Loading...
HomeMy WebLinkAboutContract 61088CONTRACT FOR THE CONSTRUCTION OF 2023 BRIDGE REHABILITATION CONTRACT 2 City Project No. 104177 Mattie Parker David Cooke Mayor City Manager Lauren Prieur Transportation and Public Works Department Prepared for The City of Fort Worth Transportation and Public Works 2023 Adopted September 2011 City of Fort Worth Standard Construction Specification Documents 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 9 CITY OF FORT WORTH 2023 Bridge Rehabilitation Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104177 Revised December 8, 2023 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 00 05 10 Mayor and Council Communication 07/01/2011 00 05 15 Addenda 07/01/2011 00 11 13 Invitation to Bidders 07/19/2021 00 21 13 Instructions to Bidders 11/02/2021 00 35 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 00 43 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 00 45 11 Bidders Prequalifications 08/13/2011 00 45 12 Prequalification Statement 09/30/2021 00 45 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 12/08/2023 00 61 13 Performance Bond 12/08/2023 00 61 14 Payment Bond 12/08/2023 00 61 19 Maintenance Bond 12/08/2023 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 08/23/2021 00 73 00 Supplementary Conditions 10/06/2023 Division 01 - General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 31 20 Project Meetings 07/01/2011 01 32 16 Construction Schedule 10/06/2023 01 32 33 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 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 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 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 02/14/2018 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 9 CITY OF FORT WORTH 2023 Bridge Rehabilitation Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104177 Revised December 8, 2023 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project Contract Documents Division 02 Existing Conditions Date Modified 02 41 13 Selective Site Demolition 02 41 14 Utility Removal/Abandonment 02 41 15 Paving Removal Division 03 Concrete 03 30 00 Cast In Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 26 Electrical 26 05 00 Common Work Results for Electrical 26 05 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31 Earthwork 31 10 00 Site Clearing 31 23 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 36 00 Gabions 31 37 00 Riprap Division 32 Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 32 01 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 32 11 37 Liquid Treated Soil Stabilizer 32 12 16 Asphalt Paving 32 12 73 Asphalt Paving Crack Sealants 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 14 16 Brick Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 32 17 25 Curb Address Painting 32 31 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 9 CITY OF FORT WORTH 2023 Bridge Rehabilitation Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104177 Revised December 8, 2023 32 32 13 Cast in Place Concrete Retaining Walls 32 91 19 Topsoil Placement and Finishing of Parkways 32 92 13 Sodding 32 92 14 Non Native Seeding 32 92 15 Native Grass and Wildflower Seeding 32 93 43 Trees and Shrubs Division 33 Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems 33 04 10 Joint Bonding and Electrical Isolation 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 33 05 10 Utility Trench Excavation, Embedment, and Backfill 33 05 12 Water Line Lowering 33 05 13 Frame, Cover and Grade Rings Cast Iron 33 05 13.01 Frame, Cover and Grade Rings Composite 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 05 16 Concrete Water Vaults 33 05 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 11 05 Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 11 13 Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 33 12 10 Water Services 1 inch to 2 inch 33 12 11 Large Water Meters 33 12 20 Resilient Seated Gate Valve 33 12 21 AWWA Rubber Seated Butterfly Valves 33 12 25 Connection to Existing Water Mains 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 33 12 40 Fire Hydrants 33 12 50 Water Sample Stations 33 12 60 Standard Blow off Valve Assembly 33 31 12 Cured in Place Pipe (CIPP) 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 9 CITY OF FORT WORTH 2023 Bridge Rehabilitation Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104177 Revised December 8, 2023 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 33 31 22 Sanitary Sewer Slip Lining 33 31 23 Sanitary Sewer Pipe Enlargement 33 31 50 Sanitary Sewer Service Connections and Service Line 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 33 39 10 Cast in Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 30 Fiberglass Manholes 33 39 40 Wastewater Access Chamber (WAC) 33 39 60 Epoxy Liners for Sanitary Sewer Structures 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 33 41 12 Reinforced Polyethylene (SRPE) Pipe 33 41 13 Polypropylene Pipe for Storm Drain 33 46 00 Subdrainage 33 46 01 Slotted Storm Drains 33 46 02 Trench Drains 33 49 10 Cast in Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 - Transportation 34 41 10 Traffic Signals 34 41 10.01 Attachment A Controller Cabinet 34 41 10.02 Attachment B Controller Specification 34 41 10.03 Attachment C Software Specification 34 41 11 Temporary Traffic Signals 34 41 13 Removing Traffic Signals 34 41 15 Rectangular Rapid Flashing Beacon 34 41 16 Pedestrian Hybrid Signal 34 41 20 Roadway Illumination Assemblies 34 41 20.01 Arterial LED Roadway Luminaires 34 41 20.02 Freeway LED Roadway Luminaires 34 41 20.03 Residential LED Roadway Luminaires 34 41 30 Aluminum Signs 34 71 13 Traffic Control Technical Specifications listed below are included for this Project by reference and can be viewed/website at: http://fortworthtexas.gov/tpw/contractors/ or https://apps.fortworthtexas.gov/ProjectResources/ Division 02 Existing Conditions Last Revised 02 41 13 Selective Site Demolition 03/11/2022 02 41 14 Utility Removal/Abandonment 12/20/2012 02 41 15 Paving Removal 02/02/2016 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 9 CITY OF FORT WORTH 2023 Bridge Rehabilitation Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104177 Revised December 8, 2023 Division 03 Concrete 03 30 00 Cast In Place Concrete 03/11/2022 03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 Electrical 26 05 00 Common Work Results for Electrical 03/11/2022 26 05 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 26 05 50 Communications Multi Duct Conduit 02/26/2016 Division 31 Earthwork 31 00 00 Site Clearing 03/22/2021 31 23 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 31 24 00 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 04/29/2021 31 36 00 Gabions 12/20/2012 31 37 00 Riprap 12/20/2012 Division 32 Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 12/20/2012 32 01 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 11 23 Flexible Base Courses 12/20/2012 32 11 29 Lime Treated Base Courses 12/20/2012 32 11 33 Cement Treated Base Courses 06/10/2022 32 11 37 Liquid Treated Soil Stabilizer 08/21/2015 32 12 16 Asphalt Paving 12/20/2012 32 12 73 Asphalt Paving Crack Sealants 12/20/2012 32 13 13 Concrete Paving 06/10/2022 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 12/09/2022 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32 14 16 Brick Unit Paving 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 12/09/2022 32 17 23 Pavement Markings 06/10/2022 32 17 25 Curb Address Painting 11/04/2013 32 31 13 Chain Fences and Gates 12/20/2012 32 31 26 Wire Fences and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/20/2012 32 32 13 Cast in Place Concrete Retaining Walls 06/05/2018 32 91 19 Topsoil Placement and Finishing of Roadway Right of ways 03/11/2022 32 92 13 Sodding 05/13/2021 32 92 14 Non Native Seeding 05/13/2021 32 92 15 Native Grass and Wildflower Seeding 10/06/2023 32 93 43 Trees and Shrubs 12/20/2012 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 9 CITY OF FORT WORTH 2023 Bridge Rehabilitation Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104177 Revised December 8, 2023 Division 33 Utilities 33 01 30 Sewer and Manhole Testing 09/07/2018 33 01 31 Closed Circuit Television (CCTV) Inspection Sanitary Sewer 03/11/2022 33 01 32 Closed Circuit Television (CCTV) Inspection Storm Drain 12/08/2023 33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33 04 10 Joint Bonding and Electrical Isolation 12/20/2012 33 04 11 Corrosion Control Test Stations 12/20/2012 33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Pipes 03/11/2022 33 05 10 Utility Trench Excavation, Embedment, and Backfill 04/02/2021 33 05 12 Water Line Lowering 12/20/2012 33 05 13 Frame, Cover and Grade Rings 09/09/2022 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 03/11/2022 33 05 16 Concrete Water Vaults 12/20/2012 33 05 17 Concrete Collars 03/11/2022 33 05 20 Auger Boring 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 33 05 23 Hand Tunneling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 12/09/2022 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/09/2022 33 11 11 Ductile Iron Fittings 09/20/2017 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 09/09/2022 33 11 13 Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type 12/20/2012 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 12 10 Water Services 1 inch to 2 inch 02/14/2017 33 12 11 Large Water Meters 12/20/2012 33 12 20 Resilient Seated Gate Valve 05/06/2015 33 12 21 AWWA Rubber Seated Butterfly Valves 04/23/2019 33 12 25 Connection to Existing Water Mains 02/06/2013 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 12 40 Fire Hydrants 01/03/2014 33 12 50 Water Sample Stations 12/20/2012 33 12 60 Standard Blow off Valve Assembly 06/19/2013 33 31 12 Cured in Place Pipe (CIPP) 12/20/2012 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 04/23/2019 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 09/09/2022 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 12/20/2012 33 31 22 Sanitary Sewer Slip Lining 12/20/2012 33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 9 CITY OF FORT WORTH 2023 Bridge Rehabilitation Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104177 Revised December 8, 2023 33 39 10 Cast in Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fiberglass Manholes 12/20/2012 33 39 40 Wastewater Access Chamber (WAC) 12/20/2012 33 39 60 Liners for Sanitary Sewer Structures 04/29/2021 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012 33 41 12 Reinforced Polyethylene (SRPE) Pipe 11/13/2015 33 41 13 Polypropylene Pipe for Storm Drain 06/10/2022 33 46 00 Subdrainage 12/20/2012 33 46 01 Slotted Storm Drains 07/01/2011 33 46 02 Trench Drains 07/01/2011 33 49 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 10 Traffic Signals 03/11/2022 34 41 10.01 Attachment A Controller Cabinet 12/18/2015 34 41 10.02 Attachment B Controller Specification 02/2012 34 41 10.03 Attachment C Software Specification 01/2012 34 41 11 Temporary Traffic Signals 11/22/2013 34 41 13 Removing Traffic Signals 03/11/2022 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 34 41 50 Single Mode Fiber Optic Cable 02/26/2016 34 71 13 Traffic Control 03/22/2021 TXDOT Specifications for Construction and Maintenance of Highways, Streets, and Bridges 2014 adopted by the Texas Department of Transportation are included for this project by https://ftp.txdot.gov/pub/txdot-info/cmd/cserve/specs/2014/standard/specbook-2014.pdf Item 104 Removing Concrete Item 110 Excavation Item 132 Embankment Item 360 Concrete Pavement Item 400 Cement Stabilized Backfill Item 401 Flowable Backfill Item 420 Concrete Substructures Item 422 Concrete Superstructures Item 429 Concrete Structure Repairs Item 432 Riprap Item 438 Cleaning and Sealing Joints Item 439 Bridge Deck Overlays Item 480 Cleaning Existing Culverts Item 531 Sidewalks 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 8 of 9 CITY OF FORT WORTH 2023 Bridge Rehabilitation Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104177 Revised December 8, 2023 Item 540 Metal Beam Guard Fence Item 542 Removing Metal Beam Guard Fence Item 776 Metal Rail Repair Item 780 Concrete Crack Repair Item 784 Steel Member Repair Appendix GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates SD-1.0 Standard Construction Details END OF SECTION Ci#y vf Fvrt W�rth, Mayor and DATE: 021131�4 M�C FILE NLJM6ER: M&C 24-0115 L�G NAME: 2g2d23 BRIDGE REHAB C�NTRACT 2 SUBJECT {CD 2, C❑ 3, CQ �, CO �, CD 8, G❑ 9 and CD 11� Authorize Execution of a Cantract with MW Panel Tech, LLC in the Amount af $4�4,217.OD for the 2D23 6ridge Rehah Cantract 2 at Various Bridge Locations RECDMMEN�ATIDN: It is recammended that the Gity Cvuncil authvrize executivn vf a cantract with MW Panel Te�h, LLC in the amaunt of $444,217.00 for the �023 Bridge Rehab Cantract � prvject at variaus k�ridge lacations {City Project Na. 1 Q417�}. oiscussiaw: In the Fiscal Year 2D23 Pay-Go Contract Street Maintenance Program, bridge maintenance prajects are grouped into specific cantract packages. The recvmmended cvnstructian contract au�ined in this Mayor and Cauncil Cammunication �M&C� will prvvide rehabilitation far the 9 bridge Ivcativns listed belaw, under #he 2023 Bridge Rehab Contract 2 praject �City Project No. 10417�}. C D � Bridge Section $ & 15a0 Beach St 1� 3 6000 Brvant Irvin Rd � 11�200 Lt JG Barnett Rd 9 ��6�� E Belknap St 2& 91700 E Northside Dr 2& 91114�fl E Narthside Dr 6& 9 63�fl McCart St �NB & SB) 6 67�fl McGart St �NB & SB) � 56�� White Settlement RD {EB & WB} Feature Crossed West Fork Trinity River Branch af Clear Fork Trinity River Vllest Fork Trinitv River E Belknao St & BNSF RR VI! Fork Trinity River �1.4 Miles west af IH35W} W Fork Trinity River �Q.4 Miles west vf IH35W} Branch af S Tribu_ Creek re Creek West Fark Trinity River This project was advertised for bid on DctQber 28, 2023, and November 2, 2D23, in the For� Wor�h Sfar-7elegram, an Navember 16, 2023, the following bids were received: Bidders I Amount Texas �oun�il �ammuni�ation Panel Tech, LLC �� $4�4,217.�0 Bidders bson � Associates, Inc. le, Inc. T Ganstruction, Inc. Amount $�05,765.�0 $957,657.30 $'I , � 00, 000.00 In additian ta the contract amount, $267,2'11.�� is required fnr project management, material testing and inspectian, and $50,��4.00 is provided fvr project cvntingencies. Funding is t�udgeted in the Transportatian and Public Works �epartment's General Capital Projects Fund for the purpvse af funding the 2023 Bridge Rehab Gontract 2 project. Construction for this project is expected to start in Spring af 2�24 and to be completed by Winter �024. Upan oompletion vf the project, there will be no anticipated impact on the General Fund aperating budget, MlWBE DFFICE— MW Panel Tech, LLC is in camplian�e with the City's Business Equi#y flrdinanoe by c�mmitting ta �3°/o MWBE participatian an this praject. The City's MWBE gaal on this project is 11 °Io. This prvject is lacated in C�LINGIL ❑15TRICTS 2, 3, 6, �, 8, 9 and 11. FISCAL INF�RMATI�N 1 CERTIFICATI�N: The Director vf Finanoe certifies that funds are available in the current capital budget, as previously appropriated, in the General Gapi#al PrQjects Fund for 2U23 Bridge Rehab Contract 2 prvject ta support the above recammendatian and exe�ution of the cantract. Prior ta any expenditure being incurred, the Transpartation and Public Works ❑epartment has the responsibility to validate the availability vf funds. Submitted for City Mana�er's �ffice by: ❑riginating Business Unit Head: Additianal Informatian Contact: Jesica McEachern 5804 Lauren Prieur 8035 IVlonty Hall 866� 00 11 13 INVITATION TO BIDDERS Page 1 of 2 CITY OF FORT WORTH 2023 Bridge Rehabilitation Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104177 Revised 7/19/2021 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of 2023 BRIDGE REHABILITATION CONTRACT 2, City Project No. 104177 will be received by the City of Fort Worth Purchasing Office until 1:30 P.M. CST, Thursday, November 16, 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: 360 SY Concrete Structural Repair 1000 LF Cleaning and Sealing Existing Joints 200 LF Replace Steel Rail 170 LF MTL W-Beam Guard Fence 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 http://www.fortworthtexas.gov/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. 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. 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: Wednesday, November 8, 2023 TIME: 10:00 A.M. Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. 00 11 13 INVITATION TO BIDDERS Page 2 of 2 CITY OF FORT WORTH 2023 Bridge Rehabilitation Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104177 Revised 7/19/2021 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, grants, etc., and reserved by the City for the Project. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Iretomiwa Otuyelu, City of Fort Worth Email: iretomiwa.otuyelu@fortworthtexas.gov Phone: 817-392-6747 ADVERTISEMENT DATES October 26, 2023 November 2, 2023 END OF SECTION 00 21 13 INSTRUCTIONS TO BIDDERS Page 1 of 10 CITY OF FORT WORTH 2023 Bridge Rehabilitation Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104177 Revised/Updated November 2, 2021 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms 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 https://apps.fortworthtexas.gov/ProjectResources/ 3.1.1. Paving Requirements document located at: 00 21 13 INSTRUCTIONS TO BIDDERS Page 2 of 10 CITY OF FORT WORTH 2023 Bridge Rehabilitation Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104177 Revised/Updated November 2, 2021 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20 %20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving %20Contractor%20Prequalification%20Program/PREQUALIFICATION%20REQ UIREMENTS%20FOR%20PAVING%20CONTRACTORS.pdf 3.1.2. Roadway and Pedestrian Lighting Requirements document located at: https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20 %20Construction%20Documents/Contractor%20Prequalification/TPW%20Roadwa y%20and%20Pedestrian%20Lighting%20Prequalification%20Program/STREET% 20LIGHT%20PREQUAL%20REQMNTS.pdf 3.1.3. Water and Sanitary Sewer Requirements document located at: https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20 %20Construction%20Documents/Contractor%20Prequalification/Water%20and%2 0Sanitary%20Sewer%20Contractor%20Prequalification%20Program/WSS%20pre qual%20requirements.pdf 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 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. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: 00 21 13 INSTRUCTIONS TO BIDDERS Page 3 of 10 CITY OF FORT WORTH 2023 Bridge Rehabilitation Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104177 Revised/Updated November 2, 2021 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. OMITTED 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. 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. 00 21 13 INSTRUCTIONS TO BIDDERS Page 4 of 10 CITY OF FORT WORTH 2023 Bridge Rehabilitation Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104177 Revised/Updated November 2, 2021 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. 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. 00 21 13 INSTRUCTIONS TO BIDDERS Page 5 of 10 CITY OF FORT WORTH 2023 Bridge Rehabilitation Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104177 Revised/Updated November 2, 2021 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: Iretomiwa Otuyelu, TPW Email: Iretomiwa.otuyelu@fortworthtexas.gov Phone: 817-392-6747 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted via and collaboration system at https://docs.b360.autodesk.com/shares/da9da261-40ec-4a86- af5f-65e49f9d2120 00 21 13 INSTRUCTIONS TO BIDDERS Page 6 of 10 CITY OF FORT WORTH 2023 Bridge Rehabilitation Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104177 Revised/Updated November 2, 2021 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 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. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593 00 21 13 INSTRUCTIONS TO BIDDERS Page 7 of 10 CITY OF FORT WORTH 2023 Bridge Rehabilitation Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104177 Revised/Updated November 2, 2021 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. 00 21 13 INSTRUCTIONS TO BIDDERS Page 8 of 10 CITY OF FORT WORTH 2023 Bridge Rehabilitation Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104177 Revised/Updated November 2, 2021 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 . 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. 00 21 13 INSTRUCTIONS TO BIDDERS Page 9 of 10 CITY OF FORT WORTH 2023 Bridge Rehabilitation Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104177 Revised/Updated November 2, 2021 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. ant 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 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 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 https://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 00 21 13 INSTRUCTIONS TO BIDDERS Page 10 of 10 CITY OF FORT WORTH 2023 Bridge Rehabilitation Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104177 Revised/Updated November 2, 2021 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 OB 35 '� 3 CONFLiCT OF iNTEREST STATEMEidT Page 9 0€1 SECTI�N t�� 35 '� 3 CDN��ICT �F iNTEREST STATEMENT Eac� hidder, ofFer�r or respandent #a a City �f Fort War�h procuremenf is req�ired to c�mplete a Can#iict of In#erest C2uestiannaire ar certify that one is currsr�t and �n fiie with the City 5ecretary's Q#fice pursuant to sfaf� iaw. 1f a member of the Fvrt Vllo�#h City Co€�n�i4, any one ar more of the City Nlanager or Assistanf City Manag�rs, ❑r an ager�� ofi the City who exercise discretivn in the planning, recomm�n��ng, s��ecting or car�iracting with a�idder, afferar or respondent is affiliated witt� yaur company, fhe� a�.ocal Gavernrnent �ffi�e� Confiicts Disclosure 5iatement �C15} may be required. Ya€a are urged to consuEt �►ith cvunsel regarding the appEica�ility vf these forms and �oca! ��vernmer�t Cod� Chapter �T6 to your com�anY- The referer�ceei �arms may be d�w�laaded from the links pro�ided b�low. Fortt� CIQ {Gonffsct o� Interest Questsannaire}�ta#e.fx.u5� h#tps :llwww. e t h ics. sta te. tx. u sld atalivrm sl�a nfl i ctlC I S p d f � ❑ ❑ ❑ ❑ CJ Ci� Form does not apply C1Q FarEn is ar� fiie with City 5ecre#ary ClQ Form is heing pravided ta the City 5e�retary CfS Farm does nat apply GIS ��rm is on File with City Secretary C15 Farm is being pra�ided to the City 5ecretary 6i0�ER: MW Panel Tech By: J�nathan VVhite Signature: � Tit�e: Managing Director I����I�I��x�i�I�1,J c��v oF �o�� vvo��� STAN�AFiD CL]I35TRt1CTI0iJ SP�CIFiCATI�N QOCl3M�fJTS 2023 Bridge Rehahilitafian Contraat 2 ftevised February 24, 2i}20 City Praject No. 144177 oQ 4� ov BIC? FaRM Page 1 of 3 s�c��oN �o �� vo BiE7 F�RM T�: The Purchasing Manager cla: The Purchasing Division 2DC� Texas Street City of �ort Worth, Tsxas 761a2 F�R- 2�23 Bridge Rehahilitation Cantraot � City Project No.: 104771 fJ nitsl5ections' 1. Erster Into Agre�mer�t The undecsigned Bidder �ro�oses and agrees, ii fhis Bid is ac�epted, ia enfer into an Agreemenf with Ciiy in the iorm included fn t�e Bidding Clocuments to {aerforrn anci furnish aii Wark as speci�iec� ar indicated in the Confra�t C]acumer�is fvr the Bid Price and �+vithin the Car�trac# Time indicaied in this Bid and ir� a�corclance with the other terrns anc{ canditions of fhe Contract flocurr�ents. 2. BI�i3�i� Acknawiedgemen#s and Certificatior� 2.1. in subrnitti�g this Bic�, Bidder accepts a!1 afi the terms arsd condifions af the INViTATI�N TD BlQD�RS anc3 iNST9�llCTlDNS T� e1�D�f2S, inc�uding withouf lirnitafian those ciealing with the dispasition af Bid Bonci. �.2. Biticier is awar� of all costs to pra�ide the reguired insurance, wili do so pending cantraot award, a�d will provide a valid insuran�e certificate meeting alf requirements within 1A days of notification of award. 2.3. Bidder certifies that thls Bid is genuine anci nat made In the interest of or on behalf of any undisclosad individual ar entity and {s not sUbmitted in conformity with any coilusive agreemenf or rules of any group, association, organization, or carporafion. 2.4. 8idder has nof directly or indirectly induced or salicited any other Bidder ta submit a faise ar sham Bid. 2.5. 8idder has nat saliciteci ar snduced any individuai or entity to refrain fram bidding. 2.6. Bidder has not engaged En carrupt, fraudulenf, coilusive, or coercive practices in campeting fnr the Contrac#. Far the purpases of this Pa�agraph: a. "�orrupt practi�e" means the ofFerir�g, giving, recei�ing, ❑r saliciting of ar�y thing of value likely ta inFfuence the action of a puhlic aKcial in the hidding pracess. �. "#rauduient practice" means an intentianal misrepreser�tation of fa�ts rnade �aj to infiuence the bidding process to the detriment of City {h} ta estabiish Bid prices at ar#ificial non-�ompetitive Eevels, or {c} to de�rive City of the henefifs of free and open �ampetitio�. �. "collusive practi�e" means a s�heme or arrangement �etween #wa or more 8idders, with tir witha�at tf�e knawledge of Cify, a purpose of whi�h is to esta�fish Bid pri�es at ariificial, non-�ampeiiiive levels. CI7Y �F FORT WQRTFi STANDARb CaiVS7RlJCTION SPEClFICATION pOCUM�iVTS 2023 Bridge Rehabilitation Contract 2 Re�ised 913a12�21 City Projeet fVo. 1D4177 00 41 00 BID FORM Page2ot3 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. P�eqi+ali#isa�ie� a. _ b. _ c. - d. - e. - f. - g. - h. - 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 210 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. , 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 2023 Bridge Rehabilitation Contract 2 Revised 9/30/2021 Cily Project No. 104177 on a� nn Bid FDRlA �age 3 of 3 fi. iata! Bid Amount 6_1. Sidder will oomplete the Warlc in accardance with #he Contract Doeuments for the fallowing 4aicf amaunt. In t�re space provicied �elaw, please enter the total bid a�nounf for this prajecf. Only this figure will be read publicly by the City at the bid apening. 6.2. It is un�lerstofld and agreed 4�y the Bidder in signing this pr�pasal that fhe total bid amflur�t entered b�taw is subjeot to �erification andlor rnaciifcation by multiplying the unit k�id prices for ea�h pay item by the respecti�e esfimated quantities shawn in this proposal and then total�ng ai1 of the extended amounts. 6.3. Totai Bid Total Bid 7. Bid Submittal This Bid is submitfed on November 16th, 2d23 Respectfully s bmi ed, ay_ ( 5ignatu Janathan White {Printecf Na�e) �—�•, -._ �4q9,2� 7.44 by ihe enfity named belaw. Receipt is acknawiedged af t�e ��,ifial fa€lowir�g AdcEenda: ac����u�, �vo. � ACden�#um fVo. 2: ��� Rcc�encf��n Na. 3: Rc{dencium I�o. 4: �'itl�: Managing Qirector Company, MVII Panel Tech Gorporate Seal: Address: 5013 Martin Lu#her King Fwy 8uiiding 12 �or# Worth, T� 76119 Sta#e of Incarporation: Texas Email: jwhite�7a rnwpaneltech. com Phone: 817-68Q-8256 EIV� OF SEC�lafl! CITY OF FORT WQRTN STAM�ARD CDNSTR[JCTIQN SPECIFICATIQN �OCUMENTS 2�236ridge Rehabilitafion Co�tlracl 2 Revised 9130/2021 Ci�y PrajPr.1 �r� 1p4177 00 J2 A] GI�PRUYc15AL P.qe 1 of 1 s�crbr� ao axaa PROPOSALFORM ""Fotal 1= Sub-Tola! Urtiit I+ Sub-Talal AIlentati�•e A:5 "'1'nlal2 ' SuFr-'I'utai ilni� I+ Sub=1'o�al AI[cn�a�ivc i3 S "Yo}c: Ti�e Clly iteserves }he righi to se]ec1 either 7etJ 1 nr 7'o1a12. tTn'UY L�VHT WUR71! S{:�Hf1�W11 CONSiAi]LTfO�I SPLLl4SCAl1[�N W]LV ML' NIS I03] ➢ii �e R�IiaLil il�[In� Cn�hacl z Nnised9�](��LOtI [lly}Tryrn A'a I011i] UNIT PRICE B10 Bidder's Appiica�ion mJiJS Dil1 YRr1Y[xiAL Paqe 3 oS 3 13N1T PRICE 8!D i3idc3er: �li�►' 1':�nrl'3'erki dlisE E[c t�[o. SECTIDiJ Oi34243 AROPOSAIFpRM 54�jrc1 Ilem iaF.minlia�� j)eseriptirn� 13id Bidder"s A�pli�atiar� i3iddr�s Pr y�ps�d 'f.cUOFSpec ��`�'toi �+� UnitPrice BiAVnfne Ascnsurc Qunntiiy Tolai IIasc i31d� � ,�Eirrifalc 13id ToEal.11tcraalc fiiE1 pcdnclire �lilernnlx $id '�vlal llcd�ulivc.li�cr3»Ec �iE�i Addili••c ��iiernalc fiid Tvl:�1 AdAili�•c AlErri�:�lc 13k1 R i41) OF S�C 7-1C7N rrn• rm rn��r wrnc'm SCAHI1,y3:P n1.1'4TF[IICII0.Y SPkCIFlC.131�N UOCUTf ENIS iP1311d�{r R�A�6i111�1im Cmhan E Reiised9.'30 L�31 Gify h�ye� Nu 1011'll �0 43 13 B3p BON6 �ag0 1 qF 2 SECiIQiN QD �b3 93 B1Q B�ND lfNbW ALL BY TH�S� PR£SE�dTS: �{hat wa, MW Panel Tech , known as "Bidder" herein and The Ohia Caslialty insurance Company a corparate surefy duly authorized fQ da husiness in fi�e State of Texas, knawn as "5urety" her�in, are helci and 4irmly ioaund unfo the Ciiy ❑f �ort Warth, a municipal corparatian created pursuant to the laws of 7exas, known as "City" herein, in fhe penal sum of fi�e perceni (5°/oJ oF �idder's rnaxirnum bici price, in lawful rrtaney of t�e United 5tates, to h� paid in Fort Warth, Tarrant Cauniy, �'exas fo� the payme�t af whi�n su� weif and truly to he made, vue bind vurselves, vur hairs, executors, adrr2inistrafvrs, su�cessors and assigns, jointEy and severally, firmly 3�y these preser�ts. 1NHER�AS, the PrincipaE has submitted a bid ar prflposal fa periorm Work for the following praje�t designated as 2023 Bridge Rehahilitation Gantract 2 �IDW, i'H��:E��RE, the canditian af this obligatian is suah thaf if the City shalf awat'd the Confra�t for tY�e foregoing proje�t to the Principaf, and the Principai shal! satisfy all requirements and conditions required #or the exeaution vf fhe Contract and shali enter inta the ConErac# in writing with the City in a�cardance with fhe ferms of suah same, then ihis v�ligatian shall he and tse�ome nuil and void. I(, howe�er, the Principal fails to executa such Confrac[ {n accorcSance with the terms of sa�e ar fails to satisfy al! requirements and conditians required iar the execufion of the Cantract, fhis bond shali become #he prvp�rty a( fhe Cify, wifhauf re�ourse af the Principa! andlor 5urety, not fo exceed (he penalty �ereaf, and s�all be used la carr��ensate City for fhe differ�nce 6etween Prir�cipaPs total hid amvunt and ihe ��ext selected hidder's tafal bid atnaunt. PRaV€C]�I] FUR�'H�f2, that if any fega! activn �e fiied on this Bond, �enue shail lie in TarranE CQunty, Texas ar the Unifed Stafes �isfr3ct Court for the t�ar[hern DisErict of 7exas, Forf Warth Qivisian. IN WIT�V�SS yliH�REDF, the Principal and the Surety have SIGiVEg and S�Ai�EO this ins[rumen! hy duiy authorized agenfs and oificers vn this the 1 fith day a# Novetr�ber , 2023. AT7�S7: Witness as to Princip CI7Y flF F�RT WbRTFi STAiJ6ARD CaN5Tfti1CTI�N SPECIFICATION ppCVMEN75 Re�ised 913�12021 PF21i�CtPAL: MW Panel Tech 6Y: - Sig aEure �Oin�i�i�14�1 "V +�! ������Lvf'G�d � - ._� �lame and T4tle 2023 Bri[ige Rah2bililaliun Canlrac! 2 Cily Prajeci No. 5Qq177 on na ta 61q BDh1D f'ape 2 af 2 Address: �735 Laudelle 5freet Fort Worth, T7C Tfi1 Q5 W tna s as o ure[y erine Vanikiotis Attach Power o� Altorney [5�rely] for A[torney-in-Fact SURETY: Address: 175 Berkeley 5treet Boston, MA 02915 Telephone Number: 617-357-9500 "NoEe: If signed by an officer oF tl�� Surety Company, there musl 6e on file a certified extracl from the 6y laws showfng tnat this person has authority to sign such a�ligation. lf Surety's physical address is differenf fram its mailing address, hoth mus[ be pro�ided. The date of fhe bond shafl not be priar ta the daEe the Conlract is awarded. E�lll QF S�,C"CIO�I CITY PF FURi �VUR7H STAu�ARd CpPI5Tf2UCTI0F! SPECIFICATIC7N pOCUh1E�lTS 2pZ3 Bridga Roha�iiitalion Gonirac[ 2 Re�ised 913 012 0 2 1 Cily?rDjec[ Nu. 1Dd177 �• ������ �itxtt�a�� SEJREiY ihis Power o{Atfornay limifs the acts nf fhose named harafn, and they have na authority ta hind fhe Cnmpany excspt in fhe mannerand to fhe extent herein sfated. Li�erty Mutual lr�surar��e Cornpany �he Ohio Casualty Insurance Gampa�►y West Arnerican Insurance �ompany POIIVER �F ATT�RNEY Cs�iCcate iVo: 820920fi-0220[3S i(Nf3WN ALL PER50i�S BY TH�SE PRE5ENTS: ihat The phio Casuaiiy E�surance Corrtpany is a eorporalion duly arganized under €�e laws oE the Slale oi �few Hampshire, f�at Li6arty Muival fnsuran�e Campany is a �orporation du]y arganized under €he favrs of ihe 5tate af Massachasefis, and West American Insurance Company is a carporatiaa duly organized under f�+e iaws of the 5fale vf Indiana (herein calleotivsfy called khe "Cflmpanies'}, pursuanf tv and by aulhority harein set [or�h, does herahy name, cansGtute and appoir�t, IIlasna Allera; F3rady 1C. Cox; Rreni �aidwin; Hrock $afdwin; CyntUia A1€ord; Iohn A. Ahaumrad; ECirsten Orti�; Lore�a Gutierrez; Niichael F3. Hdfl; Nsira Herz�aadea; FtUss Frenzei: Vcranica Rasnos: Witlism I7. Baidwin; Yarnillcc Ramos a€i of lhe �ily of Plana state of TX eaeh individually ii t�ere 6a mnre I�an ane named, ifs Erue and 1aw{ui atfarney-in-fact fo make, exeoul�, seal, acknwvEedge and dekiver, for and on its �ehaff as surely and as ifs acf and deed, a�y and aEf undertakiRgs, honds, rscvgnizances and ol�sr sureiy obligafiflns, in pursuance ai fhese presenls and shall 6e as hinding upon Ihe CompaRies as if t�ey have been duly signed �y the presidsr�t and alfested bylhe secrelary of the Cflmpanies in fheir own proper persons. iN �kl7HES5 WH�R�a�, t�is Pawer of Altamey has been subscribed hy an auE�orized officer ar flfficiai oi f�e Campanies and the r.�rpvrate seals af !he Cvmpanies have been affixed thereta ihis 4th day of 7anuary , 2b23 . Slate af P��VNSYLVANfA County of MONTGOMERY ss � ay i� 7 7 i� .� _-a 3� ] � ) � J � _ � �� n� o� n� ] � Liherfy Mu1ua11nsuranee Conipany R��'� a a�T�y� yaPGoava��'Pyy �P�ataao�TqL� Wesf Aane can Insu ence Comp nyany � � `�` fi v4 3 Fa � � $ �'o Sn r� 15�2 y a ❑� 9999 � p � 199� o /� ~¢'ys s'�Rc�ug�da ya �HkMeg`' yb �S fv��ne+P aa �`� ajy * �,a 3ti� * ��, 3,� * ��, ay: Daufd M. Carey, Assistant 5ecreEary �n t�€s 4th day a[ 7anuary , 2023 befare me persanally appeared Da�id M, Carey, �vho acicnow�edged himseif to be the AssistanE 5ecretary v6 Liherlyr Muivai Ensurance Co€npany, ihe Ohia Casua{ly Cvmpany, and WesE American Ensurar�ce Com�any, and #hat he, as s�ch, 6eing authorized so;n do, execule t�e to�egaing inst��tent far t�e purpases lherein eoniair�ed hy signing on �ehalf of fhe eorporafions 6y himseif as a duEy allfhnrized officer, [N WE�N�SS WiiEREOF, I have hereunlo su6scri6ed my name and a�xed my notariaf seal ai P�ymouEh MeeSng, Penn5yEvania, on ihe day and year fi�s! above written. �P pRST Q.�' ���areivF �{ Cdnmamvaatlh of'Pe[�nsylvania • Na!ary seal �!V �p�' 9C� Cp Teresa Paste=.la. No�sry PubE� � � � q� hRonigvmery County Mycommissan expires Marrh28.2525 gy- l Y r.emm�ss'an number 5126+74d �j.��'SYL`�P'��CJ �.M1em6er, Pennsyl�a-��a Associalanof No!anes leresa Pasfelfa, Notary �uhGc� ��� °��9r pu8 This Patver aE Aftnmey €s mada and executed pursuant to and hy auEhority of the follawing By-€asys and Auihari�ations af The Oh's� Casualiy insurance Company, lnsurance Company, and West Amer€ean Ensurance Company which resolu#iflns are now in fu4E force and eHecf reading as fo€faws: Lfberty Mutual � °' ARTICI.�IV—DFFIC�RS:Secfiionl2.pawarofAttar�ay. Q� Any nHicer or other ai�Gai a#!he Corporakiar� authorixed (or lhat purpase in wriltng 6y the Chairman or t�e Presider�i, artd su6jecf fa sueh IimitaGan as tha Chairman or the Presid � � may preseribe, shafl appaint such a#orneys•in-facf, as may be necessary to acf in behalf of kha Cvrpvr��an to make, execule, seal, acknowledge and deiiver as surety any and �� undertakiRgs, 6vnds, re�ogniza�ces and oiher surety obligaGons. Suoh attvrneys-in-fael, subject to !he limitations seE forth i� i�eir respecfive powers af a�tomey, &hail hava a� potiver to 6i�d the CorporaEian by fheir signaiure and execulion of any sur.� inst�uments and fo atlacfi� Ihereta f�a sea} of f�e Corparatian.lM3en so executed, su�h inslruments sE � � be as 6inding as if signad by 1he �resfden! and ariesfed !Q by fhe 5e�retary. My power or aufhority granlad io any represen�afive or aEfomey-in-4acf under ihe prouisPons of l ar�ale may 6e €ewlced at any 1ir�e by !he goard,lhe Chairman, ths �resident or hy khe oft�cer or o�i�ers grsnting sueh power ar aulhority. ARiiC�E x!I# � Execution af Contracts: See€ian 5. Surety Bonds and �Inder€aicirtgs. Any a�+cer af the Cvmpany a�tharized {or Ihai purpase in writing hy the ohaErman ar t�e president, and suhject tv sueh limifatians as fha r.�airman or Ehe president may prescrihe, shall agpoint su�h attorneys-in-fact, as may be necessary ta act in 6ehalf of Ihe Compar�y Eo make, axect�ts, seal, acknau�iedge and deEivsr as surety any and all �nderlakings, bvnds, tecognirances and ot�er sureiy o6figalians. 5uch attomeys•in-fac{ suhject to 1he limitaE�ons se! forlh in theit respe�live powees af aitor�ey, shaEl have f�El pawer to �ind !he Campany 6y i�eir signature and execuGvn of any sueh insiruments and fo attach l�erefa the seal flf fhe Cnmpany. 4Vhen so execuied sueh insfrumants shall ha as hinding as if signed hy the presfder�! and aifesled hy Ehe seetetary. CertiEfcaia of [3esignaiton — Tha Presfdent ai lhe Company, acting pursuanf to Ihe Byiaws vf ihe Company, authvrizes �avPd M, Carey, Assistanf 5ecrelary tQ appaint such atEorneys-in- facE as may be necassary fa a�t on behaff of the Company tp maica, axecu#e, seal, acknowledge and deliver as surety any and all underlakings, 6nnds, recognixances and oYher surety ohfigai�ons. Authorixatian — 8y unenimous cansent of iha Campan�s 8aard of �irecEars,lhe Company oonsenis fhat facsimile or mechanically reproduced signature af any assistant seeretary of ihe Company, whsrever ap�saring upvn a certified copy af any power a! attorney issusd 6y i�e Company fn wnnectian v,rith surety bonds, shafl 6e valid and 6inding upon the Gampany wifh ihe same for�e and eftect as thaugh msnuaily aif�ced. l, Renee C. l.le�veilyn, lhe undersEgned, Assistani Se�reiary, The �hia Casually insurance Company, Liberty Mufual Insurance Campany, and V+lasE American Insurance Campany do hereby certify thaf �he origir�al power af aftomey af which the fnregaing is a fu3l, ir�e and correcE copy of the Power ot Aiiorney execufed hy said Cam�anies, is in iull force and eliect and has not baen revalced. IN T�531MONY YJHER�pF, I hava hereunto set my hand and ai�xed the seals ot said Campanies lhks lfith day oi Noveru6er , 2023 . Pv 1NSU�f P,'�`f INgV a 1N3lIR,R j s°��v�Rqray�'sn q a��RaaryrF'Pqyn � �Laµaa�r�ym � 9 912 � 9 1919 h � 1991 h ~�,,�a,�Gy�.. w q d d �V1qs'pACti515��.aa y��HAMP5�4 L� Y �NLIAH�' b �y � .^...�^� $�� *�N 3y� ��d s�,� * h�a Renee C. LEeweliyn, AssisEant SeeraEary * `o 0 � N a� N � ca 0 � n� �� q � LM5-42873 LMIC OCIC WAtC lNutG Ca 02I21 ff0 43 37 VEN[]aR COMPLiAIJCE 70 STATE LAVif Page 1 of 1 SECTfpN QD 43 37 VEND�R COMPLfANCE TD STATE LAW N�N RE51[JENT 81DQER Texas Governm�nt Code Chapfer 2�52 was adopted for the award af eontracts to nonresident bidders. This law provides �hat, in ordar ta be awarded a contract as iow bidder, noncesident k�idders �osat-of-state contractors w�ose carporate ofiices ar principal place ❑f bus�ness are oufside the Sta#e of �"exas} hid projecis far oonstruction, improvements, supplies or services in Texas at an amount iower fhan the Eawest Texas resi�{ent k�idder I�y the same amaunf ihat a Yexas resident �idder wouid �e required to �nder�Oid a nonresideni bic3der in arder fa obtain a comparable �antract in the 5taie w�ich the r�onresident's princlpai pface of business is located. T�e apprapriate blanks in 5ection A must be €illed out by al! nanresident Eaidders in arder for your bid to rneet specifications. The iailure of nonresident bidders to da so wlf automatically disqualify thaf foidder. Resident �idders must check the l�vx in 5eetion 8. A. Nanresident hidders in t�e 5tafe o€ ,❑ur prin�ipal place af 4ausiness, a�e required io be percent lowes #han resident bidde�s [�y 5tate Law. A copy Qf the statute is atiached. Nonresident bidders in the State of are nat required fa underbid resident bidders. , our principai pfaoe of �usiness, 8. The principal pla�e o� business of our company or aur parent company or majority awner is in the State af Texas. r'L� 61Q�ER: NiW Panel Tech gy: ;� a�ft�R�l �i1�+ ��� �� {Signature} Title: Managing C]irector �1�[D DI' S�CTIDN aate: 'i'IIi6f2023 �trr a� FORr wa�T� 5'FAN�ARD CflN5TRLICTION SP�CIFICATEflN �OCl1N1ENT5 2023 Bridge RehaUiEifalian Canhact 2 Revised 91301202'1 Cily Prajeel iJo. i04177 qU452G-1 C:i]N'1f�AC'f'C7H C04ll'L[Ai�'L'13 V��["fH I�VDRKF.ft'S CDVIPF•.NSf17'ICJNLAVt� 1'age 1 oS' 1 2 3 4 5 G 7 � 9 10 il 12 1:3 I4 is ir 17 �8 19 2a 21 22 23 24 25 2G 27 28 29 30 31 32 3.3 34 35 3G 37 38 3� dU sECTio�v oo as Zs CONTRACT�R COMPLIANCE 1JVITH VVQRI�ER'S CDMPENSATION LAV►r Pui�suant to Tcxas Labor Code Sectian 4UG,09b{a}, as ainendod, Coiitractor certifies that it pro�i�os waa�lcer's �omp�nsation instEz�an�c co�erage for all of its en�pla,yees emp4oy�� on Cit}� Pz�ojc�t Na. 1U4177. Contractor fiii�tlae�• certifies tliat, p�ii'suauxt to Te�as La6or Cadc, 5ection 446.096(b}, as amended, i# �vill ���ovide ta Cit�� its subco��tractor's cet�ificates of cozn�liance �vitl� wai'kcr's com�cnsatian co�er��;c, CDIVTRACTQR; MW 1'anel Tecli By: �]onathan Vl�l�itc Campany (Plcas� P 'nt} 5�13 MLK FwS� Si�naCure: Address Fa��t Wartl�, TX 761 l9 'T'itle: Managing Directa�•_ City1St��telZip {Please Pri��t} THE STATE �F TEXAS CdUNTY 4F TARRANT 0 § BEF�RE ME, tl�e undersigized authority, on this day persanally appeared -����2 #����t� wh ��e , kno��rn fo me to be the peR�son whase naenc is subs�ribed to thc forcgoing instz�annent, aRtd ackno��vledged ta me that helshe exe�uted thc santc as the a�# and dccd of P� ��' E � L, foa- tlie pua-pases and cansidci�tioii th�rein expressed 1nd in the capacit_y therein stated. GIVEN UNDER MY HAND AND SEAL DF QFFICE ti�is I���` day af Illo�e�a J�ev` , 2tll`�. #� ,�� Not�r}r Pi�blic i iid for tlie State of Texas CND OF SECTIDN ,+`i:►;':r�'••, $RDCK MANG1iS =}'� �MNarar y PuDlic, Stete af Texas �f�*:' Comm. EkpireS Q8-21•2024 �''EO;��''� Notary fQ T326318�Q r •, .. c�•r�• or• roR1• wn�z��� i S'I'r1NUf1I2I) CUN57'RCIC'I'fON SPECII'1G17'[t3�] i7UCU�fEN'l'S Rc�•iscd liily 1. 2U11 2f123 F3ridgc RchaUilitatiou Cailract 2 Cil�• Pm.jcct No. 1{1�5177 00 45 40 - 1 Business Equity Goal Page 1 of 2 CITY OF FORT WORTH 2023 Bridge Rehabilitation Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104177 Revised October 27, 2021 SECTION 00 45 40 1 Business Equity Goal2 APPLICATION OF POLICY 3 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable.4 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 5 (M/WBEs).6 7 POLICY STATEMENT 8 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 9 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 10 stated in the City’s Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11-11 2020 (codified at: https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593) apply to 12 this bid.13 14 BUSINESS EQUITY PROJECT GOAL 15 The City's Business Equity goal on this project is 11% of the total bid value of the contract (Base bid 16 applies to Parks and Community Services). 17 18 METHODS TO COMPLY WITH THE GOAL 19 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 20 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 21 ordinance through one of the following methods: 1. Commercially useful services performed by a 22 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination 23 of Business Equity prime services and Business Equity subcontracting participation, 4. Business 24 Equity Joint Venture/Mentor-Protégé participation, 5. Good Faith Effort documentation, or 6. 25 Prime contractor Waiver documentation. 26 27 SUBMITTAL OF REQUIRED DOCUMENTATION 28 Applicable documents (listed below) must be received by the Purchasing Division, OR the offeror shall 29 EMAIL the Business Equity documentation to the assigned City of Fort Worth Project Manager or 30 Department Designee. Documents are to be received no later than 2:00 p.m., on the third City 31 business day after the bid opening date, exclusive of the bid opening date. 32 33 The Offeror must submit one or more of the following documents:34 1.Utilization Form and Letter(s) of Intent, if the goal is met or exceeded;35 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if 36 participation is less than stated goal, or no Business Equity participation is accomplished; 37 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform 38 all subcontracting/supplier opportunities; or 39 4. Joint Venture/Mentor-Protégé Form, if goal is met or exceeded with a Joint Venture or Mentor-40 Protégé participation. 41 42 These forms can be found at: 43 Business Equity Utilization Form and Letter of Intent 44 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Business Equity Utilization 45 Form_DVIN 2022 220324.pdf 46 47 Letter of Intent 48 00 45 40 - 2 Business Equity Goal Page 2 of 2 CITY OF FORT WORTH 2023 Bridge Rehabilitation Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104177 Revised October 27, 2021 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Letter of Intent_DVIN 1 2021.pdf2 3 Business Equity Good Faith Effort Form4 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Good Faith Effort 5 Form_DVIN 2022.pdf6 7 Business Equity Prime Contractor Waiver Form 8 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor 9 Waiver-220313.pdf 10 11 Business Equity Joint Venture Form 12 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/MWBE Joint 13 Venture_220225.pdf 14 15 16 FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL 17 RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON-RESPONSIVE AND THE BID 18 REJECTED. 19 20 21 FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUTY DOCUMENTATION OR OTHERWISE 22 COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON-23 RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS 24 AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. 25 26 For Questions, Please Contact The Business Equity Division of the Department of Diversity and 27 Inclusion at (817) 392-2674. 28 END OF SECTION 29 30 OD 52 43 - 1 A�P����t Page 1 a£ 6 SECTIUN QD 52 �3 AGREEI��NT THIS AGAEEl�TENT, authorized av �}211312U2� , is made Uy aud Uetween the Ciry af Fort Worth, a Texas hoiue rule municipality, actin� by and tha�au�h its duly authorized City Manager, {"City"), and MW Panel Tech , authorized ta do business iv Texas, actin� by and t}iraug}� its duly autlzorized representative, �"Contractar"). City aud Cont�actor may jointly Ue referred ta as Parties. City aud Cont�actar, iu consideratian af t}�e iuut�ial covenants hereinafter set forth, agree as follows: At•ticle 1. WORK Cont�actar sl�ll camplete all Work as specified or indicated ui the Cont7•act Docusiients far the Praject identified herein. At•ticle 2. PRDJE�T The project for which the Work under the Canaact Documents u�y Ue the whole ar anly a gart is generally descriUed as follows: 2023 BRIDGE REHABILITATI�N CONTRACT 2 City Froject No. 1U4177 At•ticle 3. CONTRACT PRICE City agrees ta pay Canaactar far perfoi�uanc e of the Wark ui accardauce with the Contract Docurr�ents au amawit, in cuirent fuuds, of Fow� Hundred Forry-Fow� Thousaud, Two Hundred Seventeen and a011 Ua Dollars c4i {$ 444,217.Oa}. Cont��act price inay Ue adjusted by chauge arders duly authorized by the Paz-ties. At•ticle4. CD�TRACTTIl�TE 4.1 Fuial Acceptance. The Work sl�ll be cotriplete for Final Acceptance witlun 210 days after the date w}�en the Cana�act Time couuuences ta nui, as pro�ided in Pa��agraph 2.�2 af the General Conditions, plus any extensiou thereaf allowed in accordauce with Article 12 of the General Conditions. 4.2 Liquidated Dan�ges Cana•actor recoguizes that tiir�e rs of the esserrce for completion of 1�7ilestones, if auy, and to achieve Final Acceptance af the Wark and City and the public will suffer fi�om loss of use if`the Wark is not campleted withiu tice time(s} specified iu Paragraph 4.1 abo�e. The Cana�actor also recagtu�es t}�e delays, expense and difficulties involved in praviug iu a le�al groceeding, the actual lass suffered Uy t�ie City if the Wark is not coingleted an time. Accorduigly, iustead af requiring any sucti proof Cana�actar agrees that as liquidated damages far delay {but uot as a peualty), Cana�actar shall pay City Six Htu�dred Fifty aud aa11UU Dollars ($65U.QQ for each day that e�pires after the time specified in P��agraph 4.1 for Fival Acceptance until the Ciry issues the Final Letter of �cceptance. CITY QF FORT WOATH 2D23 Bridge ReLabilitation Con�ct 2 STANnARD CQNSTAUCTIQN SPECIFTCATIQN DOCLTNIEN'CS City Project Na. 104177 Re4�ised I?ecember 8, 2623 00 52 43 - 2 Agreement Page 2 of 6 CITY OF FORT WORTH 2023 Bridge Rehabilitation Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104177 Revised December 8, 2023 Article 5. 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 Certification Form (ACORD or equivalent) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project 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 specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. 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. 00 52 43 - 3 Agreement Page 3 of 6 CITY OF FORT WORTH 2023 Bridge Rehabilitation Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104177 Revised December 8, 2023 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 provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. 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 Con respective right to insist upon appropriate performance or to assert any such right on any future occasion. 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. 00 52 43 - 4 Agreement Page 4 of 6 CITY OF FORT WORTH 2023 Bridge Rehabilitation Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104177 Revised December 8, 2023 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 those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Cont 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 2276 of the Texas Government Code, 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 companies during the term of the contract.gy 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that 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, 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. have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code.To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor cer 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. 00 52 43 - 5 Agreement Page 5 of 6 CITY OF FORT WORTH 2023 Bridge Rehabilitation Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104177 Revised December 8, 2023 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 (I-9). Upon request by City, Contractor shall provide City with copies of all I-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 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. fl�$2d3-G Agmcis�ern I�a�w G ol' G IN WITNESS WHEREOF, City �ix) Ca�itra�tor l���e eacl� exeeuted #his A�reeme�it #a be eFfecliae �s af tlie date sFibsc��ibed Uy tlie Ciiy's desi��ateci Assistaut C'.ity Mai�ager ("Effective D�te"}. Cantrac�or: By; �� � Sigi�at«re Jonathan White �Ps•iuted Nnme) Director �per�tiflns Title 50� 3 Martin Luther King Fwy Addi�ss Fart Worth, T}C 75119 C itylStntel2i p F�b 2, 2�z4 D�te c;cy ofr•o�� wo��c�t Sy: � �, t ]esica McEachern Assistant City M�nager D�te Ma r 11, 2024 Attest: ��.� �.,u � ��;.� p � Jannette Gaodall, City Seci�eEaiy ��4 perer� o �` �9�a °Ap$ � �_�. oda� axn 4QQti��IAS� M�L; �4-Oli5 Date: Q211312Q2+� Contract Complinnce Mana�er; By signiii�, I ackna�vledge tlzat I a�n the persau responsiUle far tlse inoiiitori��g �s�d nclmiisistrntiois of tl�is cos�ti�act, iiscludi�� ensuriug nll perforina�ice and repnrting requireinents. ��� �:����,�•�.��3:���,.�„ ��:��;�STi [»etami�t+n Otuyelu Praje�t Manager Ap�3rowec! ns to T'orm nix! Legality: � . ��1as61r,: I!��:� Y�i:l[:21'i�' Do�iglns W. I31acE� 5��. Assistai�t City Atiariiey Ai'i�R�VAL REC�I�IMENI7�D; _� . •er.PnxJi.F^.,1: i�•��l' �•i.:'1; La«ren Prie«r, Direclnr, Transpaitation & Pub�ic Works De�jaiiment CI'CYOf 1'[]Ii'f WOIiTII 2D2313rid�ruclk�bilila�innCnniriu�3 5'I'AN[7AHUCONS'I'ItIICt'IUNSPI?iIf�IL'A'110Nf]i]L'iltilf�N'1'S Cii}•f�rojeciNo.l44177 pFFICIALRECORo Revised 1?�temlxr 8, 2D23 GITY SEGRETARY FT. WORTH, TX Band No. Q2Z237Q97 l 2 3 4 5 rti 7 8 9 14 ll 1? 13 ld 15 16 l7 18 19 �p �� ?� �3 �� �� ��, ?� ?g ?g SECTI�N 04 b 1 13 PFRFdRMANCE I�fJND anh� i,-t PERFc)RMANCk: 130R❑ Pacr � of � TN� STATE OF TE�CAS § § K�DW ALL BY THESF PRESENTS: �ou:vTl� o� T���vT § That wc. Ml�' PANE� TEC'�i known as `'Principal" hcrcin and Liberty Mutual Insurance Cnmpany , a car�c�ratc surety{s�trctics, if marc than one} duly authnri�id to do busincss in the State o�"Texas, knowrr as "Si�reR" hcrein [whethcr onc or �izore], are held and #inniy bnund un#o the City nf Fort Worth, a muntciEaai corparation created pur,�ant to the laws of Texas, kiinwn as "Lity'� herein, in the penal sum af. Four Hundred Fort� Fnur Thnusand Twfl Hundred Se�enteen and OOil40 �allars {$444,2]7.003, �a►�-h�1 maney af the United Scates, to he �aid in Fnrt Wortl�, Tarrant Councy, T�xas for tl�e payment of which sum well and tnily to hc �nadc, we bi�id nursc{�cs, n►ir �icirs, �xccutnrs, administratars, successars and assi�ns, jointly and sc���rally, iinnly by thcsc prescnts. WHEFiEA5, tt�e Principa! has entered into a certain written contract with tl�e City awarded the I�th day nf �ehruarv. 2a2�1, which Cont���ct iti hereby referred to and iziade a E�art hereof for all �urposes as i!' fully set for�h herein, to furnish all ir�aterials, equipment labor and other accessories dcfincd by la�. in the pmsecution af tltc Vl+orl�, i�icluding any Change Ordcrs, as pror�ided for in said Contra�i dcsignatcd as 2D23 BR1�GE REHAF31L1TATl�N CQNTRACT 2, City Projrct No. l U4177. NqR', THEREFaRE, thc conditian of this nhligatinn is such th�t if thc said PrinciPal sl�all Faithfully perform it abligations undcr thr Contra�t and shail in all respccts duly a»d faithfully gcrfo�Tn thc Wark, in�luding C7langc Urdcrs, undcr thc Contra�t, accnrding to the plans, specifications, and cantract documents therein referred tn, a»c} as well dttring any �eria� nf cxiension of the Cantract that may bc graoted an the part nFthc C'iry, tizen this nbligatian .ha!] I�e and be�ame null and void, athcrwisc to remain in full for�e a��d ef#'c:ct. PROV1�Ed F[1RTHER, that if any Ic�al a�tivn h� filcd on tl�is ���nd, �•cnuc shal! lic in Tarrant County, Texas nr t}�c Unitcd Statcs District C'ourt fnr the Northerr� l7i�trict of T�xas, 1-�ort �U V4'orth Di��ision. C'ii'Y OF FL]RT 1�1'iJATII �S12:i kirid::c Rc3tialiiliiauon C'�intnct � 5T.iRDARC] C[3�STRUC r10N SPEC'1F1CATlc]h D�][:UMERTS Cii}• Prujrct No. I«11 "7 kr�i,ra1 f?c�cemhcr K,'(1�: anhi i;-� P�RFDAMANL'L 130wU Pugr 2 aC � � 3 �1 S G 7 3 9 l0 11 f2 13 �� lS lG 17 18 19 20 31 22 ?3 2� zs �6 27 28 ?g 30 31 3? 3"a 3�3 35 36 37 3K 39 4U �f 4? �3 E�f TF�is �Qnd is made and �k�cutcd in cnn�pliancc ►vith th� pra�isions nf Chaptcr 2?S3 of tiic Tcxas Go�ernmenc Codc, as amended, and all liabilitics on this ba»d stiakl l�c d�tcrmincd in ac�ordancc witt� fhc provisions of said statuc. Iti ��'l`fM1�.SS WHEKEDF, the Frincipal and the Surcly ha�e SICiN�D and SEAI.Ef] this insmimenc by du�y authorized age�its and afticers on tlsis the 13th day of February , 2d 24 PRITvCIk'AL: MW Panel Tech ATTEST: �1 -���: ���� -- (Principaf} Sc�ryfsn . � k � 1�'itness as to Prineipal F' / '� • � ' �ay.a�"ha N �'h� � ��llf et�'c.xl` �amc and Titl� Address: 5013 Martin Luther iCinq_F� Fort Worth, TX 7fi119 SllRETY: Liberty Mutual Insurance Company 81`: S �na[ rc - - - -- Yamills a s, Attamey-in-Fact Name and 7itic � Y Address; 175_ Berkel� Street �w Bost�►�MA 02116 _ " . � � �` , � • - Witness as ra Surery Kim Alia Tetepk�nn� Numher; _(�7� 357-95p�, Finail Address: neTS.CQm *Note: If signed by an officer of ihe Surety Company, then mu�t be oi� file a certifsed extra�t fram tl�e by-laws shc�wing that this persnn ha� authoriry tn Si�R SU4il abligation, Ef Surcty'� physical xcldre�s is clifEca�er�l frum its mxili�z� acldress, bc�th ,�x�s� bc {�n��idc:�i. The date of the b�nd shall i�a� be priUt' to the da#c tiie Co��tract is awardeti. cr���- U� FcyRT woR rH 57AItiDARb C(7�STRUCTION 5PEC'1FfCATE[)'ti DDCL AiF�tTS !{r+i�e�! f)rcrrnhrr 8.:��? I023 E3ricikc Rchahilir�iion Cuntn�t ' C'ity Pru;�Yi hfo 1[H31?7 an�i is-t PAti'M�.NT BC1ND � Band No. 0�2237�97 PA�ec i o� 2 I 2 3 4 5 6 THE STATE O�' TE?�►S cou�TY o� Ta.�xArvT SECTIUN a0 6] 14 PAVMENT BDN❑ § § K�IUW ALL BY TH�SE PRESENTS: § 7 Tl�at wc, MW PANEL TEC'H , knawn as `'Priiicipal" herein, and g Liberty Mutual Insurance Company � corp�rate surety 9 {sureties], duly authorixed to do business in the State of Texas, known as `'Surety�' here�n (whether t0 on� or mare], are held and tinztly baund unto the City of Fv�t 1�a�fth, x mu.r�ici��i c�.r�aratio�� 11 created pursuant tv the laws of the State of Texas, known F►s '`Citrf" I�erein, in the penal s�m of Foui� 12 Hundred Fo -Four ThousaEid Two Hundred Se�entec� and 00110� Doila�s {$444� 2i7.00), ia�vful 13 inoney of the Unitcd 5tates, to he paid in Fort Warth, Tarrant Cowity, Texas, #or thc payment of ld whic� sutn ►+�ell and truly bc made, we bind oursel�es, aur heirs, cxecutars, administrators, 15 succcssors and assigns, jointly and se��'ally, firinly by these grescnts: 1� 17 is 19 za 2] ►'VHEREAS, Principal has entered into a ceRain written Contract with City, awarded ihe 13tti day uf Februarv. 2Q?�, which Contract is hcreby mferrcd to and madc a part hcrevf far akl purposes as if iully set forth tiemin, to furnish all malcrials, equipmcnt, labor and ather accessori�s as de�ned by faw, in the prosecution of the Wa�'k as pro��ided for in said Corttract and desig�iated as 2D23 Bridge Rehabilitation Contra�t Z. '.V�W, THEREF�RE, THE CDN�ITIDN C7F 'I'HI5 �SLIGATIDN is such that if L2 Prir�cipal shalI pay all marsies owing to any (and all} paymeiit bofid 6enefi�iar}r {as det�ned in 23 Chapter 2?S3 of the Texas Ga�•eri�ment Cade, as ainencied) in the prosecution nf the Wnrk urtder 24 the Cantra�t, then this obligatian shall be and be[:ume null a�td �oid; othen��ise to remairi in ful! 25 force and effect. 26 27 28 29 This band is made aiid executed in complic�nce with tl�c prn�isions oiChapter ?253 af the Texas Go�ernment Code, as amended, and all liahilities an lhis bond shall be detennined iEz accordance ►�ith the pra��isions af said statute. C1T5' C3F TURT WUR'fli STATpAR� L'(}?dSTRUCT1pN SPEC'lF[CATI�N DOCU6iE�TS Rr+•neal !)ecrmhrr 8, �0?.? 2023 13ndLr Hchabili�aunn C�untract � C�ty Aru,j�^u Nu. 1031 .'• 7 fl06t 14-3 PA1'MENT f3UPlD Pa�.c 2 0l'2 1 � 3 4 [� WITNESS WH�REQF, th� Principai and Surcry ha�e �ach SIG�IED and S�ALE❑ t}�i, instnjment hy duly authorizcd agents and afficcrs on this thc 13th day of February , 20 �� PRT�CIPA1,: M W Pa nel Tech ATTEST: BY: ---- .t_1.�1/ ' Si� ature �� ���� (Principal] Sccrc�ary l� ��� Wimess as to F'rincipal �o+aa�'�Q �,� ����'� _ .� 1�a#'Oil� Namc and Titic Address: 5013 MaRin �uiher Kir�g�++► y Fort Worth TX 7fi119 SLJRETY: �iberty Mutual Insuran�e Campa� ATTEST: NJA (5urety} Secretary � Witness as to Surety 1{im Alia Si�niani � Yarnill Ra os, Attorney-in-F�ct Name and 7'itle AddresS: 175 Berkeiev 5ireet BastGn, MA 021'kfi � Telephonc; Number: [fi17) 357-95Qn Email Addr�ss: aptx.bands�m' assuredpartners.cam 5 6 7 x � 1U � 12 Note: 1f signed by an officer of t�te Surety, there must be nn tile a certi�i�d cxtract trnm ehe bylaws shuwing that this persun has authority to si�;n such obligation. IF �urcty's physical �ddress is differe�it from its mailing address, bnth must he pro�idcd. TF�c datc of thc bond siiall na� €�c prior �v clic da�c thr C«nt�aci is awardcd. END ()F SECTI[]N C'171' UF FUEL7 LVORTI; STA�DARC}i'O'`STR{iCTI(.]N SPEC'1P1L'ATIOiti DOCI.'A7C1�T5 ltc� i.e.1 l7ccemhrr h. '0�3 � 7i}23 E3ridee Rcha6ilita�inn L'omnci '_ Ci�y Prujcct Nu. ii]-31 :7 Bond No. 022237�97 1 ? 3 4 5 6 7 � 9 10 ll l? 13 14 IS SECTIQN OQ bl !9 MAINTC'NANCC BaND p[} 61 19 - I vfAiNT�.NANC� 130ND F'agr 1 01' � THE STATE OF TEXAS § § KNOW ALL BY THE5E PRESENTS: CUUNTY aF TARR�'1NT § That w� MW PANEL TECH , knawn as '`Principal" herein and �iherry Mutual Insurance Company � c3 COij]U['c��E SEl�et]r �SLIi'CI1CS, if r��ore than one} duly authorized to d� b�i�iness in the SEate af Texas, known as `•Surety" ��erein twltether one or inore), are held and firmly bound unta the City af Fort Worth, a municipal coiporation created pursuant to the laws af the 5tatc of Texas, knawn as `'City" hcrein, in the sum of Faur Hundred Fortv-Four Tl�ausand. T►vo Hundred Se�cntccn and dql] 00 Doiiars �$444�f 7�04}, lawfu! mancy af die United States, t� be paid in Fort Wart�i, Tarrant Caunty. Texas, for payment of wlsich sitm well and truly be made uiita the City and its successnrs, we bind out^sel�es, our heirs, ex�cuEnrs, adininistrators, successars and assigns, jo�ntly and se�erally, frmly by these presents. l6 I T VVHEREAS, die Principal has entered into a certain written contract with the Ciry awarded 18 the 13t1i day af F�bn�axy ,�024 , wltiich Contract is l�ereby refcrred Eo and a made part hereof i'csr 19 ali purposes as if fuily set forth herein, to furnish al] materials, equipment fabor ax�d atlier ?[] accessories as de�ned by [aw, in the prosecutian ofthe Work, in�ludi��g any Work resulting froiii ? 1 a d►�ly authorized Ciiange Drder (�1]�iaaF�ly� �,�r,air, l�-'`!%�ork"} as pro��ided For in said rantract ?? and designated as 2U�3 Br�dge Rehabilita[ion Contract 2, Cily I'r4ject �o. 10�i77; and �; ?� WHEREAS, Principa] binds ikself ta use su�il mat�rials and to so construct ihe Work in 25 accardance with thc plans, spocificatians and Coi�tract Documcnts t��at ttic Wnrk is ar�d wil! rc�nain Z6 fre� from defects in materials or workmanship fnr and during tlie }seriod ot twa (2} years after the 27 date of Final Acceptance nfthc V4'nrk b}'thc City ("Maintcn:utcc I'�riod"}_ and 28 �g 3U 31 WHFREAS, Principal binds itsc3f to rcpair or rcconstruct the Wark in whalc or in part upon r�cci�ing nnticc from ihc Ciry of thc n�cd thcrcfor at any timC witltin thc Maintcna��ce Pcrind. ['17'Y U1� f [)f��T w[rR7 H STAA�ARi� C'u�57RU[:iIC1N SPEC[F1CnT1Dh pUCl�A1E1v75 Hc� istcl rkcrinhcr H, _'[I'3 �U23 k3ridge Rctiahilita�ian C'untnct ' [:iiy Pn�j��ct Tvo. I fY3177 l � 3 4 5 6 7 S 9 1D 11 12 13 14 I� I5 17 I$ 19 UQFi119_� �4r11i+l7ENH1'1L'E 13{31�D PaFc2af3 NQW THEREFURE, the canditinn af this obligation is such tl�at if Principai shal] rcmedy any defecti�e Work, fnr witich timcly natice «as pra�ided by City, co a completion satisfactory to th� City, then t�is �b�igation shali 6ecome iiull and vaid; otherwisc to remain in fi�l[ for�c and effect. PR�V1d�0, HOWEVER, if PrincipaE shaEl fail sc� to repair ar reconstruct any timely noticed defecti�e Work, it is agre�d thal the City may cause any and all su�h �efecti�e Wark to 6e repaired andlor reconstructed with al� associated casts thereof being boriie by the Principal and the Surery under this Mainten�icc t�and; and PRO�rI�EO FEIRTHER, titiat if a�iy ]egal action 6e filed on this gQnd. �enue shall lie in Tarrant Counry, Texa,� Qr the �Inited 5tates District Court for t�e Northem District of Texas, Fart V4'arth Di�isian; and PROVIDED FllRTH�R, tf�ai this obiigation shall be continuo►�s in nAture and successive reco�eries may be had hereon for 5uccessi��e breaches. C'!7'V' UF Ci)RT R'URTI{ 31723 E3nder RrFwbifila�ian C onira:t _' S7��ADARD C[1ti5TRL:[.TIUN SPEC'lFiCATI�'� DOCC�M�[vT5 S:i�� Pr�joct?�a. 1W1".7 Rn•ictd !]rcr�nhrr R. _'0: _ on�i i�-3 �7A[NTENANC'E B(7tiD Pagr 3 0l 3 1N V4�'1T�'ESS W7-IERE�F, thc PriE��igal and the Surery ha�c �ach $IGNED and SEALED this � 3 4 5 G 7 8 9 lU fl l2 i� 14 1S 16 E7 i8 19 ZQ 2l �� 23 24 ?S 25 �� �S �g 30 3] 32 33 �� 35 35 37 3g 39 40 41 42 instrusiicnt by duly autharized agents and offic�rs on this Ehc February , �024 ATTEST: �� _ � {Principal] 5c� ctar�� --��� � Il� m�ss as [a �'rincipal ATTEST: 13th day of PRiNCIPAi.: MW Panel Te�h SY: Signature _So�a�na � �tl��'i� � i �' ec�'v�' Namc anc� Title Addrass: 50i3 Martin Luther Kirog F�__ Fprt Worth TX 7fi719 SIfRETY: Liberty Mutual Insurance CQmpan� BY': Si� atur Yamille� mo Attorney-in-Fact ` Nan�z and Title NIA Address: 175 Berkele 5treet "� ' (Suretyy Secretary _ Baston MA 02116 - � - , —�/ - � l ' - : . 0�.� . Witness as ta Surety Itim Ali� T�lcphvnr IVumber: [E17] 357-95DD Email Address: a Uc.bonds assured aRners.com *Note: If signed by an offi�er of the 5urety Campany, th�re must be on file a certifizd extract from the by-laws s}�owing that tl�is persnn has autk�ariry tn sign such ohligation. [f" 5urcty's physical addr�ss is difFcrcnt f'rom its mailin�, address. bath musi 6r pro�ided. �Fhe date af the bond shall ��at he priar to the dat� the Contract is aw�rded. L'1i}' C)T F[)R� Wt}HYH STAf+DARFL'C7ti5YRL'LT1UN SPEC'iFICA�'lOti DE3CL�h1EhT� Re�iaul E]ccrmhrr H, _'U_'3 iU23 Srid�c Rchabilita�ian ('{an[nG ? City Prujcct No. iUd177 _ Lihei-ty Mutual. SURETY une�ty A�k,k,al �ns�,rance compar�y '4 �KsuR� �tr urs� a u+sU�q The Ohio Casvalty tnsuranve CompanY j�yowro4r�yr� J�ewro,y��'� � ��oa.o�r�s� WastAmerican�nsuraneeCampany ��1912�a �Y191946 � 1991 0 r ,, fi � s a ,�; .f�s� '• `__-� d,� •+rxu* �a ���AY4�a a r�, �MOIANt yb y. l $I � x�'� 3y1 t 1�� �M r Y�� B. --— David M. Carey, Pssistant 5eaelary P�WER ❑F ATT�RNEY Certificate No g2092a6-022QOfi I{HOYVN ALL PER50kS 8Y THESE PRE5EHFS: That The Oh�o Casualty Insuranae Company is a corpaatiai duly organized und� the laws o{ ihe 5fate of New Hampshire, Iha! LiheRy Mutual Inwrance Cvmparry is a corparativn duiy aganixed under the laws of tha Skste of Massarhusetts, and Wask American Insursnce Compa�y is a oorppralion duty p�ganizfld under the laws of the Stata of Indiana {herein odlecbvely called the'iompanies'j, pursuant to and by euthority herein set foAt�, does trereby nsme, cautilute and appoinl, 8laine Allen; Brady K. Cox; 6rent Baldwin; 8rock 8aldwin; C�rnthsa Aliard;lahn A. Aboumrad; lLirsten �rtix: Lorena Gutierrez; Miciiael 8. Hill; Neira Hemandex; Russ all flT 1Me aty d Piano sl�te of Tx each indiuiduaAy 'rf Ihere be more than one named, itis We and lawlul at�mey-in-fact to make, execute, seal, ackno�vledge ar3d deliMer, for anq vn its hehalF ss surety an� as �s ed and deed, any and all undertakings, bonds, reoognixan�as and other surery oblga6ons, in pursuanoe of thesa �resents and sheH be as binding upon itre Compenies as if Ihey hava heen duly signed 6r the president end aflasted hy the secretary of ths Campanies in thair own proper persons. IH WIT�IE55 WHEREpF, �his Pow� o} Attorney has been subspihed by an authorued ot�ar or otfipal of the Companies and the carporate seals of the Companies ha�e heen affixed tlABretO �his 4th dey 9i J�.��. ���3 . 5tate af PE�JNSYL11AiVIA Caunty of MpNTGDMERY �m i� iy i� . 3 _� .N 1� j O 1� - � G1 � to � � � � a� 2 U On this dth day af ]anuary , 2p23 6efae me per�,,onally ap�eared Qavid M. Gerey, whv acknpxrlddged himsefFtn be Ihe Assistant 5eaetary of Liberty Mubial Gartipenr. The Ohio CaSualty Corr�panY, ar�d Wegi Art�BriCen Insurarrce CompanY, and that he, as sudi, being aulhorixed sa ta do, execute Cse Ganegaing insWment f[x the therein oontamed hy sgning on hehaff �t the oorporations hy hirt�seff as a dury authorized pfficer. IN WETNE55 VYHEREOF, I haMe #��Eo s�bsor�6ad my neme and afFued my notarial seal at Plymoul� Meeting, Pennsylvar:ia, on ihe day and y�r 6rst ahrnee written. Thi� Pawer of Attomey lim3ts the acts of those named h�rein, and ihey have no aulhority to hind the Campany except in SMe manner and to the extent hareln stated. Liberty Mutual Insurance Campany The phia Casvalty Insuranoe Company West American Insurance Campany ya PAsr k ❑nw � �m dPenmynar�s - no�ry Sw �Q�p� �<=�C,y Tares� Pa�IdV. Netrry R�hYc �F 1�1a'�9orrqrY Cuunry Mr vanmissian exprrca Mench 20. 2�25 gY; �a CO�IIfM1[Sqfl nufll�f 7 f i6W1 i1AF� Me�M6M.PemsyNa�uHaoWI�NNWnM �4qy p�3�' �� �fY Pllb{iC This Pawer of Atmmey is made and execvted pursuant to and hy authorily of tt�g folowing By-laws and Autharixatians of 7Fse Ohio Casualty lnwrgnCe Conqany, Libe�ty Muival fnsuranae Company, and Wast M�eriean Insurence Company which resolutians are now in lull force and efle�t reading as fpkp►v5: ARTICLE N- dFFICER5: 50Ction 12. Power o( AtEomey. Any �r or dher oFfiaal # the Corporation au�ed lar lhat purpose in writinp by Ne Chsirtnan ar tha Presidant, and subject to s:,ch Gm�tation as the Chairman or tna Aresidant may presaibe, shal appaint sur� amomeysir�-Fad, as may bB necEssary to act in hehaH of the Corporation [o make, exeaste, seal. adviowledge and deliver as surety any and a!I underfakings, bonds, recngrsizanoes and dher surety o6iiga6ons. 5urh attameys-m-faCt, avbjett W!he limitaEons set idih in thBir rcaspective powers of sttomey, ghall havo full pawer to bind She Corparation by thair signaiure and axecution oF any such insWmenfs and to altach tl�ere6o 1he seat af the Corporstion. When sp exewted, such instrument5 shsll be as binding as if signed hy the President and attssted to 6y the Seaefary. My power or authority gran[ed ta sny representativs or attomeyin-fact under the provisions of this a�ide may be revoked at any time by i�e Board, the Chairman, ihe President or by G�e ofl�Cer or a}ficers granling such ppwer pr a�thobty. ARTICLE Xfli - Exedrdon of CoMracts: 5ec�an 5. Surety Bor�ds snd Llnderfakings. My afl55oer of the Company authoraed for that pE,rpvse in writing by the diairman or �he prasident and suCjacR to such limi�tions as ihe rhairman or Ihe president may prasai6e, sha{! aypoiit sud� attorneys-in-ia[� as may be neoessary fo ac! in 6ehaK of the Compeny to make, execu�e, seal, acknawledge and deti+rer as surety any and all underiakings, honds, rerngnizan�es and vtF►er suraty abGgaGans. 5uch attomeys-in•Tact su�ject tp 1he limitatlons set forlh in lheir taspective powsrs af at0omey, shall have iull power ta bind C�e Cornpany hy 1Frair signah�re and execiiGpn o[ sny such inatrumertis end to attach thereto th9 5681 Of the COmpany. Whan so execlited ssrch instruments shall be as hinding as if signed 6y the president and attasted 6y the seaetary. Cerdf3cata oi Uesignatian - The President of the Company, acting pursuant io the 9y�ews of Ihe Company, a�thorizes David M. Carey, Assistant 5eaetary ta appoint sar� adaneys-in- fsd as may be necessery ta ac3 an 6ehaH of the Compsny te make, � se�1 �nrledge. �l d�,�r�:surety any and all underfakings, bands, reoognixanr�s and other surety a6Ggations. . "_ Autharisation - By unanimous oonserst of the Comp�rys Baard of Directors, Iha Company oongents lhal facsimile or mechanically reproduoed signature of any assistant seaetary of the Company, wherever appearr�g uyon a tertified oopy af any power of aComey issued by the Company in �onnaction will� suraty 6onds. shall be vafd and 6indng upon the Ccmpany v,nth the same faroa and eHect as though manually ai�uced. I, Renee C. LJewepyn, 1he undersigned, Assistant 5eaelsry, The Ohio Casuglty insuranoe Campany, Liberty MuWal lnsuranCe Company, snG West Rmeri(�n fnwranoe Company r1n hereby cer6fy tl�at tl�e original powar of atiomey of whith tt�e faegoing i5 a Tull, hue and carred copy of irie Power af Attamey executed hy said Campanies, is in iu1! force and etfect and h8s na! baen revoked. IN TE571h1�HY WHERE�F, I have hereun6o set my hand and a�ixed Ihe seals of seid Cpnpanies lhis 13eh day vi February , 2fl24 . �, s�s�� 'vZY fNgG �, ►xsr�,� � . � 3����ro�R� tJf'c°w��r� � �+'c°���� yn � 3 �a � �` 1912 o a Y'� 919 w o 6 4991 � r��` 0 . `'a,�f''+r,�'�,�aa s°� H,,,,,�'"� a r�, �o�.r► �� �y Renee C. Uswellyn, Ass�stant 5e�xelary �■� . � ti� * �,� �'M . ti�' � � � 0] G � N ao � � cq � � 11NS �28T3 L�iC �GlC wAfC INi16 Ca 02±11 Liherty Mutual. $URE7Y Figure: 28 TAC § 1.6�1(a)(2j{By Ha�e a complaint or need help? If you ha�e a problem with a claim or your premium, call your insurance cvmpany ar HM� first. If you can't work flut the issue, the Texas aepartment of Insurance may be abfe to help. E�en 9f yau file a complaint with the Texas �epartment of Insurance, you shauld also file a complaint or appeal through your insurance campany or HMD. If yau don't, yau rt�y �e your right ta appeal. Liberty Mutual Insurance Compa�y To get information or file a corr�pEaint with your insurance campany or HMO: Call: Liberly Mutual 5urety CEaims at 206�73-621� �nline: www.LibertyMutualSuretyClaims.com Email: HaSCL@libertyrnutual.com Mail: P.Q. Bvx 3452fi 5eattle, WA 98124 The Texas Oepartment of Insurance To get help with an insurance questian or f le a cornplaint with the state: Cail with a questian: 1-84Q-252-3439 File a complaint: www.tdi.texas.go� Email: CvnsumerPratection�a tdi.texas,go� Mail: MC 111-1A, P.Q. Box 149Q91, A�stin, 7x 787'�4-9U91 �Tiene una queja o necesita ayuda? 5i tiene, un prablema con �na reclamacibn a con su prima de seguro, liame �rimer� a su �ampania de seguros o HMa. 5i n❑ puede resoiver el pro�lema, es pasible que el ❑epartamento de 5eguras de Texas �Texas Department af Insurance, par su narr��re en ingl�s) pued� ayudar. Aun s9 usted presenta ur�a queja ante e! Deparamento de Segurvs de Texas, tambien debe presen#ar una queja a traves del proceso de quejas a de apelacivnes de su campania de seguras o HM�. 5i no lo ha�e, podria perder su derecha para apelar. Liberty Mutual xnsurance Company Para obtener infarmacion o para presentar una queja ante su compariia de seguros o HM�: uss,szaze sno � Llame a: Liberry Mutual 5urety Claims al 20fi-473-6210 En Ifnea: www.LibertyMutual5uretyClaims.�om C�rreo electr�nica: H�SCL@libertymutual.cvm ❑ireccidn pastal: P.O. Box 34526 Seattle, WA 98'124 EI aepartar�enta de Segures de Texas Para obtener ayuda can una pregunta relacionada can los seg�ras a para presen#ar una qu�ja ante el estadv: Llam� can sus preguntas al: �-8n0-252-3439 Presente una queja en: www.tdi.texas.ga� Cvrrea eiectr�nico: Cansum��F�rot���i�r�fc�,t�as.go� Dire�ci�in postal: MC 119-1A, PA. Bvx 14909'f, A�stirt, Tx 78714-9091 LMS-152BYa BriO WORKERS' COMPENSATION AND EMPLOYERS LIABILITY POLICY WC 42 03 04 B Insured copy This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 2/16/ at 12:01 a.m. standard time, forms a part of: Policy no. 0001221057 of Texas Mutual Insurance Company effective on 2/16/ Issued to: OFFSITE HR LLC This is not a bill NCCI Carrier Code: 29939 Authorized representative 1 of 1 PO Box 12058, Austin, TX 78711-2058 texasmutual.com | (800) 859-5995 | Fax (800) 359-0650 WC 42 03 04 B TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X)Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page �o�r�o�T�� E-:�ti::�--- - Routing and Transmittax Slip Tr�nspartatiou & Publie Warks D�Partm�a� D�CUMENT TITLE: 2�23 6ridae Rehak�ilitation. Cc�ntr�ct 2 M&C: 2�-01 � 5 CPN: 1 d4� 77 Date: D2f 27124 To: Name Dep 1, Donneite Murphy g,�g�. 2, Patricia tiVadsacic TpW 3. Lauren Prieur 4. Priscilla Rarr►irez 5. 6. 7 $ 9 IU Hl�ck Jesica McEachern Hanald Gon�ates .Te�ruiette �avdall A��son 'l�dwell TPW Contracts TP W-Sig�xer Lega!-Signer 1�CM�Signer CSCQ-5igner CSC�-Fomx �iller . ,, TFW �nxti�ls DDC#: Da#e Out 2127124 2128124 Mar11,202� Mar11,2U2h Mar 11, zoz4 Mar 11. 2�24 CC: Progra�nt Manager, �r. CP�, TPW BSPAP RecQn Team, TYW Recnxds Ronm, TPW �on�rects ]�����]�,ia�r[�i'`J ���� �'k�� 1� :.-:r�.'�l'v:i�ri.:a9.3 ::��l�l`�1sf�[rn:x!�: 1:11 (![1:;11It1E:ii�:i 1�{:C:1.VF.lI f1U111 "sE.lAy' �illil �1�� City l]epamnents requesting City Manager's signature #'or �ppravgl MUST BE AU[]TEL7 TO THE APPROPF�iAT� ACM for appraval firat, Dnce We ACM ha9 signed the rauting slip,l7avrd w911 rcview and #.ake the next sf�ps. IY�EDS �� BE N�T,ARITED: ❑YES �iVo �a�sx: �]��:s ��o s��� �.��: ❑vr.s ❑�r� Rau�rnvc To csa: ��s prro T�d��'i' YD��': [�YES �JIV�j ACtion Reguired:. ❑ 1Lt��ci� Sig�at��i��, �nit��i aud TVo4�r�y "I'a�s ❑ As Requesked ❑ Far Ynur It�fnrmadon � SignaturelRouting a�nd or Recarding ❑ Comment ❑ F118 Link to tfie GEIVERAL CDN�ETlOhlS & 7CCI INICAL SPCCS https:}�a p p-u s3.e-6u i Id er. net�pu hl i ��pu6licLan di ng.aspx?Q5=55839 ac331ed49af64fa361387e636ef cso: �loas Returu To: Please aoti£y TP1�'�Gon��-aets�a fortwartht�xa�o� £px p�ickup when Complete, Cs� egt, 7Z33 or cgt. 83G3 with quc�tions. Thank you! — FURT��RTH� _ .�------ ,, - .- t -- ,� ; Routing and Transmittal Slip Transportatxan & Prxblic V4�a�rks Depa rtment DnC[]MENT TITLE: 2Q23 Bridae Rehabilitatian, Contract 2 M&C: CPN: 7 n47 77 CSO: ❑ate; Q113�124 � � To: Name De�artment j, Jonathan VJhite�MW Panel Tech Vendor-Signe�• �u' �. Praj Mga•: Iretoiniwa�tuyelu TPW-Signec• � 3. Michelle Hadley-McGhee TFW-Review 4. S. 6. 7 8 9 ]0. Initials D�C#: Date Uut 021�2124 D21�2124 O2f07124 CC: �rogram Manager, S:'. CPQ, TPW gSPAP Recnu Team, TI'W Recorcis Room, TPW Contracfs 13[)C'�ll�ll:i�'1'� l�illl C�7'l` il'I:I.N:�[�!� [2'S 41(:�',�'['1.11ti?: :�il clncui�ic�it•!L'i�l��ij �I�llEl] �sn� �ii��i ��II C'iiy I]Lpart�iicnts rcq�iestii�� �'.ity Ufana�e�-'s si�;��at�iz�� ti��� a�}�}roval M115"1' �3�: [tUIJ l�L-:U "I�U "i k i� Af'I'iZ01'R[A'['L"- AC'1V] for appro�al first. Qnce the ACM ��as signed the routin� slip, {aavid �vill re�ie�� �ii1CI t�ike the ne�t ste��s. NCEDS TD EE NaTARIZCD: ❑YES �Ivo 1Zif�ll: ❑Yi:S X�l�c� SA��iI; 1)AY': ❑1'�:.5 ❑tin I\[�:��i' I1��7': ❑�`��:5 ❑Nc� ROLTT�IVG T❑ CS�: �YES ❑No [ion tte�uireu: As Requested For Your I»fari�ation Si�natu�•elRauting and ac Recarding Comment File ❑ R1tt.icli 5i�;n,tti�re, Initi�il an[i Nntar�,� T.il�s Return To: Please notify 7'I'WContrac#s�r�fornvortlitexas.�av far pickup when complete. Call ext. '7233 or ext. 83G3 ►�ith �uestions. Thanlc yau! �'f � Bond Verification Fram: HOSUR Ta: Hadley-McGheer Mi�helle; HDSUR Su6ject: RE: PLEASE REPLY - BOND VERIFICATION REQUEST [CPN #104177- 2023 Bridge Rehabilitation, Contract 2] Date: Wednesday, Fe6ruary 7, 2024 2:54:26 PM Attachments: image[�[�i.�a � CAUTYDN: This email originated fram outside of the City of Fart Worth email system. Do not click any links ar open attachrnents unless yau recognize the sender and know the content is safe. � The bond is in full force and effe�t. Th a n ks, The H�SUR Team H�SUR@LibertyMutual_com From: Hadley-McGhee, Michelle �Michelle.Hadley-McGhee�fortworthtexas_ga�� 5ent: Wednesday, February 7, 2�24 1:33 PM To: H�SUR �H05UR@libertymutual.com� Subject: {EXTERNAL} PLEASE REPLY- B�ND VERIFICATIaN REQLIEST [CPN #1D4177- 2�23 Bridge Rehabilitation, Contract 2] 42j47�2��4 Good morni ng. The City of Fort Worth is in receipt nf the fallowing referenced band�s} — BflNa #U2�237U97, in the amaunt af $444�217.00 �Fvur Hundred Fvrty-Fvur Thvusand Twv Hundred 5e►►enteen & a�� 1a0 Dallars}, fram M W Panel Tech� LLC, far City Project #104177 �20Z3 Bridge Rehabilitatinn, Contract �). Please provide confirmation that both the hnnd[s} and dollar amaunt{s} are valid. Your promp� attentivn to �his rnatter is greatly appreciatedr If there are additianal questions nr cancerns, please d� not hesitate to cantack me at, michelle.hadley-m�ghee ., fortwvrthtexas.�ov, ar by phane, 817-392-7233. Shnuld this request have reached you in errnr, nr needs to be directed elsewhere, please be so k�nd to prnvide the name af the cantact, with bath an email address & phone number af the person or deparkment being referenced. It is appreciated. ����d� ����. ����� ����� Contracf Campfiance 5pecFalist City af Fort Worth Transportatian & Puhlic Works �TPW} Z00 Texas Street, Fort Warth, l7C 7b1D2 �irect: 817-392-7233 Michelle. Hadley-McGheeC@fortwarthtexas.�ou City of Fort Worth — Working together to build a strong community.