Loading...
HomeMy WebLinkAboutContract 45403 C. ITY'SEC. R.ETARY AW f'O.RTWORTH 11 cow"awe � POMATO / SO COO PROJECT MANUA S"COPY / THE CONSTRUCTION OF J Riverside give and Fossil C'reek Roundabout City Project No. 02183 Betsy Price Tom Higgins Mayor City Manager Douglas W. Wersg P.E. Director, Transportation and Public Works Department m Prepared for The City of Fort Worth Transportation and PublieWorks Department November 2013 E �. 0# CHRIS B. BOSCO� o A0 93679 �,+w 0 �rw^ "!e c NAL EREESE AND MCHOLS, INC. TEXAS EGIIS*TEREI ENGNEERING FIRM OR F-2144 Freese and Nichols,lo c. Texas Regis t red, E ngineQri g Firm F-2144 FREESE aim Ir � OFFICIAL NIHOL 4055 are e a i r� Plaza, Suite 200 CITY SIECRETARY Fort one - 75-7300 Me Fax 817 a 49 Web www.freese-COM cIVE0 MAR 06 2OJ4 RECEIVED FEB 2 4 2014 Review Fags 1 of 2 Oo of the C"A."y of Fort Wofthl,"Texas ORY 11' FORT W CITY COUNCIL AUCNDA J Mkh"�I U#N iU1?A�46�J1)NJPkl9l'MIYII(al9lnlWll7lif!!n//0,111.1XPPG/f0,/,/n, 1 //, r,/i{ / r rr , avl�!I4N/m1�✓%(%aUCG�rti(?fit,11/VIII)tlbf(,I////�i)(�»�1�/1!�✓/i%IG/rl�f(ry/lAIr1uUTWdr('�;f;la%IJ rl//rr%% ,!/ !//!J/v{1 I �' r, y �VKGYM1IIu'iY�J/fJ!�. UlONfvbUYU'kS/l/�AilO/a/7l/m��O�t9�l d�iY�/�111r1Jl r�I�d�A(Md!?�IU111�U�Ifdfl!'�.?UfUU, ?U4%/�II Ir A�IIUUYIdPi�if�U�'�1IU@ P?'(t?hPr1�9AEVu'dU�NUiU�6kU�((((1liG� @ d/io@'s@✓!9/1PdVUi!YI&,�IUIUF'b��NNINNflINN'IIUkUY@N1UW!IN iY�@ 44�d rU @N@lf@fS'oaIGIIVA!/lIIU9i�� COUNCIL ACTION Apiproved on 2/118/2014, �%/�1N J GI,du1t11AA�!U6'u Y,��S4V dlfy/N//✓/ ll/l! / V/1 1 N/ {, � � l, „. � r r � � „" 11,Nl/%l//rJJ/JJJJJN//ilff,��r//r„f„ r ii, rii i / � r r r i aii r (✓ lul!/�//,////d ,,./. / 1. 1 / a r r � /r//lYl/,OJrlr,Ill1 A”OX„r/J1111110Y@ A({I,,,%r/J//irrr�„//I,yr/„{{„//i/ll/,X%/a/linl/I�l/ll1-JJI rrGC(/i%�///„f11f�11%�/nl��l/i�'U;11(,�Yffrl%y/,X111 NN�(((i NNglr//�l�iYlY/G/rllJ(6��ylUY1�i 4U�(VNOI/p?S�(il(U�YXXIII/ff�w9JAW1dfp1U�1JJJ}W)GaP�YAUf 1f11!UNM1�9;?U�llwllflf<�rl/�G116(!NINI!/f�lHlrl DATE.- 2/18/2014 REFERENCE NO.. 7 NAME: 2 SIL CREEK CODE-* C TYPE: NON- PUBLIC' CONSENT HEARING.- SUBJECT: Authorize Execution, of a Contract with L Contracting, LLC, in the Amount of $1,370,926.35 for the Reconstruction, of the Intersection of North Riverside Drive, at Fossil Creek Boulevard as a Multi-la,ne Roundabout, Pr viide for Project Costs and Contingencies for a Project Total in the Amount of$1,724,900.46 (COUNCIL DISTRICT 4) r Uifl I I NI'AAi�'fll 41 @(11i�K@f1JdUlIIU(61WNA( f S l l i f/ r l //7 1 I I { r i � {i i,r r r � i r, i r 4U61�'�V�Y�'VUIN`4UG!�PiNy lOS'� Ift@1NN'U�'rld@N (lU AI@ S@llf 1YU1164UI (X(U I f�l lrl//,1 iJflr Ulr i%,i,J i,%J ,/I l / / r / ii { r � {{ i � � , (1 o,J,%I l4'l/.i�6?�i�"',rf(l/..,1 lrir„1.,.,/JT/y//.N/////J ffllf111(r',/%/r'U/i,(l9,a,i f /l/G/, r/r 11 ✓ /1 i r I I /r+"' ,r„%9!%/, N r r/(�/a'JUNYI d1A71hf f�YXJJJ/J,II/cHUf(�//141!Yf�ri1),�!!//,/%�/1,l%//,✓/%/�l:{Jr'o//�I�JI%r!/I///�iUU/F1U�1�1i/�9A�”!NI%'911�JJ2A141f7lIFkd�,�(!r(IAIPnJ(1,W!„21U((I//%/�rlk�GoXX!(11r/11lUll/i VY 1 f U'dYai N✓/ .III ,1 r/o I J O!U �(//aE'I,ti1V��9 4U/dt�UC�N"�t 4U�lil@�,��NNi@�(�fAn6'' YJ1�ikJIS�1X��+'�Uwai1@ iP�'19!1@!@ NINy @I1@@"�3fUG/�4�Ld@�/JIJ�Gi�@ RECOMMENDATION: It is recommended at the City Council authorize authorizethe execution L LLC in the amount of$1,3701,926.315 for the reconstruction of the intersection of North Riversr l Drive at Fossil Creek Boulevard as a multi—Bane roundabout. DISCUSSION, This ite'rs ctioln of North Riverside Drive at Fossil Creek Boulevard will b r nstr,ucted, � roundabout.1 � a� multi- lane I a itw �� �rr�� �uti�rr, qtr drainage, water and sanitary sewer, street I ht'in , pavement markings and traffic si nag . In recognition that the rid a over F ssII Creek and IH-820 along North Riverside Drive will be completed at about the, same time as construction al 1­351W will be initiated the Texas Department of Transportation TxD,, T), Staff recommends the construction of a multi-lane roundabout at the nt ra ction of'North I ersid rive and Fossil Creek ulevar l* A multi-lane roundabout at this location will increase mobility by alilo ing constant r o rr ent and higher volumes of traffic through the intersection at low speed. The contract was advertised for bid on December 6, 2012 and December 13, 2012, in the 1=o1rt Worth Star-Tel rarer, On January 10,1 20113, the following bids were received-. Pro oser Proposal Amount JLB Con racti , LL 13701926.35 Jackson Construction $21 0541 12 ”.00 i Fain Group $12,613 0,592 1 M/WBIE, Office- JLB Contracting, LLC, is in compliance with the City's B1DE Ordinance by committing to, 25 percent MBE p1artioipat1 n, one this pro�ject,. The City's M,BE goal on this, combined project 'is, 15 percent. This, project is located in U C IL, DISTRICT 4, Mapsco 4 1 The Financial rage ent Services Director certifies that funds are, availa,bile in the current capital budget, as apipropriatedi, of the "try t Improvements, 21004 Overrun Fund. 1„! 'TO Fund/Account/Centers FIR F urr Accoun Clenters tt ://apps . cfwnet . org/cound, I cket c—r evi ew. as ._,r%]_** 1 2/20/201 M&C Review Page 2 of J„ 0203 541200 202390218383 ---. 2 3,7 ,x + .35 E! Subm*Itted fw Citv Manager'S Off�� � Fernando Costa (61,22) ri inatin tie rn n , Head: Douglas,W. Wie�rsig (7'801) Addlibonal Information Contact. Wilma Smith (8785) lo ATTACHMENTS , FOSSIL CREEK-RIVERSIDE ROUNDABOUT 2183 71 clf rIF t �9 tt a s . c,fwnet . org/council_paci<et mc—rev i ew., asp?ID= .. . . 2120/20/4 f /rr f N. Riverside Drive and Fossil Creek Blvd. Roundabout Addendum o. CITY OF FORT WORTH TRANSPORTATION&PUBLIC INFRASTRUCTURE DESIGN AND CONSTRUCTION GROILTP ADDENDUM No. I TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS or FOR N. RIVERSIDE DRIVE AND FOSSIL CREEK BLVD. ROUNDABUO CITY ROJECIT�NOI. 02183 Proposal Date,-, Thursday, Iece er 19,2013 Addendum No 1 Issued: December 11,2013 The contract and documents for the subject project are hereby revised or amended as the following.- The addenda and updated documents have been posted on-line and can Ie viewed Im uk r I'" !u.. II it I� �,'' F" �'I �� �. 0 ,' rH II u � , � � ii , pig- . uuµ1WNN�xw.wroxu W ��w4 mmlmmmuu... iii M Jip��bn�� ww�whuma uwaW�w�VwWeMM uwmw uuWOf4W9WNU�'I.VU9PoN�ONy9N11M1HU�bI. iWOiWWX.NNNImmIMAaNW IoIMPoIUUIW.WIINWPIfuWM�INUV.OWNN4.MMW'SMm'HllmGIIM011MMITimI o minim u�1 �WANMMd1IUP1UtlWBPMP�vMm uum'eA 1... �VpW,NUId mmu4'tlIMY4 WWWwuWw+wNW,'Wi 4� llrel4 " "V�"N I 0 " o u a, o M i ',W iil F a�e, w . Project Manual. Section 0101 11 1.4 rev o Offerors shall be replaced with the Invitation, to Offerors in the addendum. . The PRE-PROPOSAL CONFERENCE date and funs ar��d � ' ����4- DATE: Fri day,December�3,2013 TIME 10Wo00 A.M. PLACE Pre Council Chambers Information to Offeror's. This Addendum No. 1,forms,part, he Speclifications and Contract Documents for the subject project d modifies the original S e6fi cations and Contract, summa of the same. r, Acknowledge our receipt off'phis addendum No. l by completing the re ues d information at t1 1. In the s ace pr de Section l Proposal, For* *' 2., Exec nowled emen below nd submit signed copy with your proposal at the time of the Proposal submittal. or P I Full- N. Riverside Drive and Fossil Creek Blvd.Roundabout Addendum No. r RECEIPT ACKNOWLEDGES: Douglas W. Wiersig P.E. ) Director By Department ffra� sporta n/Public Works ,.. 01'f W,Todd Estes, ".E. i Program Manager f�. i PIP Pgr/ 2 N. Riverside Drive and Fossil Creek Blvd.Roundabout Addendum No. 2 f CITY OF FORTT'WORTH TRANSPORTATION&PUBLIC WORKS INFRASTRUCTURE DESIGN AND CONSTRUCTION GROUP ADDENDUM No.2 O THE SPECIFICATIONS AND CONTRACT DOCUMENT O N.RIVERSIDE DRIVE,AND FOSSIL CREEK BLVD. ROIUN ABU T' CITY PROJECT NO, 02183 Proposal Date- Tburs,day,January 2, 2014 Addendum I Isu December 11,21 Addendum No 2 Issued*, December 17,2013 The contract and documents,for the subject ro ect are hereby revised or amended as the following-, The addenda and updated documents have been posted ors-lire and can be viewed at.- oia „, i Addendujn%6202 t ru"pct Manual The following changes have been made to Section 00 1 l 1 Invitations to Offerers Enna 5 through Line 1. . RECEIPT OF PROPOSALS Sealed proposals for the c nstruction of Riverside Drive e ` ss l Creek Boulevard Roundabout Pr ct No. 02183 will, be received by the City of ort Worth Purchasing Office: City of Fort Worth. ur+ch In Dxvi� on 000 Throckmorton Street Fort Worth, Texas 76102 until P. . �' ` "", Thursday,January 2nd,2014, and proposals will be opened publicly and read aloud at 2.00 PM CST in the Council Chambers. g t h N. Riverside' rIve and Fossil Creek Blvd.Roundabout Addendum No. The following charges have been made to Section 00 2 —Instructions to Offerers—Section 19.,5 1,9.5 Evaluation of Contractor-Specified Time of Completion shall be based on the difference in days between the City-Specified Time of Completion and the Contractor- peeif d Time of Completion. Points shall be awarded as shown in the table below.- The'd eren,ce i's zero(0)Days 5 , The Contractor Specified Time=City sc fi ed Time For every two 2 days that the Contractors ars Spec ed 15-20 Time of Completion us less than the City Specified Time of Completion one 1 additional Feint will be added to the 15 Points with a maximum of 20 Points, For every two(2)that the Contractors,Specified Time 0-15 f Completion s more than the City Specified dime Cornpletion one )additional Point will be deducted from the 15 Points with a minimum of zero LO Pointe Maximum 2 Score. Information to fer rl , This Addendum No. 2, forms part of the Specifications and Contract Documents for the subject project and modifies the original Specifications and Contract Documents of the same. Acknowledge your receipt of this addendum No. 2 by completing the requested 'Information,at the fib owing ocations*. L In the space prov ded it Section 00 41, 1 Proposal Form 2. Execute acknowledgement below and submit signed copy with your proposal at the time of the Proposal submittal. RECEIPT ACKNOWLEDGES: Douglas W. W ersig, PI.E. Director Department of Transportation/Public Works Title-. By u� e rw W.Toed Estes P.E. "r gram Manager Pg 2 005244-1. 0 .......... Page I of SECTION 0 52 44 3 COMPETITIVE S F At,P,T SAL 4 THIS AGREEMENT, authorized 011 FEB 18-2014 is made by and be'tween the City of Fort 5 Worth,, a `ex s home rule Muni reality, ac tin g by and through Its duly authorized City Manager, 6 ('4city"), d JAB Contras n . LLC author zed to do business in 'T'exas, acting, by and through 7 its duly authorized representative,, ("Contractor"). City and Contractor, in co:nsiacrat on of the mutual covenants hereinafter set forth, agree as 9 fo:l I ows J', w Article I. WORK I Contractor shall complete all Work as specified or indicated in the Contract Documents for the 2 Project identified herein. 3 Adis a 2. PROJECT 'Mare project for which the Work under the Contract Documents may be tile whole or only a,part is 5 generally described as follows: Riverside Drive - Fossil Creek Boulevard Roundabout 7 City Project No. noels 3. CONTRACT TIME Tire is of the essence. 20 All time llrn t,s for Milestones,: if any, Substantial Cornpletion and Final Acceptance as 21 stated in the Contract DOCUrnents are of the es:sen e to this:Contract. MP 3,. Substantial Cora lath 23 The Work shall be Substantially Complete within, Days frorn the Notice to Proceed, 24 which is the Contractor-Specified Time of Completion as submitted o:ll the Proposal 5 Form and as defined in the Supplementary Conditions. 26 3:.3 Final Acceptance. 7 ule Work will be complete for Final Acceptance within 60 drys of Substantial 28 Completion. 2 119 2 3 5 36 3.4 Incentive/Disincentive 37 A. Incentive CITY OF FORTWORTI-I Riverside Drive—Fossil Creek BOLdevard ROUndabout STANDARD CONS I" .0 CTION SPECIFICATION DOCUMENTS City Project No.02183 Revised Septernber 17,2013 005244-2 Agreement Fags ncenti e for timely completion of the Work shall be the Daily Value of$3 �O per day. The Contractor ntractor will earn the Incentive for each Day that the Work is Substantially 3 Complete prior to the Contractor Specified Time of Completion taking into account an 4 additional time extensions as documented In an approved Change Order. The 5 Substantial Completion Late will he the date determined by the City and as stated on the Letter of Substantial Completion issued by the City. The maximtirn number of Days for which the incentive may be paid s limited to 30% of Days specified in the Con ractor-Specified Time of Completion. Any extension granted in a Change Order 9 does not increase the potential Incentive. Any Incentive payment earned by the 10 Contractor shall he made at Final Payment. 11 B. Disincentive �1 12 The:Daily Value will he deducted frorn the monies due to the Contractor for each Day 13 that expires after the time specified in the Contractor-Specified Time f Completion 14 plus any additional ti ne extensions as documented in an approved Change Order until 15 the date stated in the Letter of Substantial Completion issued by City. Any such 16 Disincentive assessed shall he made at Final Payment. 17 3.5 Liquidated damages 8 Contractor recognises that time is of the essence of this Agreement and that City wi.11. 19, suffer financial loss if the Work is not completed within the times specified in Paragraph 20 3.3 above, plus any extension thereof al'lowed in accordance with Article 12 of the General Conditions. Tile Contractor also recognizes the delays, expense and difficulties 2 involved in proving in a legal proceeding the actual loss suffered by the City if the Wort 23 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 4 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 5 City Six hundred and f& Dollars ($650) for each day after the time specified in 26 Paragraph 3.3 for Final Acceptance,, accruing cumulatively, until the City issues the Final 27 Latter of Acceptance. 8 29 Article 4. CONTRLACT PIUCE 30 City agrees to pay Contractor for performance of the Work as submitted in the Proposal Form in MA 31 accordance with the Contract Documents,an amount in current funds of One Million Three 'Hundred fever bou�a d di a �unced men 3 %x and 35/ .,......... ..*....L oillars 33 ($1-137.02926.3151)1. 34 Article 5. CONTRACT DOCUMENTS 35 5.1 CONTENTS: u 36 A. The Contract Documents which comprise the entire agreement between City and 37 Contractor concerning the Work consist of the following: 38 1. 17his Agreement. 39 2. Attachments to this Agreement.* 40, a. B i d Form 41 1 Proposal Form 42 2 Vendor Compliance to State Law Non-Resident Bidder 43 3 Prequalification Statement 44 b. Current Prevailing Wage Rate Table CITY OF FORT WORT H riverside Drive—Fossil Creek Boulevard Roundabout STANDARD ONTRU TION EC IFICA I DOCUMENJ'S City Project No,02183 Revised September 17',201 1 005244-3 Agreement »; Page 3 of 5 1 c. Insurance ACORD Forrn s 2 d. Payment Bond . Performance Woad 4 f. Maintenance Bond 5 g. Polwer of Attorney for the Bonds 6 h. Worker's Compensation Affidavit . M WB E Commitment Form orrn . General Conditions. 4. Supplementary Conditions. 10 5. Specifications specifically made a part of the Contract Documents by attachment I 1 or, if not attached, as incorporated by reference and described in the Tahle of 12 Contents of the project's Contract .Documents. 13 6. Drawings. 14 7. ,addenda. 15 8. Documentation submitted by Contractor pr r to Notice of Award. 16 9. The following which may be delivered or issued after the Effective Date of the MAP 17 Agreement and, If issued, become an incorporated part of the Contract L ocurnents': 18 as Notice to Proceed. 19 h. Field Orders. qX 20 c. Change Orders. 21 d. Letter of Final Acceptance 100 23 article 6. INDEMNIFICATION ICATION 4 1.2 Contractor covenants and agrees to indemnify, hold harmless and defend, at its owe. 5 expense, the city, its officers, servants and employees, from and against any and all X1119 26 claims arising out of or alleged to arise out of, the work and services to be performed 27' by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 28 under this contract. "his indemnification provision is s e ifically intended to operate and be effective even 'if it is alleged or proven that all or some of the damages b elin 30 sou ht were caused in whole or in part, by any act omission or negligence of'the ci 31 "his indemnity provision is intended to include, without limitation, indemnity pity for 32 costs, expenses and legal fees incurred by the city in defending against such claims are 33 causes of actions. 4 1 315 61.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 36, the city, its officers,servants and employees, from and against any and all loss, damage 37 or destruction of property of the city, arising out of or alleged to arise out of,the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This, indemnification 40 provision is ficall intended to operate and be effective even if it is alleged or 41 proven that all or some of the dania es being sought were caused in whole or in part, 42 by any act omission or ne li ence of the city- 43 44 45 46 .article 7. MISCELLANEOUS CITY OF FORT WORTH TH riverside Drive Fossil Creek BOUlevard Roundabout STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ENTS Cit Project No.02183 Revised September 1 ,,2 113 1 005244-4 Agreement Page 4 of 5 Terrns. �e used i his a ee n 2, Bch are defined lug tide i f the General Conditions w,il.l have the i-neanin s, indicated in the General on d ns.. Assignmetit of Contract. 5 This Agreenient, including all of the Contract cuurnenus may not be assigned by the Contractor,without the advanced express written consent of 1 City. 7 .3 Successors,and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in rasped to all covenants, agreements eats au . 10 obligations contained in the Contract Documents. 11 7'.4 Se verabili y. 12, Any provision or part of the Contract urac ) urnents held to use urncons itu tion ul, void or 13 unenforceable y, a Court of competent jUl'isdiction shall use deerned stricken, and all 14, remaining, provisions shall continue to be val,id and binding upon CITY arid 15 CONTRACTOR. 16 7.51 Governing Law and Venue. uew MPP 17 'This Agreement, including all l of the Court oc r tints is Performable in the State of 18 Texas. Venue ,shill be Tarrant Cotin y Tiexas, or he n ite aces District, Court for the 19 Northern District of Texas, Fort Worth Division. 20, 7.61 Other Provisions. 21 The Contractor agrees, pay at least a iruin urn wage per hour for all labor as the same is 22 classified, promulgated and set out by the City, a copy off. which is attached hereto and 2 i a 1e a part hereof the sarne as if it were copie d verbatim herein. 24 7...7 Authority to Sirs. 25 Contractor shall attach evidence off.authority to sign Agreement, if other than duly authorized 26 signatory of the Contractor. 27 28 IN WITNESS WHEREOF, City and Contractor r have executed this Agreernent in multiple 9 coutrparts uy 3 31 This Agreement, s effective as of the last date signed by the Rar ics ("Effective active Date''). 32 u� tractor.* LB CONL City of Fort Worth 1 l" rin i urdo Costa NN, P 1, r i rc i Simi Davis, Assistant President Dates ID te C1".1,., OF FORT WOR'1"H Riverside Drive Fossil Creek Boulevard RoundabOLA STANDARD:.D CONSTRUCTION SPECIFICATION DOCUMENTS City Project' 1 .02l 3 Revised Septcniber 17,2013 00 52 44.5 Agreement IMP Page Address ��.�.... City/'StatOOPpT WORTH,TX 76124 Attest Mary J. Kayse city ecretary 00 (Seal) 10 � '�� Approval Recommended.- 000 V-7 11 DIRECTOR, w " ranspor a n and public rks Depailment Date*. f' rm an I L. A irov s to, Form and Legality: 0 s to* Ig as W. Mac, Assistant City Attorney 0 0 FFICIAL RECORD 'ORD C CITY S MO]ARY' ITY SECREJ F a WO T141 TX R 141 TX CY'VY OF F'ORT WORTI,i Riverside!1x --Fosse l("'re�ek Boule ar 'Roundabout S"A'ANDARD CONSTRUCTION SPECIFICATION CUME'N'r City Project No,0218,3 Revised September 17,2�0,1 00 61 13 1 PERFORMANCE BON Page 1 of Bond No. 6067232 SECTION+ill 61 13 PERFORMANCE NC BOND THE STATE OF TEXAS § KNOW ALL BY THESE PRE'S ENT S.- COUNTY OF TARRANT That we, JLB Contracting,ITC known as "Principal" herein and Westfield Insurance Company ,a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as"Surety" herein (whether one or more),, are hell and firmly hound unto the City of Fort Worth, a municipal corporation created NO pursuant to the laws of Texas, known as"City"herein, in the penal sure of One Million,,Three Hundred Seven Thousand,Nine Hundred Twee -Six Dollars,and Thirty-Five Cents J .5, .1, lawful money of the United States, to be a d. in Fort Worth, Tarrant County, Texas for the payment of which sung well and truly to he made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, fin-nly by these presents.. WHEREAS, the Principal has entered into a certain written contract with the City awarded the day o t FEB 18 , 20 which Contract is hereby referred to and jade a part hereof for all purposes as if fully set forth herein.,to furnish all materials, equipment labor and ether accessories defined by later, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as flip, Riverside Drive Fossil Creep Boulevard Rnundahnlu IM City Proleet Nn. 0218,E NOS T'I ERIE4 FORTE the condition of this obligation is such that if the said Principal shall faithfully erfon-n it obligations under the Contract and shall in all respects duly and I faithfull y perfor n the Work,, including Change Orders, under the Contract, according to the plans, specifications, a nd contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the City, then this obligation shall he and become null and void, otherwise to remain in Bill force and effect. CITY OF FORT WORTH Riverside Drive—Fossil Creek Boulevard Roundabout. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02183 Revised august 17,2012 0061 1 PERFORMANCE BOND Page 2 oft Bond NCB. 663 PROVIDED T R,that if and legal, action he filed on thi,s ond, vet ue shall Ile in Tarrant County,, Texas or the United States District Court for the Northem District of Texas Fort Worth Division. This bond is made and executed in compliance with the provisions of Chapter 2253 of the .; Texas Government C ode, as arnended, and all liabilities on this hoed shall he determined in accordance with the provisi ns of said statue. - IN WITNESS WHEREOF,the Pane l al and the Surety have SIGNED and SE. I,,Fl this instrument by duly authorized agents and officers on this the day of FE81 8 � 2 PRINCIPAL: IPAL YLB CONTRACTING, LLC 4000,0doe BY- Signature ATTEST: #I Sam Davis in pal) Na rn el a'n e Address. �. � c� 4 1 14,, Fort'Forth Texas 76124 Wit as to Principal SURETY: WESTFIELD fNSt RANC E COMPANY mature Charles D. Sweeney, Attorney-,n-Fact Name and Title Address: 555 Republic Drive, Spite 450 ' ano Texas 75074 a 'rell hane Number: 972 -260,0 Witness to Surety Elizabeth th m *Note: If signed by an officer of the Surety Company,y, there must he n isle a certified extract from the by-laws showing that this person has authority to sign siuch Obligation. If Surety's physical address is different from its mailing address, both Mist he provided. The date of the bond shall not he prior to the date the Contract is awarded.,'- CITY F FORT WORTH Riverside Dr -Fo_s�'0 re Boulevard Roundab tit STANDARD CONSTRucriON SPECIFICATION DOCUMENTS City Project No.02183 Revised AugLI t 17,2012 0061 14-1 PAYME NT BON Page 1 oft Bond No., 6067232 SECTION'00 61. 14 PAYMENT BOND THE STATE OF'TEXAS § § KNOW ALL BY '"111ESE, PRESENTS. COUNTYOF TA 1' T That we ntraetu LC k-no n as "Principal" herein and Westfield Insurance C0 a1 a corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety herein (whether one or m ore), are held and firmly pound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of onec Hundred Seventy ' " ousand undred 'Trent -� OWN Dollars and T hir M e Cents-($1,370,926.35), lawful Money of the United States, to he paid in Fort Worth., Tarrant County, Texa s, for the payment of which sun well and truly he made, we M-1, brind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: PAP �E� .S, Principal has entec�ed into � eert�in written Contract with Cit r, �, carded FED 1 2014 the day of , 20 l- eh 'o tract �� hereby referred to and made a. part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the proseeutiolr. of the Work as provided for in said Contract and designated as Riverside Drive---Fossil Creek Boulevard Rou ndabout C 'ru eet No. 02183 NOW, THERE ORE9 THE CONDITION OF THIS OBLIGATION is such that if Principal shall play all monies owing to any (and all) payment bond beneficiary (,as defined in PRO Chapter 2253 of the Texas, Government Code, as amended) in the prosecution of the Work under the contract, then this obligation shall be and become null and void otherwise to remain in full IMP force and effect. This bond is made and executed in compliance with the provisions of Chapter 22-53 of the Teas Government bode, as �..u-.ended, and all liabilities on this bond shall be deter-nined in accordance with the provisilons of said statute. CITY OF FORT WORTH TH Riv r de Drive Fossil Creed.Boulevard R undabout STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02183 Revised July 1,2011 61 14 PAYMENT BOND Page 2 of 2 Bond No. 6067232 IN WITNESS WHEREOF the Principal and Surety have each SIGNED E and SEALED this instrument duly authorized a eats and officea�s on this the day of FEQ PIUNCI A ALB CONTRACTING, LLC. ATTEST: BY: Signature Sam Davis ........ ---Prp_,sirien (Principa1) 'S_necretary Name and"l"'i e Address: P.O. Box 2413 1 Fort Worth Teri 766 It 24 W it s as to Principal S U T WESTFIELD INSURANCE COMPANY Arr EST BY: I Signature ,. Charles D. Swan e Attorn e -in-Fact (Surety) Secretary Name and Title Address: 555 Republic Drive, Suite 450 'lain Texas 75074 L �w l tn ss to, Surety El za b 'i Gray Telephone Nu mber.- 972-516-2600 pill Cote: If signed by an officer of the Surety, there must be on file a caroled extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, bath must be provided. The date of the bond shall not be prior to the date the Contract is awarded.. END OF S ECTION CITY OF FORT FORTH Riverside Drive_Fossil Creok.Boulevard Roundabout STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02183 Revised July 1,2011 0061 19- 1 MAINTENANCE Fay Bond o., 6067232 I� SECTION . A FENAN BON THE STATE OF TEXAS § KNOW ALL BY SE PRESENTS, COUNTY That we JLB Contractin2,LLB known as "Principal" herein and Westrield Insurance Company a corporate surety(sureties, if more than one) drily authorized to do business ire the State of 1"exas, known as "Surety"herein (whether one or ore),are held and n-nly bound unto the City of Fort Worth, a municipal al corporation created pursuant,to the laws of the State of Texas, known as"City" herein, in.the sur r of One Million, Three Ha rg a Seven Thousand D red S x u s and " ve i � r � Cents, $ 370 9 . 5 lawful m ney of t e United States, to be paid in Fort Worth, Tarrant County, TexasJor paynient ofwhich surn well and truly be made unto the City and its IMP successors, we bird Ourselves, Orr heirs, executors, administrators,tors, uccessors and assigns,jointly and severally, f it m y by these presents. the Principal as entered into a certain written contract w,ith the City awarded the day of , 2 ,Which Contract is hereby referred to and a rrrtde dart hereof for all purposes as if full,y set forte herein, to,furnish all materials, equipment labor and WOO other accessories as defined by law, in the prosecution of the Work, including any ork resulting from a duly authorized Change Order(collectively herein,the Work as provided for in said v,, contract and desitriat d as Riverside Drive—Fossil Creek Boulevard Roundabout. MR ' Prollect No. 21, 3., arid.. OP WHEREAS, Principal binds itself to,use such mat vials and to so construct t h orb in accordance wit h the plans, specifications and Contract Documents that the Work is and will remain Tree from defects in materials or workmanship f6r and during t ie period of years alter the date of Final Acceptance of the Work by the City("Maintenance Period" and CITY OF FORT WOW"r1- Riverside Drive—Fossil Creek Boulevard 1,ounda t. S TAND CONSTRUCTION SPECIFICATION ION DOCUME T City Project No.02183 Revised August 17,2012 0061 19-2 MAINTENANCE BOND Page 2 of 3 Bond No. 60672,32 Principal binds itse `to repair or reconstruct the Work Its whole or in part upon receiving noti e from the City of the nee t ereof at any time within the Maintenance Period- NOW THEREFOR-E.1, the condition of this obligation is such that if Principal sal remedy any defective Work, for which t niely notice was provided by City,to a completion satisfactory to the City, then t h s,obligation shall becorne null and o 1. otherwise to remain in ` full force and I PROVIDED,HOWEVER, if Principal shell.fall so to repla r or reconstruct any timely noticed defective Work its agreed that the City" m y cause any and all such defective Work to 4111" be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under th is Maintenatice bond; any PRO FURTHER,that if any e al action be filed on this Boriel, venue shall lie in Tt r a t Co ' x s or the United States District COUrt f r the Northern Di strict f`texas, :fort Worth Division,- and PROVIDED NTH ,that this obligation spa 1 be continuous In naftlre and successive recoveries rnay be had hereon for successive breaches. 11 t 1 CITY OF FORT WORTH Riverside Drive -Fossil Creek Boulevard l oundabout STANDARD CONSTRUCTION SPECIFICATION"A"1"IO DOCUMENTS City PrQject No.02183 Revised August 17,2012 'h 006119- MAN ENANC E BOND Fags 3 of Bond No. 606:7232 IN WITNESS WHE REOF, the Principal and the Surety have each SIGNED and SEALED this instrument by dul agents ants and officers on �, the day of FEB 2014 2 ............. PRINCIPAL: JLB CON"FRACTfNG1 LLC ny►'►�� ray B . Signature EST; Sam Davis,, Le" 11 0: ldli, ._. �. 1%/ZZM11r0, President '.'ff lie rill pal Secretary Name and Title Address: P.O. Box 24131 Fort'earth Texas 76124 Wi c as to Principal. SURETY: Y WEST'F"IELD INSURANCE COMPANY Signature Charles D. SwccncarncFact ATTEST: Nark and Title �,, Address: 555 Repu,blic Drive Sa to 450 (Surety)Secretary Plano Texas 75074 Witness as ho §t rc ty Elizabeth Gray Telephone Number-, 972-516-2600 N � e If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be pr ovided. The date of the bond shad not he prior to the date the Contract is awarded. BITTY OF FORT WORT'I-I Riverside Drive— Boulevard Round'abo4ut STANDARD ONST RUCTION SPECIFICATION AT"It DOCtJMENTS City Project 1 No.0218 Devised.August 17,2012 [MPORTAI T NOTICE A' ISO IMP RTANTE To obtain i for anion or make a complaint: Para udtener informaci n ul para, sor et r un�a 40" uej a You may call Westfield Insurance Company's and/or Ohio Farmers Insurance Company steel pu de lIlamn ar al nume,ro de telefono gratis de toll-free telephone number for information or to 'Westfield Insurance Company's Ohio Farmers ers make a complaint gat: Insurance, Complany's, para informac,ion o pa,ra sorneter una queja gal* �f 11-800-368-3597 1-800-368-3597 You may also write to estfield Insurance �f Company and r Ohio Farmers Insurance U'sted tambien puede escri it a Westfield Insurance Company at: Company Ohio Farmers Insurance Company.- 555 Republic Drive, Suite 450 555 Republic c Drive, Suite e 450 Plano, Texas 75074-8848 Plano, Texas 51074-8848 Your may contact the Texas Department of Puede comuni parse con el Depart amaento de Insurance to obtain information on Segur s de Texas para btener informacion acerc companies, coverages) rights or complaints de companias, coderturasa der chos o quejas gal.- cwt." 1-800-252-3439 1-800-252-31439 Puede escri it al Dieparta,mento de Se urns de You may write the Texas Department of Texas: Insurance; P. 0. Box 149104 P. 0. Box 149104 Austin, TX 78714-9104 Austin, TX 78714-9104 Fax: 512 475-1771 Fax: 512 475-1771 Web: http-//www.tdi.sta,te.tx.us, eh: h E-mail. C nsumer,Protectien tdi.stateWt c.us E-mail:: CensurnerProtecti n tdi.state.tx.us ISPUTAS S B E PRIM' AS 0 RECLAMOS PREMIUM OR CLAIM DISPUTES: Si tiene a aa. disputa c ncer iente a su prima o a aun Should you have a dispute concerning your reclarnu, dede comunic arse con el agente premium or about a claim you should Westfield Insurance Company/ Ohio, Farmers contact the agent or Westfield Insurance Insurance Company prirnere. Si no se resuelve la Company and/or Ohio Farmers Insurance disputa, puede ententes comunilcarse cony l Cema ny first. If the dispute is net resolved, die artam "t T I . you may contact the Texas Department of Insurance. USIA ESTE AVISO A SU P LIZA: Este avise es solo: para proposito die inform acien y no se ATTACH THIS NOTICE TO, YOUR cenvierte en parte e eendicien del decuma>ente POLICY: This notice is for information only adjunto. and does not become a Part or condition, of the attached document. a ML dh are] MA 111 a I OKI M 01 AW NOW 0 AC"R", DATE(MMfDDNYYY) �vl_ CERTI'F'I'CATE OF' LIABIL,ITY INSU'RANC�E 2/17/2014 TH'I'S CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOL'DER. 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 � of-d-or is an ADDITIONAL INSURED, the piolicy(les) mu�st be endo�rse�d. If SUBROGATION IS WAIVED,subjectto the terms and conditions of the,pollcy,,certain policies may req�uire an endiorsement., A statement on this certificate,does not Confer rights to the certificate 'holder in lieu of such endorsernient(s). PRODUCER CONTAC C 1/10 NAME: The Sweeney Company PHONE (817)45,7-6700 FAX .Q.NQ.EA11; No):(8171451'7-7246 1121 E. Loop 8�21,0 South MAIL ADDRKa�,: � P� O Box 8720 INSURER AFFORDING COVERAGE, NAIC iFort Worth TX 76124-0720 INSURERA13ituminous Fire & Marine INSURED LLN�RE�RB-:Bituminous Cas�ualty Co,:�p �JLB Contracting, LLC INSIURERC:Great Anier,i,can Inis Co (Cas Nk ............... P 0 Box 24131, IN SURER D: INSURER E: �Fo�rt Worth TX 176124 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NU�M�BER: THIS IS TO CERTIFYTHAT THE POLICIES OF INSURANCE LISTED B�ELOW'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 WTH 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 C;LAJMS,. IN�SR ADDL POLICY EFF P,OLI�CY EXP LTR TYPE OF INSURANCE _�-INZS POLICY NUMBER (MMIDD/YYYYj AMIDD/YYYYj LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 11000,000 X COMMERCIAL GENERAL LIABILITY DAMAGETO RENTED 100f000 A CLAIMS-MADE [i]OCCUR CLP 3 592, 985 9/'30/2013 91/3 Ol/2 01 14, PREMISES(Ea occurrenceL__ $, MED EXP(Any one person) $ 5r000 MR X CONTRACTUAL, PERSONAL&ADV INJURY $ 110001F000 I X XCU GENERAL AGGREGATE $ 2,00,01,0100, GEN*L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGG S 2,000,00,10 PRO, LOC P,O,LICYFx AUTOMOBILE LIABILITY COMBINED 9INGLE CIMIT Elai am'dent) 11--o-901.000 BODILY INJ B X ANY AUTO �U,RY(Per person:) $ ALL OWNED SCHEDULED CAP 3 51921, 9919 9/30/2013 119/310/2014 LY INJURY(Per accident) $ AUTOS AUTOS NON-OVVNED1 PROPERTY DAMAGE $ H�IRED AUTOS AUTOS _2_e!.P�Odent') Underinsured mio�torist OCCUR EACH OCCURRENCE $ 51'r 000 f 0010 UMBRELLA UAB X C EXCESS LIAO CLAIMS-MADE AGGREGATE $ 51000,000 LlDELDL�j RETENTION$ 10,000 TUU 0016409 04 9/30/2013 1 9/30/2014 $ B WORKERS COMPENSATION X VVC TATU_ OTH- AND EMPLOYERS'LIABILITY YIN 1--ER _,_..........................- ANY PRO,PRIETOR/PARTNER/EXE'C'U'TIVE E.L,EACH ACCIDENT 1$ 1 0100 000 OFFICER/MEMBER EXCLUDED? NIA �91/30/2013 9/30/2014, .... Oe (Mandatory In NH)i �c 3 592 99,8 �LDI�EASE-EA EMPLOYEE $ 11000,0100 If ies describe under D R'IPTION OF OPERATIONS below E,L,DISEASE-POUCY LIMIT 1j 0Q10 0010 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional:Remarks Schedule,if more space is required) RIVERSIDE, DRIVE-FOSSIL CREEK BOULEVARD ROUNDABOUT, CITY PROJ'ECT NO. 02183. ALL POLICIES INCLUDE A BLANKET 0 1AUTOMATIC WAIVER OF SUBROGATION ENDORSEMENT' & THE GL, AUTO & UMB POLICIES INCLUDE A BLANKET AUTOMATIC ADDITIONAL INSURED ENDORSEMENT PROVIDING ADDITIONAL INSURED & WAIVER OF SUBROGATION STATUS TO THE CERTIFICATE HOLDER ONLY WHEN' THERE IS, A WRITTEN CONTRACT' BETWEEN THE NAMED INSURED & THE CERTIFICATE HOLDER THAT REQUIRES SUCH STATUS. THE GL ADDITIONAL INSURED ENDORSEMENT CONTAINS SPECIAL PRIMARY & WIN NONCON'TRIBUTO,RY WORDING. THE POLICIES INCLUDE AN ENDORSEMENT PROVIDING 30 DAYS NOTICE, OF CANCELLATION (10 FOR NON-PAY OF PREMIUM) TO THE CERTIFICATE HOLDER, CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED,POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,1 NOTICE W'ILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS., CITY OIFI FORT' WORTH 10 0 0 THROCKHORTON ST AUTHORIZED REPRESENTATIVE FT WORTH, TX 76102 01 5! Charles Sweeney/JOYCE ACORD 25(2010105) @)`1 9�88-201 0 ACORD CORPORATION. All rights reserved. INS02S vwiiwr,�,nii Tha At'-r)PI71 nnma anti Innn nra ranictarchr,!mArkc nf 4('OP17)