY 10 BWG(1)SA(P) 0644-6001 LF 5 dollars and cents $500.00 $2,500.00 REFL PAV MRK TY 14"WHITE(SLD)- 0666-6009 LF 4,101 dollars and cents $1.00 $4,101.00 PAVEMENT SEALER FOR MIRKS(4")- 0666-6224 LF 4,101 dollars and cents $0.60 $2,460.60 PAV SURF PREP FOR MRK(411)- 0678-6001 LF 4,101 dollars and cents $0.35 $1,435.35 Subtotal $94,584.95 Unit 7-Special Specifications CITY Or FORT WORT]I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 _0041 00—Bid Form 2016-08-15 00 42 43 BID PROPOSAL Page 7 of 8 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Item No. Description Unit of Bid Quantity Unit Price Bid Value Measure GRAVEL(DECOMPOSED GRANITE- 10026002 SY 182 dollars and ---------- cents 40.00 $7,280.00 TREE PROTECTION- 10046001 EA 10 dollars and cents 130.00 $1,300.00 Subtotal Base Bid $8,580.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 4100 Bid Form 2016-08-15 00 42 43 BID PROPOSAL Page 8 of 8 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Item No. Description Unit of gid Quantity Unit Price Bid Value Measure BID SUMMARY Unit 1-Earthwork $127,663.00 Unit 4-Structures $1,306,121.00 Unit 5-Incidentals $338,375.70 Unit 6-Lighting,Signing,Markings and Signals $94,584.95 Unit 7-Special Specifications $8,580.00 TOTAL BASE BID $1,875,324.65 CITY OF FORT NORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 0041 00 Bid Form 2016-08-15 PHILADELPHIA Philadelphia Indemnity Insurance Company INSURANCE COMPANIES Bala Bala Plaza,Suite 100 Bala Cynwyd,PA 19004 --� *10"Lit €map BID BOND KNOW ALL PERSONS BY THESE PRESENTS, That we, 21, Construction,LLC Principal, and PHILADELPHIA INDEMNITY INSURANCE COMPANY, a corporation authorized to transact a general surety business in the State of Texas, as Surety, are held an firmly bound unto City of Fort Worth 1000 Throckmorton Fort Worth,TX 76102 (hereinafter called the Obligee)in the full and just sum of Five Percent of the Greatest Amount Bid ($ 5%G.A.B. I for the payment whereof in lawful money of the United States , we bind ourselves, our heirs, administrators, executors, successors and assigns,jointly and severally, firmly by these presents. WHEREAS,the said PRINCIAL has submitted the accompanying bid for: Project#02156 - Trinity Trails East Bank Extension NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, or in the event of the failure of the Principal to enter such Contract, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid,then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and Sealed this 25th day of August 20 16 2L Construction,LLC mcipal(Seal) PHILADELPHIA INDEMNITY INSURANCE COMPANY du Zi,� _ Charles K. Miller Attomey-in-Fact(Seal) 2751 PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza,Suite 100 Bala Cynwyd,PA 19004 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: that PHILADELPHIA INDEMNITY INSURANCE COMPANY(the Company),a corporation organized and existing under the laws of the Commonwealth of Pennsylvania,does hereby constitute and appoint: Clint Norris,Steven J.Zinecker,Jessica Luna Montgomery, Shannon Lewis and Charles K.Miller of Southwest Assurance Group,Inc.. Its true and lawful Attomey(s)in fact with full authority to execute on its behalf bonds,undertakings,recognizances and other contracts of indemnity and writings obligatory in the nature thereof,issued in the course of its business and to bind the Company thereby,in an amount not to exceed$25,000,000 This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY at a meeting duly called the 1'day of July,2011. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company to: (1) Appoint Attorney(s) in Fact and authorize the Attorney(s) in Fact to execute on behalf of the Company bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney-in-Fact and revoke the authority given. And,be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile,and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with the respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF,PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 77H DAY OF FEBRUARY 2013. ' 1`% r� ell (Seal) Robert D.O'Leary Jr.,President&CEO Philadelphia Indemnity Insurance Company On this 701 day of February 2013,before me came the individual who executed the preceding instrument,to me personally known,and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY;that the seal affixed to said instrument is the Corporate seal of said Company;that the said Corporate Seal and his signature were duly affixed. COMMo6tW9AL' OFPENNSYLVANIA NOTARIAL SEAL Der Med flPORAWnt otaryPutft ICZoul 2 L ower Merlon T .,Mantgom Cou�y March 2019 Notary Public: residing at: Bala Cymvvd,PA (Notary Seal) My commission expires: March 22,2016 I,Craig P.Keller,Executive Vice President,Chief Financial Officer and Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do herby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto are true and correct and are still in full force and effect.I do further certify that Robert D.O'Leary Jr.,who executed the Power of Attorney as President,was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 95th day of Aiiqimt 20J_6_. r Craig P.Keller,Executive Vice President,Chief Financial Officer&Secretary ` <y PHILADELPHIA INDEMNITY INSURANCE COMPANY " 927 '- IMPORTANT NOTICE ADVISO IMPORTANTE To obtain information or make a complaint: Para obener informacion o para someter You may call the Surety's toll free telephone una queja: Usted puede Ilamar al numero number for information or to make a de telefono gratis de para informacion o complaint at: para someter una queja al: 1-877-438-7459 1-877-438-7459 You may also write Philadelphia Indemnity Usted tanbien puede escribir a Philadelphia Insurance Company at: Indemnity Insurance Company at: One Bala Plaza, Suite 100 One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004 Bala Cynwyd, PA 19004 Attention: Senior Vice President and Attention: Senior Vice President and Director of Surety Director of Surety You may contact the Texas Department of Puede comunicarse con el Departamento Insurance to obtain information on de Seguros de Texas para obtener companies;coverage, rights or complaints information acerca de companias, at: coberturas, derechos o quejas al: 1-800-252-3439. 1-800-252-3439 You may write the Texas Department of Puede escribir al Departmento de Seguros Insurance at: de Texas: P.O. Box 149104 P.O. Box 149104 Austin, TX 78714-9104 Austin, TX 78714-9104 Fax# 512-475-1771 Fax#512-475-1771 Web: http://www.tdi.state.tx.us Web: http://www.tdi.state.tx.us Email: ConsumerProtection(a)-tdi.state.tx.us Email: Cons umerProtection a).tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should DISPUTAS SOBRE PRIMAS O you have a dispute concerning your RECLAMOS: Si tiene una disputa premium or about a claim, you should concerniente a su prima o a un reclamo, contact the Surety first. If the dispute is not debe comunicarse con el Surety primero. Si resolved, you may contact the Texas no se resuelve la disputa, puede entonces Department of Insurance. comunicarrse con el departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: Este This notice is for information only and does aviso es solo para proposito de informacion not become a part or condition of the y nose convierte en parte o condition del attached document. documento adjunto. 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 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 our principal place of business, are required to be % percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of 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. Eir BIDDER: Company Name Here 211- Cons-trLLtt►oin "L, By: Printed Name Here D ;�k L eono�c�lo Address Here ►� E�ox 34"1 Address Here or Space Rhow.s -rk 'I�oolfa (Signa ure) City, State Zip Code Here Title: Title Here 'i^t.skdLn1F Date: 12._22-1%0 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_13id Proposal Workbook.xls 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary.All contractors are required to be prequalified by the City prior to submitting 5 bids.To be eligible to bid the contractor must submit Section 00 45 12,Prequalification 6 Statement for the work type(s)listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s)listed must submit Section 00 45 13,Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor.The information must be submitted seven(7)days prior 12 to the date of the opening of bids. For example,a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31st day of March 14 in order to bid on these projects.In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application,the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements,if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter,Articles 23 of Incorporation,Articles of Organization, Certificate of Formation,LLC 24 Regulations,Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts.To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxpermit/and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun&Bradstreet.This number 33 is used by the City for required reporting on Federal Aid projects.The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements.Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH Trinity Trails East Bank Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ:0902-48-869 Revised July 1,2011 City Project Number:02156 004511-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 4 5 6 7 8 END OF SECTION 9 CITY OF FORT WORTH Trinity Trails East Bank Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ:0902-48-869 Revised July 1,2011 City Project Number:02156 0045 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date All-Contractors are to be prequalified through the City of 2L Construction LLC 9/30/2018 Fort Worth #REF! #REF! #REF! The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: 2L Construction LLC By: Domini eonardo. PO Box 397 (Signature) Rhome, TX 76078 Title: President Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 41 00 Bid Form 2016-08-15 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.01585,01577,01586,01576 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 Z.1.. Gor%!!SW C*c d cr► .L.L t. By: -L10 rn i r►i c 1� L_e n 12 Company (Please Print 13 14 If b Sb-A 34—I Signature: 15 Address 16 17 R1vow%c I-4 -110o-1g Title: bY � ��C1;, �,--2. 1c"a 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 BEFORE ME,the undersigned authority,on this day personally appeared 26 --L0";V%r c k L.enr c rc6 ,known to me to be the person whose name is 27 subscribed to the foregoing instrument,and acknowledged to me that he/she executed the same as 28 the act and deed Of ZL Con*.trod-:or, I u.L for the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this ILS-01 day of 32 A )201%o. 33 34 35 l,U 1v 36 Notary Public iiAnd for the State of Texas 37 �•-•-- •--- WHITNEY N FISHER ,� * NOTARYPUBLIC 38 END OF SECTION State of Texas Comm.Exp.09/04/2016 39 CITY OF FORT WORTH Trinity Trails East Bank Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ:0902-48-869 Revised July 1,2011 City Project Number:02156 TV FoRT WoRTH SECTION 00 4513 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual Limited Partnership Name under which you wish to qualify General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH,TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 004513-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s)which are applicable—Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or F1Has less than$6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring-24-inch diameter casing and less Augur Boring-Greater than 24-inch diameter casing and greater Tunneling—36-Inches—60—inches,and 350 LF or less Tunneling-36-Inches—60—inches, and greater than 350 LF Tunneling—66" and greater, 350 LF and greater Tunneling—66"and greater, 350 LF or Less Cathodic Protection Water Distribution,Development, 8-inch diameter and smaller Water Distribution,Urban and Renewal, 8-inch diameter and smaller Water Distribution,Development, 12-inch diameter and smaller Water Distribution,Urban and Renewal, 12-inch diameter and smaller Water Transmission,Development, 24-inches and smaller Water Transmission,Urban/Renewal, 24-inches and smaller Water Transmission,Development,42-inches and smaller Water Transmission, Urban/Renewal,42-inches and smaller Water Transmission,Development,All Sizes Water Transmission,Urban/Renewal,All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches—36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV,24-inches and smaller CCTV,42-inches and smaller CCTV,48-inches and smaller CITY OF FORT WORTH Trinity Trails East Bank Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ:0902-48-869 Revised December 20,2012 City Project Number:02156 004513-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIDP, 12-inches and smaller Sewer CIDP,24-inches and smaller Sewer CIDP,42-inches and smaller Sewer CIPP,All Sizes Sewer Collection System,Development, 8-inches and smaller Sewer Collection System,Urban/Renewal, 8-inches and smaller Sewer Collection System,Development, 12-inches and smaller Sewer Collection System,Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development,42-inches and smaller Sewer Interceptors, Urban/Renewal,42-inches and smaller Sewer Interceptors, Development,48-inches and smaller Sewer Interceptors, Urban/Renewal,48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement,All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning,42-inches and smaller Sewer Cleaning,All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction(15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance(UNDER$1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH Trinity Trails East Bank Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ:0902-48-869 Revised December 20,2012 City Project Number:02156 004513-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b)As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? If so,where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual,name of owner and reason. CITY OF FORT WORTH Trinity Trails East Bank Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ:0902-48-869 Revised December 20,2012 City Project Number:02156 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so,when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner,officer,director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee,please list the name of the City employee and the relationship.In addition,list any City employee who is the spouse, child,or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition.This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH Trinity Trails East Bank Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ:0902-48-869 Revised December 20,2012 City Project Number:02156 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited, or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners(if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers(with titles,if any) Except for limited partners,the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised.Should you wish to grant signature authority for additional individuals,please attach a certified copy of the corporate resolution, corporate minutes,partnership agreement,power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH Trinity Trails East Bank Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ:0902-48-869 Revised December 20,2012 City Project Number:02156 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ TOTAL BALANCESHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various".The City,by allowing you to show only 30 types of equipment,reserves the right to request a complete,detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include,the manufacturer, model,and general common description of each. CITY OF FORT WORTH Trinity Trails East Bank Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ:0902-48-869 Revised December 20,2012 City Project Number:02156 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force,necessary to verify said statement. being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer,director,or stockholder or relative thereof. CITY OF FORT WORTH Trinity Trails East Bank Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ:0902-48-869 Revised December 20,2012 City Project Number:02156 005243-1 Agreement Page 1 of 4 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on December 6, 2016 is made by and between the City of 4 Forth Worth, a Texas home rule municipality, acting by and through its duly authorized City 5 Manager, ("City"), and 2L Construction,LLC, 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 Trinity Trails East Bank Extension 16 City Proiect Number CO2156 17 Article 3. CONTRACT TIAH 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 202 working days after the date 23 when the Contract Time commences to run as provided in Paragraph 2.03 of the General 24 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 Trinity Trails East Bank Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number CO2156 005243-2 Agreement Page 2 of 4 36 Article 4. CONTRACT PRICE 37 City agrees to pay Contractor for performance of the Work in accordance with the Contract 38 Documents an amount in current funds of One Million,Eight Hundred Seventy-Five Thousand, 39 Three Hundred Twenty-Four and 651100 DOLLARS ($1,875,324.65). 40 Article 5. CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 A. The Contract Documents which comprise the entire agreement between City and 43 Contractor concerning the Work consist of the following: 44 1. This Agreement. 45 2. Attachments to this Agreement: 46 a. Bid Form 47 1) Proposal Form 48 2) Vendor Compliance to State Law Non-Resident Bidder 49 3) Prequalification Statement 50 4) State and Federal documents (project specific) 51 b. Current Prevailing Wage Rate Table 52 c. Insurance ACORD Form(s) 53 d. Payment Bond 54 e. Performance Bond 55 f. Maintenance Bond 56 g. Power of Attorney for the Bonds 57 h. Worker's Compensation Affidavit 58 i. MBE and/or SBE Commitment Form 59 3. General Conditions. 60 4. Supplementary Conditions. 61 5. Specifications specifically made a part of the Contract Documents by attachment 62 or, if not attached, as incorporated by reference and described in the Table of 63 Contents of the Project's Contract Documents. 64 6. Drawings. 65 7. Addenda. 66 8. Documentation submitted by Contractor prior to Notice of Award. 67 9. The following which may be delivered or issued after the Effective Date of the 68 Agreement and, if issued,become an incorporated part of the Contract Documents: 69 a. Notice to Proceed. 70 b. Field Orders. 71 c. Change Orders. 72 d. Letter of Final Acceptance. 73 74 CITY OF FORT WORTH Trinity Trails East Bank Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number CO2156 005243-3 Agreement Page 3 of 4 75 Article 6.INDEMNIFICATION 76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 77 expense, the city, its officers, servants and employees, from and against any and all 78 claims arising out of, or alleged to arise out of, the work and services to be performed 79 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 80 under this contract. This indemnification provision is specifically intended to operate 81 and be effective even if it is alleged or proven that all or some of the damages being 82 sought were caused, in whole or in part, by any act, omission or negligence of the city. 83 This indemnity provision is intended to include, without limitation, indemnity for 84 costs, expenses and legal fees incurred by the city in defending against such claims and 85 causes of actions. 86 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 88 the city,its officers,servants and employees,from and against any and all loss,damage 89 or destruction of property of the city,arising out of, or alleged to arise out of,the work 90 and services to be performed by the contractor, its officers, agents, employees, 91 subcontractors, licensees or invitees under this contract. This indemnification 92 provision is specifically intended to operate and be effective even if it is alleged or 93 proven that all or some of the damages being sought were caused, in whole or in part, 94 by any act,omission or negligence of the city. 95 96 Article 7.MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 99 have the meanings indicated in the General Conditions. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the City. 103 7.3 Successors and Assigns. 104 City and Contractor each binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon CITY and ill CONTRACTOR. 112 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern District of Texas,Fort Worth Division. CITY OF FORT WORTH Trinity Trails East Bank Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 002156 005243-4 Agreement Page 4 of 4 116 7.6 Other Provisions. 117 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 118 classified, promulgated and set out by the City, a copy of which is attached hereto and 119 made a part hereof the same as if it were copied verbatim herein. 120 7.7 Authority to Sign. 121 Contractor shall attach evidence of authority to sign Agreement, if other than duly 122 authorized signatory of the Contractor. 123 124 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 125 counterparts. 126 127 This Agreement is effective as of the last date signed by the Parties("Effective Date"). 128 Contractor: City of orth L Cotes-t-ruction LLc. By: GLa---- SusanAlanis By: Assistant City Manager (Signator Date Dom�nicK- l�2ot�ardo Attest: o (Printed Name) City Secretary (� F Oty (Seal) .ati ,��{t Title: f:- -es'rclpr►t Address: M&C G- Z,ap? Date: I t 17 City/State/Zip: �hn,,1e -TX -�,�cri g Approved as to Form and Legality: Date Douglas W.Black Assistant City Attorney 129 130 131 APPROVAL RECOMMENDED: 132 133 134 13'5 'chard Zivala 136 D CTOR, 137 Parks and Community Services Department 138 OFFICIAL RECORD CITY SECRETARY f: -WORTH,TX CITY OF FORT WORTH Trinity Trails East Bank Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number CO2156 0061 13-1 PERFORMANCE BOND Bond Number: 022056709 Page 1 of2 1 SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we,2L CONSTRUCTION LLC known as"Principal"herein and 8 Liberty Mutual 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 11 pursuant to the laws of Texas,known as"City"herein,in the penal sum of, OAT MILLXON, 12 EIGHT HUNDRED SEVENTY-FIVE THOUSAND THREE HUNDRED TWENTY-FOUR 13 AND 65/100 Dollars(LIL875,324.F5), 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 to be made,we bind 15 ourselves,our heirs, executors, administrators,successors and assigns,jointly and severally, 16 firmly by these presents. 17 WHEREAS,the Principal has entered into a certain written contract with the City 18 awarded the 6th day of December,2016 which Contract is hereby referred to and made a part 19 hereof for all purposes as if fully set forth herein,to furnish all materials,equipment labor and 20 other accessories defined by law,in the prosecution of the Work, including any Change Orders, 21 as provided for in said Contract designated as Trinity Trails East Bank Extension, City Project 22 Number CO2156, 23 NOW,THEREFORE,the condition of this obligation is such that if the said Principal shall 24 faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 25 perform the Work,including Change Orders,under the Contract,according to the plans, 26 specifications, and contract documents therein referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City,then this obligation shall be 28 and become null and void,otherwise to remain in full force and effect. 29 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 30 Tarrant County,Texas or the United States District Court for the Northern District of Texas,For 31 Worth Division. 32 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 33 Texas Government Code,as amended,and all liabilities on this bond shall be determined in 34 accordance with the provisions of said statue. 35 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 36 this instrument by duly authorized agents and officers on this 6th day of December,2016. CITY OF FORT WORTH Trinity'Trails East Bank Extension Revised July 1,2011 City Project Number CO2156 006113-2 PERFORMANCE BOND Page 2 of 2 1 PRINCIPAL: 2 2LConstruction,LLC 3 4 _ 5 BY: 6 Signature 7 ATTEST: 8 9 nor {n1cy- pres'►&& 10 (Principal)Secretary Name and Title 11 12 Address: Box 341_ 13 Rhor-,.L -N-1too8 14 15 , 16 Witness as to(Principal 17 SURETY: 18 Liberty Mutual Insurance Company 19 20 21 BY: � 22 Signature 23 24 Audra Sullivan Attorney-in-Fact 25 Name and Title 26 27 Address: 175 BerkeleyStreet,Boston, 28 Massachusetts 02116 29 30 31 s as to Surety Telephone Number: 1-866-552-8133 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. If 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 FORT WORTH Trinity Trails East Bcn:kExtension Revised July 1,2011 City Projecl Number CO2156 0061 14-1 PAYMENT BOND Bond No. 022056709 Page I of 2 I SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, 2L CONSTRUCTION, LLC known as "Principal' herein, and 8 Liberty Mutual Insurance Agency , 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 ONE MILLION EIGHT HUNDRED SE,VENTY=FIVE THOUSAND THREE 13 HUNDRED TWENTY-FOUR AND 651100 Dollars (L1,875,324.65) lawful money of the 14 United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum 15 well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and 16 assigns,jointly and severally,firmly by these presents: 17 WHEREAS,Principal has entered into a certain written Contract with City,awarded the 18 6th day of December,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 7Y-inity Trails East Bank Extension, City Proket Number 002156; 22 NOW,THEREFORE,THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any(and all)payment bond beneficiary(as defined in 24 Chapter 2253 of the Texas Government Code, as amended)in the prosecution of the Work under 25 the Contract,then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 CITY OF FORT WORTH Trinity Trails East Bank Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 002156 Revised July 1,2011 006114-2 PAYMENTBOND Page 2 of 2 1 IN WITNESS WHEREOF,the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 6th day of December,2016. 3 PRINCIPAL: 2L Construction LLC ATTEST: BY: Slkrafare Dor�'n1cK. Lep�rrlo �kc-eSiL�nt (Principal)Secretary Name and Title Address: V Box 3g'i RYto res 1 to al e> N Witness as to rincipal SURETY: Liberty Mutual Insurance Company_ ATTEST: BY: Signature Audra Sullivan,Attorney-in-Fact (Surety)Secretary Name and Title Address: 175 Berkeley Street,Boston,Massachusetts 02116 Wi s s to Surety Telephone Number: 1-866-552-8133 4 5 Note: If signed by an officer 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 END OF SECTION 11 CITY OF FORT WORTH Trinity Trails East Bank Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 002156 Revised July 1,2011 0061 19-1 MAINTENANCE BOND Bond No. 022056709 Page 1 of3 1 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we 2L CONSTRUCTION LLC known as"Principal"herein and 9 Liberty Mutual 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 11 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of the State of Texas, known as"City"herein,in the sum of ONE 13 MILLION LIGHTHUNDRED SEVENTY-FItrE THOUSAND THRL'E, HUNDRED 14 TWENTY-FOUR AND 651100 Dollars($1,875,324.65), lawful money of the United States,to be 15 paid in Fort Worth,Tarrant County,Texas,for payment of which sum well and truly be made 16 unto the City and its successors,we bind ourselves, our heirs,executors, administrators, 17 successors and assigns,jointly and severally,firmly by these presents. 18 19 WHEREAS,the Principal has entered into a certain written contract with the City awarded the 20 6th day ofDecembet•,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 Ti ittitV 'Trails East Ranh Extension, City Proiect Number CO2156, and 25 26 WHEREAS,Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will 28 remain free from defects in materials or workmanship for and during the period of two (2)years 29 after the date of Final Acceptance of the Work by the City("Maintenance Period"); and 30 31 WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part 32 upon receiving notice from the City of the need therefor at any time within the Maintenance 33 Period. 34 CITY OF FORT WORTH Trinity Trails East Rank Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No:CO2156 Revised July 1,2011 006119-2 MAINTENANCE BOND Page 2 of 3 1 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 11 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 WORTH Trinity Trails Gast Bank Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No:CO2156 Revised July 1,2011 006119-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 6th day of December,2016. 3 4 PRINCIPAL: 5 2L Construction,LLC 6 7 8 BY: 9 Signature 10 ATTEST: 11 12 DDaMnle-y- Lcor%ardo -47)re5;&VXV 13 (Principal)Secretary Name and Title 14 15 Address: -% Qox ag-1 _ 16 V41b%,� TX llco'Ib 17 18 19 Witness as to Principal 20 SURETY: 21 Liberty Mutual Insurance Company_ 22 23 24 BY: �� � 25 Signator 26 27 Audra Sullivan,Attorney-in-Fact 28 ATTEST: Name and Title 29 30 Address: 175 Berkeley Street,Boston,Massachusetts 31 (Surety)Secretary -02TT-6— 32 33 34 W' e as to Surety Telephone Number: 1-866-552-8133 35 36 *Note: 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. If 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 (1) CTI I'OF FORT WORTH Trinity Trails East Bank Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No:002156 Revised July 1,2011 006119-1 WARRANTY BOND Page I of 4 Bond No. 022056709 1 SECTION 00 6119 2 WARRANTY BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we 21,Construction,LLC ,known as 9 "Principal"herein and Liberty Mutual Insurance Company , a corporate surety 10 (sureties,if more than one)duly authorized to do business in the State of Texas,known as 11 "Surety"herein(whether one or more),are held and firmly bound unto the City of Fort Worth,a 12 municipal corporation created pursuant to the laws of the State of Texas,known as"City"herein, One Million Eight Hundred Seventy-Five Thousand Three 13 In the sum of Hundred Twenty-Four and 651100 Dollars 14 ($ 1,875,324.65 ),lawful money of the United States,to be paid in Fort Worth, 15 Tarrant 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 (remainder of this page intentionally left blank) 19 20 21 22 23 24 25 26 27 28 CITY OF FORT WORTH Trinity Trails East Bank Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ:0902-48-869 Revised July 1,2011 City Project Number:01734 006119-2 WARRANTY BOND Page 2 of 4 1 WHEREAS,the Principal has entered into a certain written contract with the City awarded 2 the 6th day of December ,20_L6_,which Contract is hereby 3 referred to and a made part hereof for all purposes as if fully set forth herein,to furnish all 4 materials,equipment labor and other accessories as defined by law,in the prosecution of work 5 consisting of the following TxDot spec items: 100 6008 PREPARING ROW(TREE)(0"-6" 6 DIA), 100 6009 PREPARING ROW(TREE)(6"-24"DIA), 104 6002 REMOVE CONCRETE 7 PAVEMENT, 104 6009 REMOVE CONCRETE RIP RAP, 104 6029 REMOVING CONC 8 (CURB AND GUTTER) 110 6003 EXCAVATION(SPECIAL), 132 6006 EMBANKMENT 9 (FINAL)(DENS CONT)(TY C), 134 6005 BACKFILLING PAVEMENT EDGES (TY A), 162 10 6002 BLOCK SODDING, 168 6001 VEGETATIVE WATERING, 169 6001 SOIL 11 RETENTION BLANKET CLI TY A,410 6001 SOIL NAIL ANCHORS,423 6008 12 RETAINING WALL(CIP),423 6022 RETAINING WALL(SOIL) (NAIL) (FACIA),432 6001 13 RIPRAP CONC(4 IN),432 6024 RIPRAP(STONE COMMON)DY 12",432 6047 14 CONCRETE MOW STRIP 6",450 6047 PEDESTRIAN RAIL(ADA HANDRAIL),450 6047 15 PEDESTRIAN RAIL SPL,464 6003 RC PIPE(CL III)(18 IN),464 6004 RC PIPE(CL III)(24 16 IN),464 6008 RC PIPE(CL III)(36 IN),465 6070 INLET(COMPL)(PSL)(RC)(3FTx3FT), 17 465 6152 INLET(COMPL)(PAZD)(RC)(317Tx3FT),467 6388 SET*TY Il)(24 IN) (RCP) 18 (3:1),467 6448 SET*TY II) (36 IN)(RCP)(3:1),496 6002 REMOVE STR(INLET).496 6007 19 REMOVE STR(PIPE),496 6072 REMOVE STONE RIPRAP,500 6001 MOBILIZATION,502 20 6001 BARRICADES,SIGNS,TRAFFIC HANDLING, 506 6020 CONSTRUCTION EXIT 21 INSTALL(TY 1), 506 6024 CONSTRUCTION EXIT REMOVE(TY 1),506 6038 TEMP SD 22 MT CONT FENCE(INSTALL),506 6039 TEMP SD MT CONT FENCE(REMOVE),506 6041 23 BIODEGRADABLE EROSION CONTROL LOG(INTSTALL),506 6043 BIODEGRADABLE 24 EROSION CONTROL LOG(REMOVE),510 6003 ONE WAY TRAFFIC CONTROL, 512 25 6045 PORTABLE CTB (STKPL(LOW PROF)TY1,5316001 CONC SIDEWALKS(4"),531 26 6004 CURB RAMP TY 1,542 6001 REMOVE METAL BEAM GUARDRAIL,610 LED STEP 27 LIGHT(LUMINAIRE A),610 LED BRIDGE FLODD LIGHT(LUMINAIRE B),618 6014 3/a" 28 PVC SCH 40,618 6023 T'PVC PIPE SCH 20,618 6046 2"PVC PIPE SCH 80,618 6064 1" 29 RMC,620 6006 #10 AWG XHHW GND,620 6006 #10 AWG XHHW,620 6008 #8 AWG 30 XHHW GND,620 6008 #8 AWG XHHW,624 6001 GROUND BOX TY A,628 6013 31 SERVICE ENTRANCE,666 6009 REFL PAV MRK TY 14"WHITE(SLD),666 6224 32 PAVEMENT SEALER FOR MRKS (4"),678 6001 PAV SURF PREP FOR MRK(4"), SS 1002 33 GRAVEL(DECOMPOSED GRANITE),SS 1004 TREE PROTECTION,including any work CITY OF FORT WORTH Trinity Trails East Bank Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ_0902-48-869 Revised July 1,2011 City Project Number:01734 0061 19-3 WARRANTY BOND Page 3 of 4 1 resulting from a duly authorized Change Order(collectively herein,the"Work")as provided for 2 in said contract and designated as Trinity Trails East Bank Extension(02156); and 3 4 WHEREAS,Principal binds itself to use such materials and to so construct the Work in 5 accordance with the plans,specifications and Contract Documents that the Work is and will 6 remain free from defects in materials or workmanship for and during the period of two(2)years 7 after the date of Final Acceptance of the Work by the City("Warranty Period"); and 8 9 WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part 10 upon receiving notice from the City of the need therefor at any time within the Warranty Period. 11 12 NOW THEREFORE,the condition of this obligation is such that if Principal shall 13 remedy any defective Work,for which timely notice was provided by City,to a completion 14 satisfactory to the City,then this obligation shall become null and void; otherwise to remain in 15 full force and effect. 16 17 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 18 noticed defective Work,it is agreed that the City may cause any and all such defective Work to 19 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 20 the Surety under this Warranty bond;and 21 22 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 23 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 24 Worth Division;and 25 26 PROVIDED FURTHER,that this obligation shall be continuous in nature and 27 successive recoveries may be had hereon for successive breaches. 28 29 (remainder of this page intentionally left blank) 30 CITY OF FORT WORTH Trinity Trails East Bank Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ:0902-48-869 Revised July 1,2011 City Project Number:01734 0061 19-4 WARRANTY BOND Page 4 of 4 1 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 6th day of December 3 ,2016 4 5 PRINCIPAL: 6 21,Construction LLC 7 8 9 BY: 10 Signature 11 ATTEST: 12 13 DcrninicK L¢cnan10 A-C�tUr�i 14 (Principal)Secretary Name and Title 15 16 Address: po V3ox 3ci-1 17 YheNV. 'rX 1 lock 18 19 20 Witness as to Principal 21 SURETY: 22 Liberty Mutual Insurance Compare. 23 24 + 25 BY: 26 Signature 27 Audra Sullivan,Attorney-in-Fact 28 29 ATTEST: Name and Title 30 175 Berkeley Street,Boston,Massachusetts 31 Address: 32 (Sure Secretary 02116 33 34 35ess as to Surety Telephone Number: 1-866-552-8133 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address,both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH Trinity Trails East Bank Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ:0902-48-869 Revised July 1,2011 City Project Number:01734 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No.7508668 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporationduly organized under the laws of the State of Indiana(herein collectively called the"Companies'),pursuant to and by authority herein set forth,does herebyname,constitute and appoint, Audra Sullivan all of the city of Arlington state of TXeach individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by he secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 13th day of October 2016 to �ZY INS& -XNSUy NiNSIJRr ,ot p Win, pry - �­e��T�'y� `-�F��r ^�� The Ohio Casualty Insurance Company N to m ` moi- . � W o 1419 g12 3 Q Liberty Mutual Insurance Company d o Q 1991 = WestAmerican Insurance Company r > v a 1,15 d By. = STATE OF PENNSYLVANIA ss David M.Care ,Assistant Secretary L- COUNTY OF MONTGOMERY C dOn chis 13th day of October 2016,before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance v t-. 0 (D Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such, being authorized so to do,execute the foregoing instrument for the purposes >,Cf) -0 therein contained by signing on behalf of the corporations by himself as a duly authorized officer. L W 0 N > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. 00 6P PASr COMMONWEALTH OFPENNSYLVANIA Q`O q�ghouw �< Notarial Seal y. C'N ti� ^yr Teresa Pastella,Notary Public By; 1��' �� 0 L of Upper Marion Twp.;Montgomery County "M O Teresa Pastella,Notary Public a) r_My Commission Expires March 28,2017 3 M r O �pq '�v V��' Member,Pennsylvania Association of Notaries O E O �' RV P 0 a f3 C ccThis Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 0 O di 16- Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: .E L ARTICLE IV-OFFICERS-Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject O c C+; to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, Q O acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective; E powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so a> O executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under > the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. 4�C14 M _ ARTICLE XIII-Execution of Contracts SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, 00 > L and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to actin behalf of the Company to make,execute, =M O seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their c 00 Z v respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company..When so 00 executed such instruments shall be as binding as if signed by the president and attested by the secretary. I I O co Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Companyto make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,.'have hereunto set my hand and affixed the seals of said Companies this 6P day of 2 L r 20 C D�. �ZYINSU �vasvu'R" .Niivsu� 0 19151912 s 1991 ey. z Renee C.Llew ssistant Secretary •y� *� � CH'S \= NDIAi:P i 4 of 250 L__LMS-1218113 082016 r- CERTIFICATE OF LIABILITY INSURANCE (MM/DD/YYY Y) 16 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(ies) must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Shannon LeW1.S Southwest Assurance Group, Inc. PHONE (817)329-7007 2350 Airport Frwy, Ste 202 -MAIL FAC No:(817)329-7011 ADDRESS,slewis@ swagdfw.com BedfordTX 76022 INSURERS AFFORDING COVERAGE NAIC$ INSURED INSURERA:EMCASCO Insurance Com an 2L Construction, LLC wsURERB:Em to ers Mutual Casualty Com an P.O. Box 397 INSURERc:Texas Mutual Insurance Com an INSURER D:Travelers Lloyds Insurance Co. RhomeINSURER E: TX 76078 COVERAGESINSURER F CERTIFICATE NUMBER;16/17 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. INSR LTR TYPE OF INSURANCE ADDL SUBRV POLICY NUMBER POLICY EFF POLICY EXP X COMMERCIAL GENERAL LIABILITY MM DD MM D LIMITS A CLAIMS-MADEFil OCCUR EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED X XCU IncludedPREMISES Ea occurrence $ 100,000 5D13755-17 6/7/2016 6/7/2017 MED EXP(Any one person) $ 5,000 X Contractual Liability PERSONAL&ADV INJURY $ 1,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: POLICY F___1 PRO 1:1 LOC GENERAL AGGREGATE $ 2,000,000 OTHER: PRODUCTS-COMP/OPAGG $ 2,000,000 AUTOMOBILE LIABILITY $ COMBINED SINGLE LIMIT A X ANY AUTO Ea accident $ 1,000,000 ALL OWNED SCHEDULED BODILY INJURY(Per person) $ AUTOS AUTOS 5EI3755-17 6/7/2016 6/7/2017 BODILY INJURY(Per accident) $ HIRED AUTOS NON-OWNED AUTOS PROPERTY DAMAGE $ Per accident X UMBRELLA LIAB X OCCUR $ B EXCESS LIAR EACH OCCURRENCE $ 2 000 000 CLAIMS-MADE 5J13755-17 6/7/2016 6/7/2017 DED XRETETON$ 10 000 AGGREGATE $ 2 000 000 NI WORKERS COMPENSATION $ AND EMPLOYERS'LIABILITY Y/N X PER OTH- ANY PROPRIETOR/PARTNER/EXECUTIVE STATUTE ER OFFICER/MEMBER EXCLUDED? F N/A E.L.EACH ACCIDENT $ 1 000 000 C IMandatoryb NH) TSF0001270768 If yes,describe under 6/7/2016 6/7/2017 E.L.DISEASE-EA EMPLOYE $ 1 000 000 DESCRIPTION OF OPERATIONS below D Contractor's E t E.L.DISEASE-POLICY LIMfT $ 1 000,000 Equipment pment QT6604229L969 6/7/2016 6/7/2017 Actual Cash Value;Deductible: Floater $1,000 Leased/Rented Equip(per item) $300,000 DESCRIPTION OF OPERATIONS/L /VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Re: Trinity Trails East Bank Extension; City of Fort Worth is named as additional insured as required by written contract. Coverage is primary. City of Fort Worth is granted a waiver of subrogation on the workers' compensation policy. CERTIFICATE HOLDER CANCELLATION City of Fort Worth SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE _ THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1000 Throckmorton St. ACCORDANCE WITH THE POLICY PROVISIONS, Fort Worth, TX 76102 FAUTHORIZED REPRESENTATIVE Charlie Miller/SLEWIS--------------- ACORD 25(2014/01) ©1988-2014 ACORD CORPORATION. All rights reserved. INS025 r5,mann 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 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 END OF SECTION CITY OF FORT WORTH Trinity Trails East Bank Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ:0902-48-791 Revised July 1,2011 City Project Number:01734 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology..........................................................................................................l 1.01 Defined Terms...............................................................................................................................l 1.02 Terminology..................................................................................................................................6 Article2—Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3—Contract Documents: Intent,Amending,Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................11 Article 4—Availability of Lands; Subsurface and Physical Conditions;Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands ..................................................................................................................11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article5—Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance,Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6—Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December21,2012 6.02 Labor; Working Hours................................................................................................................20 6.03 Services,Materials, and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers,and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes ...........................................................................................................................................28 6.12 Use of Site and Other Areas .......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article 7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Representative .....................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dowrnber 21,2012