Loading...
HomeMy WebLinkAboutContract 49163 CITY SECRETARY C®1�7�C�'�C, CITY SECRETARY 0.O.E. FILE CONTRACTOR'S BONDING CO. FO RT WO RT H CONSTRUCTION'S, COPY CLIENT DEPARTMENT Pft.OUCT MANUAL FOR 2017 01\T-CALL TRAFFIC MANAGEMENT PAVE ME, MARTUNGS STRIPING AND SIGNS CONTRACT TPW Project No.: TPW-TM 20X7-01 Betsy Price David Cooke Mayor City Manager Douglas W. Wiersig,P.B. Director, Transportation and Public Works Depai tnent Prepared for The City of Font Worth Transportation and.Public Works Department 2017 4 5 6 i 41 .............11. 1/11111/ QUENEI 1, TJOFfNSd �`S i.IT/iFf,nF n,n" �a /• • 1,111.1 N 9'i 0007 4r 8 1, OFFICIAL IICORD CITY CECRffARY 000010-1 TABLE OF CONTENTS Page I of 4 1 SECTION 00 0010 2 TABLE OF CONTENTS 3 4 Division 00-General Conditions 5 0005 10 Mayor and Council Communication 6 00 05 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 43 37 Vendor Compliance to State Law Nonresident Bidder 14 00 45 3-1- 13idd@.5 P+e,.,,,,4ifi.atieW-9 15 004512 Pfequa4ifieafiea Statement 16 004513 Bidder Pregualif:,atio„ n nplicatie,, 17 ( 00 45 26 Contractor Compliance with Workers'Compensation Law 18 00 45 40 Minority Business Enterprise Goal 19 00 52 43 Agreement 20 0061 13 Performance 21 0061 14 Payment Bond 22 0061 19 Maintenance Bond 23 00 62 25 Bond Certificate of Insurance 24 00 72 00 General Conditions 25 00 73 00 Supplementary Conditions 26 27 28 Division 01-General Requirements 29 01 1100 Summary of Work 30 01 25 00 Substitution Procedures 31 013119 Preconstruction Meeting 32 01 31 20 Project Meetings 33 01 32 16 Construction Progress Schedule 34 01 32 33 Preconstruction Video 35 013300 Submittals 36 0135 13 Special Project Procedures 37 014523 Testing and Inspection Services 38 01 50 00 Temporary Facilities and Controls 39 01 55 26 Street Use Permit and Modifications to Traffic Control 40 01 57 13 Storm Water Pollution Prevention Plan 41 01 58 13 Temporary Project Signage 42 01 60 00 Product Requirements 43 01 66 00 Product Storage and Handling Requirements 44 01 70 00 Mobilization and Remobilization 45 01 71 23 Construction Staking 46 47 01 74 23 Cleaning 48 01 77 19 Closeout Requirements 49 01 78 23 Operation and Maintenance Data CITY OF FORT WORTH 2017 On-Call'liaffic Mgmt Pavement Markings Striping and Signs Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM 2017-01 Revised April 2,2014 00 00 10-2 TABLE OF CONTENTS Page 2 of 4 1 01 78 39 Project Record Documents 2 3 4 5 Technical Specifications which have been modified by the Engineer specifically for this 6 Project; hard copies are included in the Project's Contract Documents 7 8 Division 02— 9 Existing Conditions 10 0241 13 Selective Site Demolition 11 0241 1 4 Utility n e ova in bandeAA,nen 12 02 41 15 Paving Removal 13 14 Division 03—Concrete 15 033000 Cast In nta„ r„n,.,,ate 16 03 34 13 r +,. l d Low Stren„rt7_a4 17 03 34 16 r + Base M te"ai or TranRen 18 03 8000 MedffieWans to Existing Gonn,•a+a 19 20 Division 26-Electrical 21 260500 Common Work Resti+csfe+Weetrrieal 22 2605 10 Demolition for EUetrieai System 23 26 05 33 Proeeway and Boxes for rleetrieal Systems 24 260543 Undet!greian4 Duets n.1 Raceways for T,1W46. l Systems 25 26 Division 31-Earthwork 27 34 1000 Site Clearing 28 3113 16 U-nelassi fieri_&ie--z.,ion 29 31�323 B01 T Ow 30 3124 00 Ambafl. uu. 31 312500 P&osien and Sediment Control 32 31 36 00 Gabien-S 33 31 37 00 Rip,.—a„ 34 35 Division 32-Exterior Improvements 36 32;01 17 Permanent rspb Paving Retau 37 3201 18 Temporary A n..haft-Paving Repair 38 32 01 29 Goner.te Paving Repai 39 332112 1Tr2 Ft ibl Base r sey 40 32 1 1 2 T i T + a Base Cowles 41 321133 Cement +eated Base r �. 42 32; 1216 Asphalt p szinn 43 =32 12 73 Asphalt halt na i Cr i,Sealant 44 32 13 13 r„nerete a'a.,* u'b 45 321320 r onerete Q'`7 .a, .,J.Dr- .aRamp,..t B r4er Pima 9 46 321373 Con t:Paying joint Seal.,nt� 47 3214 16 Br-i k Unit u.,.,;ng 48 32 1613 r + r d. ,1 Gutters and W1 49 32 17 23 Pavement Markings 50 32 17 23.13 Painted Pavement Markings CITY OF FORT WOXr1-I 2017 On-Call Traffr,Mgmt Pavement Markings Striping and Signs Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised April 2,2014 00 0010-3 TABLE OF CONTENTS Page 3 of 4 1 32 17 23.23 Raised Pavement Markings 2 32 17 23.33 Plastic Pavement Markings 3 323113 Chain Wok Fenees and gatea 4 32 31 26 sx 4re Fe � 5 32 31 29 Wood Fences and Gatea 6 323213 Cast in Plaee Conerete Retaining Wallis 7 329119 Topsoil Dlaee,,,en+a,.i Finishing of Parkways 8 329213 Hydre r,t„ihih_Seedi,t,and Sodding 9 32 93 43 Trees and Shr-tiba 10 11 Division 33-Utilities 12 33 0130 Sewer and Ma„l,ele Testing 14 33 03 10 Bypass Pumpingef>a'.Eisfi .r Sewer-Systems 15 33. 04 10 joint Bonding and n Hlee+,aaatraelation �� 16 33-04 11 Ce , Control Test e+a+i,. 17 3304 12 Magnesium Anode Ca+lwd e DY„+ee+i„n a„a+em 18 33 vnnr30 T`zp"r-ai� Water-ae,� roBS 19 33 nn 40 Cleaning aid Aeeeptanee Testing of Wat�-Mains 20 3305 10 o+ T+eneh&keayaden,Embedment-,and Baek ilr 12 Water-Line iz 21 3'�i�-Sze „ �„�e�ewerIng 22 33 0513 Flame Cover and Grade,?inns 23 , and Other Struetafes to Ofad 24 3305 16 CT'ZGr9e x 'a+ef-Vaults 25 3305 7 Concrete Collars 26 330520 Auger BoFing 27 33 05 21 Tunnel T inef Plate 28 3305r22 Steel Casing D;ne 29 33 0:5 23 Han T-un,elin 30 33 0524 installation of Canier Pipe in Casing or Tunnel Liner P14 31 33 05 26 Utility Marlcers/Locators 32 33 0530 Exploratory Excavation for Existing Utilities 33 33 1110 ben-Pipe 34 33_1 1 11 Ductile Iron Ri4+i*gn 35 33 11 17 bele.;n�xl Chloride(DVC)D,.e a Dine 36 33 11 43 Gencrete Pressure Pipe,Ba..3&appe a Steel G.4i der-Type 37 33 114 u„ ea Steel Pipe and FWin _ 38 33 1210 Wa+e,.Qe,.:.'ee 1 ti+ 2 • l tcx-porvioc3 r iiivirco� iizvn 39 33 1211 buge 3a4Ae.Meters 40 33 1220 Resilient Seated 94e x-raWe 41 33 1122.1 AZ7CTSxTA Rubber Seated x1n{+effly Valves 42 33 12-25 Connection to E* acing Water Mains 43 33 1230 Combination Air Val., Assemblies e,, blies fa,-Potable Water Systems 44 33 1240 l-1,.,,Baffel faire u„a„aats 45 33 1250 Wate„Sample Stations 46 33-12-60 Blow eff Valves 47 3331 12 Cured in Dlaee nine(GIM 48 3331 13 Fig lass Rein eiye'l-Hiro for Gravity Sanitary Se.,,efs 49 331 15 irDYE Dine For SanAary Sewers(Gravity and Feree Maim) 50 333120 Poly .. Chloride(PVC)GravitySanitary aew"vTrpe CITY OF FORT WORTH 2017 On-Call Traffic Mgmt Pavement Markings Striping and Signs Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised AprII 2,2014 00 00 10-4 TABLE OF CONTENTS Page 4 of 4 1 33 M 2i Polyvinyl Ghler-ide(PVC)Clesed Pfeffle Gravity Sanitary Se~44pe 2 33 31 22 Samtaty Sewer Slip bini*g 3 33 3123 Sai+itaiy Sewer Pipe Eala geme�+ 5 33 31 70 C,.,,,r.;,-,.,+ie n it Valve for Sanitary Sewer Force M ;,n 6 333910 Cast: Pl e Con ete Manhole 7 333920 P+eeastConcrete Acv Macmhve7i.. 8 33 39 30 PiV ' 9 33 39 4rxr e. nPeCt t, rzxrn Ct rriri+cc e'faocei'Tce"r.".sser�rm4� 10 333960 Epoxy I mem P–i*Sanitary Sewer Struetures 11 339Ct}- 11 33 41 10 Deinf reed dei efete Stenn Sewer Pipe/Culve ci 12 33-41 11 BmPE Ster-m Sewer Pipe 13 33 4600 c+„t�4 drainage 14 33-46 n, clotted Steinman 15 33 4602 Tg.e.,,,t, Drains ;., Dt 16 334910 Cast 1I3']�LaGe M'"Pi¢2eSa114 ftUrIGLIOm Boxes 17 334920 Curb and Drop!R4ets 18 33 49 40 Stof...rti..,,hmge H-e,,,awalls and tiring Als- 19 20 Division 34-Transportation 21 34 41 10 Tr„f sigi+ t.. 22 34 44 13 Removing rr,,,,ff:,, Signals 23 34 41 20 Roadway Illumination Assemblies 24 34 41 30 Aluminum Signs 25 3471 13 Traffic Control 26 27 Appendix 28 GC 4.01 n,.ailability o(bands 29 GG 4.02 SubsuiThee and Physical CopAftiens 30 GG 4.04 Underground Faeilitie 31 GG 4.06 Hazardous Bnvii,enfnenW Condition at Site 32 GC-6.06.D Minority and Women Owned Business Enterprise Compliance 33 GC-6.07 Wage Rates 34 GG 6.0 be,.,nits and TT+:l:+3es 35 GC-6.24 Nondiscrimination 36 F-01 Davis Bacon Act 37 F-02 Fair Labor Standards Act 38 F-03 Copeland Act 39 F-04 Contract Work Hours Safety(CWHSSA) 40 END OF SECTION CITY OF FORT WORTH 2017 On-Call Traffic Mgmt Pavement Markings Striping and Signs Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-'1'M 2017-01 Revised April 2,2014 C-28234 C CERTIFICATE OF INTERESTED PARTIES FORM 1.295 1of1 Complete Nos.1-4 and 6 it 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. 2017-185319 TRP Construction Group Fort Worth,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 03/30/2017 being filed. City of Fort Worth Date Acknowledg2 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. TPW-TM-2017-01 Pavement Markings and Signs 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling intermediary i t i 9 5 Check only if there is NO Interested Party. ❑ X 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. DAVID RA8t7N , Notary P�Ibllc,Slate o1 Texas s My CUmmission Expires f' �_. Se tember 29,9019 f " p_ �`Sirature of authorized agelft of contracting business entity AFFIX NOTARY STAMP I SEAL_ ABOVE Sworn to and subscribed before me,by the said ( _.. Rthis the �F day of_ 20 t. t`.,to certify which,witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath I Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.883 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 5/9/2017 DATE: Tuesday, May 9, 2017 REFERENCE NO.: C-28234 LOG NAME: 202017 ON-CALL TM PAVEMENT MARKINGS AND STRIPING CONTRACT SUBJECT: Authorize Execution of a Unit Price Contract with TRP Construction Group in the Amount Up to $4,000,000.00 for Task Order Construction Services for the Placement of New Pavement Markings/Striping and Related Construction Components (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize the execution of a unit price contract with TRP Construction Group in an amount up to $4,000,000.00 for task order construction services for the placement of new pavement markings/striping with a term of one year and providing for two renewal options at the earlier expiration of the funds or time. DISCUSSION: This construction contract will provide for construction services on an as-needed (task order) basis for the construction of projects relating to traffic management pavement markings and striping. The contract amount is capped at $4,000,000.00, but may be increased or decreased due to the amount of work ordered through change orders. The project was bid in a low bid format to determine unit prices to be paid when task orders are issued. Notice of bids was published in the Fort Worth Star-Telegram on February 16, 2017 and February 23, 2017. On March 30, 2017, one company submitted bids as follows: CONTRACTOR BID: TRP Construction Group $4,386,105.00 TRP Construction Group has been determined to be a responsive bidder and the unit prices in the bid were compared to recent, similar projects. Staff feels the unit prices submitted by TRP Construction Group are fair and competitive. In FY 2017, $4,000,000.00 has been allocated for pavement markings. There are 33 major street segments programmed for completion and implementation schedules that are currently being developed. A few additional street segments will be added upon final coordination with the Planning and Development Department in conjunction with bicycle lanes and Water Dept. improvements: Street Limits/Locations 1 Jacksboro Highway (SH 199); Skyline to White Settlement Road 2 Bryant Irvin Road: W Vickery Blvd to Southwest Boulevard (SH 183) 3 Bryant Irvin Road North; IH-30 to W Vickery Boulevard 4 ,Green Oaks Road; Alta Mere to IH-30 i5 IS Hulen Street; Stonegate (NTTA Bridge); Bellaire (Bridge) I6 F Hulen Street; Bridge (Bellaire)to IH-20 1rN Riverside Drive; 28th St to Airport Freeway 1_F— - — Logname: 202017 ON-CALL TM PAVEMENT MARKINGS AND STRIPING CONTRACT Page 1 of 3 18 (Basswood; IH-35W to Main Street Beach Street; 1 st to Vickery Street 10 N. Beach Street; 28th St to 1 st Street 1 Tp8th St; IH-35W to Beach Street 12 Dottie Lynn Parkway; East Lancaster Avenue to Fort Worth City Limits 13 lbottie Lynn Parkway; Fort Worth City Limits to Meadowbrook Drive 14 Bryant Irvin Road Southwest Boulevard (SH 183)to Altamesa Boulevard 15 McCart Avenue; SW Loop 820 to Altamesa 16 South Drive; Rock Quarry to IH-20 FIT Camp Bowie Boulevard; IH-30 to Montgomery Street 18 Camp Bowie Boulevard; Montgomery Street to University Drive 19 FG-olden Triangle; IH-35W to Main Street 20 W Lancaster Avenue; Montgomery Street to Currie Street IfTCampus Drive; East Seminary Drive to SE Loop 820 2V2 Riverside Drive; Airport Freeway to Vickery Boulevard F3 4th Street; Macon to Grove Street 24 .5th Street; Henderson to Grove Street 12516 Street; 7th Street to Grove Street 26 7th Street; Henderson to Grove Street 27 Houston; Belknap to Lancaster Street 28 Hulen Street; IH-30-Stonegate (NTTA Bridge) 2V9 Northside Drive; 199 to IH 35 F0 ,Texas Street; Summit to Jennings Street 31 IThrockmorton; Belknap to Lancaster Street 32 10th Street; Summit to Throckmorton Street 33 Lancaster Avenue; Currie Street to Main Street M/WBE -TRP Construction Group is in compliance with City's BDE Ordinance by committing to zero percent MBE participation and documenting good faith effort. TRP Construction Group identified several subcontracting and supplier opportunities: However, the MBE's contacted in the areas identified did not respond or submit the lowest bids. The City's MBE goal on this project is 10 percent. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the current operating budget of the General Fund and in the various capital projects on a project by project basis and that prior to an expenditure being made; the participating department has the responsibility to validate the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund Department Account' Project ProgramlActivity! Budget Reference # I mount ID �ID Year I (Chartfield 2) FROM Fund Department ccountl Project Program ctivity Budget Reference # moun ID ID Year _(Chartfield 2) CERTIFICATIONS: Logname: 202017 ON-CALL TM PAVEMENT MARKINGS AND STRIPING CONTRACT Page 2 of 3 Jay Chapa (5804) Originating Department Head: Douglas Wiersig (7801) Additional Information Contact: Samuel Werschky (6080) ATTACHMENTS 1. Pavement Marking locations map.pdf (Public) 2. TPW-TM-2017-01 TRP ComplianceMemo.pdf (CFW Internal) 3. TRP Construction Group form 1295.pdf (Public) Logname: 202017 ON-CALL TM PAVEMENT MARKINGS AND STRIPING CONTRACT Page 3 of 3 000510-1 MAYOR AND COUNCIL COMMUNICATION(M&C) Page 1 of 1 1 SECTION 00 0510 2 MAYOR AND COUNCIL COMMUNICATION(M&C) 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 ENA OF SECTION CITY OF PORT WORTH 2017 On-Call Trak Mgmt Pavement Markings Striping and Signs Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revisal July 1,2011 000515-I ADDENDA Page I of 1 1 SECTION 00 0515 2 ADDENDA 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 END OF SECTION CITY OF FORT WORTH 2017 On-Call Traffic Mgmt Pavement Markings Striping and Signs Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW TM-2017-01 Revised July 1,2011 FORTWORTH® ADDENDUM NO.2 DATE ISSUED: MARCH 10,2017 Addendum No. 2, dated March 10,2017 hereby amended to incorporate in full text the following provisions: *Please be sure to acknowledge your receipt of this Addendum in your response. 1. Bid date will be extended to Thursday,March 30,2017 to allow bidders to address the MBE requirements.Required forms can be obtained online by visiting the City of Fort Worth's Purchasing Division website at littp://fortwortlitexas.gov/purchasing/ and clicking on the Buzzsaw link for the advertised project folder named "2017 On Call Traffic Management Markings/Striping and Signs Contract" 2. Clarifications- Failure to complete all required documents,in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m.on the second City business day after bid opening,exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. All other terms and conditions remain the same. JACK DALE PURCHASING MANAGER ................................................................................ COMPANY NAME: '7 -P c_',4? SIGNATURE: NOTE: Company name and Signa ur sf`be the same as on the bid documents. Page 1 2017 On Call Pavement Markings Striping and Signs Contract Addendum#2 FORTWORTH, ADDENDUM NO.2 DATE ISSUED: MARCH 10,2017 Addendum No.2, dated March 10,2017 hereby amended to incorporate in full text the following provisions: 'Please be sure to acknowledge your receipt of this Addendum in your response. 1. Bid date will be extended to Thursday,March 30, 2017 to allow bidders to address the MBE requirements.Required forms can be obtained online by visiting the City of Fort Worth's Purchasing Division website at littp:Hfortworthtexas.gov/purchasing,/ and clicking on the Buzzsaw link for the advertised project folder named °2017 On Call Traffic Management Markings/Striping and Signs Contract" 2. Clarifications- Failure to complete all required documents,in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening,exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. All other terms and conditions remain the same. JACK DALE PURCHASING MANAGER ................................................................................ COMPANY NAME: C`'�3 5 M'w x'77 1 61Z&C _aP SIGNATURE: E��� NOTE: Company a and sigma be the same as on the bid documents. Page 1 2017 On Call Pavement Markings Striping and Signs Contract Addendum#2 0011 13-1 INVITATION TO BIDDERS Page 1 of 3 1 SECTION 001113 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of 2017 On-Call Traffic Management Pavement Markings 5 Striping and Signs Contract will be received by the City of Fort Worth Purchasing Office: 6 7 City of Fort Worth 8 Purchasing Division 9 ` 200 Texas Street 10 Fort Worth,Texas 76102 11 until 1:30pm,CST,Thursday,March 9,2017 and bids will be opened publicly in the Council 12 Chambers. 13 14 GENERAL DESCRIPTION OF WORK 15 The Contractor shall furnish all materials,labor,equipment,transportation,insurance,permits and 16 other services necessary for a complete installation of pavement marking and signing for City of 17 Fort Worth Transportation and Public Works Department.The contractor shall provide services 18 for City roadways and right of way per the attached specifications. 19 20 Performance for any services described herein will be initiated upon acceptance by the Contractor 21 of a work order having the authorizing signature ofthe Proj ect Manager prior to commencing work 22 at the site. Contractors will not perform against this agreement without first having received an 23 official City of Fort Worth work order,except in emergency cases as detailed below. 24 25 All pavement marking and removal services except detour marking include traffic control devices 26 and related costs. All traffic control methods utilized by the Contractor shall meet the most current 27 requirements as specified by the FHWA in the"Texas Manual on Uniform Traffic Control 28 Devices (TMUTCD)for Streets and Highways"and/or subsequent amendments. 29 30 31 32 qtia4ified by the City atthe time of bid opening.The pfeeedures for qualifieation and pre 33 qualifieation afe eiifliaed in the SeWea 00 21 13 DISTRUCT40M TO BIDDERS. 34 35 TIME PERIOD AND RENEWALS 36 The time period of this Agreement will be for one calendar year or the expiration of the funding, 37 whichever occurs last.The City reserves the right to renew the contract for up to two(2) 38 additional time periods under the same terms,conditions and unit prices.The City shall provide at 39 least sixty(60)days' notice to the Contractor of the City's intent to renew. 40 41 DOCUMENT EXAMINATION AND PROCUREMENTS CITY OF PORT WORTH 2017 On-Call Traffic Mgmt Pavement Markings and Signs Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM 2017-01 Revised January 30,2017 0011 13-2 INVITATION TO BIDDERS Page 2 of 3 1 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 2 of Fort Worth's Purchasing Division website at http://fortworthtexas.cov/purchasing_/ and 3 clicking on the Buzzsaw link for the advertised project folders on the City's Buzzsaw site. The 4 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 5 suppliers. The contractor is required to fill out and notarize the Certificate of 6 Interested Parties Form 1295 and the form must be submitted to the Project 7 Manager before the contract will be presented to the City Council. The form can be 8 obtained at https://www.ethics.state.tx.us/tec/1295-Info.htm . 9 10 Copies of the Bidding and Contract Documents may be purchased from 11 12 City of Fort Worth 13 200 Texas Street 14 Fort Worth,Texas 76102 15 Phone: 817-392-8357 16 17 The eest of Bidding and Contraet Documents is! 18 Copies of the bidding and Contract documents will be made available for this contract. 19 20 Set of Bidding aPA Gentraet DaftmefAs with full size drawings; 21 get of Bidding aad Contract Deetimef4s%4th half size(if available)dr-awings! 22 23 PREBID CONFERENCE 24 A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO 25 BIDDERS at the following location,date,and time: 26 DATE: March 1,2017 27 TIME: 1:30 pm-2:30 pm 28 PLACE: Traffic Management Division Training Room 29 LOCATION: 5001 James Avenue,Suite 301 30 Fort Worth,TX 76115 31 32 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 33 City reserves the right to waive irregularities and to accept or reject bids. 34 35 INQUIRIES 36 All inquiries relative to this procurement should be addressed to the following: 37 Attn: Lawrence Hill,City of Fort Worth 38 Email: Lawrence.Hill@fortworthtexas.gov 39 Phone: 817-392-2637 40 41 AND/OR 42 43 Attn: Quenell T.Johnson,P.E.,City of Fort Worth 44 Einail:quenelljohnson@fortwotthtexas.gov 45 Phone: 817-392-8618 46 47 ADVERTISEMENT DATES 48 February 16,2017 49 February 23,2017 50 CITY OF FORT WORTI3 2017 On-Call Traffic Mgmt Pavement Markings and Signs Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW IM 2017-01 Revised January 30,2017 00 11 13-3 INVITATION TO BIDDERS Page 3 of 3 I END OF SECTION CITY OF FORT WORTH 2017 On-Cali Traffic Mgmt Pavement Markings and Signs Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised January 30,2017 0021 13-1 INSTRUCTIONS TO BIDDERS Page 1 of 10 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)snakes 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. Prequalification of Bidders(Prime Contractors and Subcontractors) 33 34 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding.Bids received from contractors who are 36 not prequalified(even if inadvertently opened)shall not be considered. Prequalification 37 requirement work types and documentation are as follows:N/A 38 39 40 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within 41 seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 42 45 11,BIDDERS PREQUALIFICATIONS.N/A 43 44 3.2.1. Submission of and/or questions related to prequaliftcation should be addressed to 45 the City contact as provided in Paragraph 6.LN/A 46 47 CITY OF FORT WORTH 2017 On-Call Traffic Mgmt Pavement Markings Striping and Signs Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised January 30.2017 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 10 1 3-3- 2 3 , 4 , 5 to assist the City in evaluating a .d assessing the ability of the 6 7 ' 8 infeHnat, , 9 , , 10 11 be notified in..'ri 4a of a r-ecommendation to the Gill r 1 d 12 13 3.4.In addition to prequalification;additional requirements for qualification may be required 14 within various sections of the Contract DocumentsN/A 15 16 17 4. Examination of Bidding and Contract Documents,Other Related Data, and Site 18 19 4.1.Before submitting a Bid, each Bidder shall: 20 21 4.1.1.Examine and carefully study the Contract Documents and other related data 22 identified in the Bidding Documents(including"technical data"referred to in 23 Paragraph 4.2.below).No information given by City or any representative of the 24 City other than that contained in the Contract Documents and officially 25 promulgated addenda thereto, shall be binding upon the City. 26 27 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 28 site conditions that may affect cost,progress,performance or furnishing of the 29 Work. 30 31 4.I.3. Consider federal,state and local Laws and Regulations that may affect cost, 32 progress,performance or furnishing of the Work. 33 34 4.1.1 , 35 Stat.2S2,,42 U.S.C.2000d to 28000 4 and Title n'o, Code OfFed"n GgCSafief T, 36 De rime t of Tra. :4a�„-c:.bible n O fhee of tke See "t. d7 .F� ....,�,; � �.. .ter .., ., �, � .,�.,.,.'....ur;�su:v�.L, 37 Neffdise4minafiott in Fedeffilly assisted programs of-the Depaftment-of 38 ,hereby nefifies all bidders#mt it will 39 , 40 minority business��nterprises;all be off aed full opportunity to submit bids i ix 41 Fespease to this invitation and wi44 net be discriminated against en the grounds of 42 ", ..oloi.3 or national „ eensideration.,Faward. 43 44 4.1.5.Study all: (i)reports of explorations and tests of subsurface conditions at or 45 contiguous to the Site and all drawings of physical conditions relating to existing 46 surface or subsurface structures at the Site(except Underground Facilities)that 47 have been identified in the Contract Documents as containing reliable"technical 48 data" and(ii)reports and drawings of Hazardous Environmental Conditions,if any, 49 at the Site that have been identified in the Contract Documents as containing 50 reliable"technical data." 51 CITY OF FORT WORTH 2017 On-Call Traffic Mgmt Pavement Markings Striping and Signs Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised January 30.2017 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 10 1 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 2 the information which the City will fiunish. All additional information and data 3 which the City will supply after promulgation of the formal Contract Documents 4 shall be issued in the form of written addenda and shall become part of the Contract 5 Documents just as though such addenda were actually written into the original 6 Contract Documents.No information given by the City other than that contained in 7 the Contract Documents and officially promulgated addenda thereto,shall be 8 binding upon the City. 9 10 4.1.7.Perform independent research,investigations,tests,borings,and such other means 11 as may be necessary to gain a complete knowledge of the conditions which will be 12 encountered during the construction of the project,On request, City may provide 13 each Bidder access to the site to conduct such examinations,investigations, 14 explorations,tests and studies as each Bidder deems necessary for submission of a 15 Bid.Bidder must fill all holes and clean up and restore the site to its former 16 conditions upon completion of such explorations,investigations,tests and studies. 17 18 4.1.8.Determine the difficulties of the Work and all attending circumstances affecting the 19 cost of doing the Work,time required for its completion, and obtain all information 20 required to make a proposal.Bidders shall rely exclusively and solely upon their 21 own estimates,investigation,research,tests,explorations,and other data which are 22 necessary for full and complete information upon which the proposal is to be based. 23 It is understood that the submission of a proposal is prima-facie evidence that the 24 Bidder has made the investigation,examinations and tests herein required, Claims 25 for additional compensation due to variations between conditions actually 26 encountered in construction and as indicated in the Contract Documents will not be 27 allowed. 28 29 4.1.9,Promptly notify City of all conflicts,errors,ambiguities or discrepancies in or 30 between the Contract Documents and such other related documents.The Contractor 31 shall not take advantage of any gross error or omission in the Contract Documents, 32 and the City shall be permitted to make such corrections or interpretations as may 33 be deemed necessary for fulfillment of the intent of the Contract Documents. 34 35 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of, 36 37 4.2.l.Those reports of explorations and tests of subsurface conditions at or contiguous to 38 the site which have been utilized by the City in preparation of the Contract 39 Documents.The logs of Soil Borings,if any,on the plans are for general 40 information only.Neither the City nor the Engineer guarantees that the data shown 41 is representative of conditions which actually exist, 42 43 4.2,2. Those drawings of physical conditions in or relating to existing surface and 44 subsurface structures(except Underground Facilities)which are at or contiguous to 45 the site that have been utilized by the City in preparation of the Contract 46 Documents. 47 CITY OF FORT WORTH 2017 On-Call Traffic Mgmt Pavement Markings Striping and Signs Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW--TM-2017-01 Revised January 30.2017 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 10 1 4.2.3.Copies of such reports and drawings will be made available by City to any Bidder 2 on request.Those reports and drawings may not be part of the Contract Documents, 3 but the"technical data"contained therein upon which Bidder is entitled to rely as 4 provided in Paragraph 4.02.of the General Conditions has been identified and 5 established in Paragraph SC 4.02 Supplementary Conditions. Bidder is responsible 6 for any interpretation or conclusion drawn from any "technical data"or any other 7 data,interpretations, opinions or information. 8 9 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 10 that Bidder has complied with every requirement of this Paragraph 4, (ii)that without I 1 exception the Bid is premised upon performing and furnishing the Work required by the 12 Contract Documents and applying the specific means,methods, techniques,sequences or 13 procedures of construction(if any)that may be shown or indicated or expressly required 14 by the Contract Documents, (iii)that Bidder has given City written notice of all 15 conflicts,errors,ambiguities and discrepancies in the Contract Documents and the 16 written resolutions thereof by City are acceptable to Bidder,and when said conflicts, 17 etc.,have not been resolved through the interpretations by City as described in 18 Paragraph 6.,and(iv)that the Contract Documents are generally sufficient to indicate 19 and convey understanding of all terms and conditions for performing and furnishing the 20 Work. 21 22 4.4.The provisions of this Paragraph 4,inclusive, do not apply to Asbestos,Polychlorinated 23 biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 24 Paragraph 4.06 of the General Conditions,unless specifically identified in the Contract 25 Documents. 26 27 5. Availability of Lands for Work,Etc. 28 29 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 30 access thereto and other lands designated for use by Contractor in performing the Work 31 are identified in the Contract Documents. All additional lands and access thereto 32 required for temporary construction facilities,construction equipment or storage of 33 materials and equipment to be incorporated in the Work are to be obtained and paid for 34 by Contractor. Easements for permanent structures or permanent changes in existing 35 facilities are to be obtained and paid for by City unless otherwise provided in the 36 Contract Documents. 37 38 5.2.Outstanding right-of-way,easements, and/or permits to be acquired by the City are listed 39 in Paragraph SC 4.01 of Supplementary Conditions. In the event the necessary right-of— 40 way,easements,and/or permits are not obtained,the City reserves the right to cancel the 41 award of contract at any time before the Bidder begins any construction work on the 42 project 43 44 45 S.3.The Bidder shall be prepared to commence construction without all executed right-of- 46 way, easements,and/or permits, and shall submit a schedule to the City of how 47 construction will proceed in the other areas of the project that do not require permits 48 and/or easements. 49 50 51 CITY OF FORT WORTH 2017 On-Call'rra13ic Mgmt Pavement Markings Striping and Signs Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised January 30.2017 002113-5 INSTRUCTIONS TO BIDDERS Page 5 of 10 1 6. Interpretations and Addenda 2 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 3 the City in writing on or before 2 p.m.,the Monday prior to the Bid opening.Questions 4 received after this day may not be responded to. Interpretations or clarifications 5 considered necessary by City in response to such questions will be issued by Addenda 6 delivered to all parties recorded by City as having received the Bidding Documents. 7 Only questions answered by formal written Addenda will be binding. Oral and other 8 interpretations or clarifications will be without legal effect. 9 10 Address questions to: 11 12 City of Fort Worth 13 200 Texas Street 14 Fort Worth,TX 76102 15 Attn: Transportation and Public Works Department 16 Fax: 817-392-2533 17 Email:Quenell.Johnson@fortwoithtexas.gov fortwarthtexas.gov 18 Phone: 817-392-8618 19 20 21 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 22 City. 23 24 6.3.Addenda or clarifications may be posted via Buzzsaw at 25 https://project oip nt.buzzsaw.com/foitwortbgov/Infrastructureo/a2OProjects/TPW-TM_- 26 2017-0l%20%20%20%20%20On- 27 Call%20Traffic%2OManagement%2OPaveinent%2OMarkings%2OStripin °>7/o2Oand%20S 28 ins%20Contract?public 29 30 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 31 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 32 Project. Bidders are encouraged to attend and participate in the conference. City will 33 transmit to all prospective Bidders of record such Addenda as City considers necessary 34 in response to questions arising at the conference. Oral statements may not be relied 35 upon and will not be binding or legally effective. 36 37 38 39 7. Bid Security 40 41 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 42 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 43 the requirements of Paragraph 5.01 of the General Conditions. 44 CITY OF FORT WORTH 2017 On-Call'traffic Mgnt Pavement Markings Striping and Signs Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised January 30.2017 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 10 1 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 3 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 4 default,rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 8 9 S. Contract Times 10 The number of days within which,or the dates by which,Milestones are to be achieved in 11 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form.The city may renew this agreement for up to two(2)additional time 14 periods under the same terms, conditions and unit prices.The city shall provide at least sixty 15 (60)days' notice to the contractor of the city's intent to renew. 16 17 I8 9. Liquidated Damages 19 Provisions for liquidated damages are set forth in the Agreement. 20 21 10. Substitute and "Or-Equal"Items 22 The Contract,if awarded,will be on the basis of materials and equipment described in the 23 Bidding Documents without consideration of possible substitute or"or-equal"items. 24 Whenever it is indicated or specified in the Bidding Documents that a"substitute" or"or 25 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 26 City,application for such acceptance will not be considered by City until after the Effective 27 Date of the Agreement. The procedure for submission of any such application by Contractor 28 and consideration by City is set forth in Paragraph 6.05A.,6.05B., and 6.05C. of the General 29 Conditions and is supplemented in Section 0125 00 of the General Requirements. 30 31 11. Subcontractors,Suppliers and Others 32 33 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No.20020- 34 12-2011 (as amended),the City has goals for the participation of minority business 35 and/or small business enterprises in City contracts.A copy of the Ordinance can be 36 obtained from the Office of the City Secretary,The Bidder shall submit the MBE and 37 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor 38 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 39 Venture Form as appropriate.The Forms including documentation must be received 40 by the City no later than 2:00 P.M CST,on the second business days after the bid 41 opening date.The Bidder shall obtain a receipt from the City as evidence the 42 documentation was received.Failure to comply shall render the bid as non- 43 responsive. 44 45 11.2. No Contractor shall be required to employ any Subcontractor,Supplier,other person 46 or organization against whom Contractor has reasonable objection. 47 48 12. Bid Form 49 50 12.1. The Bid Form is included with the Bidding Documents;additional copies maybe 51 obtained from the City. CITY OF FORT WORTH • 2017 On•CaIl Traffic Mgrat Pavement Markings Striping and Signs Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW TM-2017-01 Revised January 30.2017 002113-7 INSTRUCTIONS TO BIDDERS Page 7 of 10 1 2 3 4 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 5 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 6 the Bid Form. A Bid price shall be indicated for each Bid item,alternative,and unit 7 price item listed therein. In the case of optional alternatives,the words"No Bid," 8 "No Change," or"Not Applicable"may be entered.Bidder shall state the prices, 9 written in ink in both words and numerals,for which the Bidder proposes to do the 10 work contemplated or furnish materials required.All prices shall be written legibly. 11 In case of discrepancy between price in written words and the price in written 12 numerals,the price in written words shall govern. 13 14 12.3. Bids by corporations shall be executed in the corporate name by the president or a 15 vice-president or other corporate officer accompanied by evidence of authority to 16 sign. The corporate seal shall be.affixed. The corporate address and state of 17 incorporation shall be shown below the signature. 18 19 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 20 partner,whose title must appear under the signature accompanied by evidence of 21 authority to sign. The official address of the partnership shall be shown below the 22 signature. 23 24 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 25 member and accompanied by evidence of authority to sign. The state of formation of 26 the firm and the official address of the firm shall be shown. 27 28 12.6. Bids by individuals shall show the Bidder's name and official address. 29 30 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 31 indicated on the Bid Form. The official address of the joint venture shall be shown. 32 33 12.8. All names shall be typed or printed in ink below the signature. 34 35 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 36 which shall be filled in on the Bid Form. 37 38 12.10. Postal and e-mail addresses and telephone number for communications regarding the 39 Bid shall be shown. 40 41 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 42 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 43 to State haw Non Resident Bidder. 44 CITY Or,FORT WORTH 2017 On-Call Trallic Mgmt Pavement Markings Striping and Signs Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised January 30.2017 002113-8 INSTRUCTIONS TO BIDDERS Page 8 of 10 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 Purchasing Manager of the City,and shall be enclosed in an opaque sealed 5 envelope,marked with the City Project Number,Project title,the name and address of 6 Bidder,and accompanied by the Bid security,and other required documents. If the Bid is sent 7 through the mail or other delivery system,the sealed envelope shall be enclosed in a separate 8 envelope 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 Purchasing Manager and filed with the Purchasing Office 13 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 14 must be made in writing by an appropriate document duly executed in the manner 15 that a Bid must be executed and delivered to the place where Bids are to be submitted 16 at any time prior to the opening of Bids.After all Bids not requested for withdrawal 17 are 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 the favors of the words. 47 CITY OF FORT WORTH 2017 On-Call Traffic Mgmt Pavement Markings Striping and Signs Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM 2017-01 Revised January 30.2017 002113-9 INSTRUCTIONS TO BIDDERS Page 9 of 10 1 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 2 among the Bidders,Bidder is an interested party to any litigation against City, 3 City or Bidder may have a claim against the other or be engaged in litigation, 4 Bidder is in arrears on any existing contract or has defaulted on a previous 5 contract,Bidder has performed a prior contract in an unsatisfactory manner, or 6 Bidder has uncompleted work which in the judgment of the City will prevent or 7 hinder the prompt completion of additional work if awarded. 8 9 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers,and 10 other persons and organizations proposed for those portions of the Work as to which 11 the identity of Subcontractors, Suppliers, and other persons and organizations must 12 be submitted as provided in the Contract Documents or upon the request of the City. 13 City also may consider the operating costs,maintenance requirements,performance 14 data and guarantees of major items of materials and equipment proposed for 15 incorporation in the Work when such data is required to be submitted prior to the 16 Notice of Award. 17 18 17.3. City may conduct such investigations as City deems neeessanj to assist in the 19 evaluation of any Bid and to establish the responsibility,qualifications,and financial 20 ability of Bidders,proposed Subcontractors,Suppliers and other persons and 21 organizations to perform and furnish the Work in accordance with the Contract 22 Documents to City's satisfaction within the prescribed time. 23 24 17.4. Contractor shall perform with his own organization,work of a value not less than 25 35%of the value embraced on the Contract,unless otherwise approved by the City. 26 27 17.5. if the Contract is to be awarded,it will be awarded to lowest responsible and 28 responsive Bidder whose evaluation by City indicates that the award will be in the 29 best interests of the City. 30 31 17.6. Pursuant to Texas Government Code Chapter 2252.001,The City will not award 32 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 33 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 34 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 35 comparable contract in the state in which the nonresident's principal place of 36 business is located 37 17.7. A contract is not awarded until formal City Council authorization.If the Contract is 38 to be awarded,City will award the Contract within 90 days after the day of the Bid 39 opening unless extended in writing.No other act of City or others will constitute 40 acceptance of a Bid.Upon the contractor award a Notice of Award will be issued by 41 the City. 42 43 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 44 45 1.8. Signing of Agreement 46 When City issues a Notice of Award to the Successful Bidder,it will be accompanied by the 47 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 48 Contractor shall sign and deliver the required number of counterparts of the Agreement to 49 City with the required Bonds,Certificates of Insurance,and all other required documentation. 50 City shall thereafter deliver one fully signed counterpart to Contractor. 51 CITY OF PORT WORTH 2017 On-Call Traffic Mgmt Pavement Markings Striping and Signs Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised January 30.2017 0021 13-10 INSTRUCTIONS TO BIDDERS Page 10 of 10 l 2 3 END OF SECTION CITY OF FORT WORTH 2017 On-Call Traffic Mgmt Pavement Markings Striping and Signs Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised January 30.2017 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 ❑ CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary ❑ CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: TRP Construction Group By: Rod Pekurney,__ 2213 Moneda St. Signature: 0 ' Haltom City, Texas Title: President END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Copy of 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: 2017 On-Call Pavement Markings Striping and Signs Contract City Project No.: TPW-TM-2017-01 Units/Sections: Pavement Markings Striping and Signs 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels, or(c)to deprive City of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 Copy of 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook 0041 00 BID FORM Page 2 of 3 d. "coercive practice"means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Pavement Markings b. Signs C. d. 4. Time of Completion 4.1. Time of completion will be determined on a per work order basis. 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. � 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 Copy of 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook 0041 00 BID FORM Page 3 of 3 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 <use this if applicable, otherwise delete> Total Base Bid <use this if applicable, otherwise delete $0.00 delete> $0.00 delete> $0.00 delete> $0.00 Total Bid $0.00 7. Bid Submittal This Bid is submitted on 03/16/2017 by the entity named below. Resp ully s miffed Receipt is acknowledged of the Inif I following Addenda: By: Addendum No. 1: (Signature) Addendum No. 2: Addendum No. 3: Rod Pekurnev Addendum No. 4: (Printed Name) Title: President Company: TRP Construction Group Corporate Seal: Address: 2213 Moneda St. Haltom City, Texas State of Incorporation: Texas Email: nathan@trpconstructiongroup.com Phone: 817-899-6251 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 Copy of 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook to.. 'a,Mo m. Pp Ia4 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bid list Itcm Description Specification Unit Bid Unit price Bid Value No. ScctionNo. Measure Quantity 1 3217,0001 Fumisb/tutall4"Solidwhite,Spray Thermophistic(90mil.) 321723 LF 95000 $0,66 $57000.00 2 3217.0002 Fumishflnstall4"Solid Yellow,Spray Thermoplastic(90 mil.) 321723 LF 95000 $0.60 $57000.00 3 3217.0003 Fumishffnstall4"Dash Whife,Spray Thermoplastic(90 mit.) 321723 LF 95000 $0.70 $66,500,00 4 3217,0004 Fumbl✓Install4"DashYeltow,Spray Thermoplastic(90mil.) 321723 LF 95000 $0,70 $6650D.00 5 3217.0004 Fumislrllnstall4"DOT White,Spray Thermoplastic(90mi1) 321723 LF 2000 $1.50 $3 000.00 6 3217.0005 Fumish/Install 4-DOT Yellow.Spray Thermoplastic(90mi1) 321723 LF 8000 $1.00 $8000.00 7 3217.0007 FurTish/Insta114"White 3M,A380IES,Stamark brand tape 321723 LF 45000 $3,00 $135,000.OD 8 3217.0008 Fumish/fnstall4"Yellow,3M,A380I HS,Stamark brand tape 32 17 23 LF 45000 $3.00 $135,000.00 9 3217.0102 Furnish/Install 6"Solid Yellow,Spray Thermoplastic(90 mil.) 321723 LF 95000 $0,65 $61.750.00 10 3217.0103 Fumisll/L3sta116"Dash White,Spray Thermoplastic(90 mil.) 321723 LF 95000 $0.65 $61750.06 11 3217,0104 Furnish/Lista116"DOTWhile,Spray Thernroplastic(90mil) 321723 LF 95000 $0,65 $61,750.00 12 3217.0105 Fumish4nstal16"Whitt 3M,A380IES,Stamark brand tape 321723 LF 2000 $5,06 $10,000.00 I3 3217.0106 Fundshfinstaff6'Yellosv,,3M,A390IHS,Stamarkbrand tape 321723 LF 2000 $5.00 $10006.00 14 3217,0202 Fumish4nstallIt"Solid While,Spray Thermoplastic(90 mil,) 321723 LF 30000 $1.25 $37500.00 15 3217.0203 Fumsh/Inslall8'White.3M,A380IFS,Stamarkbrand tape 321723 LF 10000 $6,00 $60.000.001 16 3217.0204 Fumishflnstall 8"Yellow,3M,A380I ES,Stamark brand tape 321723 LF 10006 $6.00 $60,000,00 17 3217.0303 Fumishflnstall12"white,3M,A380IES,Stamarkbrand tape 321723 LF 2000 $10.00 $20000.00 18 3217.0304 Fun»sldhlstall 12"Ycllosv,3M,A3801 ES,Stamark brand tape 321723 LF 2000 $10.00 $20 000.00 19 3217.1001 Remove thermoplastic contrast or preformed ARROW 321723 EA 500 $65.00 $27600.60 20 3217.1004 Remove therm0plastiec0ntrast0rpref0rmed ONLY 321723 HA 500 $65.00 $32500.00 21 3217.1006 Remove thermoplastic contrast orpreformed Bike 321723 EA 500 $55.00 $27,500.00 22 3217.1006 Remove themaplasticcontrast orpreformed Yield 321723 EA 500 $55.00 $27500.00 23 3217.2101 Furnish/lnstall4"RzOwtiveMarkc,Types-A 321723 EA 8000 $3.50 $28000.00 24 3217.2102 Purnishfinitall4"ReflectivaMarker,Typo I-C 321723 EA 8000 $3.50 $28000A0 25 3217,2103 Fumish(Inst014'RellectiveMarke4Typa11-A/A 321723 EA 8000 $5.00 $40000,00 26 3217.2104 Fumish/fnstall4"Reflective Marker,Type 11-C-R 321723 EA 8000 $5.00 $40000.00 27 3217.4201 Remove 4"White or Yellow Thermoplastic-Preformed,Contrast,Spray 321723 1 LF 10000 $0,25 $ZBOO,00 28 3217.4301 Remove 6"White"Yellow Thermoplastic-Prcformed,Contrast,Spray 321723 LF 10000 $0.361 $3.500.00 29 3217.4302 Remove 8"WhitoorYellowThermopiastic-Preformed,Contrast,Spray 321723 LF 12000 $0.45 $5400.00 30 3217.4401 Remove thennoplastic Railroad Legend,Including X,RR,and three 24"stop bars 32 17 23 EA 100 $75,00 $7,500.0 31 3217A40g Remove thermoplasticlano Legend Preformed,Contrast Spray 321723 EA 100 $45.00 $4,500,00 32 3217.4304 Remove 12"White orThennoplasticPreformed,Contrast,Spray 321723 LF 2000 $1.00 $2000.00 33 3217.4305 Remove la"Wlite Thermoplasti(,Preformed,Contrast,Spray 321723 LF 2000 $1,00 $2,000.00 34 3217.4306 Remove 24"White Thermoplastic-Preformed,Contrast Spray 321723 LF 2000 1 $2.00 $4,000.001 35 3305.011 Fun sh/lnste11FG3001nterst0t0 GfadeCurb Seclions/FG336EFXPOST with 2-3*yellow or whiteWrapsmG 321723 LF 300 $225,00 $67.500.00 36 9999,000 FurniWinsfall e Thermoplastic-Contiast Markings mil)WIdto or Yellow,Solid or Skip Lino 321723 LF 2000 $1,60 $3000.00 37 9999.000 FumishQnstalt6"Thermoplastic-ContrastMarkings(125 mil)Whits or Yellow,SolidorSkipLine 321723 LF 2000 $2.00 $4000.00 38 9999.000 FurrsMtnstaii$'Thermoplastic-ContrastMarkings(125mil)WhiloorYellow,SolidorSkipLine 321723 LF 2000 $3.00 $6000.00 39 9999.000 Furnish/Install49Multi.polymerWhite or Yellow,Solid or Skip Line,DOT 321723 LF 6000 $1,50 $9,000.00 40 9999.000 1 Fumish/Insiall0Multi-polymer White or Yellow,Solid or Skip Line,DOT 321723 LF 2000 $2.00 $4,000.00 41 9999.000 lFundshlinstall8'Multi-polymer White orYellow,Solid Line 321723 LF 2000 $3.00 $6000.00 42 9999.o00 Fumishflnstall 12*Multi-polymer White,Solid Uno 321723 LF 1000 54.00 $4000.00 43 9999.000 Fumish4ristall24"Multi-polymer White,Solid Line 321723 LF 1000 $8.001 $6000.00 44 9999.000 Remove 4'or 6"While or YellowMultipolymer 321723 LF 1000 $0.501 $500.00 45 9999,o00 Remove 8'WhilemYellow Multipolymer 321723 LF 1000 81.001 $1000.00 46 9999.000 Remove 12"White or Yellow Multipolymer 321723 LF 1000 $1,00 $1000.00 47 9999.000 Remove 18"White Mulfipolymer 321723 LF 1000 $1,00 $1,000,00 48 9999,000 Remove 24"White Multipolymer 321723 LF 1000 $2,00 $2- 49 9999.000 lRomow 4",6'or&IIVHteorYellosv Themwplastic-Contrast(125mi1) 321723 LF 1000 $1.00 1000.00 50 9999.000 IFumisli&istallAoxcel White Chlorinated ZoneMarkingPaint l2W-DIIO 321216 LF 10000 $1,00 $10,0D0.00 51 9999.000 Remove Aexcet White Chlorinated Zone Marking Paint 12\Y--D110 321216 LF 1000 $0.50 $500.00 52 9999.000 FumisWnstall4'Preformed Thermoplastic(125mil.)White,SolidorSkipLine 321723 LF 1000 1 $2251 $2,250,00 53 9999.000 Fum shMstall 6"Preformed Thermoplastic(125 mil.)White or Yellow,Solid or Skip Line 321723 LF 2000 $3.251 $6,500.00 54 9999.000 Fumish/frsstalt 8"Preformed Them3oplostic(125 mil)White or Yellow,Solid Lino 321723 LF 2000 S4.00 $8,000.00 55 9999.000 Fumishffnstall12"Preformed Thermoplastic(125 mill.)White,Solid Line 321723 LF 2000 $6.00 $12,60D.00 56 9999.000 Fumish/lnsiall24"Preformed Thermoplastic(125mil.)White orYellow,Solid Uno 321723 LF 2000 $20,000.00 57 9999,000 FumishlfnstallTbermoplastiePmrormed(125mil,)(Single Head Curve Arrows orONLY's) 321723 EA 500 $226.00 $112500.00 58 9999.000 Fumish/fnstall'lhemaplasGcPreformed(125 mil.)(Single bead Straight Arrows) 321723 EA 100 $20000 $20,000,00 59 9999.000 FumisfAnsiall7bormoplasdo Preformed(125 mil.)(Lane Reduction ArruwS,12'long) 321723 EA 20 $400.00 $8.000.00 60 9999,000 FumishQnstallThermoplastic Preformed(125mil,)(Double Head ComboArm%vs) 321723 BA 80 $360.00 $28000.00 61 9999.000 FumislAnstall ThenooplastioRceformed(125 inil.)(Triple Read Combo Arrows) 321723 EA 20 1 $600.00 $10.000.001 62 9999.000 Fundshflnstall Thermoplastic Preformed(125 mil.)(Rail Road(X&RR),Including three 24"stop bars) 321723 EA 100 800.00 $80_000.001 63 9999,000 Fumisliffinstalt Thermoplastic Preformed(125 inil,)(36 x 24,Yield Symbol) 32I723 EA 100 45.00 $9500.110 tT1 orf T%ml.l srmwA.(msl>crrnnv seaalanwvorxma vas rcnaa3erblb111 ]a+ie[te+1N t0a{3(0.+3(/W U33 W+f 13 Oe3511 anTyxrlt•�Li�m 004100 BID FORM Page 3 of 3 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<use this if applicabie,otherwise delete> Total Base Bid<use this if applicable,otherwise delete $0.00 delete> $0.00 delete> $0.00 delete> $0.00 Total Bid $0.00 7. Bid Submittal This Bid Is submitted on 03/16/2017 by the entity named below. Resp a ally s mitted Receipt is acknowledged of the inlYll following Addenda: By; Addendum No. 1: W (Signature) Addendum No.2: Addendum No.3: Rod Pekurney Addendum No.4: (Printed Name) Title: President Company TRP Construction Group Corporate Seal: Address: 2213 Moneda St, Haltom City,Texas •;.srt t t' State of incorporation: Texas Email: nathan@trpconstructiongroup.com , ''•,. it ,, i .4 Phone: 817899-6261 5 ' !)rl t.,,115111 t11). END OF SECTION CITY of FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Raviood 20154821 Copy of 00 49 UO OD 4313„00 42 43 00 48 37 00 45 IUD 3613 Bid Proposal Workbook OpUU 6ID iRDP6iAL P.crd6 SECTION 00 42 43 PROPOSAL FORM UNIT PRiCE BID Bidderrs Application Project Item Information Bidder's Proposal Bid list Specification iinitof Bid Item Description Section No. Measure Quantity Unit Price Bid Was No. 64 9999.000 Fum sh/hlstali ThcnnoplastioPrefonned(90 mil.)(Bike,Shared,Includes Bike symbol and 2 Sharrow Markings) 321723 LA 500 275.0 $137,600.00 65 9999.000 Furnish/lnstallllmennoplasticPrefomted(94mit.)(Bike,IncludesBike symbolonly) 321723 EA 500 $200.00 $100,000.00 66 9999.000 Furnish/lnstallThemwplasticPreformed(125rail.)(Bike,Arrow.Includes IStraight Ariowonly,6) 321723 BA 500 160.00 $75000.00 Furnist>lLrslall Thermoplastic Prefbrmed(90 mil.)(5 feel wide,Bike Green,Premark brand)Including Scaler,Must 321723 LF 500 67 9999.000 use 45.00 $2z600,00 68 9999.000 Remove thermoplastic 36 x 24 Yield Symbol 321723 BA 45 25,00 $1,125.001 69 9999,000 Fumislignstali 4"TypeIt White C/C or-Yellow,A/A round Ceramic Button 321723 EA 200 5,00 1000.00 70 9999.000 Fumish/Insiall 6"Type B White GC or Yellow A/A round Ceramic Button 321723 BA 200 16.00 $3,200.00 71 9999.000 Fumishgmtall8"TypcilWhitoCtCorYellowA/ACermmeDulton 321723 BA 80 45.00 $3600.00 72 9999.000 Instep 8"Type B White CtC or Yellow A/A Ceramic Button 321723 EA 8o 45.00 $3,600.00 73 9999.000 Remove Temp TAB 321723 EA 80 1,00 $80.00 74 9999,000 Fumish/Lsstall Button Typo Flex Stake 321723 EA 50 50.00 $2,600=0 75 9999.000 Remove 4"reOTref6cButton 321723 EA too &00 $300.00 76 9999.000 Remove 6"refl Traffic Button 321723 EA 80 3,00 $240.00 77 9999.000 Remove 8"rail Traffic Button 321723 EA 20 5.00 $100,00 78 9999.000 Prep and Seal Pavement Surface for 4"Markings 321723 LF 4000 0.35 $1.4010.0101 79 9999.000 Prep and Seal Pavement Surface for 8"Markings 321723 LF 4000 9.502 000.00 Bo 9999.000 Prep and Seal Pavement Surface for 12"Markings 321723 LF 4000 1.00 4,000.00 81 9999.000 Prep and Seal Pavement Surface for 24"Markings 321723 LF 4000 200 $8,000.00 82 9999.000 Prep and Seal Pavement SurfaceforRWIRoad Markings,Including X,RR&three 24"stop bars 321723 EA 80 100,00 0,000.00 83 9999.000 Prep and Seal Pavement Surface for 36 x 24 Yield Symbol 321723 EA 140 10.00 $1.400,00 84 9999.000 FurWshllnslaltYeltow36"Do)ineators 321723 EA 200 70.00 $14000.00 85 9999.000 Fundsh/Install Wldte36"Delineators 321723 BA 200 70=1 $14000,00 86 9999.000 Remove Yellow,\Vhito30'Delineators 321723 EA 200 70=0 $14000.00 87 9999.000 Remove FG 300 interstate Guide Curb Sections/FG336EFXPOSTwith2-3"yellow or WhiteWraps/FG300 321723 BA 100 Interstate Grade Curb and End Caps/Asphalt or Concrete Anchors(4 per curb&Base) 60,00 $5,000.00 88 9999.000 Fumish/Lssiall4°Extrude Thermoplastic(125mil.)White orYellow,Solid orDash Lin a 321723 LF 2000 0.85 $1,700.00 89 9999.000 Funml0ristall8"ExtrudeThermoplastic(I25nul.)White orYcllow,SolidLine 32)723 LF 200 1,59 $300,00 90 9999.000 Fumislm/install 12"Extmdo Thermoplastic(125 mil.)White or Yellow,Solid Lino 321723 LF 1000 2,60 $2,500.00 91 9999.000 Furnish/Install24"Extrude Thermoplastic(125mil.)White Solid Lina 321723 LF 2000 9,00 $12.00D.00 92 9999.000 Furnish/lnstall4"Proformedlhermoplastic-ContrastMarkings(125mil)WhiteorYellow,Solid orSkip Line 321723 LF 250 5.00 $1,260.00 93 9999.000 FumisluInstall 6"Prefommed Thermoplastic-Contrast Markings(125 nut.)White or Yellow Solid or Skip Lina 321723 LF 250 6.00 $1500.00 94 9999.000 liumislJlnstall8"PrefomredThermoplastir-Contrast Markings(125mil.)SVIdteorYellow,SolidLino 321723 LF 250 8,00 $2000,00 95 9999.00011rumish/fristatl 12"PreflarmcdTherrooplastic-ContfastMarkings(125 Mi.)%Vhifo or Yellow,Solid Line 321723 LF 250 16=0 $3750=0 96 9999,000, FumistufthillThemwptasdePreformed-Contrast(125m).)(Single Head Curve Arrows orONLY's) 321723 EA 20 25.00 $600.00 97 9999.000 FumishilnstallThermoplasticPreformed-Contrast(125mi1J(SingleHearl Curve Arrows orONLY's) 321723 EA 20 200.00 $4,000,00 98 9999.000 Fumisldhistall Thermoplastic Preformed-Contrast(125 miL)(LaneReductionAmswITlong) 321723 HA 20 400,00 $8000.00 99 9999,000 FumishAnstall Thermoplastic Preformed-Contrast(125 mil.)(Double Head Combo Arrows) 321723 HA 20 $49000 B 000.00 100 9999.000 Furnish/InstallThermoplastie Preformed-Contrast(125m1)(TripleReadComboArrows) 321723 EA 20 $600.00 12000A0 Fumishihutall Thermoplastic Preformed-Contrast(125mi1J(Railroad(X&RR),Includingthree 24"stop bars) 321723 HA 20 101 9999.000 $850.00 $17,000, 102 9999.000 Furnish/7-tall Thermoplastic Preformed-Contrast(125 mil.)(36 x24,Yield Symbol) 321723 BA 20 $50.001 $1,000.00 103 9999.Oo0 lFumishanstall Thermoplastic Preformed-Contrast(90 mil.)(Bike Shared,Includes Bike symbol and 2 Sharrow, 321723 EA 20 Mom $8.000.00 104 9999.000 Fumish/instell Thermoplastic Preformed-Contrast(90mitJ(Dike.Includes Bike symbol only) 321723 EA 20 $300.00 8000,00 105 9999.000 FumishiLmstall Thermoplastic Preformed-Contrast(90 mil.)(Dike,Shared,Includes 2 SharrowMarkirW only) 321723 EA 20 $409,00 $8,000. 106 9999,000 FumishRnstall Thermoplastic Preformed-Contrast(90 mil.)(Bike,Arrow,Includes 1 Straight Arrows only,6) 321723 BA 20 5500.00 10 000=0 107 9999.000 Furnish/install 12"Whitcor Yellow-contrast,3M,A3801ES,Stemarkbrand tape 321723 LF 200 $15.00 $3.0D0.00 108 9999.0oo Fumislift-tall4"MullipolymerlVhiteorYellow,,Solid"Skip Line,Dot 321723 LF 30000 $1.00 $30000.00 109 9999.000 Furnish/Install 8"Multipolymer While orYeilowv Solid Line 321723 LF 80000 $1.50 $120,000.00 110 9999.000 Furnish/Install 121,Multipolymer\Vhita er Yellow,Solid Line 321723 LF 20000 $2.75 $55,000,00 III 9999,000 Funushiinslall 24"Multipalymcr White Solid 321723 LF 16000 6,00 $96.00D.00 112 9999,000 Furnish/Install Mullipolymer(Single Head Curve Arrows orONLY's) 321723 EA 1000 150.00 $150,000.00 113 9999.000 FumislOnstall Multipolymer(S ngleltead Straight Arrows) 121723 EA 200 $150.00 $30.000.00 114 9999.800 Fumish/install Multipolymer(Lane Reduction Arrows,12'fong) 321723 EA too 200.00 $20000.00 I i5 9999,000 Furrrisb/lnstall Multipolymer(Double Head Combo Arrows) 321723 EA 100 $165.00 $18,500.00 116 9999.000 FumisMfistall Multipclymer (Triple Head Combo Arrows) 321723 EA 100 185.0 $18.600.00 117 9999.000 Fumish?nstall Multipolymer(Rail Road(X&RR),Including three 24"stop bars) 321723 HA 200 400.0 $80.000.00 118 9999,000 Fumisb/InstalMultipolymer (36 x 24.Yield Symbol) 321723 1 IIA 200 45=0 $9000.00 119 9999.000 Fumish/Install Multipolymer (Yield)3ike,Shared,includes bike symbol and 2 SharowMarkings) 321723 EA 500 126.00 ;62,600.00 )20 9999,000 FumishAnstall Multipolymer (Bike,IncludosBike symbol only) 321723 EA 500 145,00 72500.00 121 9999.Doo Fumisbilnstall Mullipolymer(Bike,Arrow,Includes 1 Straight Arrow only,6) 321723 1IIA 500 150.00 75 000.00 STkNMrUarn'0am SLe,4lrDtt3lTfalCIq.V SPEtlrlCAiaerlxzlaaNti Rcba100U W W ti 1r W UU rAUFf feU 1.�(e3i 1!8nmgmYnMmxl+L FSA"LN 311Mial w.r n amexoroau " P�sr,r6 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information DiddeOs Proposal Did list Item Description Specification asBid UWtPrica Bid Value Section No. Measure Quantity No. 122 9999.000 Pumish4ristall MWtipolymer (Single Head Curve ATrowsorONLY'5) 321723 B A 135.00 $27,000.00 123 9999.000 FundslAnstallMultipolymer(Single head Straight Arrows) 321723 EA 40 100.0 $4,000.00 I24 9999,000 Furaish/Itsstall MWtipolymer (Lane Reduction Arrows,IT long) 321723 EA 50 8200,00 $10,000.00 125 9999.000 FumisIvUstallMultipolymer (Double Head Combo Arrows) 321723 EA 60 $185.00 $11,100,00 126 9999.000 Fumish/Jnstalt Multip01ymer (Triple Read Combo Armtvs) 321723 EA 60 $200.00 $12000.00 127 9999.000 Fumish/lnstall Multipolymer(Railroad(X&RR),Including three 24"stop bars) 321723 EA 100 $400.00 $40,000.00 128 9999.0000 Fumishnnstall Multipotymer(5 feet wide,Bike Green,Premark brand)Including Sealer,Must use 2 part sealer 32172.1 LF 100 50.00 $6000.00 129 9999.000 Remove Multipolymer arrows including lane reduction arrows or ONLY or Bike symbol Pavement Legend 321723 HA 100 $25.00 $2500.00 130 9999.000 Remove MultipolymerRailroad Legend,Including X,RR,mid three 24"stop bars, 321723 BA 100 50,00 $5000.00 131 9999.000 Remove8"VA1teorYellowMultipolymer 321723 LF 100 80.85 $85.00 132 9999.000 Remove 12"WhitecrYellow MWtip01ymer 321723 LF 100 $1.00 $100.00 133 9999.000 Remove24"\Vhite Multipolymer 321723 LF 100 $2,00 $200.00 134 9999.000 Remove Multipolymor 36 x 24 Symbol(YIELD) 321723 EA 100 $15.00 $1,600.00 135 9999.000 rurnish/lnstall MultipolymerWhitc(WORD) 321723 LF 100 $125.00 $12.500.00 136 9999.000 Remove Mullipolymer White(WORD) 321723 LF too $45.00 $4,600.0 137 9999.000 Remove 4"or 6'White or YellowMullipolymer 321723 LF 500 $i00 $500.00 138 9999.000 Remove AexcellVhiteChlorinated Zone Marking Paint 12W-D110 321216 LF 1000 $0,60 $500.00 139 3441.4001 FumishAnstallhlurnSign Mast Ami Mount(Diamond Grade) 344130 EA 200 d50.00 $90000.00 140 3441.4002 Furnish/lnstallAtum Sign Ground Mount TxDOT Std(Diamond Grade) 344130 EA 200 $900.00 $180,000,00 141 3441,4003 Fumish4miall Alum Sign Ground Mount City Std(Diamond Grade) 344130 BA 200 $600.00 $120.000.00 142 3441.4004 Furnish 4r stall Alan Sign Bx-Pole Mount(Diamond Grade j 34 4130 EA 200 $300.00 $60,000.00 143 3441.4005 install Alum Sign Mast Arm Mount(Diamond Grade) 344130 EA 200 $265.00 $53,000,00 144 3441.4006 Install Alum Sign Ground Mount(Diamond Grade) 344130 EA 200 $325.00 $65,000.00 145 3441AO07 Install Alum Sip Ex Pole Mount (Diamond Grade) 344130 IIA 150 $250.00 $37500.00 ]46 3441.4008 Remove Sign Panel and Post 344130 EA 150 $60.00 $9,000.00 147 3441.4009 Remove Sign Panel 344130 BA 150 50.00 7600.00 148 3441.4010 Remove end Relocate Sign Panel and Post 344130 EA ]50 &200.00 $30000.00 149 99999999 Furnish Ustall GX-I A Large Vehicular Guide,One Panel(No Foundation) 344130 BA 10 $6,250.00 62,600.00 150 9999.9999 FmnishJbutallGX-1B Large Vehicular Ouide,Two Panel(NoPoundation) 344130 EA 10 $7800.00 78000.00 151 9999.9999 FumisMtnstall OX-2 Vehicular Guide,Three Mgs(No Foundation) 344130 EA 10 $7,600.0 76 000.00 152 9999.9999 Fumish/InstalE[CX-1 Pedestrian Kosk(No Foundation) 34 4130 BA 10 $6.800.00 $68000.00 153 9999.9999 FurrtislaffmiailDGlPatkingldentifier(NoFoundation) 344130 BA t0 $40,00 $400.00 154 9999.9999 FumisMCnstallWayfindingSignPoundation(Brick PaverW/Anchors) 344130 EA 10 $4000.00 $10000.00 155 9999.9999 FumishfInstallWayfindingSign Foundation(2'x5'1V/Anchors) 344130 BA 10 $1000.00 $10,000.00 156 9999.9999 Furrrish/InstallWayfmdingSign Foundation(Vaulted Sidewalk NV/Anchors 344130 BA 10 $1,000.00 $10000.00 157 9999.9999 FunisMlnstallBackground Panel WISupporiFrame 344130 EA 10 $4500.00 16000.00 158 9999.9999 FumisMtnstatl Sign Panel Type:GX lA&GX-IB(Per SquareFoot) 344130 EA 10 $50.00 $5110.00 159 9999.9999 Furnish]]nstallSignPanelType:GX-2(Per Square Fool) 344130 BA 10 60,00 500.00 160 9999.9999 Inst atlGX4ALargoVehicularGuide,One Panel 344130 EA 10 $4000.00 10000.00 161 9999.9999 Install OX-111 Large Vehicular Wde,Two Panel 34 41 30 EA 10 $1,200.00 $12,000,00. 162 9999.9999 installGX-2VeWculuGWd%TlrrcoMgs 344130 BA 10 $4400,00 $14000.00 163 9999.9999InstallKX-1 PedestdanKiosk(No Foundation) 344130 EA 10 $4400.!10 $14000.00 164 9999.9999]nstallIX-1 Parkingldentifier(NoFoundation) 344130 EA 10 $1,000.0 $10,000.00 165 9999,9999 Fumish9wiallAlum Sign MmmtTXDOT3"TBar 344130 HA 50 $250,00 $12,500.00 166 9999.9999 Fumishllnstall Alum Sign Mount City Std 2"T Bar 344130 EA 50 $250.00 $J2.500.00 167 9999.9999 FurnishfInstallDate Slieker4IW(w)x21/2"(H) 344130 EA ]50 10.00 $1,600,00 168 9999.9999 FumisMfnstall MetroSigns-D-Series ranges fiom72"(SV)X 20"(H)to 144"(W)X20"(H) 344130 EA 65 $800,00 68 500.00 169 9999.9999 install Metro Signs-D-Sedes ranges front 72"(W)X 20"(H)to 144"(SV)X20'(H) 344130 EA 65 $525.00 3412600 165 9999.9999 RemoveWayFmdingsigns 344130 EA 10 600.00 $6,000.00 166 9999,9999 Breakaway Anchor Supports 34 4130 BA 10 260.00 $2,500.00 167 3471.0001 Traffic Control' 347113 MO 24 $500.00 $12,000.00 168 3471.0002 Portable Message Sign 347113 BA L 250.00 250,00 169 9999,9999 Single LanaorShoulderClosure per day-Highway&Servkeltd-(%Veakday)-Traf�cControl- 347113 HA 1 $4200.00 $1200.00 170 9999.9999 Single Lana or ShoulderClosuro per day,-Highnvay&Service Rd-(NighlANoekend)-TratIIcControl* 347113 HA I 4500.00 $1500.00 171 9999.9999 Double Lane Closure per day-Highway&Servicolkd-(Weekday)-Traffic Connel• 347113 BA 1 2500.00 2600,00 172 9999.9999 DoubloLone Closure per day-Highway&Service Rd-(NightAVeekend)-Tra1BC Control" 347113 HA L $3,000.00 p.000.00 173 9999.9999 SingloRamp Closumperday,-Highway&ServiceRd•(%Veekday)-TndfioControN 347113 BA 1 $1200.00 $1,200.00 L749999.9999 Single Ramp Closure per day-Highway&ServiceRd-(NigitUWeekend)-Tra ieControlt 347113 EA I 1500.00 1600.9999.9999DoubleRampClosure-w/Delour-perday-Highway&Servic6Rd-(Weekday)-Traffic Control• 347113 HA 1 2000.00 $2.000.00 9999.9999 Double RampClosurow/Detourperday-Highway&ServicoRd-(NighAVeekerrd)-TraflieControl• 347113 EA 1 $2500.00 2600.00 9999.9999 FullAghwayCiosuroperday-(Weekday)-Tref eControl* 347113 EA 1 1600.00 1,600.00 9999.9999 Full HighwayClosuraperday-(NigbWeekend)-Traffic,Control* 347113 1 BA 1 $3,000,001 $3.000.00 cnrOFFoaTuoam srw9AancutstarrTa:rserrnee>mNooannxo ad.etw-n w war r>_wua wtrN wu]!.anis u-puxm•++rttauR-t,ib rmues.t.nl MlrM'� [Olel! {�SJL pS�JNQ SECTION OD 42 43 PROPOMFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Did list Item Description Specification Unitof Bid Unit Price Did Value Na Section No. Measure Quantity 179 99995999 Furnish Street Permit 017000 BA 1 300,00 $500.00 180 170.0102 \Nock Order Mobilization(SO-$50,000) 01 70 00 DA 1 S2 500.00 $2&G0.00 181 170,0102 NorkOrder Mobilization($50,000-S150,000) 017000 BA 1 $5000.00 $5,000,00 182 170.0102 Work Order Mobilization(5150,000-5300,000) 017000 BA 1 $7500,0057600.00 183 170.0102 Work Order Mobilization(S300,0004500,000) 017000 BA 3 $10,000.00 510000.00 1310 SUMMARY Total $4,386,105_00 (10%)Contingency $438,610.60 arrorroarWalm srxuwn cv�rxuct ausrciv{cAmv¢oansxn Rm!(rtid3111v{fo wd.�mn CO MU tl MJ3Jt MJf3/lOJf 11103313 OUinpmlll'nlh iW 00 4313 1310 BOND Pago 1 of 1 SECTION 00 4313 BID BOND KNOW ALL BY THESE PRESENTS: That we,(Ridder Name) TRP Construction Group hereinafter called the Principal,and(Surety Name) North American Specialty Insurance Company a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter Called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of Five Percent of the Greastost Amount Bid and No/100 Dollars ($ 5%GAB ,00), the payment• of which sutra will be well and truly made and the said Principal and the said Surety,bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally,firm by these presents. WHEREAS, the Principal has submitted a proposal to perform:worst for the following project of the Obligee, identified as TPW-TM-2017-01 0 NOW, THEREFORE, If the Obligee shall award the Contract for the foregoing project to the principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter Into the Contract in writing with the Obligee in accordance with the terms of such proposal, than this bond shall be null and void. if the Principal fails'to execute such Contract in accordance With the terms of such proposal or falls to satisfy all requirements and conditions required for the execution of the Contract in accordance with the, proposal or falls to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal,this bond shall become the property of the Obligee,without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount, SiGNED this 16th day of march ,20'17. By, TRP Construction Gr _ lei �. �' (Signature and Title of Principal) *By: North American Specialty Insurance Company Sandra Lee Roney (Signature of Attorney-of-Fact) *Attach Power of Attorney(Surety)for Attorney-In-Fact Impressed Surety Seal Only il��•II ti. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION bOCUMENTS Form Revised 20110827 Copy of 00 41 00_00 4313_00 42 43,„00 43 3700 45 19_00 05 13 81d proposal Workbook NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESIS PRESENTS,THAT North American Specialty Insurance Company,a corporation duly'organized and existing under laws of the State of New Hampshire,and having Its principal office in tho City of Manchester,New Hampshire,and Washington Intornational Insurance Company,a corporation orgunizgd and oxisting under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg,Illinois,each does hereby rnake,constitute and appoint SAMMY JOB MULLIS,JR.,JQHN WILLIAM NEWBY,JULIE STORM,CHERI LYNN IRBY,WILBERT RAYMOND WATSON, CAROLYN J.GOODENOUGH,MICHAEL L.TULLIS,SANDRA LEE RONEY,DEBRA LBB MOON,ANDREA POSE CRAWFORD, MARY JO ZAKRZBWSKI,JAMES B ROOFIRS JR.,TROY RUSS13LL KEY,and DAVID MICHAEL LAYMAN JOINTLY OR SEVERALLY Its true and lawM Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on Its behalf and as its act and deed,bonds or other writings obligatory in the nature of it bond on behalf ofeach ofsaid Companies,as surety,on contracts of suretyship as are or may be required or permitted by taw,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount o: FIFTY MILLION($50,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and hold on the 9h of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby Is authorized to cxeoute a Power of Attomey qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undettakings and all contracts ofsurely,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seat of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal ofthe Company may be affixed to any such Power of Attorney or to any cortifieale relatigg thereto by fawimilo,and any such Power of Attorney or certificate boating such facsimile signatures or facsimile seal shall be binding ypod 16o God ogiy when so affixed and in the Jbtute with regard to any bond,undertaking or contract of surety to which It is attached." *t+ 'r � •n;kp�,��• ��ttitLtt yCl:Al.' Si<r:n P.Anduron,t3mlorVlseY,e,ldmt olwuh[nYtonlmtrnN[onsllaturenaCompeay VEAL t.is f - t &SenlorVice rmtdent91NoghAmatanSpttLnylaturitimComp<ny t NN Til' uili �u`"�� ' 't= Mhhad A,It(o,S'in e'TfTitaP' <n o u uR on n em�tlr<ndrnsuanee 'ompMy , }• AStolorytaYsutdentofNorth Ammon sp<diltghtsntanaComprny IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 1st day of. July ,2015, North American Specialty Insurance Company Washington International Insurance Company State of Illinois County ofcook as: On this 1st day of July ,2015,before me,a Notary Public personally appeared_ Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vico President of North American Specialty Insurance Company and Michael A.Ito, Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company,personally known to me,who being by me duly swom,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies, OFFICIALSEAL M KENNY `— NOTARY PUSW,STATE OFIiLINOIS M.K*jmy.Notary Pubtl�a LW COMMISSION E)MBE812f04i201I I, jeffrov Cloldbera . the duly elected Anjstant Socrelary North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of Power of Attorney given by said North American Specialty Insurance Company and Washington Internutionsl Insurance Company,which is still in full force and elTeoL IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 16th day off March ,2017 . Jdfroy Uoldbetg,Vice Yrestdmt It Aplaant$encash or - 1Ysthington tnttmsllonst rnsurents ComDattY&Nanh Amutrsn Spedtlty rmursnoECompsny 4 North American Specialty Insurance Company Washington International Insurance Company TEXAS CLAIMS INFORMATION jdlf O,RTANANT N.9MCE 8RVISO IMPORTANIE in order to obtain information or make a complaint: . Para obtener Informaoion o para someter un queJa: You may contact Jeffrey Goldberg,'Ace President- Puedo comunicarse con Jeffrey Goldberg,Vice Claims at 1-500-338.0753 President-Claims.at 1-800-338.0753 - You may call Washington international Insurance Usted puede Ilamr at numaro de telalono gratis do Company and/or North American Specialty Insurance Washington International insurance Company anoor Company's toll-free number for Information or to North American Specialty Insurance Company's para make a complaint at: Informaclon o para someter une queJa at; . 1-800.338-0753 1-800-338-0753 ' You may also write to Washington international Usted tambien'puede escribir a Washington insurance Company and/or North American Specialty International Insurance Company and/or North Insurance Company at the following address: American Specialty Insurance Company al: 4.75 N,Martingale Road 475 N,Martingale Road Suite 850 Suite 850 Schaumburg,IL 60173 Schaumburg,iL 60173 You may contact the Texas Department at Insurance Puedo escribir at Departmento do Soguros de Texas to obtain information on companies,coverages, pare obtener Informaoion aceroo de companies, rights or complaints at: cobarturas,derechos o quejos al: 1.800252.3439 1.800-252-3439 You may write the Texas Department of Insurance: Puede escribir at Departmento de Seguros de Texas: P.O.Box 149144 P.O. Box 149104 Austin,TX 78714-9104 Austin,TX 78714-9144 Fax: 1512)475-1771 Fax: (512)475-1771 Web: httajUxm yy.tdi.state.tx,us Web: j t/./iv w.tdi.r ata,tx,us Ismail;Consumerprotection0tdl,stato,tx.us Email;ConsumerProtectidn@tdi,state.tx,us PRCMIUM OR CLAIM DISPUTES: DISPUTA$SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your premium Si ttene una disputa concerniente a su prima o a un or about a claim you should first contact the rectamo,dobe comunicarso eon of Washington Washington international Insurance Company and/or International Insurance Company and/or North North American Specialty insurance Company. If the Amerlogn Specialty Insurance Company primero, Si dispute is not resolved,you may contact the Texas no se resueive le disputa,puede antoncee Department of insurance. comunicarse con of Dapartmerlto do Seguros de Texas. ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA, This notice Is for Information only and does not Este eviso as solo para proposito de infromaclon y no become a part or condition of the attached se convene an parte o condiclon del documento document. adjunta. Nuvisad 5/12 476 N.Morlinuali►Road,5u118 850,Sohuumburp,IL 00173 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 State Here or Blank , our principal place of business, are required to be % Here percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of State Here or Blank , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. R1 BIDDER: TRP Construction Group By: Rod Pekurney 2213 Moneda St. (�:i 0 (Signat re) Haltom City, Texas Title: President Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Copy of 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook 00 45 26-1 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.. i PAP -17wi-:,?u/ 7-01 Contractor further certifies that,pursuant to Texas 6 Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's 7 certificates of compliance with worker's compensation coverage. 8 9 CONTRACTOR: 10 Q 11 12 Company e 13 � 14 :V 3 14'!D/.,e4>4- 5'- Signature: 15 Address 16Title:/l 17 �i4r-- �i�5/D T 18 City/State/Zip (Please Print) 19 _ 20 ""„ DAVID RABON ji 21 THE STATE OF TEXAS § �1 '` Notary Public,state of texas 22 ?'•, My Commission Expires 23 COUNTY OF TARRANT § SeptembQr 29, 2019- 24 25 BEFORE ME,the undersigned authority,on this day personally appeared 26 �,, : i-e, _., ,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_ I i�Sfor the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 32 ; .j; ,2017. 33 34 35 36 Notary Public in and for the State of Texas 37 38 END OF SECTION 39 CITY OF FORT WORTH 2017 On-Call Traffic Mgmt Pavement Markings Striping and Signs Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised July 1,2011 00 45 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 Pavement Markings TRP Construction Group 3/31/2017 (TXDOT) Signs Bean Electrical 5/4/2017 0 0 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: TRP Construction Group By: Rod Pe uey.., 2213 Moneda St. 0 -e (Signdtufe) Haltom City, Texas Title: President Date: _ 1'7 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Copy of 00 4100 00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook 00 52 43-1 Agreement Page 1 of 5 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on May 9, 2017 is made by and between the City of Fort 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), and TRP Construction Group, 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 Project Name: On-Call Traffic Management Pavement Markings Striping and Signs Contract_ 16 Project Number: TPW-TM-2017-01-On-Call Traffic Management Pavement Markings Striping 17 and Signs Contract#1 18 Article 3. CONTRACT PRICE 19 City agrees to pay Contractor for performance of the Work in accordance with the Contract 20 Documents an amount not to exceed in current funds of Four million dollars($4,000,000). This 21 amount remains contingent upon the availability of funds and the availability of the Contractor. 22 Article 4. CONTRACT TIME 23 4.1 Time is of the essence. 24 The contract time period is one calendar year or the expiration of the funding, whichever 25 occurs last. All time limits for Milestones, if any, and Final Acceptance as stated in the 26 Contract Documents are of the essence to this Contract. 27 28 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the 29 essence to this Contract. 30 4.2 Final Acceptance. 31 Time for Final Acceptance will be determined on a per work order basis, and run until the 32 amount of$4,000,000 not to exceed,has been exhausted. 33 4.3 Liquidated damages 34 CITY OF FORT WORTH 2017 On-Call Traffic Mgmt Pavement Markings Striping and Signs Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised January 30,2017 005243-2 Agreement Page 2 of 5 35 Contractor recognizes that time is of the essence of this Agreement and that City will suffer 36 financial loss if the Work is not completed within the times specified in Paragraph 3.2 37 above, plus any extension thereof allowed in accordance with Article 12 of the General 38 Conditions. The Contractor also recognizes the delays, expense and difficulties involved in 39 proving in a legal proceeding the actual loss suffered by the City if the Work is not 40 completed on time. Accordingly, instead of requiring any such proof, Contractor agrees 41 that as liquidated damages for delay(but not as a penalty), Contractor shall pay according to 42 provided chard per SC-14.02d each day that expires after the time specified in Paragraph 43 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance: 44 45 4.4 Renewal 46 The City may renew this Agreement for up to two (2) additional time periods under the 47 same terms, conditions and unit prices. The city shall provide at least sixty (60) days' 48 notice to the contractor of the city's intent to renew. 49 Article 5. CONTRACT DOCUMENTS 50 5.1 CONTENTS: 51 A. The Contract Documents which comprise the entire agreement between City and 52 Contractor concerning the Work consist of the following: 53 1. This Agreement. 54 2. Attachments to this Agreement: 55 a. Bid Form 56 1) Proposal Form 57 2) Vendor Compliance to State Law Non-Resident Bidder 58 59 4) State and Federal documents(project specific) 60 b. Current Prevailing Wage Rate Table 61 c. Insurance ACORD Form(s) 62 d. Payment Bond 63 e. Performance Bond 64 f. Maintenance Bond 65 g. Power of Attorney for the Bonds 66 h. Worker's Compensation Affidavit 67 i. MBE and/or SBE Commitment Form (If required) 68 3. General Conditions 69 4. Supplementary Conditions. 70 5. Specifications specifically made a part of the Contract Documents by attachment 71 or, if not attached, as incorporated by reference and described in the Table of 72 Contents of the Project's Contract Documents. 73 6. Drawings. 74 7. Addenda. 75 8. Documentation submitted by Contractor prior to Notice of Award. 76 9. The following which may be delivered or issued after the Effective Date of the 77 Agreement and, if issued,become an incorporated part of the Contract Documents: 78 a. Notice to Proceed. 79 b. Field Orders. CITY OF FORT WORTH 2017 On-Call Traffic Mgmt Pavement Markings Striping and Signs Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised January 30,2017 005243-3 Agreement Page 3 of 5 80 c. Change Orders. 81 d. Letter of Final Acceptance. 82 83 Article 6.INDEMNIFICATION 84 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 85 expense, the city, its officers, servants and employees, from and against any and all 86 claims arising out of, or alleged to arise out of, the work and services to be performed 87 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 88 under this contract. This indemnification provision is specifically intended to operate 89 and be effective even if it is alleged or proven that all or some of the damages being 90 sought were caused, in whole or in part, by any act, omission or negligence of the city. 91 This indemnity provision is intended to include, without limitation, indemnity for 92 costs, expenses and legal fees incurred by the city in defending against such claims and 93 causes of actions. 94 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 95 the city,its officers,servants and employees,from and against any and all loss, damage 96 or destruction of property of the city,arising out of,or alleged to arise out of,the work 97 and services to be performed by the contractor, its officers, agents, employees, 98 subcontractors, licensees or invitees under this contract. This indemnification 99 provision is specifically intended to operate and be effective even if it is alleged or 100 proven that all or some of the damages being sought were caused, in whole or in part, 101 by any act,omission or negligence of the city. 102 103 Article 7. MISCELLANEOUS 104 7.1 Terms. 105 Terms used in this Agreement are defined in Article 1 of the General Conditions will have 106 the meanings indicated in the General Conditions. 107 7.2 Assignment of Contract. 108 This Agreement, including all of the Contract Documents may not be assigned by the 109 Contractor without the advanced express written consent of the City. 110 7.3 Successors and Assigns. 111 City and Contractor each binds itself, its partners, successors, assigns and legal 112 representatives to the other party hereto, in respect to all covenants, agreements and 113 obligations contained in the Contract Documents. 114 7.4 Severability. 115 Any provision or part of the Contract Documents held to be unconstitutional, void or 116 unenforceable by a court of competent jurisdiction shall be deemed stricken and all 117 remaining provisions shall continue to be valid and binding upon City and 118 CONTRACTOR. 119 7.5 Governing Law and Venue. 120 This Agreement, including all of the Contract Documents is performable in the State of 121 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 122 Northern District of Texas,Fort Worth Division. CITY OF FORT WORTH 2017 On-Call Traffic Mgmt Pavement Markings Striping and Signs Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised January 30,2017 005243-4 Agreement Page 4 of 5 123 7.6 Other Provisions. 124 Contractor agrees to pay at least minimum wages per hour for all labor as the same is 125 classified, promulgated and set out by the City, a copy of which is attached hereto and 126 made a part hereof the same as if it were copied verbatim herein. 127 7.7 Authority to Sign. 128 Contractor shall attach evidence of authority to sign Agreement, if other than duly 129 authorized signatory of the Contractor. 130 131 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 132 counterparts. 133 134 This Agreement is effective as of the last date signed by the Parties("Effective Date"). 135 Contractor: Ci>.o�rt Vorth:�- ('!// Jay Chapa Assistant City Manager By: Date ignature) 44 NOV Attest: (Printed Name) City Se etary OF Fps (Seal) � Title: �(L�iS t A r Company Name: -r Address: Wl v A- � M&C Date: / IAS 14i City/State/Zip: roved to Form and Legality 22y 2� t Date o glas ack Assistant City Attorney { 136 137 138 APPROVAL RECOMMENDED: 139 14 I , 1411 (� 142 OFFICIAL RECORD Dougi W.Wiersig,P.E 143 CITY SECRETARY DIRE OR, 144 Transportation and Public Works Department 145 ��WO M 2017 On-Call Traffic Mgmt Pavement Markings Striping and Signs Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised January 30,2017 006113-1 PERFORMANCE BOND Page I of 3 1 SECTION 00 6113 2 PERFORMANCE BOND Bond No. 2256847 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we,TRP Construction Group,known as"Principal"herein and 9 North American Specialty 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 Texas, known as "City"herein, in the penal sum of,Four Million and 13 00/100 Dollars ($4,000,000.00), lawful money of the United States,to be paid in Fort Worth, 14 Tarrant County,Texas for the payment of which sum well and truly to be made,we bind 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 9th day of May,2017 which Contract is hereby referred to and made a part hereof 19 for all purposes as if fully set forth herein,to furnish all materials, equipment labor and other 20 accessories defined by law, in the prosecution of the Work, including any Change Orders, as 21 provided for in said Contract designated as On-Call Traffic Management Pavement Markings 22 Striping and Signs Contract, City Project No.TPW-TM-2017-01- On-Call Traffic 23 Management Pavement Markings Striping and Signs Contract#1 24 25 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 26 shall faithfully perforin it obligations under the Contract and shall in all respects duly and 27 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 28 specifications, and contract documents therein referred to, and as well during any period of 29 extension of the Contract that may be granted on the part of the City,then this obligation shall be 30 and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH 2017 On-Call Traffic abtgntt Paventent Markings Striping&Signs Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.TP W-TM-2017-01 Revised July 1,2011 0061 13-2 PERFORMANCE BOND Page 2 of 3 1 PROVIDED FURTHER,that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code,as amended, and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 8 this instrument by duly authorized agents and officers on this the 9th day of May,2017. 9 PRINCIPAL: 10 TRP Construction Group 11 12 13 BY: 14 Signa re 15 ATTEST: 16 17 RL lflb /�4w,P•ru�/ f'/��S��h� 18 (Principal)Secretary Name and Ti le 19 20 Address: 2213 Moneda St. 21 Fort Worth, TX 76117 22 23 .;d 24 Witness as to Principal 25 SURETY: 26 North American Specialty Insurance Company 27 28 29 BY: 30 Signature 31 32 Sandra Lee Roney, Attorney in Fact 33 Name and Title 34 35 Address: 650 Elm Street 36 Manchester, NH 03101 37 38 C 39 Witness as to Surety Andrea Crawford Telephone Number: 972-776-8500 40 41 42 43 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 44 from the by-laws showing that this person has authority to sign such obligation. If 45 Surety's physical address is different from its mailing address, both must be provided. 46 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH 2017 On-Call Traffic Mgmt Pavement Markings Striping&Signs Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.TPW-TM-2017-01 Revised July 1,2011 006114-1 PAYMENTBOND Page 1 of 2 1 SECTION 00 61 14 2 PAYMENT BOND Bond No. 2256847 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, TRP Construction Group, known as "Principal" herein, and 8 North American Specialty Insurance Company , a corporate surety 9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal I1 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 12 penal sum of Four Million and 00/100 Dollars ($4,000,000.00), lawful money of the United 13 States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and 14 truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, 15 jointly and severally, firmly by these presents: 16 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 17 9th day of May,2017 which Contract is hereby referred to and made a part hereof for all 18 purposes as if fully set forth herein,to furnish all materials, equipment, labor and other 19 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and 20 designated as On-Call Traffic Management Pavement Markings Striping and Signs 21 Contract,City Project No.TPW-TM-2017-01- On-Call Traffic Management Pavement 22 Markings Striping and Signs Contract#1 23 24 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 25 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 26 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 27 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 28 force and effect. 29 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 30 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 31 accordance with the provisions of said statute. 32 CITY OF FORT WORTH 2017 On-Call Traffic Mgmt Pavement Markings Striping&Signs Contract STANDARD CONSTRUCTION SPECIFICA'T'ION DOCUMENTS Cite Project No.TPW-TM-2017-01 Revised July 1,2011 0061 14-2 PAYMENT BOND 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 9th day of May,2017. 3 PRINCIPAL: TRP Construction Group ATTEST: BY: Signatu (Principal) Secretary Name and Title Address: 2213 Moneda Street Fort Worth, TX 76117 Witness as to Principal SURETY: North American Specialty Insurance Company ATTEST: BY: Signature Sandra Lee Roney, Attorney in Fgct (Surety) Secre&y Tro Key Name and Title Address: 650 Elm Street Manchester, NH 03101 Witness as to Surety Andrea Crawford Telephone Number: 972-776-8500 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 2017 On-Call Traffic Mgmt Pavement Markings Striping&Signs Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Alo.TPW-Till-2017-01 Revised July 1,2011 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg,Illinois,each does hereby make,constitute and appoint: SAMMY JOE MULLIS,JR.,JOHN WILLIAM NEWBY,JULIE STORM,CHERI LYNN IRBY,WILBERT RAYMOND WATSON, CAROLYN J.GOODENOUGH,MICHAEL L.TULLIS,SANDRA LEE RONEY,DEBRA LEE MOON,ANDREA ROSE CRAWFORD, MARY JO ZAKRZEWSKI,JAMES B ROGERS JR.,TROY RUSSELL KEY,and DAVID MICHAEL LAYMAN JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION($50,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." \"A.boyrv' t10NAt s 3 F•. B �$ oRrd' tikr4p Steven?.Andenon,Senior Vice Praldent of Wuhineton International Insunnee Company22 S' �' 979 �ur sur &Senior Vice President of North American Specialty Insurance Company O? ;m a t By �u/nutnunaa Michail A.Ito,Senior etVt--TmidenToTWashington ime-ational Injuran e ompany &Senior Vice President or North American Specialty Insurance Company IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 1st day of July 2015 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 1st day of July 2015 ,before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A.Ito, Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL M KENNY NOTARY PU8IJC,STATE OFIWNOI6 MY COMMISSION EXPIRES 12!0412017 M.Kenny,Notary Public I, Jeffrey Goldberg the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 9th day of May 2017 . Jeffrey Goldberg,Vice President&Assistant Secretary of Washington international Insurance Company&North American Specialty fnsurance Company North American Specialty Insurance Company Washington International Insurance Company Westport Insurance Corporation TEXAS CLAIMS INFORMATION IMEQUAI I NQ T)ICE ADVISO IMPQRJANTE In order to obtain information or make a complaint: Para obtener informacion o para someter un queja: You may contact Jeffrey Goldberg,Vice President Puede comunicarse con Jeffrey Goldberg,Vice — Claims at 1-800-338-0753 President— Claims,al 1-800-338-0753 You may call Washington International Insurance Listed puede Ilamr al numero de telefono gratis de Company and/or North American Specialty Insurance Washington International Insurance Company and/or Company's and/or Westport Insurance Corporation North American Specialty Insurance Companys and/or toll-free number for information or to make a Westport Insurance Corporation para informacion o complaint at: para someter una queja al: 1-800-338-0753 1-800-338-0753 You may also write to Washington International Usted tamhien puede escribir a Washington Insurance Company and/or North American Specialty International Insurance Company and/or North Insurance Company and/or Westport Insurance American Specialty Insurance Company and/or Corporation at the following address: Westport Insurance Corporation al: 1450 American Lane 1450 American Lane Suite 1100 Suite 1100 Schaumburg,IL 60173 Schaumburg,IL 60173 You may contact the Texas Department of Insurance Puedc oscribir al Dopartmento de Seguros de Texas to obtain information on companies, coverages, para obtener informacion acerca de companies, rights or complaints at: coberturas, derechos o quejas al: 1-800-252-3439 1-800-252-3439 You may write the Texas Department of Insurance: Puede escribir al Departmento de Seguros 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: httg;(/vuww.tdi.state.tx.us Web: httn://www.tdi.state.tx.us Email:ConsumerProtection@tdi.state.tx.us Email:ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Should you have a dispute concerning your premium Si tiene una disputa concerniente a su prima o a un or about a claim you should first contact the reclamo,debe comunicarse con el Washington Washington International Insurance Company and/or International Insurance Company and/or North North American Specialty Insurance Company and/or American Specialty Insurance Company and/or Westport Insurance Corporation. If the dispute is not Westport Insurance Corporation primero. Si no se resolved,you may contact the Texas Department of resuelve la disputa, puede entonces comunicarse Insurance, con el Departmento de Seguros de Texas. ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA This notice is for information only and does not Este aviso es solo para proposito de infromacion y no become a part or condition of the attached se converte en parte o condicion del documento document. adjunto. 0061 19-1 MAINTENANCE BOND Pagel of 3 1 SECTION 00 6119 2 MAINTENANCE BOND 3 Bond No. 2256848 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we TRP Construction Group,known as "Principal"herein and 9 North American Specialty 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 Four Million 13 and 00/100 Dollars ($4,000,000.00), lawful money of the United States,to be paid in Fort 14 Worth,Tarrant County,Texas, for payment of which sum well and truly be made unto the City 15 and its successors,we bind ourselves, our heirs, executors, administrators, successors and assigns, 16 jointly and severally, firmly by these presents. 17 WHEREAS,the Principal has entered into a certain written contract with the City awarded the 18 9th day of May,2017 which Contract is hereby referred to and a made part hereof for all 19 purposes as if fully set forth herein,to furnish all materials, equipment labor and other accessories 20 as defined by law, in the prosecution of the Work, including any Work resulting fiom a duly 21 authorized Change Order(collectively herein,the"Work") as provided for in said contract and 22 designated as On-Call Traffic Management Pavement Marldngs Striping and Signs 23 Contract, City Project No. TPW-TM-2017-01- On-Call Traffic Management Pavement 24 Markings Striping and Signs Contract#1; 25 and WHEREAS, Principal binds itself to use such materials and to so construct the Work in 26 accordance with the plans, specifications and Contract Documents that the Work is and will 27 remain free from defects in materials or workmanship for and during the period of two (2)years 28 after the date of Final Acceptance of the Work by the City("Maintenance Period"); and 29 30 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 31 upon receiving notice from the City of the need therefore at any time within the Maintenance 32 Period. 33 CITY OF FORT WORTH 2017 On-Call Traffic Mgmt Pavement Markings Striping&Signs Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.TPW-TM-2017-01 Revised July 1,2011 0061 19-2 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 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 CITY OF FORT WORTH 2017 On-Call Trac Mgmt Pavement Markings Striping&Signs Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.TP W-TM-2 017-01 Revised July I,2011 0061 19-3 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 9th clay of May,2017. 3 4 PRINCIPAL: 5 TRP Construction Group 6 7 8 BY: 9 Sig ture 10 ATTEST: 11 12 13 (Principal)Secretary Name and Title 14 15 Address: 2213 Moneda Street 16 Fort Worth, TX 76117 17 is 19 Witness as to Principal 20 SURETY: 21 North American Specialty Insurance Company 22 23 24 BY: 25 ignature �- 26 27 Sandra Lee Roney, Attorney it Fact 28 ATTEST: Name and Title 29 30 Address: 650 Elm Street _ 31 (Sur t SecreAry Tr o ey Manchester, NH 03101 32 i 33 34 Witness as to Surety Andrea Crawford Telephone Number: 972-776-8500 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 CITY OF PORT WORTH 2017 On-Call Traffic Mgmt Pavement Markings Striping&Signs Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.TP TY-TM-2017-01 Revised July 1,2011 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg,Illinois,each does hereby make,constitute and appoint: SAMMY JOE MULLIS,JR.,JOHN WILLIAM NEWBY,JULIE STORM,CHERI LYNN IRBY,WILBERT RAYMOND WATSON, CAROLYN J.GOODENOUGH,MICHAEL L.TULLIS,SANDRA LEE RONEY,DEBRA LEE MOON,ANDREA ROSE CRAWFORD, MARY JO ZAKRZEWSKI,JAMES B ROGERS JR.,TROY RUSSELL KEY,and DAVID MICHAEL LAYMAN JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION($50,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9's of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon;the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." \\Ct1U 1111 if �4 ............ e Z HA( a` cr rA:Y By /5 f 'SEAI. E Cf_ Steven P.Anderson,Senior Vice President or wahineton International Insurance Company 2 SEAL_ &Senior Vice President of North American Speelalty Insurance Company O - m �9„,y�,N�MP4��� c9°•. By�'�umnmm\\ao\ .... Ito, eePdMtchut A. Tf/ �- - I oa ng ointernationalnsurane ompany &Senior Vice President of North American Specialty Insurv,m Company IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 1st day of July 2015 , North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 1st day of July 2015 ,before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A.Ito, Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company,personally known to me,who being by me duly swom,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL M KENNY _... NOTARY PUBLIC,STATE OF IWNOIS M.Kearny,Notary Public MY COMMISSION EXPIRES 12104/2017 I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 9th day of May 2017 . Q � yr I frrey Goldberg,Vice President&Assistant Secretary or Washington International Insurance Company&North American Specialty fnsurance Company , k'.R CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) `,...� 5/25/2017 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 Leah Wood NAME: Mullis Newby Hurst AH1 IN Ext: (972)201-OlOO A/C No):(972)201-0123 5057 Keller S rin s Rd Ste 400 E-MAIL ADDRESS:/wood@mnhins.com P g INSURER(S)AFFORDING COVERAGE NAIC# Addison TX 75001 INSURERA:Travelers Indemnity Company 25658 INSURED INSURERB:Travelers Property & Cas of America 25674 TRP Construction Group LLC INSURER C.-Navigators Insurance Co 42307 2213 Moneda Drive INSURER D: INSURER E: Fort Worth TX 76117 1 INSURER F: COVERAGES CERTIFICATE NUMBER:17/18 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 I TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS EACH OCCURRENCE $ LTR POLICY NUMBER MM/DDIYYYY MM/DD/ X COMMERCIAL GENERAL LIABILITY 1,000,000 A CLAIMS-MADE ❑X PREMISES Ea occurreOCCUR DAMAGE TO RENTED nce $ 300,000 C05F445349 2/12/2017 2/12/2018 MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY ]JEC n LOC PRODUCTS-COMP/OP AGG $ 2,000,000 PRO- OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 Ea accident B X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BA51F445663 2/12/2017 2/12/2018 BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE X HIRED AUTOS X AUTOS Per accident $ $ UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 2,000,000 C X EXCESS LIAR CLAIMS-MADE AGGREGATE $ 2,000,000 DED I I RETENTION$ H017EXC774942IV 2/12/2017 2/12/2018 $ WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY YIN STATUTE ER ANY OFFICER/MEMBER/EXCLUDED?PARTNER/EXECUTIVE N N/A E.L.EACH ACCIDENT $ 1,000,000 B (Mandatory in NH) --56002 2/12/2017 2/12/2018 E.L.DISEASE-EA EMPLOYE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS f LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Re: #TPW-TM-2017-01 On Call Traffic Management Pavement Markings Striping and Signs Contract Certificate holders include: City of Fort Worth CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE The City of Fort Worth THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 200 Texas Street ACCORDANCE WITH THE POLICY PROVISIONS. Fort Worth, TX 76102 AUTHORIZED REPRESENTATIVE Mike Wiggins/LEAH ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD INS025/9014011 COMMENTS/REMARKS The General Liability and Automobile Liability policies include a blanket additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. The General Liability policy includes a blanket additional insured endorsement that provides additional insured status to the certificate holder for products-completed operations only when there is written contract between the named insured and the certificate holder that requires such status. The General Liability policy contain an endorsement with primary and noncontributory wording that may apply only when there is a written contract between the named insured and the certificate holder that may require such status. The General Liability, Automobile, Workers Compensation include a blanket waiver of subrogation endorsement that provides this feature only when there is a written contract between the named insured and the certificate holder that requires this. OFREMARK COPYRIGHT 2000, AMS SERVICES INC. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy2,2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article1 —Definitions and Terminology..........................................................................................................1 1.01 Defined Terms....................................................................................................................I..........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............................................................................................................................l l 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 Article6—Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnruy2,2016 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 Article7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article8--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 Article9---City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager............................................................................................................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 SPECIFICATION DOCUMENTS Revision:FebnkW2,2016 Article 10-Changes in the Work; Claims;Extra Work................................................................................38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process........................................................................................................... .40 Article 11-Cost of the Work;Allowances;Unit Price Work;Plans Quantity Measurement......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13-Tests and Inspections; Correction,Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects.................................:......................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work............................................................................................... .. .....................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Collection or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments......................................................................................................................52 14.03 Contractor's Warranty of Title...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article15-Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnlaiy2,2016 Article17—Miscellaneous..............................................................................................................................62 17.01 Giving Notice..............................................................................................................................62 17.02 Computation of Times................................................................................................................62 17.03 Cumulative Remedies.................................................................................................................62 17.04 Survival of Obligations...............................................................................................................63 17.05 Headings......................................................................................................................................63 CITY OF PORT WORTH STANDARD CONSTRUMON SPECIFICATION DOCUMENTS Rovision;Febnay2,2016 007200-1 GENERAL CONDITIONS Page 1 of 63 ARTICLE I–DEFINITIONS AND TERNHNOLOGY 1.41 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics,but not always. When used in a context consistent with the definition of a listed-defined tern, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct,or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as 1s required by the Contract Documents. 4. Asbestos--Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award–Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form,if any, and the Bid Form with any supplements. 14. Business Day---A business day is defined as a day that the City conducts normal business, generally Monday through Friday,except for federal or state holidays observed by the City. 11.Buzzsaw–City's on-line,electronic document management and collaboration system. 12. Calendar Day–A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmiy2,2016 007200-I GENERAL CONDITIONS Page 2 of 63 13. Change Order A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney--The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager– The officially appointed and authorized City Manager of the City of Fort Worth,Texas,or his duly authorized representative. 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terns of the Contract.A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations,representations,or agreements,whether written or oral. 20. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones,if any and(ii)complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-I GENERAL CONDITIONS Page 3 of 63 25.Damage Claims–A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day–A day, unless otherwise defined,shall mean a Calendar Day. 27. Director of Aviation --The officially appointed Director of the Aviation Department of the City of Fort Worth,Texas,or his duly appointed representative, assistant,or agents. 28. Director of Parks and Community Services–The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth,Texas, or his duly appointed representative,assistant,or agents, 29. Director of Planning and Development–The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 30. Director of Transportation Public Works – The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department–The officially appointed Director of the Water Department of the City of Fort Worth,Texas,or his duly appointed representative,assistant,or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34.-Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35.Extra Work – Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents.Extra work shall be part of the Work. 36.Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance – The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Mnimy2,2016 00 72 00-1 GENERAL CONDITIONS Page 4 of 63 38. Final .Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40.Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43.Liens--Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44.Major.Item–An Item of work included in the Contract Documents that has a total cost equal to or greater than S%of the original Contract Price or$25,000 whichever is less. 45.Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46.Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47.Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48.PCBs Polychlorinated biphenyls. 49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50.Plans--See definition of Drawings. CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision;Febrmy2,2016 007200-i GENERAL.CONDITIONS Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52.Project—The Work to be performed under the Contract Documents. 53. Project Manager—The authorized representative of the City who will be assigned to the Site. 54. Public Meeting -- An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55.Radioactive Material'Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954(42 USC Section 2011 et seq.)as amended from time to time. 56. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday(excluding legal holidays). 57. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnwy2,20I6 007200-1 GENERAL CONDITIONS Pago 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful.Bidder=The Bidder submitting the lowest and most responsive Bid to whom City. mares an Award. 65. Superintendent—The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater,storm water,other liquids or chemicals,or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours--Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday,as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction,all as required by the Contract Documents, 72. Working Day—A working day is defined as a day,not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m,and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but,when used in the Bidding Requirements or Contract Documents,have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebmV2,20I6 007200-r GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terns of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1: The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory,faulty, or deficient in that it: a. does not conform to the Contract Documents;or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish,Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor,materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICA?TON DOCUMENTS Revision:F&my2,2016