Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 60105
CSC No. 60105 FART WORTH CONTRACT FOR THE CONSTRUCTION OF GREENLEAF SUMP STORM DRAIN City Project No. 103260 Mattie Parker David Cooke Mayor City Manager Lauren Prieur Director, Transportation and Public Works Department Prepared for The City of Fort Worth Transportation and Public Works Department 2023 TRG,NSYSTEMS OFFICIAL RECORD 500 W. Th Street, Suite 1100 CITY SECRETARY Fort Worth, TX 76102 FT. WORTH, TX FORTWORTH. "I'll City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 7 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 0011 13 Invitation to Bidders 07/19/2021 0021 13 Instructions to Bidders 11/02/2021 0035 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 0043 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 0045 11 Bidders Prequalifications 08/13/2011 0045 12 Prequalification Statement 09/30/2021 0045 13 Prequalification Application 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 10/27/2021 00 52 43 Agreement 11/23/2021 0061 13 Performance Bond 07/01/2011 0061 14 Payment Bond 07/01/2011 0061 19 Maintenance Bond 07/01/2011 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 08/23/2021 007300 Supplementary Conditions 03/09/2020 Division 01 - General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting- Modified 05/17/2023 01 31 20 Project Meetings- Modified 05/17/2023 0132 16 Construction Schedule- Modified 05/17/2023 01 32 33 Preconstruction Video- Modified 05/17/2023 013300 Submittals- Modified 05/17/2023 0135 13 Special Project Procedures- Modified 05/17/2023 01 45 23 Testing and Inspection Services 03/09/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 03/22/2021 0157 13 Storm Water Pollution Prevention Plan- Modified 05/17/2023 0158 13 Temporary Project Signage 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey- Modified 05/17/2023 01 74 23 Cleaning 07/01/2011 0177 19 Closeout Requirements - Modified 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents- Modified 05/17/2023 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FWCC — Greenleaf Sump Storm Drain Revised December 9, 2022 City Project No. 103260 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 7 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Date Division 01 - General Requirements Modified 01 31 19 Preconstruction Meeting- Modified 05/17/2023 01 31 20 Project Meetings- Modified 05/17/2023 0132 16 Construction Schedule- Modified 05/17/2023 01 32 33 Preconstruction Video- Modified 05/17/2023 013300 Submittals- Modified 05/17/2023 0135 13 Special Project Procedures- Modified 05/17/2023 0157 13 Storm Water Pollution Prevention Plan- Modified 05/17/2023 01 71 23 Construction Staking and Survey- Modified 05/17/2023 0177 19 Closeout Requirements — Modified 05/17/2023 01 78 39 Project Record Documents- Modified 05/17/2023 Division 02 - Existing Conditions 0241 14 1 Utility Removal/Abandonment — Modified 05/17/2023 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete — Modified 05/17/2023 03 34 13 Controlled Low Strength Material (CLSM) — Modified 05/17/2023 03 34 16 Concrete Base Material for Trench Repair —Modified 05/17/2023 Division 33 - Utilities 3305 10 Utility Trench Excavation, Embedment, and Backfill - Modified 05/17/2023 33 05 22 Steel Casing Pipe - Modified 05/17/2023 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate - 05/17/2023 Modified Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httv:Hfortworthtexas.gov/tnw/contractors/ or httvs:HaDDs.fortworthtexas.gov/Proi ectResources/ Division 02 - Existing Conditions 0241 13 Selective Site Demolition .9211 11 T rtiht- , n ei%@ya i n b ,,,l er,... e�� 0241 15 Paving Removal Division 03 - Concrete 033000 £a-s: L-t ila 2 Genefete 112�3 Centfelle,l row Str-ength Ma4ef 1 (C;T S 4 03 8000 Modifications to Existing Concrete Structures Division 26 - Electrical Last Revised 03/11/2022 1 'l1 Plz 02/02/2016 03 i 19z 12/20/2012 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 FWCC — Greenleaf Sump Storm Drain City Project No. 103260 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 7 260593 2605 43 i6-05-50 Raee.. .,,..,1 Boxes for- Eleet«;e.,l Systems 17/7z Q042viz !1'7/nmT01,201T ozraorzvzo ays TT,,..le,-..,-..,,n.1 Duets .,n.1 Raee.t for- Eleetf e.,l Systems ays CGLg7tY1LlY1 Division 31- Earthwork 31 00 00 Site Clearing 03/22/2021 3123 16 Unclassified Excavation 01/28/2013 31 24 00 Embankments 01/28/2013 31 25 00 313600 31 g7 00 Erosion and Sediment Control Gabiefis Ripr-ap 04/29/2021 12/')zzr20,9012 171 /'l z Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 12/20/2012 3201 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 �i2Q00i�z 32 1123 Concrete Paving Repair Flexible B se r,...,-ses r,.,,,.�e� 12/20/2012 ' 17/717 �� 32 1129 27�3 27�T Lime Treated Base Ge,v.ef4 Trea4e.l Base r Liquid Trea4e,l coil. FtOlr/.1Z,2P 0120z 06/10,9022 nono/ 5 32 12 16 Asphalt Paving 12/20/2012 32 1273 ors i . Q t Pcr�ll!^ Cr-aek Se.,l....t� QQ0, 012 rLrtvravzz 32 13 13 Concrete Paving 06/10/2022 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 12/09/2022 32 1373 Concrete Paving Joint Sealants D,-;ek 12/20/2012 17/7z 32 14 6 32 16 13 Unit Paving Concrete Curb and Gutters and Valley Gutters Q0,9012 12/09/2022 32 1723 27�5 3231 �3 Pavement Markings Gur— . Address Pail. iag Chain Fenees and gates 06/10/2022 1 11 1 /n�, n�-3 'z ��901 323126 27�7 �x i -e Fe..ees .,n Ga4es Cad in Plov Go e,.ete Retaining Walls 1 7 /70, 7z 06/nwr05,9019 3291 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022 3292 13 3292 14 27�3 Sodding Ner Native Seeding Trees .,n.1 C'l.mbs 05/13/2021 0543,9021 12/'lzzr20,9012 Division 33 - Utilities 330130 Sewer- ra >`a..n ele Testing 09r/0742014 zv �-rm� 22�r Closed r;..e..;t Television (CCTV)» T, speet;Dn Sat'L�ar' 2f n3/1�z 33 01 32 Closed Circuit Television (CCTV) Inspection — Storm Drain 03/11/2022 22�v Byrwz Pun. rjr zg of Existing Sewer- Systems 12/20,L2012 33 nn 10 reiatne„ding -ad leer-;e l lsel.,t;er 1� 042012 �--v�-Tv zzrzvrzvzz 33 nn 1 1 reffes;er re„t fol Test St tie,.., 1 � 042012 T✓-v�-Tr rLrtvrtvzz 3304 12 a,.,es;,,Anode r,ttel;e n,eteetien Syster12r20r/2012 33 nn 30 Te.v.....,-ary Water- Sef-,4ees 07/01 /2n11 33 nn 40 rlea-Hin. ra A e pt ree Testing eF�x�,.tef Mains 02/n�/2n1� T✓--v�-�v a vz�-vvrzvz� CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FWCC - Greenleaf Sump Storm Drain Revised December 9, 2022 City Project No. 103260 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 7 22�0 22�= Utility T,.e...el. Rxeay t;an�, Ekn' ba,1,v.e.ft ,f,1 B ekf;ll 04/02,L2021 17/7zzrivizviz 33 05 13 Water- Line Lowering Frame, Cover and Grade Rings 09/09/2022 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 03/11/2022 Grade 3305 17 Concrete Collars 03/11/2022 ,2/z 330520 �-v�-z 330521 3 2�z Z'l�'Sii1 � J��e Iii Steel Casif g-N e Q0'Q0i2 QQ0' 0i �z , � /�, ^�z 330523 33 0524 Hand TtmaelitW I&Gtd!Q69H Of r.,,- i ff U;,.e ifl GaSifig f T, HH01 r ; o - Ul.,to 171 /'l z 12/0z 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 3:r1-1 05 22�0 Location of Existing Utilities Bolter Nuts, and Gaskets- Dtetile r.-..n Pipe 12/20/2012 1 71 /'l -2 12/0z 33�= 22�i 33 11 13 '22�4 33 12 11 Ptetile r-o F-44i gs- PolyvinylGh efi a (PVC) Pfe.,siffe Pipe (''one,-ete U,-oo-uarc Bar- Wt:appe.7 Creel /`.,lindef Type Bur- e,1 Steel Pipe afid FiW ,.s I Wa4ef >\ aetefs 09/2019oi7 09/llmr09,9022 QQ0' 0i2 12/'lrL720,9012 , /�, ^�z 22�no 2 21221 33 12 25 �rrz� a fge Uesil;e„t Seated Gate Vl.,e A WW A Rubber- Seated Butte, -fly 37., 1.,e� �Or1�i OtI�iR t^ Existing Wa4e,- Mains 05/06,9015 nn /7�9 02/069013 ozrvvrLvz� 33 1290 Ge,v.1.;a4 ev. Air- Valve Assemblies . Nft—k).: W..+e,- Systems 12/')zzr20,9012 /n 3 1240 22�0 3 2260 2'2�= Fife WatO F,&Mpla St4iEffiS Ct.,,.d .,1 Blow off Valve Assembly bly ('u-e.7 i Ul.,ee Pipe 01 4 ,2/7Q0% 06/19,9013 12/2z 2 2�3 22�J 22�0 (CIDU\ Fiberglass D ein f ,-ee,7 Pipe f ,- G -a ,;t y San to fy c HighDensity Delyethyle..e (HDPE) Pir-€ol, Fn�Ii�.:.:� f`f Del.,.,;,. y Chloride (PVC) Gravity Sa-m ta--y Cewef D;,.e Polyvinyl Chloride Closed Profile Gravity Sanitary Sewer- 12/20,9012 nn/�9 09/llmr09,90 z �rzr (PNIG) rLravravzz 22�7 22�0 22�0 22�0 Ca-n tafy Sewer- Pipe E lafge,ti.ent C.,n taFy Sewer- Se,-y ee renneetions .,...7 Sei:y ee Li e (''e,v.l.;n.,tie,. A;,- Valve for- C.,n tafy Sewer- Fe,-ee Ta.,;,�.� (;ast i re.;-c--, .t.. A a...;. l... l..g- P 1 ,7/7 z 04/26,9013 12/2z 12/')zzr20,9012 22�0 22�0 22�0 22�0 a ar--,0 Preeast Ge..efete A,T..n el Fiber -glass Manholes Wastewater- A eeess rl..,mbe,- (WA C) I i e.-s for- San to -y Sewer ✓truck /--s QQ0% QQ0% Q/20% 04 /'1� 29,9021 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 22�= HighDensity Delyethylen-e_ ( II�Pr�) Pi�tol� ���n i2Q0Q0i2 �� 22�= Damn -ee.l Polyethylene (GRPE) Pipe W43120is 23 11 13 Uelyp-epyleae Pipe for- down Dmin 06/1�r ^�z 3 4600 33 4601 zsw-oz Stibdr-ainage �OI�Nl ��'�I�O 12/20,9012 n�/n, Q01 m-rvrrtvzT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FWCC - Greenleaf Sump Storm Drain Revised December 9, 2022 City Project No. 103260 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 7 23 4602 T-r-en& Dmiry, 07i0T 3349 10 Cast -in -Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 03/11/2022 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - Transportation 34 41 inns Gea4f tie -!'.,Dine, 12484201 .oz 7.1i3��t .'� rrr-rvravz5 2n nevi olL^.t hmer'B Ce,,.f.fel of Spe,,ifieat 02420 2 34 41 10.03 Attaelaen4 Se twafe-Speeifieutien 0142012 34 4113 Removing rr,-affi . Signals 03 '�z L U1MIilia1j14 Assemblies ,z 2 n n�oi i t r 064 54201- �to�Iu� �D P. �.ri =a3' �,e�n�I�� �� 34 41 .vz Freeway LED Readw ...I'..�. Il2iQ1F_-S 06r15r201-5 3 n n�o3 r r 06/ 15, 2015 �eSI C,°1tI . � ' �be9�rf2�.'�I�S vvrraraoz� zZ 3umrrur�I Figl�s � n n1 3n 11/12,2013 ��o , 34 41 50 Opti , Cabe 02Q6 2016 �io r-r., 3471 13 Traffic Control 03/22/2021 USACE Specifications Date Division 02 - Existing Conditions Modified 02 4100 1 Demolition and Deconstruction 05/17/2023 Division 03 - Concrete 03 30 30 1 Cast -In -Place Concrete 05/17/2023 Division 07 — Thermal and Moisture Protection 07 92 00 1 Joint Sealants 05/17/2023 Division 31- Earthwork 31 00 00 Earthwork 05/17/2023 3123 00.20 Excavation and Fill 05/17/2023 31 32 39 Bioengineering Practices for Stream Bank and Shoreline 05/17/2023 Stabilization Division 32 - Exterior Improvements 32 12 16.16 Road -Mix Asphalt Paving 05/17/2023 32 15 00 Aggregate Surfacing 05/17/2023 Division 33 - Utilities 33 40 00 1 Stormwater Utilities 05/17/2023 Division 35 — Waterway and Marine Construction 35 20 16.53 1 Hydraulic Vertical Lift Gates 05/17/2023 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FWCC — Greenleaf Sump Storm Drain Revised December 9, 2022 City Project No. 103260 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 7 Appendix GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-16.01C.1 Methods and Procedures GR-01 60 00 Product Requirements SWFP 1150-2-1 Criteria for Design and Construction within the Limits of Existing Federal Projects END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FWCC — Greenleaf Sump Storm Drain Revised December 9, 2022 City Project No. 103260 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 0005 10-1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 SECTION 00 05 10 MAYOR AND COUNCIL COMMUNICATION (M&C) END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 FWCC — Greenleaf Sump Storm Drain City Project No. 103260 8/23/23, 6:13 PM M&C Review CITY COUNCIL AGENDA Create New From This M&C DATE: 8/22/2023 REFERENCE NO.. CODE: C TYPE: Official site of the City of Fort Worth, Texas F "11 Fi **M&C 23- 20SWM GREENLEAF 0693 LOG NAME: SUMP STORM DRAIN CONST CONSENT PUBLIC NO NO SUBJECT: (CD 9) Authorize Execution of a Contract with S.J. Louis Construction of Texas LTD, in the Amount of $6,050,404.00, for Construction of the Fort Worth Central City Greenleaf Sump Storm Drain Project, Adopt Resolution Expressing Official Intent for City to Reimburse Expenditures with Proceeds of Future Reimbursement from the TRWD, Adopt Appropriation Ordinances, and Amend the Fiscal Years 2023-2027 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with S.J. Louis Construction of Texas LTD, in the amount of $6,050,404.00, for construction of the Fort Worth Central City (FWCC) Greenleaf Sump Storm Drain project (City Project No. 103260); 2. Adopt the attached resolution expressing official intent to reimburse expenditures with proceeds from future debt and/or annual payments from the Tarrant Regional Water District for the Fort Worth Central City Greenleaf Sump Storm Drain project; 3. Adopt the attached appropriation ordinance adjusting?appropriations in the Stormwater Commercial Paper Fund by increasing appropriations in the amount of $7,237,351.00 in the FWCC Greenleaf Sump Storm Drain project (City Project No. 103260) and decreasing appropriations in the Stormwater Commercial Paper project (City Project No. UCMLPR) by the same amount; and 4. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Stormwater Capital Projects Fund by increasing estimated receipts and appropriations in the FWCC Greenleaf Sump Storm Drain project (City Project No. 103260) in the amount of $100,000.00 by decreasing estimated receipts and appropriations in FWCC Grand Ave Ph 2 Pt 2 (City Project No. 103664) by the same amount; and 5. Amend the TPW Fiscal Years 2023-2027 Capital Improvement Program. DISCUSSION: The construction contract recommended by this Mayor and Council Communication (M&C) will provide for construction services related to the Fort Worth Central City (FWCC) Greenleaf Sump Storm Drain project. The Transportation and Public Works (TPW) Department Stormwater Program is advancing the funding for FWCC Greenleaf Sump Storm Drain project and will be reimbursed by the Tarrant Regional Water District (TRWD). This project will involve the installation of a new storm drain line and replacement of 8 inlets as indicated at the locations below, in preparation for the South Bypass Channel planned by the United States Army Corps of Engineers (USACE). The project will begin at the intersection of Kansas Street and Greenleaf Street and outfall into the future South Bypass Channel, approximately % mile northeast of this intersection. The below table outlines the project limits and the scope of work. Location From To Scope of work apps.cfwnet.org/council_packet/mc_review.asp?ID=31320&councildate=8/22/2023 1 /4 8/23/23, 6:13 PM M&C Review Storm Drain and Greenleaf St Greenleaf/ Kansas St 935 ft replacement of 8 inlets Intersection N 2000 White Settlement Road Greenleaf St and White 310 ft I Storm Drain (TRWD Property) Settlement bridge NE 2000 White Settlement Road Greenleaf St and White 120 ft Storm Drain and Outfall (TRWD Property) Settlement bridge NE structure The project was advertised for bids on May 18th, 2023 and May 25th, 2023 in the Fort Worth Star - Telegram. On June 15th, 2023, the following bids were received: Bidder Base Bid S J Louis Construction of Texas LTD $6,050,404.00 Circle C Construction $7,547,760.00 Western Municipal Construction of Texas Bid Withdrawn On June 16th, 2023, Western Municipal Construction of Texas, LLC gave notice of a substantial bid error in their supplied bid and requested the bid not be considered. This project is anticipated to be included in future commercial paper draws and repaid from a series of annual reimbursements from the Tarrant Regional Water District (TRWD) as part of the FWCC Greenleaf Sump Storm Drain project. In the event any bond -eligible costs are not fully reimbursed by TRWD, those costs would be anticipated to be included in a future revenue bond issue for the Drainage (Stormwater) Utility. Available cash within the Stormwater portfolio and the City's portfolio along with the appropriation authority authorized under the Commercial Paper Program (CP) will be used to provide interim financing, which would be initially reimbursed by issued CP and subsequently repaid by the annual payments from TRWD and/or issued debt. Under federal law, debt must be issued within approximately three years in order for these expenses to be reimbursable. Adoption of the attached resolution does not obligate the City to sell debt but preserves the ability of the City to reimburse itself from tax-exempt debt proceeds. Once reimbursement associated with this project is received or debt issued, those funds will be used to reimburse the Stormwater portfolio and the City's portfolio in accordance with the attached reimbursement resolution. Funding for the FWCC Greenleaf Sump Storm Drain project is depicted below: Fund Existing Appropriations Additional Adjustments Appropriations Project Total 52009 — Stormwater $0.00 Commercial Paper $7,237,351.00 $7,237,351.00 52002 — Stormwater $1,261.00 $100,000.00 $101,261.00 Capital Projects Total I $7,338,612.00 The actions of this M&C change the funding source from 2023 Revenue Bonds to Commercial Paper. Capital Fund Project FY2023 CIP Budget Change Authority Revised FY2023 Name Name Appropriations (increase/Decrease) Budget Fund 52009 103260 - - Stormwater FWCC $0.00 Commercial Greenleaf This M&C $7,237,351.00 $7,237,351.00 Paper Sump apps.cfwnet.org/council_packet/mc_review.asp?ID=31320&councildate=8/22/2023 214 8/23/23, 6:13 PM M&C Review Fund 52002 103260 — Stormwater FWCC $1,261.00 This $100,000.00 $101,261.00 Capital Greenleaf M&C Projects Sump Total $7,338,612.00 Due to TRWD water quality regulations associated with the outfall locations of these storm drain improvements, this project will install specialized water quality treatment inlet devices in multiple inlets which will require a higher level of maintenance than the existing system's inlets. This additional maintenance is expected to cost Stormwater field operations an additional $2,400.00/year to maintain. Construction is expected to start in August 2023 and be completed by August 2024. The $6,050,404.00 amount of this contract, the $75,000.00 material testing fee (to be performed by a geotechnical testing firm), and the $120,000.00 inspection fee (to be performed by an inspection firm) are considered FWCC-related work, which are eligible for funding from Tax Increment Reinvestment Zone No. 9 (Trinity River Vision TIF) pursuant to the Trinity River Vision Authority (TRVA) Project Plan. Having met its $26.6 million commitment to the TRVA Project, the TRWD will reimburse the City's yearly expenses at the end of each fiscal year, up to the total amount of $6,245,404.00 at project completion, in accordance with the provisions of the executed Interlocal Agreement between the City and the TRWD (City Secretary Contract No. 43425). Staff will record a receivable every month for reimbursable expenses, and the FWCC Program Manager in the FW Lab Department will be responsible for collecting the full reimbursement from TRWD at the end of each fiscal year. An additional $302,520.00 in construction contingencies have been added into the project, which may be used if additional proceeds are needed for FWCC-related work. Also, $100,000.00 in city staff time for project oversight and contract management will be added, which is non -reimbursable by TRWD. In addition to this, the commercial paper funding will be used to replace currently allocated funds (per M&C's 21-0328 & 21-0508) for design phase related expenses, in the total amount of $451,740.00. Additional project management and construction administration expenses for both TranSystems and Shield Engineering are anticipated to be $237,687.00. Reimbursement for these expenses will be covered on separate M&C's. Construction Contingency Material Testing Inspection City Staff Time Design Phase Construction Administration Total City of Fort Anticipated Anticipated Worth Upfront TRWD Final City of Funding Reimbursement Fort Worth Cost $6,050,404.00 $6,050,404.00 $0.00 $302,520.00 $302,520.00 $0.00 $75,000.00 $75,000.00 $0.00 $120,000.00 $120,000.00 $0.00 $100,000.00 $0.00 $100,000.00 $451,740.00 $451,740.00 $0.00 $237,687.00 $237,687.00 $0.00 $7,337,351.00 $7,237,351.00 $100,000.00 Business Equity — S.J. Louis Construction of Texas LTD is in compliance with the City's Business Equity Ordinance by committing to 9\% Business Equity participation on this project. The City's Business Equity goal on this project is 7\%. This project is located in COUNCIL DISTRICT 9. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are currently available in the Commercial Paper project within the Stormwater Commercial Paper Fund and in the FWCC Grand Ave Ph2 Pt2 project within the Stormwater Capital Projects Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the Stormwater apps.cfwnet.org/council_packet/mc_review.asp?ID=31320&councildate=8/22/2023 3/4 8/23/23, 6:13 PM M&C Review Commercial Paper Fund for the FWCC 5th Street Greenleaf Sump project to support the above recommendations and execution of the contract. Prior to any expenditure being incurred, the Transportation & Public Works Department has the responsibility to validate the availability of funds. TO Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) 1 FROM Fund Department Account I Project I Program Activity I Budget Reference # Amount ID ID Year (Chartfield 2) Submitted for Citv Manaaer's Office by_ William Johnson (5806) Originating Department Head: Lauren Prieur (6035) Additional Information Contact: Linda Young (2485) ATTACHMENTS 20SWM GREENLEAF SUMP STORM DRAIN COMPLIANCE MEMO.pdf (CFW Internal) 20SWM GREENLEAF SUMP STORM DRAIN CONST FORM 1295.pdf (CFW Internal) 20SWM GREENLEAF SUMP STORM DRAIN CONST funds availabilitv.pdf (Public) 20SWM GREENLEAF SUMP STORM DRAIN CONST MAP.pdf (Public) 20SWM GREENLEAF SUMP STORM DRAIN CONST Updated FID.XLSX (CFW Internal) ORD.APP 20SWM GREENLEAF SUMP STORM DRAIN CONST 52002 (rec4).docx (Public) ORD.APP 20SWM GREENLEAF SUMP STORM DRAIN CONST 52009 AO.docx (Public) RES Greenleaf Sump Reimbursement Resolution.docx (Public) apps.cfwnet.org/council_packet/mc_review.asp?ID=31320&councildate=8/22/2023 4/4 CITY OF FORT WORTH Transportation and Public Works Storm Drain Relocations for the Fort Worth Central City Project — Greenleaf Sump Storm Drain City Project No. 103260 ADDENDUM NO.1 Unit 1: Stormwater Improvements ADDENDUM RELEASE DATE: May 19, 2023 BID RECEIPT DATE: June 15, 2023 INFORMATION TO BIDDERS: This Addendum, forms part of the Plans, Contract Documents & Specifications for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, in the proposal (SECTION 00 41 00) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The plans and specification documents for Storm Drain Relocations for the Fort Worth Central City Project — New Bazaar Outfall City Project No. 103261 are hereby revised by Addendum No. 1 as follows: 1. Project Manual section 00 11 13 INVITATION TO BIDDERS FORM shall be replaced with section 00 11 13 INVITATION TO BIDDERS FORM, attached to this addendum. Changes include: • Revised Receipt of Bids date to June 15, 2023. • Revised General Description of Work. • Revised Prebid Conference date to May 29, 2023. • Revised Advertisement dates to May 18, 2023 and May 25, 2023 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FWCC —Greenleaf Sump Storm Drain Revised September 14, 2022 City Project No. 103260 Addendum - 1 This Addendum No. 1 forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Project Manual & Contract Documents of the same. Acknowledge your receipt of Addendum No. 1 by completing the requested information at the following locations: (1) In the space provided in Section 00 4100, Bid Form, Page 3 of 3 (2) Indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED AND ACKNOWLEDGED ADDENDUM NO. V A signed copy of Addendum No. 1 should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of Addendum No. 1 could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. Addendum No. 1 RECEIPT ACKNOWLEDGEMENT: By: Company: S.J. Louis Construction of Texas, Ltd. Address: 520 S 6th Ave City: Mansfield State: TX Lauren Prieur, P.E. Director, TPW By: Max Aransen, P.E. Project Manager, TPW END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FWCC —Greenleaf Sump Storm Drain Revised September 14, 2022 City Project No. 103260 Addendum - 1 0011 13 INVITATION TO BIDDERS Page 1 of 3 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of Greenleaf Sump Storm Drain, City Project No. 103260 will be received by the City of Fort Worth Purchasing Office until 1:30 P.M. CST, Thursday, June 15, 2023 as further described below: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth, Texas 76102 Bids will be accepted by: US Mail, Courier, FedEx or hand delivery at the address above; Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: 500 LF 72" RCP, Class III by Open Cut 166 LF 72" RCP, Class III by Carrier Pipe 166 LF 102" Steel Casing, By Open Cut 1 EA TxDOT Wingwalls (SW-0) (HW=7) 123 LF 18" RCP, Class III 96 LF 2 1 " RCP, Class III 50 LF 36" RCP, Class III 29 LF 48" RCP, Class III 64 LF 54" RCP, Class III 681 LF 6x4 Box Culvert 1 EA Sluice Gate 4 EA 8' Storm Junction Box 1 EA 10' Storm Junction Box 1 EA 72" Flap Gate 8 EA 10' Curb Inlet 1 EA 4' Drop Inlet 1,247 SY Asphalt Pvmt Repair Beyond Defined Width, Industrial 341 SY Conc Pvmt Repair, Arterial/Industrial PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre -qualified by the City at the time of bid opening. The procedures for qualification and pre -qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. CITY OF FORT WORTH FWCC — Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103260 Revised 7/19/2021 0011 13 INVITATION TO BIDDERS Page 2 of 3 DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at htti)://www.fortworthtexas.2ov/purchasing/ and clicking on the link to the advertised project folders on the City's electronic document management and collaboration system site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Bid Documents Package Link: httDs:Hdocs.b360.autodesk.com/shares/dO5ec4e4-3 1A-42e3-008-2e7253 f57873 f docs.b360.autodesk.coml Addenda Link: htti)s://docs.b360.autodesk.com/shares/f5d2f464-17d7-4907-bl ac-6026e4a9e4b7 f docs.b360. autodesk.coml Copies of the Bidding and Contract Documents may be purchased from TranSystems 500 W. 7th Street, Suite 1100 Fort Worth, TX 76102 Attn: Michael Hobbs, P.E. Phone Number: 817-334-4449 E-Mail Address: mrhobbs@transystems.com The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $150 each Set of Bidding and Contract Documents with half size (if available) drawings: N/A EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties are requested to email Expressions of Interest in this procurement to the City Project Manager and the Design Engineer. The email should include the company's name, contact person and that individual's email address and phone number. See attached Link: Plan Holders: httDS://docs.b360.autodesk.com/shares/8lcOb9e3-423f-4145-9555-f3cf5d731fbO fdocs.b360.autodesk.coml. All Addenda will be distributed directly to those who have expressed an interest in the procurement and will also be posted in the City of Fort Worth's purchasing website at http://fortworthtexas.gov/purchasing/ PREBID CONFERENCE — Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: May 29, 2023 TIME: 11:00 am Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. CITY OF FORT WORTH FWCC — Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103260 Revised 7/19/2021 0011 13 INVITATION TO BIDDERS Page 3 of 3 If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders can e-mail questions or comments in accordance with Section 6 of the Instructions to Bidders referenced above to the project manager(s) at the e-mail addresses listed below. Emailed questions will suffice as "questions in writing." If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. FUNDING Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from revenues generated from bonds and reserved by the City for the Project. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Max Aransen, P.E., City of Fort Worth Email: max.aransen@fortworthtexas.gov Phone: 817-810-0696 AND/OR Attn: Michael Hobbs, PE, TranSystems Email: mrhobbs@transystems.com Phone: 817-334-4449 ADVERTISEMENT DATES May 18, 2023 May 25, 2023 END OF SECTION CITY OF FORT WORTH FWCC — Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103260 Revised 7/19/2021 CITY OF FORT WORTH Transportation and Public Works Storm Drain Relocations for the Fort Worth Central City Project — Greenleaf Sump Storm Drain City Project No. 103260 ADDENDUM NO.2 Unit 1: Stormwater Improvements ADDENDUM RELEASE DATE: June 8, 2023 BID RECEIPT DATE: June 15, 2023 INFORMATION TO BIDDERS: This Addendum, forms part of the Plans, Contract Documents & Specifications for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, in the proposal (SECTION 00 41 00) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The plans and specification documents for Storm Drain Relocations for the Fort Worth Central City Project — Greenleaf Sump Storm Drain City Project No. 103260 are hereby revised by Addendum No. 2 as follows: 1. Construction plans have been modified as follows: • Sheet 1: Revised cover sheet to include signatures 2. Project Manual section 00 00 00 TABLE OF CONTENTS shall be replaced with section 00 00 00 TABLE OF CONTENTS, attached to this addendum. Changes include: • Revised Footer to show correct City of Fort Worth Project No. 3. Project Clarifications During the pre -bid meeting, the attendees asked the following questions and the City of Fort Worth responded in the following manner: Question 1. What is the estimate for this project? Response 1. The estimate range is $4,200, 000. 00 to $5,200, 000. 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FWCC —Greenleaf Sump Storm Drain Revised September 14, 2022 City Project No. 103260 Addendum - 2 This Addendum No. 2 forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Project Manual & Contract Documents of the same. Acknowledge your receipt of Addendum No. 2 by completing the requested information at the following locations: (1) In the space provided in Section 00 4100, Bid Form, Page 3 of 3 (2) Indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED AND ACKNOWLEDGED ADDENDUM NO. 2" A signed copy of Addendum No. 2 should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of Addendum No. 2 could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. Addendum No. 2 RECEIPT ACKNOWLEDGEMENT: By: Company: S.J. Louis Construction of Texas, Ltd. Address: 520 S 6th Ave City: Texas State: TX Lauren Prieur, P.E. Director, TPW By By.Max Aranse �Ba 2023.0E715:0.00-05by n 2023.06.07 75:00.00-05'00' Max Aransen, P.E. Project Manager, TPW END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FWCC —Greenleaf Sump Storm Drain Revised September 14, 2022 City Project No. 103260 Addendum - 2 THE CITY OF FORT WORTH, TEXAS TRANSPORTATION & PUBLIC WORKS STORM DRAIN RELOCATIONS FOR FORT WORTH CENTRAL CITY MATTIE PARKER MAYOR DAVID COOKE CITY MANAGER LAUREN PRIEUR, P.E. DIRECTOR, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT CHRIS HARDER, P.E. DIRECTOR, WATER DEPARTMENT Jun 6, 2023 MICHAEL OWEN, P.E. CITY ENGINEER ,. , Jun 6,2023 REVIEWED: DATE: LINDA YOUNG, P.E., ENGINEERING MANAGER Jun 6, 2023 REVIEWED: DATE: MAX ARANSEN, P.E., PROJECT MANAGER FILE NO. X-27555, K-2034 CITY PROJECT NO. 103260 GREENLEAF SUMP STORM DRAIN LOCATION MAP N.T.S. MA Y 2023 X-27555, K-2034 FORTWORTH. SHEETINDEX SHEET NO. DESCRIPTION 1 Cover Sheet 2A General Notes and Sequence of Construction 5 Jurisdiction Control Map 6 Panther Island Overall Project Layout 7 Project Control Sheet 8 Overall Drainage Area Map 9 Runoff Calculations -Overall 10 Existing Project Drainage Area Map 11 Ultimate Project Drainage Area Map 12-15 Storm Drain Calculations - Greenleaf Sump 16 Greenleaf Sump Overall Storm Drain Layout & Abandonment Plan 17 Greenleaf Sump Storm Drain Plan & Profile Sta 0+00 To Sta 2+00 18 Greenleaf Sump Storm Drain Plan & Profile Sta 2+00 To Sta 5+25 19 Greenleaf Sump Storm Drain Plan 8 Profile Sta 5+25 To Sta 9+25 20 Greenleaf Sump Storm Drain Plan & Profile Ste 9+25 To Ste 13+00 21 Greenleaf Sump Storm Drain Plan & Profile Sta 13+00 To End Project 22 Greenleaf Sump Storm Drain Intersection Layout 23-24 Greenleaf Sump Storm Drain Lateral Profiles 25 Erosion Control Layout 26 Erosion Control Details 27-29 8' Square Junction Box Details 30 10' Square Junction Box Details 31 Culvert Wingwall Details 32-33 Sluice Gate Box Details 34-36 Sluice Gate Miscellaneous Details 37-43 Construction Details 44-46 Trench Repair Details 47 Boring Log Locations 48-49 Boring Log 50 SCP-6-TxDOT Standard 51 SCP-MD -TxDOT Standard 52 CLF-10-TXDOT Standard PREPARED BY `P ` .'TR NSYSTEMS =h =MICHAEL R HOBBS= .s 108644 %Q'� TEXAS REGISTEREa ENGINEERING FIRM F-]55T 'I1 III SEVENTH STREET 511 1 5 - FORT WORTH-TEXAS-T8 TE """'si]oizozs X-27555, K-2034 Fax: aETaas.zaa7 2 X FORTWORTH. "I'll City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 7 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 0011 13 Invitation to Bidders 07/19/2021 0021 13 Instructions to Bidders 11/02/2021 0035 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 0043 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 0045 11 Bidders Prequalifications 08/13/2011 0045 12 Prequalification Statement 09/30/2021 0045 13 Prequalification Application 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 10/27/2021 00 52 43 Agreement 11/23/2021 0061 13 Performance Bond 07/01/2011 0061 14 Payment Bond 07/01/2011 0061 19 Maintenance Bond 07/01/2011 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 08/23/2021 007300 Supplementary Conditions 03/09/2020 Division 01 - General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting- Modified 05/17/2023 01 31 20 Project Meetings- Modified 05/17/2023 0132 16 Construction Schedule- Modified 05/17/2023 01 32 33 Preconstruction Video- Modified 05/17/2023 013300 Submittals- Modified 05/17/2023 0135 13 Special Project Procedures- Modified 05/17/2023 01 45 23 Testing and Inspection Services 03/09/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 03/22/2021 0157 13 Storm Water Pollution Prevention Plan- Modified 05/17/2023 0158 13 Temporary Project Signage 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey- Modified 05/17/2023 01 74 23 Cleaning 07/01/2011 0177 19 Closeout Requirements - Modified 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents- Modified 05/17/2023 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FWCC — Greenleaf Sump Storm Drain Revised December 9, 2022 City Project No. 103260 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 7 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Date Division 01 - General Requirements Modified 01 31 19 Preconstruction Meeting- Modified 05/17/2023 01 31 20 Project Meetings- Modified 05/17/2023 0132 16 Construction Schedule- Modified 05/17/2023 01 32 33 Preconstruction Video- Modified 05/17/2023 013300 Submittals- Modified 05/17/2023 0135 13 Special Project Procedures- Modified 05/17/2023 0157 13 Storm Water Pollution Prevention Plan- Modified 05/17/2023 01 71 23 Construction Staking and Survey- Modified 05/17/2023 0177 19 Closeout Requirements — Modified 05/17/2023 01 78 39 Project Record Documents- Modified 05/17/2023 Division 02 - Existing Conditions 0241 14 1 Utility Removal/Abandonment — Modified 05/17/2023 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete — Modified 05/17/2023 03 34 13 Controlled Low Strength Material (CLSM) — Modified 05/17/2023 03 34 16 Concrete Base Material for Trench Repair —Modified 05/17/2023 Division 33 - Utilities 3305 10 Utility Trench Excavation, Embedment, and Backfill - Modified 05/17/2023 33 05 22 Steel Casing Pipe - Modified 05/17/2023 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate - 05/17/2023 Modified Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httv:Hfortworthtexas.gov/tnw/contractors/ or httvs:HaDDs.fortworthtexas.gov/Proi ectResources/ Division 02 - Existing Conditions 0241 13 Selective Site Demolition .9211 11 T rtiht- , n ei%@ya i n b ,,,l er,... e�� 0241 15 Paving Removal Division 03 - Concrete 033000 £a-s: L-t ila 2 Genefete 112�3 Centfelle,l row Str-ength Ma4ef 1 (C;T S 4 03 8000 Modifications to Existing Concrete Structures Division 26 - Electrical Last Revised 03/11/2022 1 'l1 Plz 02/02/2016 03 i 19z 12/20/2012 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 FWCC — Greenleaf Sump Storm Drain City Project No. 103260 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 7 260593 2605 43 i6-05-50 Raee.. .,,..,1 Boxes for- Eleet«;e.,l Systems 17/7z Q042viz !1'7/nmT01,201T ozraorzvzo ays TT,,..le,-..,-..,,n.1 Duets .,n.1 Raee.t for- Eleetf e.,l Systems ays CGLg7tY1LlY1 Division 31- Earthwork 31 00 00 Site Clearing 03/22/2021 3123 16 Unclassified Excavation 01/28/2013 31 24 00 Embankments 01/28/2013 31 25 00 313600 31 g7 00 Erosion and Sediment Control Gabiefis Ripr-ap 04/29/2021 12/')zzr20,9012 171 /'l z Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 12/20/2012 3201 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 �i2Q00i�z 32 1123 Concrete Paving Repair Flexible B se r,...,-ses r,.,,,.�e� 12/20/2012 ' 17/717 �� 32 1129 27�3 27�T Lime Treated Base Ge,v.ef4 Trea4e.l Base r Liquid Trea4e,l coil. FtOlr/.1Z,2P 0120z 06/10,9022 nono/ 5 32 12 16 Asphalt Paving 12/20/2012 32 1273 ors i . Q t Pcr�ll!^ Cr-aek Se.,l....t� QQ0, 012 rLrtvravzz 32 13 13 Concrete Paving 06/10/2022 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 12/09/2022 32 1373 Concrete Paving Joint Sealants D,-;ek 12/20/2012 17/7z 32 14 6 32 16 13 Unit Paving Concrete Curb and Gutters and Valley Gutters Q0,9012 12/09/2022 32 1723 27�5 3231 �3 Pavement Markings Gur— . Address Pail. iag Chain Fenees and gates 06/10/2022 1 11 1 /n�, n�-3 'z ��901 323126 27�7 �x i -e Fe..ees .,n Ga4es Cad in Plov Go e,.ete Retaining Walls 1 7 /70, 7z 06/nwr05,9019 3291 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022 3292 13 3292 14 27�3 Sodding Ner Native Seeding Trees .,n.1 C'l.mbs 05/13/2021 0543,9021 12/'lzzr20,9012 Division 33 - Utilities 330130 Sewer- ra >`a..n ele Testing 09r/0742014 zv �-rm� 22�r Closed r;..e..;t Television (CCTV)» T, speet;Dn Sat'L�ar' 2f n3/1�z 33 01 32 Closed Circuit Television (CCTV) Inspection — Storm Drain 03/11/2022 22�v Byrwz Pun. rjr zg of Existing Sewer- Systems 12/20,L2012 33 nn 10 reiatne„ding -ad leer-;e l lsel.,t;er 1� 042012 �--v�-Tv zzrzvrzvzz 33 nn 1 1 reffes;er re„t fol Test St tie,.., 1 � 042012 T✓-v�-Tr rLrtvrtvzz 3304 12 a,.,es;,,Anode r,ttel;e n,eteetien Syster12r20r/2012 33 nn 30 Te.v.....,-ary Water- Sef-,4ees 07/01 /2n11 33 nn 40 rlea-Hin. ra A e pt ree Testing eF�x�,.tef Mains 02/n�/2n1� T✓--v�-�v a vz�-vvrzvz� CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FWCC - Greenleaf Sump Storm Drain Revised December 9, 2022 City Project No. 103260 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 7 22�0 22�= Utility T,.e...el. Rxeay t;an�, Ekn' ba,1,v.e.ft ,f,1 B ekf;ll 04/02,L2021 17/7zzrivizviz 33 05 13 Water- Line Lowering Frame, Cover and Grade Rings 09/09/2022 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 03/11/2022 Grade 3305 17 Concrete Collars 03/11/2022 ,2/z 330520 �-v�-z 330521 3 2�z Z'l�'Sii1 � J��e Iii Steel Casif g-N e Q0'Q0i2 QQ0' 0i �z , � /�, ^�z 330523 33 0524 Hand TtmaelitW I&Gtd!Q69H Of r.,,- i ff U;,.e ifl GaSifig f T, HH01 r ; o - Ul.,to 171 /'l z 12/0z 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 3:r1-1 05 22�0 Location of Existing Utilities Bolter Nuts, and Gaskets- Dtetile r.-..n Pipe 12/20/2012 1 71 /'l -2 12/0z 33�= 22�i 33 11 13 '22�4 33 12 11 Ptetile r-o F-44i gs- PolyvinylGh efi a (PVC) Pfe.,siffe Pipe (''one,-ete U,-oo-uarc Bar- Wt:appe.7 Creel /`.,lindef Type Bur- e,1 Steel Pipe afid FiW ,.s I Wa4ef >\ aetefs 09/2019oi7 09/llmr09,9022 QQ0' 0i2 12/'lrL720,9012 , /�, ^�z 22�no 2 21221 33 12 25 �rrz� a fge Uesil;e„t Seated Gate Vl.,e A WW A Rubber- Seated Butte, -fly 37., 1.,e� �Or1�i OtI�iR t^ Existing Wa4e,- Mains 05/06,9015 nn /7�9 02/069013 ozrvvrLvz� 33 1290 Ge,v.1.;a4 ev. Air- Valve Assemblies . Nft—k).: W..+e,- Systems 12/')zzr20,9012 /n 3 1240 22�0 3 2260 2'2�= Fife WatO F,&Mpla St4iEffiS Ct.,,.d .,1 Blow off Valve Assembly bly ('u-e.7 i Ul.,ee Pipe 01 4 ,2/7Q0% 06/19,9013 12/2z 2 2�3 22�J 22�0 (CIDU\ Fiberglass D ein f ,-ee,7 Pipe f ,- G -a ,;t y San to fy c HighDensity Delyethyle..e (HDPE) Pir-€ol, Fn�Ii�.:.:� f`f Del.,.,;,. y Chloride (PVC) Gravity Sa-m ta--y Cewef D;,.e Polyvinyl Chloride Closed Profile Gravity Sanitary Sewer- 12/20,9012 nn/�9 09/llmr09,90 z �rzr (PNIG) rLravravzz 22�7 22�0 22�0 22�0 Ca-n tafy Sewer- Pipe E lafge,ti.ent C.,n taFy Sewer- Se,-y ee renneetions .,...7 Sei:y ee Li e (''e,v.l.;n.,tie,. A;,- Valve for- C.,n tafy Sewer- Fe,-ee Ta.,;,�.� (;ast i re.;-c--, .t.. A a...;. l... l..g- P 1 ,7/7 z 04/26,9013 12/2z 12/')zzr20,9012 22�0 22�0 22�0 22�0 a ar--,0 Preeast Ge..efete A,T..n el Fiber -glass Manholes Wastewater- A eeess rl..,mbe,- (WA C) I i e.-s for- San to -y Sewer ✓truck /--s QQ0% QQ0% Q/20% 04 /'1� 29,9021 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 22�= HighDensity Delyethylen-e_ ( II�Pr�) Pi�tol� ���n i2Q0Q0i2 �� 22�= Damn -ee.l Polyethylene (GRPE) Pipe W43120is 23 11 13 Uelyp-epyleae Pipe for- down Dmin 06/1�r ^�z 3 4600 33 4601 zsw-oz Stibdr-ainage �OI�Nl ��'�I�O 12/20,9012 n�/n, Q01 m-rvrrtvzT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FWCC - Greenleaf Sump Storm Drain Revised December 9, 2022 City Project No. 103260 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 7 23 4602 T-r-en& Dmiry, 07i0T 3349 10 Cast -in -Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 03/11/2022 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - Transportation 34 41 inns Gea4f tie -!'.,Dine, 12484201 .oz 7.1i3��t .'� rrr-rvravz5 2n nevi olL^.t hmer'B Ce,,.f.fel of Spe,,ifieat 02420 2 34 41 10.03 Attaelaen4 Se twafe-Speeifieutien 0142012 34 4113 Removing rr,-affi . Signals 03 '�z L U1MIilia1j14 Assemblies ,z 2 n n�oi i t r 064 54201- �to�Iu� �D P. �.ri =a3' �,e�n�I�� �� 34 41 .vz Freeway LED Readw ...I'..�. Il2iQ1F_-S 06r15r201-5 3 n n�o3 r r 06/ 15, 2015 �eSI C,°1tI . � ' �be9�rf2�.'�I�S vvrraraoz� zZ 3umrrur�I Figl�s � n n1 3n 11/12,2013 ��o , 34 41 50 Opti , Cabe 02Q6 2016 �io r-r., 3471 13 Traffic Control 03/22/2021 USACE Specifications Date Division 02 - Existing Conditions Modified 02 4100 1 Demolition and Deconstruction 05/17/2023 Division 03 - Concrete 03 30 30 1 Cast -In -Place Concrete 05/17/2023 Division 07 — Thermal and Moisture Protection 07 92 00 1 Joint Sealants 05/17/2023 Division 31- Earthwork 31 00 00 Earthwork 05/17/2023 3123 00.20 Excavation and Fill 05/17/2023 31 32 39 Bioengineering Practices for Stream Bank and Shoreline 05/17/2023 Stabilization Division 32 - Exterior Improvements 32 12 16.16 Road -Mix Asphalt Paving 05/17/2023 32 15 00 Aggregate Surfacing 05/17/2023 Division 33 - Utilities 33 40 00 1 Stormwater Utilities 05/17/2023 Division 35 — Waterway and Marine Construction 35 20 16.53 1 Hydraulic Vertical Lift Gates 05/17/2023 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FWCC — Greenleaf Sump Storm Drain Revised December 9, 2022 City Project No. 103260 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 7 Appendix GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-16.01C.1 Methods and Procedures GR-01 60 00 Product Requirements SWFP 1150-2-1 Criteria for Design and Construction within the Limits of Existing Federal Projects END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FWCC — Greenleaf Sump Storm Drain Revised December 9, 2022 City Project No. 103260 0011 13 INVITATION TO BIDDERS Page 1 of 3 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of Greenleaf Sump Storm Drain, City Project No. 103260 will be received by the City of Fort Worth Purchasing Office until 1:30 P.M. CST, Thursday, June 15, 2023 as further described below: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth, Texas 76102 Bids will be accepted by: US Mail, Courier, FedEx or hand delivery at the address above; Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: 500 LF 72" RCP, Class III by Open Cut 166 LF 72" RCP, Class III by Carrier Pipe 166 LF 102" Steel Casing, By Open Cut 1 EA TxDOT Wingwalls (SW-0) (HW=7) 123 LF 18" RCP, Class III 96 LF 2 1 " RCP, Class III 50 LF 36" RCP, Class III 29 LF 48" RCP, Class III 64 LF 54" RCP, Class III 681 LF 6x4 Box Culvert 1 EA Sluice Gate 4 EA 8' Storm Junction Box 1 EA 10' Storm Junction Box 1 EA 72" Flap Gate 8 EA 10' Curb Inlet 1 EA 4' Drop Inlet 1,247 SY Asphalt Pvmt Repair Beyond Defined Width, Industrial 341 SY Conc Pvmt Repair, Arterial/Industrial PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre -qualified by the City at the time of bid opening. The procedures for qualification and pre -qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. CITY OF FORT WORTH FWCC — Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103260 Revised 7/19/2021 0011 13 INVITATION TO BIDDERS Page 2 of 3 DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at htti)://www.fortworthtexas.2ov/purchasing/ and clicking on the link to the advertised project folders on the City's electronic document management and collaboration system site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Bid Documents Package Link: httDs:Hdocs.b360.autodesk.com/shares/dO5ec4e4-3 1A-42e3-008-2e7253 f57873 f docs.b360.autodesk.coml Addenda Link: htti)s://docs.b360.autodesk.com/shares/f5d2f464-17d7-4907-bl ac-6026e4a9e4b7 f docs.b360. autodesk.coml Copies of the Bidding and Contract Documents may be purchased from TranSystems 500 W. 7th Street, Suite 1100 Fort Worth, TX 76102 Attn: Michael Hobbs, P.E. Phone Number: 817-334-4449 E-Mail Address: mrhobbs@transystems.com The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $150 each Set of Bidding and Contract Documents with half size (if available) drawings: N/A EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties are requested to email Expressions of Interest in this procurement to the City Project Manager and the Design Engineer. The email should include the company's name, contact person and that individual's email address and phone number. See attached Link: Plan Holders: httDS://docs.b360.autodesk.com/shares/8lcOb9e3-423f-4145-9555-f3cf5d731fbO fdocs.b360.autodesk.coml. All Addenda will be distributed directly to those who have expressed an interest in the procurement and will also be posted in the City of Fort Worth's purchasing website at http://fortworthtexas.gov/purchasing/ PREBID CONFERENCE — Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: May 29, 2023 TIME: 11:00 am Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. CITY OF FORT WORTH FWCC — Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103260 Revised 7/19/2021 0011 13 INVITATION TO BIDDERS Page 3 of 3 If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders can e-mail questions or comments in accordance with Section 6 of the Instructions to Bidders referenced above to the project manager(s) at the e-mail addresses listed below. Emailed questions will suffice as "questions in writing." If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. FUNDING Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from revenues generated from bonds and reserved by the City for the Project. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Max Aransen, P.E., City of Fort Worth Email: max.aransen@fortworthtexas.gov Phone: 817-810-0696 AND/OR Attn: Michael Hobbs, PE, TranSystems Email: mrhobbs@transystems.com Phone: 817-334-4449 ADVERTISEMENT DATES May 18, 2023 May 25, 2023 END OF SECTION CITY OF FORT WORTH FWCC — Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103260 Revised 7/19/2021 0021 13 INSTRUCTIONS TO BIDDERS SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms Page 1 of 10 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre -qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: htti)s:Hanns.fortworthtexas. aov/Proi ectResources/ CITY OF FORT WORTH FWCC — Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103260 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 10 3.1.1. Paving — Requirements document located at: httDs://aDDS.fortworthtexas. Lyov/ProiectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPreaualification/TPW%2OPavina %20Contractor%2OPreaualification%2OProaram/PREOUALIFICATION%20REO UIREMENT S%20FOR%20PAVING%2000NTRACTORS.Ddf 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: httDs://aDDs.fortworthtexas. aov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPreaualification/TPW%2ORoadwa v%20and%2OPedestrian%2OLiahtina%2OPreaualification%20Proaram/STREET% 20LIGHT%20PREOUAL%20REOMNTS.Ddf 3.1.3. Water and Sanitary Sewer — Requirements document located at: httDs://aDDs.fortworthtexas. aov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPreaualification/Water%20and%2 OSanitarv%2OSewer%2OContractor%2OPreaualification%2OPro2ram/W S S%2ODre aual%20reauirements.Ddf 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2. 1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 3.5. Special qualifications required for this project include the following: Contractor shall be qualified to work for and on USACE. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: CITY OF FORT WORTH FWCC — Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103260 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 10 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. Is advised that, City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally -assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration of award. 4.1.5. Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.6. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.7. Should perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. CITY OF FORT WORTH FWCC — Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103260 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 10 4.1.8. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima -facie evidence that the Bidder has made the investigations, examinations and tests herein required. 4.1.9. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4.Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. CITY OF FORT WORTH FWCC — Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103260 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 10 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: Max Aransen, P.E., Capital Delivery Division Email: max.aransen@fortworthtexas.gov Phone: 817-810-0696 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. CITY OF FORT WORTH FWCC — Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103260 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 10 6.3. Addenda or clarifications may be posted via the City's electronic document management and collaboration system at <Insert Link to Documents>. 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 01 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non -responsive. CITY OF FORT WORTH FWCC — Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103260 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 10 Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: htti)s:Hcodelibrarv.amleLal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. 12.2. All blanks on the Bid Form must be completed and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. All entries shall be legible. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. CITY OF FORT WORTH FWCC — Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103260 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 10 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Withdrawal of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office may be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing and delivered to the Purchasing Office to receive a time stamp prior to the opening of Bids. A timely withdrawn bid will be returned to the Bidder or, if the request is within one hour of bid opening, will not be read aloud and will thereafter be returned unopened. 14.2. In the event any Bid for which a withdrawal request has been timely filed has been inadvertently opened, said Bid and any record thereof will subsequently be marked "Withdrawn" and will be given no further consideration for the award of contract. 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. CITY OF FORT WORTH FWCC — Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103260 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 10 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at httvs://www.ethics.state.tx.us/data/forms/1295/1295.vdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement CITY OF FORT WORTH FWCC — Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103260 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 10 of 10 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH FWCC — Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103260 Revised/Updated November 2, 2021 003513 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. Form CIQ (Conflict of Interest Questionnaire) (state.tx.us) httDs://www.ethics.state.tx.us/data/forms/conflict/ClS.r)df ❑ CIQ Form does not apply ❑ CIQ Form is on file with City Secretary 0 CIQ Form is being provided to the City Secretary ❑ CIS Form does not apply ❑ CIS Form is on File with City Secretary 0 CIS Form is being provided to the City Secretary BIDDER: S.J. Louis Construction of Texas, Ltd. By: 520 S 6th Ave. Signature: Mansfield, Texas 76063 (817) 477-0320 Title: END OF SECTION Adam Lunsford Vice Preside CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 FWCC - Greenleaf Sump Workbook CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section Is a misdemeanor. J Name of vendor who has a business relationship with local governmental entity. None J Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) J Name of local government officer about whom the information is being disclosed. N/A Name of Officer J Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? F]Yes IR-1No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income Is not received from the local governmental entity? F]Yes IT] No J Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. None J ❑Check this box If the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). J June 15th, 2023 Stgnat re o vendor ng business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code S 176.001(1-a): 'Business relationship" means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. Local Government Code & 176.003(a)(2)(A) and (B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (1) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than $100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (1i) the local governmental entity is considering entering into a contract with the vendor. Local Government Code § 176.006(a) and (a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any gift described by Section 176.003(a-1); or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity; or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer, described by Subsection (a); (B) that the vendor has given one or more gifts described by Subsection (a); or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021 LOCAL GOVERNMENT OFFICER CONFLICTS FORM CIS DISCLOSURE STATEMENT (Instructions for completing and filing this form are provided on the next page.) This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This is the notice to the appropriate local governmental entity that the following local ' Date Received government officer has become aware of facts that require the officer to file this statement in accordance with Chapter 176, Local Government Code. 1 Name of Local Government Officer N/A 2 Office Held N/A 3 Name of vendor described by Sections 176.001(7) and 176.003(a), Local Government Code N/A 4 Description of the nature and extent of each employment or other business relationship and each family relationship with vendor named in item 3. N/A 5 List gifts accepted by the local government officer and any family member, if aggregate value of the gifts accepted from vendor named in item 3 exceeds $100 during the 12-month period described by Section 176.003(a)(2)(B). Date Gift Accepted N/A Description of Gift N/A Date Gift Accepted N/A Description of Gift N/A Date Gift Accepted N/A Description of Gift N/A (attach additional forms as necessary) 6 SIGNATURE I swear under penalty of perjury that the above statement is true and correct. I acknowledge that the disclosure applies to each family member (as defined bySection 176.001(2), Local Government Code) of this local government officer. I also acknowledge that this statement covers the 12-month period described by Section 176.003(a)(2)(B), Local Government Code. NIAr Signature of Loci overnment Officer �.frar' V Y PVA MARIA LAURA PAREDES Please complete either option below: Notary ID #130612880 h My Commission Expires 'rF Or 1, April. 15, 2024 Sworn to and subscribed before me by Adam Lunsford this the 15th day of June 20 23 , to certi hi h, witness my hand and seal of office. Signature'tif ficer administering oath Printed name of officer administering oath Title of officer administering oath (2) Unsworn Declaration • . My name is N/A My address is N/A (street) Executed in N/A County, State of N/A Form provided by Texas Ethics Commission and my date of birth is N/A N/A N/A N/A N/A (city) (state) (zip code) (country) on the N/A day of N/A 20 N/A (month) (year) N/A Signature of Local Government Officer (Declarant) www.ethics.state.tx.us Revised 8/17/2020 LOCAL GOVERNMENT OFFICER CONFLICTS DISCLOSURE STATEMENT Section 176.003 of the Local Government Code requires certain local government officers to file this form. A "local government officer" is defined as a member of the governing body of a local governmental entity; a director, superintendent, administrator, president, or other person designated as the executive officer of a local governmental entity; or an agent of a local governmental entity who exercises discretion in the planning, recommending, selecting, or contracting of a vendor. This form is required to be filed with the records administrator of the local governmental entity not later than 5 p.m. on the seventh business day after the date on which the officer becomes aware of the facts that require the filing of this statement. A local government officer commits an offense if the officer knowingly violates Section 176.003, Local Government Code. An offense under this section is a misdemeanor. Refer to chapter 176 of the Local Government Code for detailed information regarding the requirement to file this form. INSTRUCTIONS FOR COMPLETING THIS FORM The following numbers correspond to the numbered boxes on the other side. 1. Name of Local Government Officer. Enter the name of the local government officer filing this statement. 2. Office Held. Enter the name of the office held by the local government officer filing this statement. 3. Name of vendor described by Sections 176.001(7) and 176.003(a), Local Government Code. Enter the name of the vendor described by Section 176.001(7), Local Government Code, if the vendor: a) has an employment or other business relationship with the local government officer or a family member of the officer as described by Section 176.003(a)(2)(A), Local Government Code; b) has given to the local government officer or a family member of the officer one or more gifts as described by Section 176.003(a)(2)(B), Local Government Code; or c) has a family relationship with the local government officer as defined by Section 176.001(2-a), Local Government Code. 4. Description of the nature and extent of each employment or other business relationship and each family relationship with vendor named in item 3. Describe the nature and extent of the employment or other business relationship the vendor has with the local government officer or a family member of the officer as described -by Section 176.003(a)(2)(A), Local Government Code, and each family relationship the vendor has with the local government officer as defined by Section 176.001(2-a), Local Government Code. 5. List gifts accepted, if the aggregate value of the gifts accepted from vendor named in item 3 exceeds $100. List gifts accepted during the 12-month period (described by Section 176.003(a)(2)(B), Local Government Code) by the local government officer or family member of the officer from the vendor named in item 3 that in the aggregate exceed $100 in value. 6. Signature. Signature of local government officer. Complete this section after you finish the rest of this report. You have the option to either: (1) take the completed form to a notary public where you will sign above the first line that says "Signature of Local Government Officer" (an electronic signature is not acceptable) and your signature will be notarized, or (2) sign above both lines that say "Signature of Local Government Officer ( ecl rant)" ( n electronic signature is not acceptable), and fill out the unsworn declaration section. WIN _ d Local Government Code § 176.001(2-a): "Family relationship" means a relationship between Taprerson and another person within the third degree by consanguinity or the second degree by affinity, as those terms are defined by Subchapter B, Chapter 573, Government Code. Local Government Code § 176.003(a)(2)(A): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor. Form provided by Texas Ethics Commission www.ethics.slate.tx.us Revised 8/17/2020 WRITTEN ACTION OF THE GENERAL PARTNER OF S.J. LOUIS CONSTRUCTION OF TEXAS LTD. TAKEN IN LIEU OF A MEETING The undersigned being the General Partner of S.J. Louis Construction of Texas Ltd, a Texas limited partnership (the "Company"), pursuant to the authority contained in the Texas Business Organizations Code, in lieu of holding a meeting to consider the same, do hereby approve and adopt the following resolutions and actions effective as of July 18th, 2022: NOW THEREFORE BE IT RESOLVED, that the following persons are hereby elected as officers of this Company, to hold the offices set forth opposite their respective names until their successors have been elected and qualified: James L. Schueller President/Chief Manager Les V. Whitman Executive Vice President/General Manager David Dickerson Vice President/South Texas Area Manager Adam Lunsford Vice President/Construction Manager Justin Whitman 'Vice President/Construction Manager Curtis Ostrander Vice President/Construction Manager Jaime Woods Chief Financial Officer / Secretary / Treasurer Philips J. Vallakalil Secretary/Treasurer/General Counsel/Contracts Director Jamie Whitman Vice President of Equipment and Trucking RESOLVED FURTHER, that the President, Executive Vice President and Chief Financial Officer are hereby authorized and empowered to sign all documents necessary for the performance of the business of S.J. Louis Construction of Texas, Ltd. RESOLVED FURTHER, that Philips J. Vallakalil, as Secretary, David Dickerson, Adam Lunsford, Justin Whitman, and Curtis Ostrander are hereby authorized and empowered to sign Construction Contracts, Construction Bids, Construction Bonds, final pay estimates and all other documents necessary to construct and manage construction jobs for the Company. 147483/v I RESOLVED FURTHER, that this written action supersedes all prior appointments of officers and resolutions addressing succession of such officers. RESOLVED FURTHER, that all prior signature authorizations are hereby superseded in their entirety by this written action and are no longer of any force or effect. RESOLVED FURTHER, that all of the acts of officers of the Company, whether heretofore and hereafter taken or done, that are consistent with the purpose and intent of these resolutions are hereby in all respects authorized, approved, ratified and confirmed. GENERAL PARTNER ouis, LLC James L. Schueller President and Chief Manager 147483/vl 2 0041 00 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: Greenleaf Sump Storm Drain City Project No.: 103260 Units/Sections: Unit 1 - Greenleaf Sump Storm Drain (STA 0+00.00 to STA 14+69.21) 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 Revised 9/30/2021 FWCC - Greenleaf Sump Workbook Final 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. CCTV - 48-inches or smaller b. Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 SY) c. Concrete Paving Construction/Reconstruction (LESS THAN 15,000 SY) d. - 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 365 CD days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 FWCC - Greenleaf Sump Workbook Final 0041 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items Total Bid 7. Bid Submittal This Bid is submitted on June 15th, 2023 Respectfully submitted, By: (signature) Adam Lunsford (Printed Name) Title: Vice President Company: S.J. Louis Construction of Texas, Ltd. Address: 520 S 6th Ave Mansfield, Texas 76063 State of Incorporation: Texas Email: AdamL@sjlouis.com Phone: (817) 477-0320 END OF SECTION $6,050,404.00 by the entity named below. Receipt is acknowledged of the Initial following Addenda: Addendum No. 1:L Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 FWCC - Greenleaf Sump Workbook Final 00 42 43 BID PROPOSAL Page 1 of 2 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information I Bidder's Proposal Unit 1- Greenleaf Sump Storm Drain Bidlist Item Description No. escrpon Specification Section No. Unit of I Measure Bid Quantity Unit Price Bid Value 1 0171.0102 As -Built Survey 01 7123 LS 1 $2,000.00 $2,000.00 2 0241.3013 Remove 18" Storm Line 0241 14 LF 209 $55.00 $11,495.00 3 0241.3023 Remove 48" Storm Line 0241 14 LF 35 $75.00 $2,625.00 4 0241.3024 Remove 54" Storm Line 0241 14 LF 48 $80.00 $3,840.00 5 0241.1300 Remove Conc Curb & Gutter 0241 14 LF 130 $10.00 $1,300.00 6 0241.3401 Remove 4' Storm Junction Box 0241 14 EA 1 $2,500.00 $2,500.00 7 3110.0101 Site Clearing 31 1000 LS 1 $5,000.00 $5,000.00 8 3123.0101 Unclassified Excavation (Sluice Gate and 3123 16, Headwall) 1312300.20 CY 750 $30.00 $22,500.00 9 13125.0101 SWPPP > 1 acre 1 31 25 00 LS 1 $28,000.00 $28,000.00 Asphalt Pvmt Repair Beyond Defined Width, 10 13201.0203 Industrial l 3401 17 SY I 1,247 I $145.00 $180,815.00 11 13201.0616 Conc Pvmt Repair, Arterial/Industrial 32 01 29 SY 341 I $160.00 $54,560.00 12 13216.0101 6" Conc Curb and Gutter 32 1613 LF I30 I $40.001 $5,200.00 13 3291.0100 Topsoil 3291 19 1 CY 1 1001 $50.001 $5,000.00 14 13292.0100 Block Sod Placement 32 92 13 SY 1,2101 $6.001 $7,260.00 15 13301.0001 Pre -CCTV Inspection 33 01 31 LF 601 $5.001 $300.00 16 13301.0002 Post -CCTV Inspection 3301 31 1 LF 1 1,7091 $2.00� $3,418.00 17 13305.0109 Trench Safety 3305 10 LF 1,7091 $1.00 $1,709.00 18 13305.0111 Valve Box Adjustment 3305 14 EA 41 $500.001 $2,000.00 19 13305.0112 Concrete Collar (Storm) 3305 17 1 EA 31 $1,500.001 $4,500.00 20 13331.4212 12" DIP Sewer 33 11 10 1 LF ' 601 $334.00 $20,040.00 21 13305,0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 51 $1,500.001 $7,500.00 22 13341.0103 18" RCP, Class III 3341 10 , LF 123 1 $1,390.001 $170,970.00 23 13341.0201 21" RCP, Class III 3341 10 LF 961 $1,400.001 $134,400.00 24 13341.0309 36" RCP, Class III 33 40 00 LF 501 $1,468.001 $73,400.00 25 13341.0409 48" RCP, Class III 3341 10 LF 291 $1,546.001 $44,834.00 26 13341.0502 54" RCP, Class III 3441 10 LF 64 $1,610.00 $103,040.00 27 I3341.0701 72" RCP, Class III by Open Cut 1 41 10, I 33 40 00 LF I 500 $2,633.00 $1,316,500.00 28 13341.0701 72" RCP, Class III Carrier Pipe 33 40 00 LF 1661 $1,877.001 $311,582.00 29 13341.13036x4 Box Culvert 3441 10 LF 6811 $2,014.001 $1,371,534.00 30 3349.0005 8' Storm Junction Box 33 49 10 LS 41 $42,000.001 $168,000.00 31 13349.0006 10' Storm Junction Box 1 03 30 30 1 EA I 11 $5,500.001 $5,500.00 32 13349.5001 10' Curb Inlet 1 33 49 20 EA I 81 $8,300.001 $66,400.00 33 13349.70014' Drop Inlet 1 344920 LS 11 $10,500.001 $10,500.00 34 3471.0001 Traffic Control 3471 13 MO 7 $3,000.001 $21,000.00 35 19999.0001 Remove 5' Curb Inlet 0241 14 EA 8' $1,300.001 $10,400.00 36 19999.00026'X4'Box Temporary Plug 3341 10 EA 1 $7,000.001 $7,000.00 37 9999.0003 36" RCP Temporary Plug 1 33 40 00 1 LS 11 $2,000.001 $2,000.00 38 19999.0004 Sluice Gate Structure 03 30 30 1 EA 11 $892,000.00� $892,000.00 39 19999.0005 72" Flap Gate 33 40 00 1 LF 11 $40,000.00 $40,000.00 40 19999.0006 102" Steel Casing by Open Cut 33 40 00 1 EA , 1661 $3,077.001 $510,782.00 41 19999.0007 TxDOT Wingwalls (SW-0) (HW=7) 03 30 30 1 EA 11 $169,000.001 $169,000.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 FWCC - Greenleaf Sump Workbook Final 00 42 43 BID PROPOSAL Page 2 of 2 UNIT PRICE BID SECTION 00 42 43 PROPOSALFORM Project Item Information Unit 1 - Greenleaf Sump Storm Drain Bidlist Item Description No. 42 9999.0008 Imported Backfill (USACE Requirement) 43 9999.0009 Inlet Filter 44 9999.0010 Catch Basin Filter 45 9999.0011 Construction Surveying (GPS) 46 9999.0012 Construction Staking 47 9999.0013 Construction Allowance Bidder's Application Bidder's Proposal Specification Unit of Bid Unit Price Bid Value Section No. Measure Quantity 31 23 00.20 CY 3,000 $20.00 $60,000.00 00 00 00 EA 8 $5,000.00 $40,000.00 00 00 00 EA 8 $5,000.00 $40,000.00 017123 LS 1 $5,000.00 $5,000.00 017123 LS 1 $5,000.00 $5,000.00 017123 LS 1 $100,000.Od $100,000.00 Sub -Total Unit 1- Greenleaf Sump Storm Drain Bid Summary SUBTOTAL: UNIT I: Greenleaf Sump Storm Drain Improvements (FWCC)l $6,050,404.001 TOTAL 1 BASE BID (UNIT I)I $6,050,404.001 *Note: The City Reserves the right to select either Total 1. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 FWCC - Greenleaf Sump Workbook Final SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 00 43 13 BID BOND Page 1 of 2 That we, s. �- La+� S Cogs}Q "c*i or- TtxAS Uld . , known as "Bidder" herein and L 6iE&*y MA AL. XW5vA4P4c.E Com4A&. -/ a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as Greenleaf Sump Storm Drain NOW, THEREFORE, the condition of this obligation is such that if the City 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 City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 15th day of June , 2023. ATTEST: Witness as to Principal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 PRINCIPAL: S.T:Louis CamSb"k04 or- TZXAs_drel. BY: P4 Signature Adam Lunsford Vice President Name and Title FWCC - Greenleaf Sump Workbook 00 43 13 BID BOND Page 2 of 2 Address: 520 South 6th Avenue Mansfield, TX 76063 SURETY: Liberty Mutual Insurance C mmnanv BY: —A CW--g�eL�1'� JP oaPoaZ Heather R. Goedtel, Attornev-in-Fact Name and Title 1912 n Address: 8400 Normandale Lake Blvd.. Suite 1700 Bloominaton. MN 55437 Witness as to Suret Telephone Number: 763.302.7159 Attach Power of Attorney (Surety) for Attorney -in -Fact *Note: 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 provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 Copy of FWCC - Greenleaf Sump Workbook Surety Acknowledgment State of Minnesota } } ss. County of Hennepin } On this 15th day of June 2023, before me personally came Heather R. Goedtel. to me known, who being by me duly sworn, did depose and say that she is the Attorney -in -Fact of Libertv Mutual Insurance Comnanv described in and which executed the above instrument; that she knows the seal of said corporation; that the seal affixed to said instruments is such corporate seal, that it was so affixed by order of the Board of Directors of said corporation, and that she signed her name to it by like order. No r ublic Yo`j1e'"+� y IC E CATHERINE LANGER yy Notary Public State of Minnesota My Commission Expires January 31, 2028 „ This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company Mutual. The Ohio Casualty Insurance Company Certificate No: 8209239-190003 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Blake S. Bohlig; Brian D. Carpenter; Craig Olmstead; Erik T. Gunkel; Haley Pflug; Heather R. Goedtel; Jessica Hoff; Kelly Nicole Enghauser; Laurie Pflug; Michelle Halter; Michelle Ward; Nicole Langer all of the city of Bloomington state of MN each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 12th day of January , 2023 . Liberty Mutual Insurance Company P� 1NSU,� P�(V INSV \NSt/4 The Ohio Casualty Insurance Company �o°aPO"t+roypm aPO�rF�yn P2 °aPO�ro�'p� West American Insurance Company 1912 0 " 191 m '" 1991 ui Y'9 �y� yy 9��0 4 0 dV1 S-4—U`+�.da O //AMPs�`,aDY• '!s �H0101P .4 r C 0/7 dyl By: 2 U M m * 1� * *� ,�,yt * *� David M. Carey, Assistant Secretary State of PENNSYLVANIA Cr Co ss a) rn County of MONTGOMERY o E oOn this 12th day of January , 2023 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0 co Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself duly aa) � as a authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. ; � N 6P PAS; 0-0 ` O p N QF' NW F� t� off' �1,� �' ° 2 y Commonwealth of Pennsylvania - Notary Seal Teresa Pastella, Notary Public MonlgomeryCounty //-t �,_ e)— co ` E oP My commission expires March 28, 2025 B �r /yA�,�) _^��"`" N C fQ Comm1 1126044 y "_" " _ """ a) N 7, ,,n number y� CVP �`G Member, Pennsylvania Association of Notaries Teresa Pastella, Notary Public Q O O) O (0 qRy p�0 p O 04 Q? This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 3 ono O •S Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: li M 4? ARTICLE IV- OFFICERS: Section 12. Power of Attorney. `o 00 0 0- Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the ;6 r a L) President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety r- C° any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall -a M have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such Co a> 'Coo Z L) instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the f provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ti o- ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, — bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Libery Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 15th day of June , 2023 . P� 1NSU P�(V INSU � 1NSU.1 J °pPO�r yn yJ c°aPO�r�2 .vPo°RPO�r q'o 0 �o m �3 Foci g 1912 0 ! Zq 1919 v c a 1991 0 " 59u-� �j�"SSA°HUS�`da yO `ryF/AMPg�`,a� '�S, �NDIANP dad By Renee C. Llewellyn, Assistant Secretar y LMS-12873 LMIC OCIC WAIC Multi Co 02/21 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. he principal place of business of our company or our parent company or majority owner is v In the State of Texas. 191"' BIDDER: S.J. Louis Construction of Texas, Ltd. 520 S 6th Ave Mansfield, Texas 76063 (817) 477-0320 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 By: Adam Lunsford Yrignature) Title: Vice President Date: June 15th, 2023 FWCC - Greenleaf Sump Workbook 0045 11 -1 BIDDERS PREQUALIFICATIONS Pagel of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 5 have applied for prequalification by the City for the work types requiring prequalification 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven (7) days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 16 The prequalification process will establish a bid limit based on a technical evaluation and 17 financial analysis of the contractor. For example, a contractor wishing to submit bids on 18 projects to be opened on the 7th of April must file the information by the 31 st day of March 19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's 20 Prequalification Application, the following must accompany the submission. 21 a. A complete set of audited or reviewed financial statements. 22 (1) Classified Balance Sheet 23 (2) Income Statement 24 (3) Statement of Cash Flows 25 (4) Statement of Retained Earnings 26 (5) Notes to the Financial Statements, if any 27 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 28 of Incorporation, Articles of Organization, Certificate of Formation, LLC 29 Regulations, and Certificate of Limited Partnership Agreement). 30 c. A completed Bidder Prequalification Application. 31 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 32 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 33 number visit the Texas Comptroller of Public Accounts online at the 34 following web address www.window.state.tx.us/taXDermit/ and fill out the 35 application to apply for your Texas tax ID. 36 (2) The firm's e-mail address and fax number. 37 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 38 is used by the City for required reporting on Federal Aid projects. The DUNS 39 number may be obtained at www.dnb.com. 40 d. Resumes reflecting the construction experience of the principles of the firm for firms 41 submitting their initial prequalification. These resumes should include the size and 42 scope of the work performed. 43 e. Other information as requested by the City. 44 45 2. Prequalification Requirements 46 a. Financial Statements. Financial statement submission must be provided in 47 accordance with the following: 48 (1) The City requires that the original Financial Statement or a certified copy 49 be submitted for consideration. CITY OF FORT WORTH FWCC — Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103260 Revised August 13, 2021 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalifcation Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility for Award of Contract 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH FWCC — Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103260 Revised August 13, 2021 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to 2 perform the prequalified work types until the expiration date stated in the letter. 3 8 END OF SECTION CITY OF FORT WORTH FWCC — Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103260 Revised August 13, 2021 00 45 12 PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 4512 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 CCTV - 48-inches or smaller Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 SY) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 SY) Contractor/Subcontractor Company Name Prequalification Expiration Date Ace Pipe Cleaning Inc 2/29/2024 Texas Material Group, Inc. dba Texas Bit 12/31/2024 McMahon Contracting LP 4/30/2024 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: S.J. Louis Construction of Texas, Ltd. y: Adam Lunsford 520 S 6th Ave Mansfield, Texas 76063 F P(Signature) .g- (8 n ) 47 7 - 0340 Title: Vice President Date: --Jut7e- /5'." 2v23 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 09/30/2021 FWCC - Greenleaf Sump Workbook FORT WORTH. SECTION 00 45 13 PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box Street Address (required) ( 1 Telephone Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company City State Zip Code City State Zip Code Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) Email/mail this questionnaire along with financial statements to the appropriate group below. A separate submittal is required for water/sewer, paving, and lighting: Work Category— Water Dept - Water/sewer Work Category— TPW Paving Work Category— TPW Ped/Rdwy Lighting john.kasavich@FortWorthTexas.gov TPW_Prequalification@fortworthtexas.gov clint.hoover@fortworthtexas.gov Fort Worth Water Department Engineering and City of Fort Worth Transportation and Public City of Fort Worth TPW Transportation Fiscal Services Division 200 Texas St. Fort Works Dept. 3741 SW Loop 820, Fort Worth, Management Attn: Clint Hoover, P.E. 5001 Worth, TX 76102 TX 76133 Attn: Alicia Garcia James Ave. Fort Worth, TX 76115 *Financial Statements must be mailed. Mark the envelope: "Bidder Prequalification Application" 0045 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. Select major work categories for which you would like to be prequalified (City may deem you are not qualified for selected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work category): MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less _ Augur Boring - Greater than 24-inch diameter casing and greater _ Tunneling — 36-Inches — 60 —inches, and 350 LF or less _ Tunneling - 36-Inches — 60 —inches, and greater than 350 LF _ Tunneling — 66" and greater, 350 LF and greater _ Tunneling — 66" and greater, 350 LF or Less _ Cathodic Protection _ Water Distribution, Development, 8-inch diameter and smaller _ Water Distribution, Urban and Renewal, 8-inch diameter and smaller _ Water Distribution, Development, 12-inch diameter and smaller _ Water Distribution, Urban and Renewal, 12-inch diameter and smaller _ Water Transmission, Development, 24-inches and smaller _ Water Transmission, Urban/Renewal, 24-inches and smaller _ Water Transmission, Development, 42-inches and smaller _ Water Transmission, Urban/Renewal, 42-inches and smaller _ Water Transmission, Development, All Sizes _ Water Transmission, Urban/Renewal, All Sizes _ Sewer Bypass Pumping, 18-inches and smaller _ Sewer Bypass Pumping, 18-inches — 36-inches _ Sewer Bypass Pumping 42-inches and larger _ CCTV, 8-inches and smaller _ CCTV, 12-inches and smaller _ CCTV, 18-inches and smaller CCTV, 24-inches and smaller CITY OF FORT WORTH FWCC — Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103260 Revised August 13, 2021 0045 13 - 3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED _! CCTV, 42-inches and smaller _ CCTV, 48-inches and smaller _ Sewer CIPP, 12-inches and smaller _ Sewer CIPP, 24-inches and smaller _ Sewer CIPP, 42-inches and smaller _ Sewer CIPP, All Sizes _ Sewer Collection System, Development, 8-inches and smaller _ Sewer Collection System, Urban/Renewal, 8-inches and smaller _ Sewer Collection System, Development, 12-inches and smaller _ Sewer Collection System, Urban/Renewal, 12-inches and smaller _ Sewer Interceptors, Development, 24-inches and smaller _ Sewer Interceptors, Urban/Renewal, 24-inches and smaller _ Sewer Interceptors, Development, 42-inches and smaller _ Sewer Interceptors, Urban/Renewal, 42-inches and smaller _ Sewer Interceptors, Development, 48-inches and smaller _ Sewer Interceptors, Urban/Renewal, 48-inches and smaller _ Sewer Pipe Enlargement 12-inches and smaller _ Sewer Pipe Enlargement 24-inches and smaller _ Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning, 42-inches and smaller Sewer Cleaning, All Sizes _ Sewer Cleaning, 8-inches and smaller _ Sewer Cleaning, 12-inches and smaller _ Sewer Siphons 12-inches or less _ Sewer Siphons 24-inches or less _ Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works _ Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) _ Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) _ Asphalt Paving Heavy Maintenance (UNDER $1,000,000) _ Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) _ Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)* _ Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter, driveways, and panel replacement, only on concrete street / ROW paving CITY OF FORT WORTH FWCC — Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103260 Revised August 13, 2021 0045 13 - 4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY -COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you? If so, where and why? 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH FWCC — Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103260 Revised August 13, 2021 0045 13-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH FWCC — Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103260 Revised August 13, 2021 CORPORATION BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents Secretary Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) 0045 13 - 6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 PARTNERSHIP BLOCK If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Limited Partners (if applicable) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 FWCC — Greenleaf Sump Storm Drain City Project No. 103260 0045 13-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as 'various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. ITEM QUANTITY 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various - ITEM DESCRIPTION TOTAL BALANCE SHEET VALUE CITY OF FORT WORTH FWCC — Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103260 Revised August 13, 2021 0045 13 - 8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. . being duly sworn, deposes and says that he/she is the of . the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH FWCC — Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103260 Revised August 13, 2021 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 103260. Contractor further certifies that, pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 9 CONTRACTOR: 10 S.J. Louis Construction of Texas, Ltd. By: Adam Lunsford 11 Company (Please Print) 12 13 520 S 6th Ave Signature: 14 Address 15 16 Mansfield, Texas 76063 Title: Vice President 17 City/State/Zip (Please Print) 18 19 20 THE STATE OF TEXAS § 21 22 COUNTY OF TARRANT § 23 24 BEFORE ME, the undersigned authority, on this day personally appeared 25 Adam Lunsford , known to me to be the person whose name is 26 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the 27 same as the act and deed of Vice President for the purposes and 28 consideration therein expressed and in the capacity therein stated. 29 30 GIVEN UNDER MY HAND AND SEAL OF OFFICE this 15th day of 31 June 2023. 32 33 34 'qV pLg MARIA LAURA PAREDES _ _ Notary I0 #130612880 35 ` � ry Notary Pub is in and for the State of Texas Na My Commission Expires 36 oF�`+ April 15, 2024 END OF SECTION CITY OF FORT WORTH FWCC - Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103260 Revised July 1, 2011 004540-1 1 2 SECTION 00 45 40 Business Equity Goal Business Equity Goal Page 1 of 3 3 APPLICATION OF POLICY 4 5 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. 6 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 7 (M/WBEs). 9 POLICY STATEMENT 10 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business 11 Equity Firms when applicable, in the procurement of all goods and services. All requirements and 12 regulations stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance 13 No. 24534-11-2020 (codified at: httDS://COdelibrarv.amleeal.com/codes/ftworth/latest/ftworth tx/0-0- 14 0-22593) apply to this bid. 15 16 BUSINESS EOUITY PROJECT GOAL 17 The City's Business Equity goal on this project is 7916 of the total bid value of the contract (Base bid 18 applies to Parks and Community Services). 19 20 METHODS TO COMPLY WITH THE GOAL 21 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the 22 City's Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply 23 with the ordinance through one of the following methods: 1. Commercially useful services 24 performed by a Business Equity prime contractor, 2. Business Equity subcontracting 25 participation, 3. Combination of Business Equity prime services and Business Equity 26 subcontracting participation, 4. Business Equity Joint Venture/Mentor-Protege participation, S. 27 Good Faith Effort documentation, or 6. Prime contractor Waiver documentation. 28 29 SUBMITTAL OF REOUIRED DOCUMENTATION 30 Applicable documents (listed below) must be received by the Purchasing Division, OR the offeror shall 31 EMAIL the Business Equity documentation to the assigned City of Fort Worth Project Manager or 32 Department Designee. Documents are to be received no later than 2:00 p.m., on the third City 33 business day after the bid opening date, exclusive of the bid opening date. CITY OF FORT WORTH FWCC - Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103260 Revised October 27, 2021 004540-2 Business Equity Goal Page 2 of 3 1 2 The Offeror must submit one or more of the following documents: 3 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 4 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if 5 participation is less than stated goal, or no Business Equity participation is accomplished; 6 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform 7 all subcontracting/supplier opportunities; or 8 4. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor- 9 Protege participation. 10 11 These forms can be found at: 12 Business Equity Utilization Form and Letter of Intent 13 httDS://aDDS.fortworthtexas.eov/ProiectResources/ResourcesP/60 - MWBE/Business Eauitv Utilization 14 Form DVIN 2022 220324.Ddf 15 16 Letter of Intent 17 httDS://aDDS.fortworthtexas.Ezov/ProiectResources/ResourcesP/60 - MWBE/Letter of Intent DVIN 18 2021.Ddf 19 20 Business Equity Good Faith Effort Form 21 httDS://aDDS.fortworthtexas.eov/ProiectResources/ResourcesP/60 - MWBE/Good Faith Effort 22 Form DVIN 2022.Ddf 23 24 Business Equity Prime Contractor Waiver Form 25 httDS://aDDS.fortworthtexas.eov/ProiectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor 26 Waiver-220313.Ddf 27 28 CITY OF FORT WORTH FWCC - Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103260 Revised October 27, 2021 004540-3 1 2 3 4 5 6 7 8 9 10 Business Equity Goal Page 3 of 3 Business Equity Joint Venture Form httas://aDDs.fortworthtexas.eov/ProiectResources/ResourcesP/60 - MWBE/MWBE Joint Venture 220225.Ddf FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON -RESPONSIVE AND THE BID REJECTED. 11 FAILURE TO SUBMIT THE REOUIRED BUSINESS EOUTY DOCUMENTATION OR OTHERWISE COMPLY 12 WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON -RESPONSIVE. THE BID 13 REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS AS DESCRIBED IN SEC. 20- 14 373 OF THE ORDINANCE. 15 16 For Questions, Please Contact The Business Equity Division of the Department of Diversity and 17 Inclusion at (817) 392-2674. 18 END OF SECTION 19 CITY OF FORT WORTH FWCC - Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103260 Revised October 27, 2021 005243-1 Agreement Page 1 of 9 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on 8/22/2023 __, is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and S.J. Louis Construction of Texas Ltd. -- ------ authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor mayjointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Greenleaf SUmp Storm Drain Citv Proiect Number 103260 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of sixmillion fifty thousand four hundred four dollars and zero cents Dollars ($ 6,050,404.00 ). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance within 365 Calendar Days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH FWCC - Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 103260 Revised 8/22/2022 005243-2 Agreement Page 2 of 9 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City One Thousand Two Hundred Fifty Dollars ($1.250.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. Article S. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit CITY OF FORT WORTH FWCC -Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 103260 Revised 8/22/2022 005243-3 Agreement Page 3 of 9 i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made apart of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is saecifically intended to operate and be effective even if it is alleged or Droven that all or some of the damages being sought were caused. in whole or in Dart, by anv act, omission or negligence of the citv. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH FWCC -Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 103260 Revised 8/22/2022 005243-4 Agreement Page 4 of 9 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification vrovision is svecifically intended to overate and be effective even if it is alleged or vroven that all or some of the damaees beine soueht were caused. in whole or in vart. by anv act. omission or neglieence of the citv. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance orto assert any such right on any future occasion. CITY OF FORT WORTH FWCC -Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 103260 Revised 8/22/2022 005243-5 Agreement Page 5 of 9 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non -appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time -employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2274 of the Texas Government Code -(as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2), the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy CITY OF FORT WORTH FWCC -Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 103260 Revised 8/22/2022 005243-6 Agreement Page 6 of 9 companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1), the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. CITY OF FORT WORTH FWCC -Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 103260 Revised 8/22/2022 005243-7 Agreement Page 7 of 9 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (1-9). Upon request by City, Contractor shall provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. CITY OF FORT WORTH FWCC -Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 103260 Revised 8/22/2022 005243-8 Agreement Page 8 of 9 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: M Adam Lunsford (IVP 5, 202314:25 CDT) Signature (Printed Name) Vice President/ Const. Manager Title 520 South 6th Ave. Ad d ress Mansfield, Texas 76063 City/State/Zip Sep 5, 2023 Date CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 8/22/2022 City of Fort Worth William Johnson (Sek 15, 202316:14 GMT+2) William Johnson Assistant City Manager Sep 15, 2023 Date P 4�FaRTnp °° ty°a eF°°°°° RVoo Attest: ohs osd ���? G Ci ada� t6zn54p �Q00044 Jannetle Goodall, City Secretary (Seal) M&C: 23-0693 Date: 08-22-2023 Form 1295 No.: 2023-1049231 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including FWCC - Greenleaf Sump Storm Drain City Project No 103260 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 005243-9 Agreement Page 9 of 9 ensuring all performance and reporting requirements. MAX AVAK19Eftl Max Aransen (Sep 12, 2023 10:07 CDT) Max Aransen Project Manager Approved as to Form and Legality: DBlack (Sep 14, 202315:19 CDT) Douglas W. Black Sr. Assistant City Attorney APPROVAL RECOMMENDED: Lauren Prieur (Sep 13, 202314:07 CDT) _ Lauren Prieur, P.E., Director Transportation & Public Works Department CITY OF FORT WORTH FWCC - Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 103260 Revised 8/22/2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 THE STATE OF TEXAS 00 61 13 - 1 PERFORMANCE BOND Page 1 of 3 Bond No.190053856 SECTION 00 6113 PERFORMANCE BOND § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, S.J. Louis Construction of Texas. Ltd. known as "Principal" herein and Liberty Mutual 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 held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of, Six Million Fifty Thousand Four Hundred Four & 00/100 Dollars ($ 6,050,404.00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the 22nd day of Auclust . 20 23, which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, 20 equipment labor and other accessories defined by law, in the prosecution of the Work, including 21 any Change Orders, as provided for in said Contract designated as Greenleaf Sump Storm Drain, 22 City Project No. 103260 23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully 24 perform it obligations under the Contract and shall in all respects duly and faithfully perform the 25 Work, including Change Orders, under the Contract, according to the plans, specifications, and 26 contract documents therein referred to, and as well during any period of extension of the 27 Contract that may be granted on the part of the City, then this obligation shall be and become 28 null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH FWCC— Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103260 Revised July 1, 2011 006113-2 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 5 the 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 this 8 instrument by duly authorized agents and officers on this the 22nd day of August 9 120 23. 10 11 12 13 14 15 16 17 18 19 20 21 0A 23 24 25 26 ATTEST: Y// (Principal) Secretary Witness as to Principal PRINCIPAL: S.J. Louis Construction of Texas, Ltd. BY: AA 71.� Signature Adam Lunsford - Vice President Name and Title Address: 520 S 6th Avenue Mansfield, Texas 76063 CITY OF FORT WORTH FWCC —Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103260 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 oe v Witn ss as to Surety 006113-3 PERFORMANCE BOND Page 3 of 3 SURETY: Liberty Mutual Insurance Company BY: L2�_ �,� Signature Heather R. Goedtel, Attorney -in -Fact Name and Title Address: 8400 Normandale Lake Blvd. Suite 1700 Bloominqton, MN 55437 4 %NSU J P4OKPOg4,+jRn Telephone Number: 763.302.7159 1912 h s fig 3 ~d99 °4cnv5`,pa 9�7 * �d *Note: 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 provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 FWCC — Greenleaf Sump Storm Drain City Project No. 103260 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 00 61 14 - 1 PAYMENT BOND Page 1 of 3 Bond No.190053856 SECTION 00 6114 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, S.J. Louis Construction of Texas, Ltd. known as "Principal" herein, and Liberty Mutual Insurance Companv , a corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of Six Million Fifty Thousand Four Hundred Four & 00/100 Dollars ($ 6,050,404.00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 22nd day of August , 20 23 , which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, 20 equipment, labor and other accessories as defined by law, in the prosecution of the Work as 21 provided for in said Contract and designated as Greenleaf Sump Storm Drain, City Project No. 22 103260. 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall 24 pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of 25 the Texas Government Code, as amended) in the prosecution of the Work under the Contract, 26 then this obligation shall be and become null and void; otherwise to remain in full force and 27 effect. CITY OF FORT WORTH FWCC — Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103260 Revised July 1, 2011 00 61 14 - 2 PAYMENT BOND Page 2 of 3 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of 2 the Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument S by duly authorized agents and officers on this the 22nd day of August 6 2023 7 PRINCIPAL: S.J. Louis Construction of Texas. Ltd. ATTEST: BY: Signature (Principal) Secret ry y4v Witness as to Principal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Adam Lunsford - Vice President Name and Title Address: __520 S 6th Avenue Mansfield. Texas 76063 SURETY: Liberty Mutual Insurance Company FWCC — Greenleaf Sump Storm Drain City Project No. 103260 1 2 3 4 5 6 7 8 ATTEST: I -n to a J ' '�7r� (Surety)UMom Witness 006114-3 PAYMENT BOND Page 3 of 3 BY:C Signature Heather R. Goedtel, Attorney -in -Fact Name and Title Address: 8400 Normandale Lake Blvd. k" Jo- oaa q1- Suite 1700 eo a` `Fo g 1912 Bloomington, MN 55437 a�,gl� �NoSF�aa Wit esls as to Surety Telephone Number: 763.302.7159 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 FWCC — Greenleaf Sump Storm Drain City Project No. 103260 00 61 19 - 1 MAINTENANCE BOND Page 1 of 4 Bond No. 190053856 1 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we S.J. Louis Construction of Texas, Ltd. known as 9 "Principal" herein and Libertv Mutual Insurance Companv a corporate surety 10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of the State of Texas, known as "City" 13 herein, in the sum of Six Million Fiftv Thousand Four Hundred Four & 00/100 Dollars 14 ($ 6,050,404.00 ), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its 16 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, 17 jointly and severally, firmly by these presents. 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the 22nd day of August . 20 23 , which Contract is hereby 20 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 21 materials, equipment labor and other accessories as defined by law, in the prosecution of the 22 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 23 the "Work") as provided for in said contract and designated as Greenleaf Sump Storm Drain, City 24 Project No. 103260; and 25 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 CITY OF FORT WORTH FWCC — Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103260 Revised July 1, 2011 006119-2 MAINTENANCE BOND Page 2 of 4 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 2 receiving notice from the City of the need therefor at any time within the Maintenance Period. 3 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy 4 any defective Work, for which timely notice was provided by City, to a completion satisfactory 5 to the City, then this obligation shall become null and void; otherwise to remain in full force and 6 effect. 7 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 8 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 9 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal 10 and the Surety under this Maintenance bond; and 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 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive 15 recoveries may be had hereon for successive breaches. 16 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 17 instrument by duly authorized agents and officers on this the 22nd day of August 18 20 23 . 19 20 21 22 23 24 25 26 PRINCIPAL: S.J. Louis Construction of Texas, Ltd. BY: Signatur CITY OF FORT WORTH FWCC —Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103260 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 006119-3 MAINTENANCE BOND Page 3 of 4 ATTEST: Adam Lunsford - Vice President (Principal) Secretary Name and Title wkv Witness as to Principal Address: 520 S. 6th Ave Mansfield, Texas 76063 SURETY: Libertv Mutual Insurance Comoanv �-ITTsuk �JP oaro9y� 1912 0 d� 4cH�se .da Signature Heather R. Goedtel, Attorney -in -Fact ATTEST: Name and Title Address: 8400 Normandale Lake Blvd (Surety)AXOURW Witness Suite 1700 Bloomington, MN 55437 X Wit ess as to Suret 763.302.7159 m y Telephone Number: CITY OF FORT WORTH FWCC —Greenleaf Sump Storm Drain STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103260 Revised July 1, 2011 006119-4 MAINTENANCE BOND Page 4 of 4 2 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 3 from the by-laws showing that this person has authority to sign such obligation. If 4 Surety's physical address is different from its mailing address, both must be provided. 5 The date of the bond shall not be prior to the date the Contract is awarded. 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 FWCC — Greenleaf Sump Storm Drain City Project No. 103260 Surety Acknowledgment State of Minnesota } } ss. County of Hennepin }_ On this 22nd day of August 2023, before me personally came Heather R. Goedtel. to me known, who being by me duly sworn, did depose and say that she is the Attorney -in -Fact of Libertv Mutual Insurance Companv described in and which executed the above instrument; that she knows the seal of said corporation; that the seal affixed to said instruments is such corporate seal, that it was so affixed by order of the Board of Directors of said corporation, and that she signed her name to it by like order. Notary Public BLADE y, BOHIIG Notary Public State of Minnesota My Commission Expires �' January 31,2026 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company Mutual® The Ohio Casualty Insurance Company Certificate No: 8209239-190003 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies°), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Blake S. Bohlig; Brian D. Carpenter; Craig Olmstead; Erik T. Gunkel; Haley Pflug; Heather R. Goedtel; Jessica Hoff, Kelly Nicole Enghauser; Laurie Pflug; Michelle Halter; Michelle Ward; Nicole Langer all of the city of Bloomington state of MN each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 12th day of January , 2023 Liberty Mutual Insurance Company — P� I sli'D P,SY INS& tNsu,pThe Ohio Casualty Insurance Company jr�°aPORara�nm Q =�ORPORarF�yn P= oRPOqRaroti�m West American Insurance Company 1912 a 1919 ' 1991 dJ1 S,yCMU`�� .dD O �/1AMPS.aD0 �s �HDIANt' .aD /La/Uf U 9i7 * *� �yl + 1� 3M * 1 BY = is c`o David M. Carey, Assistant Secretary :a cu State of PENNSYLVANIA ss County of MONTGOMERY 0 On this 12th day of January 2023 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance ar io Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes �" therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. O O }�� U.•'`.a Commonwealth of Pennsylvania -Notary Seal pw�p `'.,,t Teresa Pastella, Notary Public N'— f Montgomery County O {# m O `tP t My commission expires March 28, 2025 BY: 0 N O t k F Commission number 1126044 . Teresa Pastella, NotaryPublic Q o N y0ouL` Member, Pennsylvania Association of Notaries < CD, Nt?Y r V 0Nr This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 3 0? O Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: a E ARTICLE IV — OFFICERS: Section 12. Power of Attorney. 00 N Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the � President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety — CU > C any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall -0 10 o " have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such o a) Z73instruments shall be as binding as 'If signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the M provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. a ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 22nd day of August , 2023 P� 1NSU� P�IY rNSO, 1Nsu,? tiJ Gi oilr yC+ hJ c°RPogyr'Qq� GP o°RPD,pyr y to 1919 'Mu 1991 : o a o By: d� `SA CHUS� ,aif O �HDIAW' L * Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02/21 7 Page 1 of 2 ACCORL> CERTIFICATE OF LIABILITY INSURANCE I DATE (MOS/15/2023 /2023 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 have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTINAME: T Willis Towers Watson Certificate Center NAME: Willis Towers Watson Midwest, Inc. PHONE 1-877-945-7378 INC1 FAX -888-467-2378 E-Ml, c/o 26 Century Blvd IAlCilNo. Extl: I I . No): P.O. Box 305191 ADDRESS: certificates@willis.com Nashville, TN 372305191 USA INSURER(S) AFFORDING COVERAGE NAIC# INSURERA: Starr Indemnity 6 Liability Company 38318 INSURED INSURERB: Ohio Casualty Insurance Company 24074 S.J. Louis Construction of Texas, Ltd. - 520 S. 6th Ave. IINSURERC; Allied World Assurance Company Us Inc 19489 Mansfield, TX 76063 (INSURER D: INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: W29852002 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 ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) IMM/DD/YYYY) I LIMITS X COMMERCIAL GENERAL LIABILITY ( EACH OCCURRENCE $ 2,000,0001 CLAIMS -MADE ❑X OCCUR PREMISES ES( RENTED 500,000 PREMISES (Ea occurrence) $ A X contractual Liability Included MED EXP (Any one person) I $ 10,000 X IXCU coverage Included Y Y 1000025584221 11/01/2022 11/01/2023 PERSONAL & ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 POLICY PRO � LOC 4,000,000 JECT PRODUCTS $ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ 2,000,000 X ANY AUTO BODILY INJURY (Per person) $ A — OWNED SCHEDULED Y Y 1000198556221 11/01/2022 11/01/2023 BODILY INJURY Per accident AUTOS ONLY AUTOS ( ) $ HIRED NON -OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY (Per accident) $ UMBRELLA LIAB X OCCUR $ 10,000,0001 p EACH OCCURRENCE $ X EXCESS LIAB CLAIMS -MADE Y Y 1000584722221 11/01/2022 11/01/2023 AGGREGATE $ 10,000,0001 DED I I RETENTION $ $ WORKERS COMPENSATION X I PER STATUTE ERH AND EMPLOYERS' LIABILITY Y / N 1,000,000 No A ANYPROPRIETOR/PARTNER/EXECUTIVE ACH ACCIDENT $ OFFICER/MEMBEREXCLUDED? NIA Y 100 0003044 11/01/2022 11/01/2023 E.L.. (Mandatory in NH) E.L. DISEASE - EA EMPLOYEEI $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,0001 ,000,000 A Workers Compensation Y 100 0003043 11/01/2022 11/01/2023 E.L. Each Accident $1,000,000 s Employers Liability - WI E.L. Disease -Each Em $1,000,000 Per Statute E.L. Disease-Pol Lmt $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: Greenleaf Sump Storm Drain, City Project No. 103260. SEE ATTACHED CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Fort Worth AUTHORIZED REPRESENTATIVE 200 Texas For G/ GI i�I Forth Worthh,, TX TX 76102 ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD SR ID: 24542687 BATCH: 3092005 AGENCY CUSTOMER ID: LOC #: L ADDITIONAL REMARKS SCHEDULE Page 2 Of 2 AGENCY NAMED INSURED Willis Towers Watson Midwest, Inc. S.J. Louis Construction of Texas, Ltd. �520 S. 6th Ave. POLICY NUMBER Mansfield, TX 76063 See Page 1 CARRIER NAIC CODE See Page 1 See Page 11 EFFECTIVE DATE: See Page 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance City, TranSystems, Tarrant Regional Water District, Tarrant Regional Water District, including their respective officers, directors, agents and employees are included as Additional Insureds as respects to General Liability, Auto Liability and Umbrella/Excess Liability where required by written contract. General Liability, Auto Liability and Umbrella/Excess Liability policies shall be Primary and Non-contributory with any other insurance in force for or which may be purchased by Additional Insureds where required by written contract. Waiver of Subrogation applies in favor of Additional Insureds with respects to General Liability, Auto Liability, Umbrella/Excess Liability and Workers Compensation when required under any contract or agreement entered into prior to the occurrence of loss and as permitted by law. INSURER AFFORDING COVERAGE: Ohio Casualty Insurance Company POLICY NUMBER: ECO(23)60477271 EFF DATE: 11/01/2022 EXP DATE: 11/01/2023 ADDITIONAL INSURED: Y SUBROGATION WAIVED: Y TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Excess Liability Each Occurrence $5,000,000 Aggregate $5,000,000 INSURER AFFORDING COVERAGE: Allied World Assurance Company US Inc POLICY NUMBER: 0312-5732 EFF DATE: 11/01/2022 EXP DATE: 11/01/2023 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Professional Liability Each Claim $5,000,000 Aggregate Limit $5,000,000 INSURER AFFORDING COVERAGE: Allied World Assurance Company US Inc POLICY NUMBER: 0312-5732 EFF DATE: 11/01/2022 EXP DATE: 11/01/2023 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Pollution Liability Each Claim $10,000,000 Aggregate Limit $10,000,000 NAIC#: 24074 NAIC#: 19489 NAIC#: 19489 ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SR ID:24542687 BATCH:3092005 CERT: W29852002 FORT WORTH, Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Greenleaf Sump Contract Manual M&C: 23-0693 CPN: 103260 Date: To: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. IL Name Max Aransen SJ Louis (AdamL(-,SJLouis.Com) Patricia Wadsack Lauren Prieur Doug Black William Johnson Ronald Gonzales Jannette Goodall Allison Tidwell TPW—SW—Contracts CSO: Department Initials TPW Contractor TPW TPW Legal CMO CSO CSO CSO TPW—SW Affl- AHL P- LLP �wb d,,h sec KI AT AT DOC#: Date Out Sep 12, 2023 Sep 12, 2023 Sep 13, 2023 Sep 13, 2023 Sep 14, 2023 Sep 15, 2023 Sep 15, 2023 Sep 15, 2023 Sep 18, 2023 DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES ®No RUSH: ❑YES ®No SAME DAY: ❑YES ❑No NEXT DAY: ❑YES ❑No ROUTING TO CSO: ®YES ❑No Action Required: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return to: tvw sw contracts(affortworthtexas.gov Call 817-229-3283 with questions. Thank you!