HomeMy WebLinkAboutContract 62389FORT WORTH®
CONTRACT
FOR
THE CONSTRUCTION OF
2025 HOT IN PLACE RECYCLING CONTRACT 1
Mattie Parker
Mayor
City Project No. 105647
Lauren Prieur
David Cooke
City Manager
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
TRANSPORTATION AND PUBLIC WORKS
2024
-
CSC No. 62389
��� �����
Cit of FortWorth
Y
Standard Construction Specification
Documents
Adopted September 2011
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions
Page 1 of 6
Last Revised
00 OS 10 Ma or and Council Communication 07/O1/2011
00 OS 15 Addenda 07/O1/2011
00 11 13 Invitation to Bidders 02/08/2024
00 21 13 Instructions to Bidders O1/17/2024
00 35 13 Conflict of Interest Statement 02/24/2020
00 41 00 Bid Form 09/30/2021
00 42 43 Pro osal Form Unit Price O1/20/2012
00 43 13 Bid Bond 09/11/2017
00 43 37 Vendor Com liance to State Law Nonresident Bidder 06/27/2011
00 45 11 Bidders Pre ualifications 08/13/2011
00 45 12 Pre ualification Statement 09/30/2021
nn nc i� nQii�i�mi
�� �-�..z
00 45 26 Contractor Com liance with Workers' Com ensation Law 07/O1/2011
00 45 40 Business E ui Goal 06/07/2024
00 52 43 A eement 03/08/2024
00 61 13 Performance Bond 12/08/2023
00 61 14 Pa ent Bond 12/08/2023
00 61 19 Maintenance Bond 12/08/2023
00 61 25 Certificate of Insurance 07/O1/2011
00 72 00 General Conditions 03/08/2024
00 73 00 Su lementa Conditions 03/08/2024
Division Ol - General Re uirements Last Revised
O1 11 00 Summa of Work 12/20/2012
O1 25 00 Substitution Procedures 07/O1/2011
O1 31 19 Preconstruction Meetin 08/17/2012
O1 31 20 Pro'ect Meetin s 07/O1/2011
O1 32 16 Construction Schedule 10/06/2023
O1 32 33 Preconstruction Video 07/O1/2011
O1 33 00 Submittals 12/20/2012
O1 35 13 S ecial Pro'ect Procedures 03/11/2022
O1 45 23 Testin and Ins ection Services 03/09/2020
O1 50 00 Tem ora Facilities and Controls 07/O1/2011
O1 55 26 Street Use Permit and Modifications to Traffic Control 03/22/2021
O1 57 13 Storm Water Pollution Prevention Plan 07/O1/2011
O1 58 13 Tem ora Pro'ect Si a e 07/O1/2011
O1 60 00 Product Re uirements 03/09/2020
O1 66 00 Product Stora e and Handlin Re uirements 07/O1/2011
O1 70 00 Mobilization and Remobilization 11/22/2016
O1 71 23 Construction Stakin and Surve 02/14/2018
O1 74 23 Cleanin 07/O1/2011
O1 77 19 Closeout Re uirements 03/22/2021
O1 78 23 O eration and Maintenance Data 12/20/2012
O1 78 39 Pro'ect Record Documents 07/O1/2011
CTI'Y OF FORT WORTH 2O25 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105647
Revised June 7, 2024 Addendum No. 1
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 6
Technical Specifcations which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
Date
Division 32 - Exterior Im rovements Modified
32 11 23 Flexible Base Courses 12/20/2012
32 13 20 Concrete Sidewalks, Drivewa s and Barrier Free Ram s 12/09/2022
32 91 19 To soil Placement and Finishin of Parkwa s 03/11/2022
Division 33 - Utilities
33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 03/11/2022
Grade
Division 34 - Transportation
34 71 13 Traffic Control 03/22/2021
Division 99 — Additional S ecification
99 99 00 Additional S ecification 08/20/2024
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
http://fortworthtexas.gov/tpw/contractors/
or
https://apps.fortworthtexas.gov/Proi ectResources/
Division 02 - Existin Conditions
02 41 13 Selective Site Demolition
m ni in
��
02 41 15 Pavin Removal
Division 03 - Concrete
Division 26 - Electrical
Division 31 - Earthwork
Last Revised
03/11/2022
i � i���
02/02/2016
31 00 00 Site Clearin 03/22/2021
31 23 16 Unclassified Excavation O1/28/2013
�i�� � nii���
Z ��r �-vv ��S n ��7or�o�o i�
31 25 00 Erosion and Sediment Control 04/29/2021
2 i�no � i � i���
CTI'Y OF FORT WORTH 2O25 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105647
Revised June 7, 2024 Addendum No. 1
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 6
�� � � �
:...,'
Division 32 - Exterior Improvements
2� ni i� i�i�ni�ni�
�-a-v-rTr r�zvrtozz
2'�� 1 '7 /7rs�-sv�iiaiz
32 O1 29 Concrete Pavin Re air 12/20/2012
�� i i �� �io..;�.io �.,�o r,,,,,-�o� i�i�ni�ni�
�� ��
�� i i �� r;,..o rr,.o.,�oa �.,�o r,,,,,-�o� i �i�ni�ni �
�� ��
���� ro,..or� rr,.o.,�oa �.,�o r,,,,,.�o� n�n�i
2��� n4 i���
32 12 16 As halt Pavin 6/07/2024
32 12 73 As halt Pavin Crack Sealants 12/20/2012
2��� n�no n�z
2 �� i � in�i
�
2� iZ 72 i�i�ni�ni�
�� �z
�� in i� i�i�ni�ni�
�o ��
32 16 13 Concrete Curb and Gutters and Valle Gutters 12/09/2022
32 17 23 Pavement Markin s 06/10/2022
32 17 25 Curb Address Paintin 11/04/2013
2� Z i i 2 rt,,,;� �o�,.o� .,,,a r.,�o� i � i�ni�n i �
�� �z
�� �i �� �x�;,.o �o,.,.o� .,,.a r.,�o� i�i�ni�ni�
�o ��
���� �x�,.,.a �o,.,.o� .,�a r.,�o� i�i��i�
2� �� i 2 n�inci�ni 4
�� �a
2� oi i o n�ii i i�m�
�-z--rr-r� �z
32 92 13 Soddin OS/13/2021
Z��T nciio ��T
�� o� i c i nin�i�m�
�� ��
2� n2 �2 i�i�ni�ni�
�� rsravraoiz
Division 33 - Utilities
CTI'Y OF FORT WORTH 2O25 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105647
Revised June 7, 2024 Addendum No. 1
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 6
� � �
� � • . �� �
� � �
!�
� � � �
� �. . � �
� � . � . �� �
� �• � �
.. . . . �• �� �
- -' - -' -- ' . � �
� „�o _ � i:
i � � � �
� � . �
- ��_ _ � �
iiiii=
� � - � � _ �
� � � �. � •
� � � � _ �
� . . �. � �
� � � � � �
� � �
_� � �. � �
� � �� � � �
� �� �'�Z � ��
� - � � �
�_ �. _ � � � �i � •
-_�. � � ��'�
� �. � � �• �� �
��'�"��. �� � � �� ��
�� � �
_ � � �
� . .
� �
..� �-
� � �
� �� �
� � �
• � � � �
• � � _ � �
• � � �
• i � � �
• _� �� � �
� � � . � � � �
i ' �" ` �' - � � - � ' ' � � �
- � . �����"��..�:.�..' � �'' '
� � . . � . � � � _ �
- '��"'��..�::� - ��.��..'
� �. � � �_ � �
��•'�/ii'/�. � � ��
� _ � � � �
i _ � ._.. � . � � �
i _ � . � � � �
i • � . � . � . _ � �
� • � . ■ . � �
� • � � ■ � � �
Division 34 - Trans ortation
� ��-^�o
�n ni in ni n� � n r„� ii r �
�v'r n�� ri��c�-���rr�n�i' ncc
2 ^ ^�-�z i�vi
2 ^ ^�-�z i�vn-�✓ r�r�cuEmizcir C
`urcv"nc icu
CTI'Y OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 7, 2024
. .
0
� �
� �
2025 HOT IN PLACE RECYCLING CONTRACT 1
City Project No. 105647
Addendum No. 1
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 6
Appendix
GC-4.02
GC-6.06.D
GC-6.07
GN-1.0
SD-1.0
PQ-1.0
PQ-2.0
Subsurface and Physical Conditions
Minority and Women Owned Business Enterprise Compliance
Wage Rates
General Notes
Standard Construction Details
Project Maps and Quantities
Pavement Marking Plans
END OF SECTION
CTI'Y OF FORT WORTH 2O25 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105647
Revised June 7, 2024 Addendum No. 1
000sio-i
MAYOR AND COUNCIL COMM[JNICATION (M&C)
Page 1 of 1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
SECTION 00 OS 10
MAYOR AND COUNCIL COMMUNICATION (M&C)
[Assembler: For Contract Document execution, remove this page and replace with the approved
M&C for the award of the project. M&C insert shall be on blue paper.J
END OF SECTION
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
2025 HOT IN PLACE RECYCLING CONTRACT 1
City Project No. 105647
11/14/24, 3:19 PM
CITY COUNCIL AGENDA
Create New From This M&C
DATE:
CODE:
SUBJECT:
11/12/2024 REFERENCE **M&C 24- LOG NAME: 202025 HOT IN-PLACE
NO.: 0985 RECYCLING CONTRACT 1
C TYPE: CONSENT PUBLIC NO
HEARING:
(CD 6 and CD 9) Authorize Execution of a Contract with Cutler Repaving, Inc., in the
Amount of $3,138,046.22 for the 2025 Hot-In-Place Recycling Contract 1 Project at
Various Locations
�ORT�r'�'URTII
_��_
RECOMMENDATION:
It is recommended that the City Council authorize execution of a contract with Cutler Repaving, Inc., in the amount
of $3,138,046.22 for the 2025 Hot-In-Place Recycling Contract 1 project at various locations (City Project No.
105647).
DISCUSSION:
The Fiscal Year 2025 Pay-Go Contract Street Maintenance Program groups various types of street maintenance
into specific contract packages. The 2025 Hot-In Place Recycling Contract 1 project provides street rehabilitation
on approximately 12.8 lane miles for the street sections listed below:
Street
From
South Drive West (W) Rock Quarry Road
Rock Quarry Road South Drive W
Oakmont Blvd East Bound Harris Parkway/pavement
(EB) change
Oakmont Blvd West Harris Parkway/pavement
Bound (WB) change
Oakmont Blvd EB
Oakmont Blvd WB
Chisholm Trail NB Exit Oakmont
Ramp
Chisholm Trail NB Exit Oakmont
Ramp
To
Westhaven Drive
Overton Ridge Boulevard
Chisholm Trail South Bound (SB) Enter
Oakmont Ramp
Chisholm Trail SB Enter Oakmont Ramp
S Hulen Street
S Hulen Street
Seminary Drive W Waits Avenue McCart Avenue
McCart Avenue Yates Street W Seminary Drive
This project was advertised for bid on September 5, 2024, and September 12, 2024, in the Fort Worth Star-
Telegram. On October 3, 2024, the following bids were received:
Bidder Base Bid Amount Alternate Bid Amount Time of Completion
Cutler Repaving, Inc. $3,193,572.80 $3,138,046.22'�'� 210 Calendar Days
**In an attempt to secure alternate bids, staff advertised the project with a Base Bid to resurface asphalt streets
included in this contract with virgin PG70-22 dense graded Type-D mix and an Alternate Bid to resurface asphalt
streets with PG70-22 Superpave SP-D mix. Staff recommends award of the contract for Alternate A(PG70-22
Superpave SP-D Option).
/n addition to the contract amount, $405,051.78 is required for project management, material testing, and
inspection, and $156,902.00 is provided for project contingencies. Funding is budgeted in the General Capital
Projects Fund for the Transportation and Public Works Department for the purpose of funding the 2025 Hot-in-
Place Recycling Contract 1 project.
Construction for this project is expected to start in January 2025 and be completed by August 2025. Upon project
completion, there will be no anticipated impact on the General Fund operating budget.
M&C Review
apps.cfwnet.org/council_packeUmc_review.asp?I D=32691 &councildate=11 /12/2024 1 /2
11/14/24, 3:19 PM M&C Review
M/WBE OFFICE — The Business Equity Division placed a 13.91\% business equity goal on this
solicitation/contract. Cutler Repaving, Inc., will be exceeding the goal at 19.07\%, meeting the City's Business
Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division.
This project is located in COUNCIL DISTRICTS 6 and 9.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated,
in the General Capital Projects Fund for the 2025 Hot In-Place Recycling 1 project to support the approval of the
above recommendation and award of the contract. Prior to any expenditure being incurred, the Transportation and
Public Works Department has the responsibility to validate the availability of funds.
TO
Fund Department Account Project Program Activity Budget Reference # Amount
ID ID Year (ChartField 2)
FROM
Fund Department Account Project Program Activity Budget Reference # Amount
ID ID Year (ChartField 2)
Submitted for City Manager's Office by_ Jesica McEachern (5804)
Originating Department Head:
Additional Information Contact:
Lauren Prieur (6035)
Monty Hall (8662)
ATTACHMENTS
105647 Compliance Memo.pdf (CFW Internal)
105647 Form 1295.pdf (CFW Internal)
105647-PBS.pdf (CFW Internal)
202025 HOT IN-PLACE RECYCLING CONTRACT 1.docx
CPN 105647-SAM REPORT.pdf (CFW Internal)
CPN105647 FID Table.XLSX (CFW Internal)
CPN105647 M&C Map 2025HotInPlaceRecyclingCo1.pdf
(CFW Internal)
(Public)
apps.cfwnet.org/council_packeUmc_review.asp?I D=32691 &councildate=11 /12/2024 2/2
aaas is-�
A�D��n��
Page 1 of �
1
2
3
4
S
b
7
8
9
10
1l
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
3l
32
33
.i4
35
36
37
38
39
4U
4i
42
43
44
CITY OF FORT WORTH
TransportatEon a�td Public ��'orks Department
ZQ25 HOT 1N PLACE RECYCLING CONTRACT 1
CITY PROJECT NO. 1O5G47
ADDENDUNi NO. 1
Adcle�clum No. 1:lssued Tuesday, September 23, 2024
Bid Open Date: Thu�sda,y, O�taher 3, 2024
Tius Addendum for�ns part of tbe Pians, Contraet Documents, and specifications for the above-
referenced Project and modifies the origina] 5pecifications and Cantract Documents. Bidder sha3!
acknowledge receipt of this atic�endum in the space pro�ided below, and an the propasal {SECTION
00 41 {}0). Faiiure fo acicno��tedge receipt of this addendum could subject the bidder to
disqualificatio�z.
The plans and sp�cification docu�nents �or 20?5 Hot In Place Recycling Contract 1, City Project
No. 105C,47, are heret�y revised by Adcfe�idurn No. 1 as follows:
SPECiFICATTQi�1S & CONTRACT DOC[.TMENTS:
a. SECTION 00 00 00 — Replace the TABLE OF CONTENT5 in its entirety with the
attached revised TABL� OF CONTENTS
b. SECTION GC-4,02 — A�ci the attached SECTION GC�.02 SUBSEJRI=AC� AND
PHYSICAI. CONDTTIONS
c. SECTION PQ-2.0 — Replace the PAVEMENT �UTARKING PLANS in its entirety with
the attached PAVEMENT Ml�RKWG PLANS
The fallowing question l�as beeu received and the City of Forf Wortli's response is below.
Questian l: When is tlle eonstrj.�ction expected to start?
Re.spor�se l: 1�'"ark o�r tlre project is e_Cpected to begin irr Jarruari� 2025. T17e seleccec{ verzdor mi�st
lrave cre►vs availa6le a�rd�reparecf to ijzitiate ia�ork �rporr receipt of'the .�Vo�iee to Pr°oceed.
T'his Addendum No. 1 forms part of the Plans, Specifications, and Contract Daciunents for the
al�o�e-referenced project and inodifies the arigina! Praject Manual and Contract Doc�izzients of
t�e same.
Acknowledge your receipt aF Addendum No. 1 by compteting the requested infoc-mation in the
space grovided iE� Sectio�z 00 �1 00, Bict Form, Page 3 of 3
A sig�led copy of Addendum No. 1 sl�ou�d foe iilcluded in the submitted sealed bid at the ti�ne of
bid subi3utEa1. I�aiia�re to acknowledge the eeceipt of AcEdendum No. 1 could cause the subject
bidder ta be coi�sidered "�ONRESFONSNE," resulting in disqualification.
CITY OF FORT WORTH
STAN�ARD CONSTAC1C�i'iON SPECEF1CAi�OTv DUCUMEt�€'CS
Revised Ju1y i, 2011
2025 HOT N PLACE RECYL'LI�1G CON'1"RACT ]
City Project No. 105b�7
Addendum No. 1
00 OS 15 -'_
ADDE7�TDA
Page 2 o I' 2
1 Addendum No. 1
2
3 RECEIPT ACKNOWLEDGEMENT:
4
5 ���
6 By:
7 Company: Cutler Repaving, Ino.
S Address: g2� E 27th St
9 City: State:
l..awrence, KS 66046-49� 7
10
Laure�� Prieur, P.E.
Qirector, Transpor#ation & Public Works
By_ z2(a[��'I �-,��a
Zelalem Arega, P.E.
Enginecring Manager
END OT SECTION
CITY OF FORT WORTH
STAN[7ARp CONSTRUCT[C)N SPL-C�PICATIUN DOCUMEN"f'S
Reviszd July l, 24! 1
2025 HOT IN PLACE RECYCLL�IG COT�°TR_ACT l
City P�'v,jcc! \�o. 1D56�7
Adde�tdum No. l
00 11 13
INVITATION TO BIDDERS
Page 1 of 3
SECTION 00 11 13
INVITATION TO BIDDERS
RECEIPT OF BIDS
Electronic bids for the construction of 2025 HOT IN PLACE RECYCLING CONTRACT 1
City Project No. 105647 ("Project") will be received by the City of Fort Worth via the
Procurement Portal https://fortworthtexas.bonfrehub.com/portaU?tab=openOpportunities,
under the respective Project unti12:00 P.M. CST, Thursday, October 3, 2024.
Bids will then be opened publicly and read aloud beginning at 2:00 PM CST at Fort Worth
City Hall, 100 Fort Worth Trail, Fort Worth, Texas, 7 Floor Mezzanine, Room
CH_MZ10_12.
Your submissions must be uploaded, finalized and submitted prior to the Project's posted due
date. The City strongly recommends allowing sufficient time to complete this process (ideally a
week prior to the deadline) to begin the uploading process and to finalize your submission.
Uploading large documents may take time, depending on the size of the file(s) and your Internet
connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or
Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled.
Electronic submission is subject to electronic interface latency, which can result in transmission
delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall
not be held liable if an interested bidder or proposer is unable to submit a complete bid/response
before the published deadline due to transmission delays or any other technical issues or
obstructions. The City strongly recommends allowing sufficient time to complete the submission
process (ideally a week before the deadline) to begin the uploading process and to finalize your
submission to give adequate time in the event an issue arises.
All submissions must be submitted electronically prior to the close date and time under the
respective Project via the Procurement Portal:
https://fortworthtexas.bonfirehub.com/portal/?tab=openO�ortunities
Failure to submit all completed required information listed in the respective Solicitation will be
grounds for rejection of a bid as non-responsive. No late bids/proposals shall be accepted. Bids
delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be
accepted or considered.
If, upon being opened, a submission is unreadable to the degree that material conformance to the
requirements of the procurement specifications cannot be ascertained, such submission will be
rejected without liability to the City, unless such bidder provides clear and convincing evidence
(a) of the content of the submission as originally submitted and (b) that the unreadable condition
of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform
(Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not
constitute and shall not be considered an error or malfunction of the Bonfire Platform
(Procurement Portal). Bidders are encouraged to fully review each page of every document within
their submission prior to submitting to ensure all documents are clear, legible, and complete.
SUPPORT
For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en-
us
CiTY OF FORT WORTH 2O25 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105647
Revised 2/08/24
00 11 13
INVITATION TO BIDDERS
Page 2 of 3
Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010.
To get started with Bonfire, watch this five-minute training video:
Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com)
GENERAL DESCRIPTION OF WORK
The maj or work will consist of the (approximate) following:
102,827 SY
102,827 SY
102,827 SY
850 CY
1,905 LF
4,692 SF
4,140 SF
25 EA
53,422 LF
1" Asphalt Pavement Type D
1" Hot In Place Recycling
1" Surface Milling
Asphalt Pavement Base Repair
Remove and Replace Concrete Curb & Gutter
Remove and Replace Concrete Driveway
Remove and Replace Concrete Sidewalk
Remove and Replace ADA Curb Ramp
Pavement Marking
PREQUALIFICATION
Certain improvements included in this project must be performed by a contractor or designated
subcontractor who is pre-qualified by the City at the time of bid opening. The procedures for
qualification and pre-qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS
TO BIDDERS.
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract Documents may be examined or obtained via the Procurement Portal
htCps://fortworthtexas.bonfirehub.com/portal/?tab=openO�portunities, under the respective
Project. 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 should indicate their intent to bid in the Procurement Portal by selecting "yes"
under the Intent to Bid section. All Addenda will be posted in the Procurement Portal
htCps://fortworthtexas.bonfirehub.com/portal/?tab=openO�portunities, under the respective
Proj ect.
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: Tuesday, September 17, 2024
TIME: 2:00 P.M.
Invitations with links to the web conferencing application will be distributed directly to those who
have submitted an Expression of Interest.
CiTY OF FORT WORTH 2O25 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105647
Revised 2/08/24
00 11 13
INVITATION TO BIDDERS
Page 3 of 3
If a prebid conference is held, the presentation and any questions and answers provided at the
prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not
being held, prospective bidders should direct all questions about the meaning and intent of the
Bidding Documents electronically through the Vendors discussions section under the respective
Project via the Procurement PortaL 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.
ADVERTISEMENT DATES
September 5, 2024
September 12, 2024
END OF SECTION
CiTY OF FORT WORTH 2O25 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105647
Revised 2/08/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 1 of 9
SECTION 00 21 13
1NSTRUCTIONS 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 perfornung 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 electronic Bidding Documents available do so only for the
purpose of obtaining Bids for the Work and do not authorize or confer a license or grant
for any other use.
3. Prequalification of Bidders (Prime Contractors and Subcontractors)
3.1. Bidders or their designated subcontractors are required to be prequalified for the work
types requiring prequalification as per Sections 00 45 11 BIDDERS
PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms
seeking pre-qualification, must submit the documentation identified in Section 00 45 11
on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7)
calendar days prior to Bid opening for review and, if qualified, acceptance. The
subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate
work types. Subcontractors must follow the same timelines as Bidders for obtaining
prequalification review. Bidders or Subcontractors who are not prequalified at the time
bids are opened and reviewed may cause the bid to be rejected.
Prequalification requirement work types and documentation are available by accessing all
required files through the City's website at:
https://a�ps.fortworthtexas. og v/ProjectResources/
CTI'Y OF FORT WORTH 2O25 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105647
Revised/[Tpdated U17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 2 of 9
3.1.1. Paving — Requirements document located at:
https://a�s.fortworthtexas. o� v/ProjectResources/ResourcesP/02%20-
%20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving
%20Contractor%20Prequalification%20Program/PREQUALIFICATION%20REQ
UIIZEMENTS%20FOR%20PAVING%2000NTRACTORS.t�df
3.1.2. Roadway and Pedestrian Lighting — Requirements document located at:
htCps://a�ps.fortworthtexas. og v/ProjectResources/ResourcesP/02%20-
%20Construction%20Documents/Contractor%20Prequalification/TPW%20Roadwa
y%20and%20Pedestrian%20Lightin�%20Prequalification%20Prog,ram/STREET%
20LIGHT%20PREQUAL%20REQMNTS.pdf
3.1.3. Water and Sanitary Sewer — Requirements document located at:
htCps://apps.fortworthtexas. o� v/ProjectResources/ResourcesP/02%20-
%20Construction%20Documents/Contractor%20Prequalification/Water%20and%2
OSanitary%20Sewer%20Contractor%20Prequalification%20Propram/W SS%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
the stipulated time frame. Based upon the City's assessment of the submitted
information, a recommendation regarding the award of a contract will be made to the
City Council. Failure to submit the additional information, if requested, may be grounds
for rejecting the apparent low bidder as non-responsive. Affected contractors will be
notified in writing of a recommendation to the City Council.
3.4. In addition to prequalification, additional requirements for qualification may be required
within various sections of the Contract Documents.
3.5. OMITTED
4. Examination of Bidding and Contract Documents, Other Related Data, and Site
4.1. Before submitting a Bid, each Bidder:
CTI'Y OF FORT WORTH 2O25 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105647
Revised/[Tpdated U17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 3 of 9
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.
CTI'Y OF FORT WORTH 2O25 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105647
Revised/[Tpdated U17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 4 of 9
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 pernutted to make such corrections or interpretations as may
be deemed necessary for fulfillment of the intent of the Contract Documents.
4.1.10. Indicate their intent to bid by selecting "yes" in the Procurement Portal
under the Intent to Bid section. You must indicate your intent to bid to be able
to submit a bid to the City.
4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification
o£
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.
43. 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 perfornung 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.
CTI'Y OF FORT WORTH 2O25 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105647
Revised/[Tpdated U17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 5 of 9
5. Availability of Lands for Work, Etc.
5.1. The lands upon which the Work is to be performed, rights-of-way and easements for
access thereto and other lands designated for use by Contractor in perfornung 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 pernuts 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
proj ect.
5.3. The Bidder shall be prepared to commence construction without all executed right-of-
way, easements, and/or pernuts, 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 electrically through the Vendor Discussions section under the respective Project via
the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or before 2
p.m., the Monday, ten days prior to the Bid opening. Questions received after this day
may not be responded ta Interpretations or clarifications considered necessary by City
in response to such questions will be issued by Addenda. Only questions answered by
formal written Addenda will be binding. Oral and other interpretations or clarifications
will be without legal effect.
6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by
City.
63
6.4.
Addenda or clarifications shall be posted under the respective Project via the
Procurement Portal
htCps://fortworthtexas.bonfirehub.com/portal/?tab=openO�poriunities
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
CTI'Y OF FORT WORTH 2O25 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105647
Revised/[Tpdated U17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 6 of 9
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.OSA., 6.OSB. and 6.OSC. of the General
Conditions and is supplemented in Section O1 25 00 of the General Requirements.
11. Subcontractors, Suppliers and Others
11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City
has goals for the participation of minority business and/or women business
enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the
M/WBE Project Goals and additional requirements. Failure to comply shall render
the Bidder as non-responsive.
Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance
No. 24534-11-2020), codified at:
https://codelibrary.amle�al.com/codes/ftworth/latest/ftworth t�0-0-0-22593
11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person
or organization against whom Contractor or City has reasonable objection.
12. Bid Form
12.1. The Bid Form is included with the Bidding Documents.
CTI'Y OF FORT WORTH 2O25 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105647
Revised/[Tpdated U17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 7 of 9
12.2. All blanks on the Bid Form must be completed and the Bid Form signed
electronically or signed in ink and scan. 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.
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.
12.7.
12.8.
12.9.
Bids by individuals shall show the Bidder's name and official address.
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.
All names shall be typed or printed in ink below the signature.
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.
13. Submission of Bids
Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form,
provided with the Bidding Documents, prior to the time indicated in the Advertisement or
INVITATION TO BIDDERS.
14. Withdrawal of Bids
14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening
via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities.
CTI'Y OF FORT WORTH 2O25 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105647
Revised/[Tpdated U17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 8 of 9
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 nonconfornung, 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.
17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists
among the Bidders, Bidder is an interested party to any litigation against City,
City or Bidder may have a claim against the other or be engaged in litigation,
Bidder is in arrears on any existing contract or has defaulted on a previous
contract, Bidder has performed a prior contract in an unsatisfactory manner, or
Bidder has uncompleted work which in the judgment of the City will prevent or
hinder the prompt completion of additional work if awarded.
17.2. In addition to Bidder's relevant prequalification requirements, City may consider the
qualifications and experience of Subcontractors, Suppliers, and other persons and
organizations proposed for those portions of the Work where the identity of such
Subcontractors, Suppliers, and other persons and organizations must be submitted as
provided in the Contract Documents or upon the request of the City. City also may
consider the operating costs, maintenance requirements, performance data and
guarantees of major items of materials and equipment proposed for incorporation in
the Work when such data is required to be submitted prior to the Notice of Award.
173. 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.
CTI'Y OF FORT WORTH 2O25 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105647
Revised/[Tpdated U17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 9 of 9
17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and
responsive Bidder whose evaluation by City indicates that the award will be in the
best interests of the City.
17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award
contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than
the lowest bid submitted by a responsible Texas Bidder by the same amount that a
Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a
comparable contract in the state in which the nonresident's principal place of
business is located.
17.7. A contract is not awarded until formal City Council authorization. If the Contract is
to be awarded, City will award the Contract within 90 days after the day of the Bid
opening unless extended in writing. No other act of City or others will constitute
acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by
the City.
17.7.1. The contractor is required to fill out and sign the Certificate of Interested
Parties Form 1295 and the form must be submitted to the Project Manager
before the contract will be presented to the City Council. The form can be
obtained at 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
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 Proj ect 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
CTI'Y OF FORT WORTH 2O25 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105647
Revised/[Tpdated U17/24
00 3s � s
CONFLICT OF iNTEREST STATEMENT
Page 9 af 1
5ECTION QO 35 13
CONFLICT OF INTEREST STATEMENT
EacE� bidder, offeror or respondent ta a City of Fart Worth proc�rement is required to complete a
Conflict of Interest Questionnaire or certify thai one is current and an file with khe City Secretary's
Office pursuant to state law.
If a member of the Fort Worth City Councii, any one or more of the City Manager or Assistant
Cify Managers, or an agent of the City who exercise discre#ion in the planning, recornmendir�g,
selecting or contracting with a bidder, afFeror or respondent is affiliated wikh yaur company, then
a Local Government Officer Conflicts Disclosure Statement (CIS) may be required.
You are urged to cor�sult with cour�sef regarding the applicability af these farms and �ocal
Go�ernment Code Chapter 17fi to your company.
The referenced forms may be downloaded from th� links pro�ided below.
Fnrm CIQ (Confliet of IntPresf Questionnaire) Ls,f.ate.tx.�sl
htt�s:Jlwww.ethics.state.tx.usldata/forms/conflictlCfB.pdf
❑
0
0
�
❑
❑
BIDD�R:
CIQ Forrr� does not apply
CIQ Form is on file with City Secrekary
ClQ Form is being providad to the City 5ecretary
CIS Form does not ap�ly
CiS Forrn is on File with City Secretary
CIS Form is being pravided to the City Secretary
Cutler Repaving, Inc.
By: Charl s R. Veskerna
Signature:
Title:
EN� OF SECTION
cmr o� Foirr wo�rr�
STAhiDAR[} CQNSTRUC'TION SPI�CIr[CATION nOCUNEENTS
Revised rebruary 24, 2020
Preside�t
�
2025 HOT IN PLAC`E I2L:CYCLIIVG CONTRAf"f 1
City Praject No 105647 ( I)
00 41 00
BID FORM
Page 1 of 3
SECTION 00 41 00
BID FORM
TO:
FOR:
The Purchasing Manager
c/o: The Purchasing Division
200 Texas Street
City of Fort Worth, Texas 76102
2025 HOT IN PLACE RECYCLING CONTRACT 1
City Project No.: 105647
Units/Sections: Paving
1. Enter Into Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form
included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents
for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions
of the Contract Documents.
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and
INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond.
2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will
provide a valid insurance certificate meeting all requirements within 14 days of notification of award.
2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,
association, organization, or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid.
2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding.
2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract.
For the purposes of this Paragraph:
a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to
influence the action of a public official in the bidding process.
b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the
bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive
levels, or (c) to deprive City of the benefits of free and open competition.
c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without
the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive
levels.
CITI' OF FORT WO[iTl l
STANDARD CONSTRUC"I70N SPECIFICAT'ION DOCUMENTS 2025 HOT IN PLACL RECYCLING CON'1'RACT I
Revised 9/30/2021 Fort Worth 2024 Proposal workbook
00 41 00
BID FORM
Page 2 of 3
d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their
property to influence their participation in the bidding process or affect the execution of the
Contract.
3. Prequalification
The Bidder acknowledges that the following work types must be perFormed only by prequalified contractors and
subcontractors:
a. Asphalt Paving Heavy Maintenance ($1,000,000 and OVER)
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. Prequalification Statement, Section 00 45 12
g. Conflict of Interest Affidavit, Section 00 35 13
"If necessary, CIQ or CIS forms are to be provided directly to City Secretary
h. Any additional documents that may be required by Section 12 of the Instructions to Bidders
CITY OF PORT WORTH
STANDARD CONSTRUCl'ION SPECIFICATION UOCUMCN'I S 2025 HOT IN PLACE RECYCLWG CON"I RACT I
Reviszd 9/30/2021 Fort Worth 2024 Proposal workbook
0o ai o0
BID FORM
Page 3 of 3
6. Total Bid Amount
6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the
space provided below, please enter the total bid amount for this project. Only this figure will be read publicly
by the City at the bid opening.
62. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is
subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective
estimated quantities shown in this proposal and then totaling all of the extended amounts.
Total 1: Base Bid
Total 2: Base Bid with Alternate A(SuperPave) Units
Total Bid
7. Bid Submittal
This Bid is submitted on
October 3, 2024
Respecffully s�j�mitted, �
sy:
/ �� ��_(�
(Signature)
Charles R. Veskerna
(Printed Name)
Title: President
Company: Cutler Repaving, Inc.
Address: 921 East 27th St. Lawrence, KS 66046
State of Incorporation: Delaware
Email: bveskerna@cutlerrepaving.com
Phone: 785-843-1524
END OF SECTION
$3,193,572.80
$3,138,046.22
�
$3,193, 572.80
by the entity named below.
Corporate Seal
�, _, .._
. `� �
ir`Q P� J �. �: 's
.V � � lY Y, � '.
n O ,� 4 �;�
�, n- LL.I o �
;tx C V) �".,_:
Lj R p� • ;:
. .�� � J . ' �,. j,;
,..
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCU!v1ENTS 2025 HOT IN PLACE RECYCLING CONTRACT I
Revised 9/30/2021 For[ Worth 2024 Proposal workbook
III� J� J:
1311) I'lil)I'l���l.
I'aF.� I �d'_
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
Bidder's Application
Project Ilem Information Biddcr's Proposul
liiut I- Pm ing lmprarcnunts
Bidhst pescription Specificalion SecGon Unit of B�d Uni[ Price Bid Value
Itcin No No Measure Quantitv
1 0170 0101 S�ecified RemoUilization 01 70 00 FA I $ I 000 00 $ I 000.00
2 0241 I 300 Remove Conc Curb&Gutter 02 4 I I� I.F I.90� �? 2� $4,248 I S
:, �21GA102 7" Conc Curb and Gutter 32 I G I; L� 1.905 $925� $176,307 7�
d 0241 0401 Remove Concrete Drive 02 41 13 SF A G92 $2 23 510,46; 16
� 3213 0=101 G' Concrele Drivewav �2 I? 20 S� 4,692 S17 84 $S3_705 28
G �241 0100 Remove Sidew�+ll: 0? 41 13 SP 4,140 52 23 $9??3?0
7 ;213 0301 4" Conc Sidewall: 32 13 20 SI� 334 S I�_l8 S-F. �?�.12
S i213 031 I 4" Conc Sideualk. Adiacent to Curb 32 I+ 20 SF 3.81 G � I? 38 $� I A53.OS
9 02d1 1400 RemoveConcVallevGu�ter 024I I� SY 216 $?0_07 �4,33�J2
10 ;21G_O i01 7" Conc Vallev Gultei. Residenlial 33 1 G 13 SY 21 G $180.63 $39,016.08
1 I �21 ; 032? Conc Curb at E3acl: of Sidewalk ?2 I; 20 LF 100 S3 � 45 �3,i45 00
12 33 �2 0100 Conc Ret Wall Adiacent to Side�valk 32 32 13 SF 100 $2230 S2?30 00
13 0241 0300 Remove ADA Ramu 02 4 I 11 L;� 25 $22; 00 5�.�75 00
14 321 � O�U I Qarrier Free Ramp, Tvpe R-1 �2 I+ 20 �?, 16 S�,LIi?Sfl 53{1.280 00
1� ;213 0503 Barrier Frce Ramn. �'vPe M-I ?2 13 20 i_:\ I S3,?,1i.f}�j $;,;.�; (lp
I C ?213 0504 L3arrier Free Ramp. T�q�e M-2 32 I; 20 L-.A I S�. �•�?_(}!1 S�_��15.fi{s
l7 ;313 OSOG Barrier Free Ramp. f�me P-I 32 13 20 =:\ 6 $5�17 ?0 GiQIGi 0a
I� ;213 0�07 Barrier Free Ramp. Tvpe P-2 32 13 20 r.� 1 �5.01? )b S+.U175{}
19 3212 0600 HMAC Paveinenl Level Up ;2 12 I�i I�V� 70 $160 00 �I 1,200 00
20 3212 0401 HMAC Transilion 32 I 3 I G TN 70 � 190 00 � 13,300 00
� I 9999 0000 Asphalt P�vement Base Repair �2 I I 2� CY 850 �390 00 $3 i I,�UU 00
22 0241 1000 Remove Conc Pvmt 02 41 I� SY 200 5'_'[i �l7 54.014 00
23 �� I i 0102 7" Cnnc Pvint �2 13 13 SY 2U0 $ I 30 63 S3G.126 04
24 9999 p000 Fle�ible E3ase. "fvpe A. GR-? �2 I I 23 CY 50 $7S OS 5+902 50
>> 0241 1505 I" Surf'ace Millina 02 41 15 SY 102.827 52 70 5�7? G3? 9D
�6 9999 100� I" HMAC liot-In-Place Recvcline 99 99 99 SY 102.827 �4 2Q $431,873 40
27 9999 1015 Reiuvenatinc Oil u 10°./0 99 99 99 GA 102S3 $4 50 �46,273 �0
23-B 3212_0,01 I"Asphalt Pvmt T�q�e D(Virein PG 70-22 DG-D) 32 12 IG SY 102.327 $S 9S 5923.38646
29 3123 U I U2 Uuclassified Escavation bv Survev 32 23 16 CY I�0 $ I 20.00 $18,000 00
l0 329�.0100 Block Sod Pl�cement �2 92 I; SY I.000 532. �0 52'_30i) 11U
31 ,� 175001 Curb Address Paintfnc 32 17 2� 6A i2 $1 I I.�0 53.563 00
�� 3291 0100 Topsoil 32 91 19 CY ISO S'S 0� SI1.707 i0
3� ; I I 0_0102 6"-12" Trcc Removal 31 10 00 EA 4 $2.f}O[1 �0 SS,000 00
1d 31 I U_010� 24" and Lamer "free Rcmoval 31 10 00 EA 1 �4.SD0 �0 S-1,�[�� �10
3� 9999 1000 Irrieation Adjusunen� & Landscaue Reu��� Allowance 99 99 00 LS 1 $3� itiU(� OU �35.000 00
3G 3305 01 I I Water Valve E3ox Adiustmenl ( With Steel Riserl 33 OS 14/.;3 Oi 17 1=.A ? 5250 00 $500 00
;7 330� 0112 Water Valve Box Adiustment (With Concrete Riseil i3 OS Id/3; OS 17 FA 12 S5+[�.3� $10.03� 00
33 3312.�00� l-Inch Standard Ylastic Meter Bos 3, 12 10 CA 4 $273 75 $I,I I5 00
39 931 �.200+ 1-Inch Standard Concre�e Merei 130� �3 12 10 EA 4 $27SJ5 $I.I I5 00
40 330� 0112 Mauhole Adl��slmenl (Wilh Concrete Collarl 3 i 0� 14 fA 26 �I,I I�.OU $35994 UI7
41 3349 500� Remove and Replace Inlet Top. S +? 49 20 fA I 5?.�?? K}0 S5575A0
42 3349_5006 Remove and Replace Inlet To �. 10' 33 49 20 ��\ ? 5? 5[1� r}0 5 i�,r�� u.on
4; 334G 0101 G' Peiforated Subdr�in Pipe 33 4G 00 LF 100 57�.7� Si,S�� pll
44 3441 1�01 Loop Detector Cable Sa���cut ;4 41 10 1_F 600 SG2.00 5?'?t�0.60
45 3441 1302 14 AWG Loou Detect Cable �4 d I I 0 LF G00 $10 00 $G,000_00
46 0�41 160p 13urr Milline 0? 41 IS L� 4�0 $3 70 $1,215 00
47 3217 4;01 Remove 4" Pvmt Markin� �2 17 23 L,F 100 $OA5 $5 UO
�l8 3217 4302 Remove 6" Pvmt Marl:ini 32 17 23 LP 100 $0 0� S?-GU
49 ;217 4;0; Remove 8" Pvm[ Markine ;2 U 23 LF 100 S0 0� S+ IiD
50 : 217.4 �04 Remove 12" PNnt Markine 32 I7 23 l.F 100 SU.O? $i OU
51 3217 430G Remove 24" Pwnt Markine 32 17 23 LF 300 50 0� $15 00
�2 3217_0101 6" SLD Pvmt Markin�� HAS (W) 32 17 �3 LF 14_124 51.11 5 E ti.b'7.(i�i
57 3217 0102 G' SLD Pvmt Markin� FIAS (Y) 33 17 23 LF 27A94 5 L I I $30A74 34
�4 3� 17.OIOi G" BRK Pvm� Msrkine HAS (W1 �2 17 2? LF 6.527 51 39 $9 072 ��
�5 3217 0107 G" [3RK Pvint Markintt HAS (Yl 32 17 23 LF 721 S I 39 $ I.002 19
SG i21 Z0201 S" SL.D Pvmt Mn�kin!� HAS (Wl 32 17 2 i LF 35G4 i I G7 �5 9� I 88
�7 3217 0301 12" SLD Pvmt iVla�kine HAE f Wl �2 17 ?3 LF 100 $�5� $5» 00
i8 ;2U 0401 IS" SLD Pvmt Ma�kine HAL (Wl �� U 2� LF 100 $6.GG SGG( 00
59 3217 0501 2d" SLD Pvmt Marl<ine IiA6 (Wl 32 17 2; LF 1.;93 S8.1G SI I_:i8]2
60 9999 000 Le�eud Yield Svmbol (3G z 24. Yield Svmbol) 32 17 �; F,A 12 59435 $1.132 20
CIIYtII I��1K1 Wllklll
�IiWI)i\I<I)C'tlNtil lillC'I11)N 11'I 1'II�II'AI II1N I)ltl'II�II�:NIti �l�'_i II�tI IN I'I i1CI lil t'YC'I IN(i t't�NIItAI I I
R���ucJ �Il.ifl/�1�' I I'vn1 \V�rtlh �1�1a I'rn�„nxl ���nkhn�ip
��„a� a;
�,��� ���«����„��.
���F, _ �,� �
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
Bidder's Application
Prol�'�t Ite�n Infonna�ion B��c:'-:r'> Prnpusa!
lhui I - Paruig Imp�erumrws
Bidlist Description Speciticahon Section Unit of Bid Unit Price Bid Value
Item No. No Measwe OuanL[V
GI 3317 2103 REFL Raised Markcr "fY II-A-A 32 17 23 EA A3� $G 66 $2.397 10
6? 321 � 2104 REPL Raised Marker TY II-C-R 32 17 23 GA 945 $6 (i6 S6 �93.70
(3 3217 I OOl Lane Lecznd D[3L Arrow 42 17 23 EA 4 $277 50 51,1 10 00
G4 3? I �_ 1002 Lane Leeend Arrow 32 17 23 L(A 32 $177 60 55.683 20
65 3217 1004 Lane Leeend Onlv 3? l7 �3 E.4 16 $205 35 $3 �85 60
G6 3471 000? Portable Messa�e SiRn 34 71 13 u/K 12 �700.00 $8,400.00
G7 3471 0001 Traffic Control 34 71 13 MO 9 $14 000 00 $1 �6 000 00
6S 3110(1101 SitcClcaiine 31 1000 SY 100 $2220 �222000
69 9999 I 003 Pavin e Construc[ion Allowance 99 99 00 LS 1 S I 50.000 00 S I�U Ilql} 46
Sub=1 otal 1'siit I- Paeine Im �ru�emcnts ffase 13id 53.193,�7?.RII
Ih��t L�1 -!'a�mc Im��rmeEaent� Aiteraair r1 iSupct �a�cF
Bidfist Specificatfon Section Unrt of B�d Unit Price Bid Value
Dcscription
Item No No Mcasure Quanti[v
I-A 9999_0004 1" Asphalt Pvmt SP-D (PG 70-22 Sunen�ave SP-D) 32 I? 16 SY 102837 �8.44 $867.8�9 88
2-A Deduct Item �8-I3 S8 98 -$923,i86 4G
Sub-'Iot:illliillA-Pavin�lmpruecrocn�s:V�ci�iuteAfSnper�r.i�cl -$55,526.i8
Bid Summary
�otal I: Base Bfd Unit I Si,l9�
Total 3: Base Bid with Alternate A(SuperPave) Units I& I-A $3.138
*Note: The City Reserves the right to select either Total I or Total 2
END OF SECTION
riivurnnai w��uiu
til /�NI)AItl1 C'i1Ntil Itlll'I I�)N �I'I!C'll�ll'nl It�N I)��L'lIM1�:N I� 21�2i IN�I IN I'I ��'I�: kl t'YC'I INI� �'��N I IL\l'I I
Ifc�i..cJ ��/:n/21i�� I���rl W�nili?f�2a I'nq�u.al ��iirkh�v�k
ooa3 is
BID BQND
Page 1 of 2
sECTron� oo as �3
s�€� gor�o
KFibW ALL BY THESE PRESEN7S:
That we, Cutler Repaving, [nc. , known as
°�eiader' herein and Libe�ty Mutual lnsurance Company a carporate surety
duly authorized to do bussness in the State of Texas, known as '�5ure4y" harein, are held and Tirmly bound unto the City
of Fort Worth, a municipai corporatian cre8ted pursuant to the laws of Texas, known as "C+ty" herein, in the penal sum
ot Tive percent (S�a} of Bldrler`s maxlm�m bid price, in iaw(ui maney of the l�nited 5tates. to be paid in For1 Worth,
Tarrant County, Texas fpr the payment of which sum well and truly to be rnade, we bind ourselves, our heir5,
executors, administralors, SUCCeSsors 2nd 8ssigns, jointly and severaily, firmly by these presents.
WHER�AS, !he Principal has submitted a bid or praposal to per�orm Wark for the tollowing projeci
designated as 2025 HOT IN PlACE RECYCLIAkG CONTR�ICT 1
NOW, 7HEREFO#2E, the cond+tion of this obligation is su�h that if lha City shall awarc4
th� Coniract for the foregoing project to the Principa�, and the Principal shalf satisfy all requuements and conditions
required for tfise execution of the CoMract and shafl enter inlo 1ha Contracf in writing wii� the Ciiy in accordan�e with
the lerms of such same, then this obligation shall he and become null and void if, hawever, the Principal fafls to
execute such Cen�ract in accordance with the te�rns af same or fails to satisFy atl requirements and conditians required
for the execuEion of the Caniract, this �ond shall become the property of the City, without recourse of the Principaf
andlor Surety, not to exceed tfi�e penaity hereof, and sha�l be used to compensate City for the difference 6etween
Principal'S IotaE bid amount and the ne�ct selected bidder's total bid amaunt.
PROVIDEp FURTHER, that if any legal action be filed on this Bond, ver�ue shatl lie in Tarrant County,
Texas or the United States �istrict Court for the iVorthern �istrict of Texas, For! Worlh Oivisiqn.
IN WlT�fESS WHEREOF, lhe Principal and the Surety have SIGNED and SEALED this instrurnent by
duly authorized agents and officers on this the 3�d day of OCto!]ei' , 2024.
PRINCIPAL
Cutler Re avin Inc
BY:
. Signature
ATTE Charfes R. Veskerna President
Witness as to Pnncip Name and Title
�nC.
. ,.� c � ,�� � o , ,. ��
4 � �7 `� �
�, •
� a w e � �
� fj � J� = � 'r
�
�t � J �; , . .
� v `" p `'
J �
, ���J
c�rr oF Fogr wGr2rH
STANDARD CON51'RUCTkOM SPfCIFiCAT10N OdGUMENTS ?G?5 HOT IN YLAC'E REC YC'LE1G COWTRACT I
R�wsed97301�02i Curpru�e�ti�o il�5f.1'
0043 13
84D BONO
Page 2 0! 2
� �Q.Ca. � f �Ia--�.F'�� •
Witness as la Sursty ���� Navarro
Attach Power oFAKomey (Surety} (or Attorney-in-Facl
Address: 921 E. 27th Si, Lawrence, KS 66046
SURETY:
Libertv Mutual fnsurance Companv
BY: :�
S� !u
Alycia Marie Hoebener, Attorney-in-Fac�t� ,� r,� �
Name and Title `. `�GL: rF��, � •
� ' .._••,Q.�'•
Address: i75 Berlceley Stree#, Bast`o�'M'P�¢�1�i�6 S� '.%',
ai 2�- 'r ;
- - �' ; � ��� �,n - :
Telephone {Vum�er. (617� 357-95�.' � ~ Q •� �
�e
5
� ��
<y ' •
, `I �•��3���*,'�.
����,���'
"iVate� iF signed by an officerof the SureS}r Corrtpany, there must be an tile a certified exlract fram the by laws
showing lhat ihis person has authority to sign such obligation. EF Surety's pMysica4 address is different from
its mailing address, botfi� must be provicEed. 7he date of tine bond shalE noE be prror to tF�e daie the Gontra�t
is awarded.
END DP SECTIQN
G7Y Of fORi WORTN
STpNpP.R➢ GOhfSTRUCT[ON SP[GFICATIOM DpGItMENTS ?6?5 1 WT f��F PE�CE RL-05'CLING C'[1�TRACT I
Re�i�er1YJ0l282E C'eiyf�m�e�in� IS156t"
: Liberty
Mutuale
SURETY
Liberly MutuaE Insurance Cornpany
The Qhlo Casual[y Insurance Company
West American Insurance Company
POWER OF ATTORNEY
Celi9ql@ No: 829 1287-67400 7
KNOWR ALL PERSONS BY iHESE PRESEkfFS� Thal 7he Ohio Casua[ty Insurence Company is a corporaGon duiy otganizad undar Ihe �aws ai Ihe State o! New Hampsh�e, Ihal
Ltberty Mulua! Insarance Company is a corporaGon duly aganized under �he laws of Ihe 5tate at Massachusetls, and Wbs1 American Insurance Company is a corporelion duly organizad
under Ihe iaws of the State o! Indiana {herein collecGvely ca3ted Ihe "Companias'}. pursuanllo and by authorily herein sel fwth, does hereby nama, constilule and appoinl, Qesiree [..
1Vesemoraland; M riah A. AnJerson; Timoth C. Sniith; 'Cudd Alan Ramho; Clara R. Navarro A6ela; A1 cia Marie Haebener
all 6I lhe pty of Wichiia state of KS eath individualfy it lhete be more Ihan one named, its true anr# lawtul anoz�eyin•facl Ra make,
execute, seal, achnawiEdge and del}ver, for and on ils behaEf as surety and as ils acl arsd dsed, any and all under4akings, bonds, recognizances and alher surety ahiigatiais, in pursuance
af Ihese presenfs and shall be as bmding up�n Ihe Companies as ii Ihey have heen duly signed by Ihe presidenl and allested by the secretary of �he Campanles In rhefr own proper
persons.
IN WITNESS WHEREOF, Ih�s Pawer a! Attomey has 6een subscribed by an aulhwized officer or oHieial of the Corr,panies and �he cor�»raie seais ol I�a Cnmpan4as have heen affxed
lhereio this 3l sr day of January , 20?4 .
Liberry MuluaE Insurance Company
P,, 1NSU� P�;Y FHSp a►NSuq� TheOhloCasualtylnsuranceCompany
�J `aR.o,e,�r�yn gv `ot,.o� 'Pqs 4P 40pPO�F� �n WesE American Insurance Cnntpany
J 3 a m Q= o f� q� i o m
�` 1912 � 0 1919 � � 9591 � //�
� x s, p d p ^n�C
�d����*����db y� yNA1f4='I�k�a YS�hDI�Hf�,a�� By� �
1 � � tii • 3�
of PENlJSYLVANIA �avid M. Carey. Assislanl Secrelary
y of MONTGOMERY Ss
�� On Ihis 31 s[ da of Januar�� , 2D2q beTore me &�sonal4 a
� y p y ppeared David b,4. Carey, who achrrowledged himseli lo ba Ihe Assisaanl Secre�ary oi Liberty I�Eulual Inswance
��o Canpany,lTe Ohip Casualry Campany. and West hmencan Insurar:ce Company, and tha! he, as such, being aulnorized so to do, exewtR Ihe lorego3ng insEmmenl lor Ihe purppses
� y Ih�rein coniained 6y signirsg on behali of Ihe oorporalions by himseif as a duly au�horized officer.
� �
�
_-p
� ��
�
�o
�
C �p
N N
6� �
� �
�._
� ?:
Q tt1
IN WIiNESS YVHEREOF, I have hCreunlp subsc[i6ed my nams and effixed my nniariai seal at Plymaul� �keeling, Pen�syNania, aa Ihe day and Yeai fiist above wriften
^ Fnsr
�4 V p��� �'v� c�. Caa,nm„ealm w rannsrl�anw � Nos� r 5ca+
< �e�esaPasiella NdaryPuAhC � � �
" `}. y �+wilgomervCounty Il s .
Ur �r.�>>,i
lAy mnvns3+an eyqres March 7B. 7675 eY� �,Gd�t� r�ea�c.-c
��. �r Co�me3s.� nurnber 112G0�4
, � �d„o�, �e�,,,�„�,,,,,�-:.�aN„a�� �eresa Paslella, Na1ary Pubiic
,,,"�� y�',n;td ` �
7hi5 Ppwer of Ativmey i5 made and execuled pursuantlo and by aut�orily of Ihe follow�ng Bydaws and Aulhoaza6ons of The Ohio Casvalty InsurasKe Company. Li6erty Mutual lnsurance
Canpany, and+Nest American lnsurance Canpany Kfiich resolutians are now irt fu1 force and affeci readmg as follows.
ARTICLE IY-OFF[CERS: Seclion 12. PowerofAttamey.
Any oKcer or oU�er o€f�ial ot Ihe Caporation aulhorized ivr Iha1 purgose ia wriGng hy Ihe Ciiairman or tha Presidern, and subJecl Eo such limilauen as Ihe Chairtnan or I�e Presidenl
may presa�e, shall appoint such a#omeys•irt•fael, as may be necessary m ad in behalf of Hre Corporation lo make, execute, seaE, acknawleJge and detiver as suraly any �d all
under#akiags, bonds, reeognizances and olhar suresy obiigalians. 5uch allomeys in-fact, subjecl to ihe IimitaGons sel foRh in Iheir respeciive powsrs nf attomey, shall have full
pawer to hind Ihe Corpo�alion by Ihe€r signalufe and execulinn ai any suth ins�rumenls and !o atlach Ihare¢o the seal of Ihe Corry�ration. When so ezecuted, such Enslrumenl5 shall
be as 6'�ndiny as ii s gned by Ihe President and altested lo by Ihe Seuetary. Any pawer or aulhoriry granted 14 any represenia�ive or attomey�in•facl under �he prnvisions of Ihis
aRicle may be revaked al arry time 6y ihe Board, Ihe Chairman, the Presidenl or by Ihe olficer or of�icers granting such power ar au�hority.
AR�ICI.E XIA - Executlon oi Canvacis: Saction 5. Surary Bonds and U�dertak�ngs.
Any nfficer of Ihe Cnmpany aulhosized for 1ha! purpase in wriiing by t�e chairrnan or �he pres3denl, and subjeU lo such limila6ons as �he c3�airtnan or lhe presldent may prescribe,
shafl appoint such attorneys-in-fact, as may be neoessary to act in behalt of the Cornpany to make, euecule, seal. acknowledge and delive� as surery any and all underlakings,
bands, recog�izances end alher sureLy oblgah'ons, 5uci� ailomeys•in�facS subject to Ihe limitations sel IoM in their respective powers of aHorney, shall have full power io bind the
Company by l�air s'sgnalure a�d execulion o� arty sur� fnslruments and lo atlach ihereto I�e seal of �he Company. When so sxecuted wrh irzstrumsnts shall ba as binding as if
signed by the president and attested 6y Ihe secretary.
•� �
.��
� ..
_ :
. �
a �
.
• V
.
. �
' .
�
�. �
. ��
C�tifiCate of Designat+on - The PresPdenl oi the Cornpany, acGng pursuani l01he By�aws af the Company, autiwrixes David M Carey, Assistanl Secretary to appoinl such altomeys�in-
fact as may be necessary lo acl on bahalf of lhe Company to m3ke, execute, seal, acknowlpdge and delrver as surety any and all unde�Eakings, bends, reoagnizances and olher surety
o�ttigafions.
Authorizalion - By unanim0us consenS o( t�2 Ca�any's Board of Oirectors, Ihe Canpany consenls thai lacsimite or mechanicalSy reproduced signalure of any assislant secretary of !he
Canpany, xherever appeasing upan a certifed capy of any power of attomey issuetl by Ihe Company In connecbon w�h surery bonds, shakf be va�id and binding upon �:e Comozny wi�h
the same force and eNect as though manually al�zed
I, fienee C. Lleweilyn, �he ursdersigned, ,�Ssiatanl Seaelary. The Ohio GasuaHy Inswance Company, Liherty Mulual Insurance Company, and Wes! Arnerican I�sihancq (,� +�'dG, �
herehy cerlify Ihai the odginal povree of a�tomey oiwhich Ihe faregoing is a iull, Vue arsd correcl cogy of the Power nf Atlomey exealad hy said Companies, is i�'t1�$r� an� atfec a!� •,
has nnt been revoked. _'� ., 0 P O � �'� ;
. � R l
EN iESTI�ONY WHEREOF, I have hereun�o sel my hantl and alfixed t�e seals ot said Cnmpanies �nis �� day o( ��e�` ,'t�f{ _�:= F, •�,
y 1N9b,y � >" a ,' O
JP4�R�o�r�yrth
s
� 1812 �
d'���s,�cNus�`yL�
9j� i rt1
LM5�12fl73 LMIC OCiC WA[C Mui4i Cu 02Y21
Thia Power oi Atlomey Iimiis Ihe acts vf thase named herein, and thay have nv aulhority ta
63nd Ihe Campany except in tf+e manner and to the axtent herein atated,
4�1� �as� a 1H9Uq4 _ F- � 19 I 2 •:;
�Ja,`°y�ve,pirp�� 1P40PFOi�`�,�C� • iL � � i. - b
" 1919 m W � o m � -� • t1� �. � � � �
� �,,tidLL��r, �'�+ . �s �i - ,2 .
y= p�, p s 9991 � ey: +-�'t •-�cku� �- -
°� ti,,,r�°ya �s �'�'OIAH� dD ReneaC.Lleweltyn.AsststaiStSecretary • . ., . - �•
yl ,� r��` �� + *`' '+, �s�z �'
���iii���y�
1
Rios, Leonel
From:Byers, Travis <Travis.Byers@LibertyMutual.com>
Sent:Monday, November 18, 2024 7:45 AM
To:Rios, Leonel
Cc:Field, Kate; Todd Rambo
Subject:FW: Bond #674224592 Verification-Cutler Repaving
CAUTION:This email originated from outside of the City of Fort Worth email system. Do not click any links or open attachments
unless you recognize the sender and know the content is safe.
Leonel,
Per request below, bonds and corresponding amounts are valid.
Thank you,
Travis Byers
Bond Underwriter
10895 Lowell Ave., Suite 200
Overland Park, KS 66210
P: 913.319.7060
C: 785.551.3879
Fax: 866.547.9222
Travis.Byers@LibertyMutual.com
From:Field, Kate <Kate.Field@LibertyMutual.com>
Sent:Monday, November 18, 2024 7:41 AM
To:Byers, Travis <Travis.Byers@LibertyMutual.com>
Subject:FW: Bond #674224592 Verification Cutler Repaving
Hi Travis,
Please see below.
Thanks,
Kate Field
Underwriting Assistant I
LMS Field-Distribution Operations
Liberty Mutual Insurance
10895 Lowell Ave, Ste 200
Overland Park, KS 66210
+1.913.319.7068
kate.field@LibertyMutual.com
From:NBCCentralProcessing <NBCCentralProcessing@LibertyMutual.com>
Sent:Monday, November 18, 2024 7:31 AM
To:Rios, Leonel <Leonel.Rios@fortworthtexas.gov>
2
Cc:surkc <surkc@LibertyMutual.com>; NBCCentralProcessing <NBCCentralProcessing@LibertyMutual.com>
Subject:RE: Bond #674224592 Verification Cutler Repaving
Hello,
This bond is not serviced out of this office. Your email is being forwarded to the Kansas City Office & they will
assist with your email request.
Thank you,
Patti Bradley
Surety Underwriting Assistant III
Liberty Mutual National Bond Center
Liberty Mutual Insurance
350 E. 96th Street
Indianapolis, IN 46240
Office: 888-844-2663
Fax: 866-547-4883
Please access our new eBonding platform on the Agents Portal @ https://bonds.libertymutualsurety.com/
View and pay agency bill statements online by visi ng our Surety AgentsPortal. Need access to the Portal?
These steps show you how to request access.
Note: The information contained in this message is confidential. If you are not the intended recipient, or an
employee or agent responsible for delivering this message to the intended recipient, do not distribute or copy this
communication. If you have received this communication in error, please delete all copies and notify us immediately
by replying to the sender. Thank you for your cooperation.
From:Rios, Leonel
Sent:Thursday, October 31, 2024 10:28 AM
To:HOSUR@libertymutual.com
Subject:Bond #674224592 Verification Cutler Repaving
Good morning,
The City of Fort Worth requires bond verification before a contract can be executed. We have received the
following bonds from Cutler Repaving, Inc.: Bond #674224592, in the amount of $3,138,046.22, issued by Liberty
Mutual Insurance Company for City Project #105647,2025 Hot In Place Recycling Contract 1. Please confirm that the
bonds and corresponding amounts are valid so we can proceed with awarding the contract to Cutler Repaving, Inc.
Thank you,
Leonel J. Rios
Contract Compliance Specialist
Transportation Public Works
817-392-7233 (office)
100 Fort Worth Trail, Fort Worth, Texas 76102
00 43 37
V�NdOR COMPLIArfCE i0 STATE �qW
Page 1 of 1
SECTI4N 00 43 37
VENDOR COMPLIANCE TQ STATE LAW NON RE51b�NT BiDDER
7exas Government Code Chapter 2252 was adopted for the award of cantracts to nonresident bidders. This law
pro�ides that, in order to be awarded a contract as low bidder, nonres+dent bidders (out-of-state cantractors
whose corporate offic�s or principal place of business are outside #f�e State of Texas} bid prajects for construction,
impro�ernents, suppiies or serviees in Texas at ar� amounf lower t�an the lowest Texas residenf bidder by the
same amount thet a Texas resiclent bidder would be requir�d io underbid a nonresident bidder in order to obtain a
comparabfe contract in the State which the nonresidenYs principal place of bus�ness is located.
The appropriate blanks in Seckian A must be flfed aut by a!I nonresident bidders in order for your bid ta meet
specifications. The failure ot nonresident bidders to do so wi1! automatically disqualify khai bidder. Fiesident bidders
rnust check the box in Section B.
A. Nonresident bidders in the S#ate of , our principal place of business,
are required to be perc�nt lower than resident bidders by 5tate Law. A copy of the
staiute is attached.
iVonresident bidders in fhe State of Kansas , our principal place of b�siness,
are nof required to underbid resident bidders.
B. The pr€ncipaf place of business of our company or aur parent company or majority owner is
in #he State of Texas. ❑
81DDER:
Cutler Repa�ing, Inc.
By: Charles R. Veskerna
�� �
(Signature)
Title: President
,,
bate: 3-Oct-24
END OF SECTION
C1TY (3F FOR'f WOR"FH
57'ANDAELD COIVSTRUCT]ON SPECfT�CATIDN []OCUMIiNTS
Revised 9l30l2021
?OZS I10'C IN PLrIC'L RGCYCLiNG COAITRACT S
City Project l�iu 1 p5fi47 ( I)
00 45 11 - 1
BIDDERS PREQUALIFICATIONS
Page 1 of 3
1 SECTION 00 45 11
2 BIDDERS PREQUALIFICATIONS
4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or
5 have applied for prequalification by the City for the work types requiring prequalification
6 prior to submitting bids. To be considered for award of contract the Bidder must submit
7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with
8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed
9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with
10 the requirements below. The information must be submitted seven (7) days prior to the
11 date of the opening of bids. Subcontractors must follow the same timelines as contractors
12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at
13 the time bids are opened and reviewed may cause the bid to be rejected.
14
15
16 The prequalification process will establish a bid limit based on a technical evaluation and
17 financial analysis of the contractor. For example, a contractor wishing to submit bids on
18 proj ects to be opened on the 7th of April must file the information by the 31 st day of March
19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's
20 Prequalification Application, the following must accompany the submission.
21 a. A complete set of audited or reviewed financial statements.
22 (1) Classified Balance Sheet
23 (2) Income Statement
24 (3) Statement of Cash Flows
25 (4) Statement of Retained Earnings
26 (5) Notes to the Financial Statements, if any
27 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles
28 of Incorporation, Articles of Organization, Certificate of Formation, LLC
29 Regulations, and Certificate of Limited Partnership Agreement).
30 c. A completed Bidder Prequalification Application.
31 (1) The firm's Texas Taxpayer ldentification Number as issued by the Texas
32 Comptroller of Public Accounts. To obtain a Texas T�payer ldentification
33 number visit the Texas Comptroller of Public Accounts online at the
34 following web address www.window.state.tx.us/taxpermit/ and fill out the
35 application to apply for your Texas tax ID.
36 (2) The firm's e-mail address and fax number.
37 (3) The firm's DiJNS number as issued by Dun & Bradstreet. This number
38 is used by the City for required reporting on Federal Aid projects. The DUNS
39 number may be obtained at www.dnb.com.
40 d. Resumes reflecting the construction experience of the principles of the firm for firms
41 submitting their initial prequalification. These resumes should include the size and
42 scope of the work performed.
43 e. Other information as requested by the City.
44
45 2. Prequalifcation Requirements
46 a. Financial Statements. Financial statement submission must be provided in
47 accordance with the following:
48 (1) The City requires that the original Financial Statement or a certified copy
49 be submitted for consideration.
CTI'Y OF FORT WORTH 2O25 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105647
Revised August 13, 2021
00 45 11 - 2
BIDDERS PREQUALIFICATIONS
Page 2 of 3
1 (2) To be satisfactory, the financial statements must be audited or reviewed
2 by an independent, certified public accounting firm registered and in
3 good standing in any state. Current Texas statues also require that
4 accounting firms perfornung audits or reviews on business entities within
5 the State of Texas be properly licensed or registered with the Texas State
6 Board of Public Accountancy.
7 (3) The accounting firm should state in the audit report or review whether
8 the contractor is an individual, corporation, or limited liability company.
9 (4) Financial Statements must be presented in U.S. dollars at the current rate
10 of exchange of the Balance Sheet date.
11 (5) The City will not recognize any certified public accountant as
12 independent who is not, in fact, independent.
13 (6) The accountant's opinion on the financial statements of the contracting
14 company should state that the audit or review has been conducted in
15 accordance with auditing standards generally accepted in the United
16 States of America. This must be stated in the accounting firm's opinion.
17 It should: (1) express an unqualified opinion, or (2) express a qualified
18 opinion on the statements taken as a whole.
19 (7) The City reserves the right to require a new statement at any time.
20 (8) The financial statement must be prepared as of the last day of any month,
21 not more than one year old and must be on file with the City 16 months
22 thereafter, in accordance with Paragraph 1.
23 (9) The City will determine a contractor's bidding capacity for the purposes
24 of awarding contracts. Bidding capacity is deternuned by multiplying the
25 positive net working capital (working capital= current assets — current
26 liabilities) by a factor of 10. Only those statements reflecting a positive
27 net working capital position will be considered satisfactory for
28 prequalification purposes.
29 (10) In the case that a bidding date falls within the time a new financial
30 statement is being prepared, the previous statement shall be updated with
31 proper verification.
32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be
33 submitted along with audited or reviewed financial statements by firms wishing to be
34 eligible to bid on all classes of construction and maintenance projects. Incomplete
35 Applications will be rejected.
36 (1) In those schedules where there is nothing to report, the notation of
37
38
39
40
41
42
43
44
45
"None" or "N/A" should be inserted.
(2) A minimum of five (5) references of related work must be provided.
(3) Submission of an equipment schedule which indicates equipment under
the control of the Contractor and which is related to the type of work for
which the Contactor is seeking prequalification. The schedule must
include the manufacturer, model and general common description of
each piece of equipment. Abbreviations or means of describing
equipment other than provided above will not be accepted.
46 3. Eligibility for Award of Contract
47 a. The City shall be the sole judge as to a contractor's prequalification.
48 b. The City may reject, suspend, or modify any prequalification for failure by the
49 contractor to demonstrate acceptable financial ability or performance.
50 c. The City will issue a letter as to the status of the prequalification approval.
CTI'Y OF FORT WORTH 2O25 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105647
Revised August 13, 2021
004511-3
BIDDERS PREQUALIFICATIONS
Page 3 of 3
1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to
2 perform the prequalified work types until the expiration date stated in the letter.
3
8 END OF SECTION
CTI'Y OF FORT WORTH 2O25 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105647
Revised August 13, 2021
OQ 45 12
PREQUALIFICATION S'fATEM�NT
Page 1 af 1
SECTION 00 45 12
PREQUAL[FICATION STATEM�NT
Each Bidder for a City procurement is required to comple#e the ir�formation below by identifying the prequalified
con#rac#ors andlor subcontractors whom they intend ta utilize fpr the major work type(s) listed.
Major Work Type CantraciorlSubcontractar Campany Name Prequalification
Expiration Date
Asphalt Paving Heavy
Maintenance ($1,000,4Ci0 and Cut�er Re�aving, Inc. May-25
OVER)
The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are
currently prequalified far the work types listed.
BIDDER:
C�atfer Repaving, Inc.
921 East 27tn St. Lawrence, KS 66046
By: Charies R. Vesk rna
�
{Signature)
Title: President
Daie: �%(�'c�-� � a�a� �
END OF 5ECTlON
CIT1' O� FORT N`ORT7�1
STA\D.4RD COtiSTRUCTiON SPECfTICAT]ON DOC[ItvLENTS 2025 1-30T I;+ P1.:�CE RECS"CL[\G CO�TR.4CT I
Rr�zsed 0 413 012 0 2 1 Fort Wunl� 2o24 Proposa3 wori:book
aaas26-i
CONTIiACTOR ['OMPLI�NC� Wl'f�FI WOnKC[t'S COME'�NSA"fION I.AW
k'age 1 of f
z
3
4
5
6
7
8
9
i0
il
12
13
14
15
I6
17
1 fi
19
Za
21
22
23
24
25
26
27
28
29
30
31
32
33
34
3S
3b
SECTjON 00 45 25
CONTR.ACTOR COMPLIANCE WITH WORK�R'S COMP�NSATION LAW
Pursuant to Texas Labor Code S�ction 406.096(a), as amended, Contractor certifies that it
provides worker's compensation insurance caverage for all of its emplayees employed an City
Project No. 105647. Contractor furtUer certifies khat, pursuant to Texas Labor Co[�e, Sectian
406.09b{b), a� amended, ik wxll provide #o City its subcontractor's certificates ofcomplia�ce with
work�r's comgensation coverage.
CONTRACTOR:
Cutler Repavin�, Inc. By: Cf�ar[es R. Veskerna
Company (Please Print)
921 East 27'r' Signature: �� �,,
Address
I,awrence, KS 66046 Tifle: President
City/State/Zip (Please Print)
THE STATE OF KANSAS
COUNTY OF DOUGLAS
0
§
$EFORE M�, the �uidersigned autl�ority, on this day personaliy appeared
Clfartes R. Vesker�ia , knovvn to ine to be the p�rson
whose name is subscribed ta tlie foregoing instrument, and acknowledged to me that he/she
executed the same as t�ie act and deed of President for
Ehe purposes and eonsideration therein expressed an� in the capacity therein stated.
GNEN UNDER MY I-iAND AND SEAL O�' OFFIC� t�iis 3rd day af
October , 2024.
Nota Pu ' in a far the State of Kansas
37
38 END OF SECTION �iO�A�YP1JBLiC-St2te0fKa[15�5
JENNI�EA d NELSON
39
-= M!► APP� �• c� � 7� s
crry oe eo�� ��oar�� 2025 HC}r aN P1.AC� RF'CYCI.fNG C'QNTRACT I
S"CAI+lDARD CONSTRUCTIUN 5PGCIFICATION DUCUM�NTS City Pr�ject No. f�5fi47
Revised 1t�ly I, 2�] I
004540-1
Business Equity Goal
Page 1 of 2
1 SECTION 00 45 40
2 Business Equity Goal
3 APPLICATION OF POLICY
4 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable.
5 A Business Equity Firm refers to certified Minority-, andJor Women-, owned Business Enterprises
6 (M/WBEs).
7
8 POLICY STATEMENT
9 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity
10 Firms when applicable, in the procurement of all goods and services. All requirements and regulations
11 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11-
12 2020 (codified at: https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth �/0-0-0-22593) apply to
13 this bid.
14
15 BUSINESS EOUITY PROJECT GOAL
16 The City's Business Equity goal on this project is 13.91% of the total bid value of the contract (Base bid
17 applies to Parks and Community Services).
18
19 METHODS TO COMPLY WITH THE GOAL
20 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's
21 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the
22 ordinance through one of the following methods: 1. Commercially useful services performed by a
23 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination
24 of Business Equity prime services and Business Equity subcontracting participation, 4. Business
25 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. Prime
26 contractor Waiver documentation.
27
28 SUBMITTAL OF REOUIRED DOCUMENTATION
29 Applicable documents (listed below) must be submitted electronically with the other required bidding
30 documents at the time of the bid under the respective Project via the Procurement Portal:
31 https://fortworthtexas.bonfirehub.com/portal/?tab=openO�portunities
32 OR received no later than 2:00 p.m., on the third City business day after the bid opening date,
33 exclusive of the bid opening date with the respective Project via the Procurement Portal by
34 responding to the message sent within Bonfre to all the bidders. It is highly encouraged that bidders
35 submit required documentation at the time of bid submission.
36
37 The Offeror must submit one or more of the following documents:
38 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded;
39 2. Letter of Intent, for all M/WBE Subcontractors;
40 3. Good Faith Effort Form and Utilization Form, including supporting documentation, if
41 participation is less than stated goal, or no Business Equity participation is accomplished;
42 4. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform
43 all subcontracting/supplier opporiunities; or
44 5. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor-
45 Protege participation.
46
47 These forms can be accessed at:
48 Business Equity Utilization Form and Letter of Intent
CTI'Y OF FORT WORTH 2O25 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105647
Revised June 7, 2024
004540-2
Business Equity Goal
Page 2 of 2
1 https://a�ps.fortworthtexas. og v/ProjectResources/ResourcesP/60 - MWBE/Business Equity Utilization
2 Form DVIN 2022 220324.ndf
4 Letter of Intent
5 htCps://a�ps.fortworthtexas. og v/ProjectResources/ResourcesP/60 - MWBE/Letter of Intent DVIN
6 2021.pdf
7
8 Business Equity Good Faith Effort Form
9 https://apps.fortworthtexas. o� v/ProiectResources/ResourcesP/60 - MWBE/Good Faith Effort
10 Form DVIN 2022.pdf
11
12 Business Equity Prime Contractor Waiver Form
13 https://a�ps.fortworthtexas. o� v/ProjectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor
14 Waiver-220313.pdf
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
Business Equity Joint Venture Form
https://a�ps.fortworthtexas. og v/ProjectResources/ResourcesP/60 - MWBE/MWBE Joint
Venture_220225.pdf
FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL
RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON-RESPONSIVE AND THE BID
REJECTED.
FAILURE TO SUBMTT THE REQUIRED BUSINESS EQUITY DOCUMENTATION OR OTHERWISE
COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON-
RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS
AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE.
For Questions, Please Contact the Business Equity Division of the Access and Opportunity Services
Department at (817) 392-2674.
END OF SECTION
CTI'Y OF FORT WORTH 2O25 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105647
Revised June 7, 2024
00 52 43 - 1
Agreement
Page 1 of 6
SECTION 00 52 43
AGREEMENT
THIS AGREEMENT, authorized on November 12, 2024 , is made by and between the City of Fort
Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager,
("City"), and Cutler Repavin�, Inc., authorized to do business in Texas, acting by and through its
duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as
Parties.
City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows:
Article 1. WORK
Contractor shall complete all Work as specified or indicated in the Contract Documents for the
Project identified herein.
Article 2. PROJECT
The project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
2025 HOT IN PLACE RECYCLING CONTRACT 1
City Project No. 105647
Article 3. CONTRACT PRICE
City agrees to pay Contractor for performance of the Work in accordance with the Contract
Documents an amount, in current funds, of THREE MILLION ONE HLJNDRED THIRTY-
EIGHT THOUSAND FORTY-SIX AND 22/100 Dollars ($3,138,046.22). Contract price may be
adjusted by change orders duly authorized by the Parties.
Article 4. CONTRACT TIME
4.1 Final Acceptance.
The Work shall be complete for Final Acceptance within 210 days after the date when the
Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions,
plus any extension thereof allowed in accordance with Article 12 of the General Conditions.
4.2 Liquidated Damages
Contractor recognizes that time is of the essence for completion of Milestones, if any, and
to achieve Final Acceptance of the Work and City and the public will suffer from loss of
use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The
Contractor also recognizes the delays, expense and difficulties involved in proving in a
legal proceeding, the actual loss suffered by the City if the Work is not completed on time.
Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated
damages for delay (but not as a penalty), Contractor shall pay City Six Hundred and Fiftv
AND 00/100 Dollars ($650.00) for each day that expires after the time specified in
Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance.
Article 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:
CTI'Y OF FORT WORTH 2O25 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105647
Revised March 3, 2024
00 52 43 - 2
Agreement
Page 2 of 6
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
£ Maintenance Bond
g. Power of Attorney for the Bonds
h. Worker's Compensation Affidavit
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's Contract Documents.
6. Drawings.
7. Addenda.
8. Documentation submitted by Contractor prior to Notice of Award.
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 of�cers, 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 indemni�cation provision is specifically intended to operate
and be effective even if it is alleged or proven that all or some of the dama�es beinE
sought were caused, in whole or in part, bv any act, omission or negli�ence of the citv.
This indemnity provision is intended to include, without limitation, indemnity for costs,
expenses and legal fees incurred by the city in defending against such claims and causes
of actions.
CTI'Y OF FORT WORTH 2O25 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105647
Revised March 3, 2024
00 52 43 - 3
Agreement
Page 3 of 6
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
the city, its of�cers, 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 indemni�cation provision
is specificallv 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, bv any act,
omission or ne�ligence of the citv.
Article 7. MISCELLANEOUS
7.1 Terms.
Terms used in this Agreement which are defined in Article 1 of the General Conditions will
have the meanings indicated in the General Conditions.
7.2 Assignment of Contract.
This Agreement, including all of the Contract Documents may not be assigned by the
Contractor without the advanced express written consent of the City.
73 Successors and Assigns.
City and Contractor each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, in respect to all covenants, agreements and
obligations contained in the Contract Documents.
7.4 Severability/Non-Waiver of Claims.
Any provision or part of the Contract Documents held to be unconstitutional, void or
unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon City and Contractor.
The failure of City or Contractor to insist upon the performance of any term or provision of
this Agreement or to exercise any right granted herein shall not constitute a waiver of City's
or Contractor's respective right to insist upon appropriate performance 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.
CTI'Y OF FORT WORTH 2O25 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105647
Revised March 3, 2024
00 52 43 - 4
Agreement
Page 4 of 6
:
Prohibition On Contracts With Companies Boycotting Israel.
Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of
the Texas Government Code, if Contractor has 10 or more full time-employees and the
contract value is $100,000 or more, the City is prohibited from entering into a contract with
a company for goods or services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of
the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to
those terms in Section 808.001 of the Texas Government Code. By signing this contract,
Contractor certifes that Contractor's signature provides written verifcation 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.
/'�!�
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. The terms "boycott energy
company" and "company" have the meaning ascribed to those terms by Chapter 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
Contractor's signature provides written verifcation to the City that Contractor: (1)
does not boycott energy companies; and (2) will not boycott energy companies during
the term of this Agreement.
7.10 Prohibition on Discrimination Against Firearm and Aimnunition 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. The terms "discriminate," "firearm entity" and "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 certifies that Contractor's signature
provides written verification to the City that Contractor: (1) does not have a practice,
policy, guidance, or directive that discriminates against a�rearm entity or firearm
trade association; and (2) will not discriminate against a�rearm entity or firearm trade
association during the term of this Agreement.
CTI'Y OF FORT WORTH 2O25 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105647
Revised March 3, 2024
00 52 43 - 5
Agreement
Page 5 of 6
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'S EMPLOYEES, SUBCONTRACTORS,
AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right
to immediately terminate this Agreement for violations of this provision by Contractor.
7.12 No Third-Party Beneficiaries.
This Agreement gives no rights or benefits to anyone other than the City and the Contractor
and there are no third-party beneficiaries.
7.13 No Cause of Action Against Engineer.
Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their
sureties, shall maintain no direct action against the Engineer, its officers, employees, and
subcontractors, for any claim arising out of, in connection with, or resulting from the engineering
services performed. Only the City will be the beneficiary of any undertaking by the Engineer.
The presence or duties of the Engineer's personnel at a construction site, whether as on-site
representatives or otherwise, do not make the Engineer or its personnel in any way
responsible for those duties that belong to the City and/or the City's construction contractors
or other entities, and do not relieve the construction contractors or any other entity of their
obligations, duties, and responsibilities, including, but not limited to, all construction
methods, means, techniques, sequences, and procedures necessary for coordinating and
completing all portions of the construction work in accordance with the Contract Documents
and any health or safety precautions required by such construction work. The Engineer and
its personnel have no authority to exercise any control over any construction contractor or
other entity or their employees in connection with their work or any health or safety
precautions.
CTI'Y OF FORT WORTH 2O25 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105647
Revised March 3, 2024
00 52 43 - 6 Agreement Page 6 of6 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective
as of the date subscribed by the City's designated Assistant City Manager ("Effective Date").
Contractor:
By:
� //�
Signature
Charles Veskerna
(Printed Name)
President
Title
921 East 27th St
Address
Lawrence,KS 66046
City/State/Zip
Oct 30, 2024
Date CITY OF FORT WORTH City of Fort Worth
By:
Jesica McEachem
Assistant City Manager
Dec 4, 2024
Date
Attest: r1�
Jannette Goodall, City Secretary
(Seal)
M&C: 24-0985
Date: 11;12;2024Approved as to Form and Legality:
Douglas Black (Nov 25, 202410:29 CST)
Douglas W. Black
Sr. Assistant City Attorney STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 3, 2024 2025 HOT IN PLACE RECYCLING CONTRACT 1 City Project No. 10564 7
0061 13-I
PRRFORMANCP.RONp
Pagr I uf 2
Bor�d No. 674224592
I
2
3
4
5
6
THE STATE OF TEXAS
CDUNTY OF TARRANT
SECTION 00 6i 13
PERFORMANCE BOND
§
§ KNOW ALI. BY TH�SE PR�SE1�fTS:
§
7 That we, Cutler Repavin�, lnc., know�i as "Principa!" i�er�in and
8 Libert Mutual lnsurance Com an , a corporate surety(sureties, if more than
9 one) dt�ly authori�e� to do business in the 5tate of Texas, i:nown as "Surety" herein (�vhetE�er one
l0 ar more), are held and firmly bound unto the City of �ort Worth, a municipal corparation created
l f pUrsuant to the laws af Texas, known as "City" herein, in the penal sum of, THREE MILLION
1 z ��TE HUNDRED 'FHIRiY-EIGHT THOUSAND F�RTY-SI7C AND 221100 Dollars
13 ($3,138,046.22), lawfuf money of the United States, to he paid in Fart Worth, Tan�a��t Cow�Ey,
�a
15
Texas for the paymeni of which surra well and tr��y to �e made, we bind ourseives, our heirs,
executars, administratars, successors ar�d assigns, jointly aiid severally, fim�Iy hy these preses�4s.
I C� WHEREAS, the Principal has entered into a certain written contract wich the City awarded
17 the f zt� d�y of �f ovember , 2p 24 , wi�ich Contract is hereby rcfcrrcd to and made a part
t 8 trereof for ail purposes as if fiiily set forth herein, to furnish all materials, equipment labor and nther
E 4 acecssorics defined by law, iis the prosecution of the Wnrk, in�luding any Change Orders, as
20 provided for in said Contraet designated as 2025 HOT IN �'LACE RECYCLiNG CONTRACT 1,
21 City Project Na. 145647.
22 NOW, THEREFORE, the coiiditian of this obligation is such that if the said Principal
23 shu�l faithfully perfonn it obligations i�ndcr 1hc Contract and shall in all respects duly and faithfiilly
24 perform the Wortc, inclEiding Change Orders, under thc Contr�ct, aceording to the pians,
25 specifications, and contract documents therei�s referred to, and as wcll during any period of
26 extension oFthe Contract tl�at may be granted on the Part of the City, then this obfigation shall he
27
2$
29
30
and become nu�i and void, otherwise to remain in full force and effect.
PRQVIDED F[�RTHER, that if any iegal aetivn be filed on this Bond, venue shall lie in
Tarrant Couniy, Texas or the United States District Conrt for the Northern District of "Fcxas, Fort
Wartlx D�vision.
C171� QF FORT WOR'iH ?�25 HAT 11V PLACE RECl'CLMfi CC;N1'RACT I
STANDARD COnSTRt'CT[ON 5PEC[FICATIO?J DOCllhiEnTS Ciiy Projcc� Na 305G47
Re�Esr�l Qecemher 8. 3023
006] 13-2
PFRfORMANCE RoNn
Page 2 uF ?
2
3
4
This bond is made and executed in compliance with tl�e provisions aF Chaptcr 2253 nf the
Texas Gaverr�ment Code, as amended, and all ]iabilities on this bond shall be determined in
accordance with the provisions of said statue.
IN WITNESS WHEREOF, ihe Principal anc! tl�e SUrety have 51GNED and SEALED this
5 insirument by duly authorized agents and off cers on this the 12th day of Novemher
6 , 20 24 ,
7 PRI�IC[PAL:
� Cutler Repaving, [nc.
9 - ----
l0
I f BY: �,r �f�p�p��
� Z 5ignature
_� �F
13 AT�EST:
14 ��!5
16 (P iicipal cre�a
17
E8
!9 ,
24 �1��� ti' �
21 `.1��-� � ��1 �_ bl �
22 Witness as to PrincipaE `��
i3
2a �, G
25 U �i
.�26;;� c�� '"-
A .37: { `� -� -} �
t `z$� � �t .1
�9 ,'� �� �>
� ` ,�x
3l
32
33
3Q `
35 �
3b � �--��
37 W�es s lu Sure�y Justin L 7erret
38 ��
39
40 *Note
41
42
43
44
Charles R. Veskema �r�sident
Nattte and Ticfe
Address: 92i E. 27th St
Lawrence. KS S�Q46 „
SEJR�TY: � � � , , , �
Liberly Mutuai Insuranee Csmpar� �• y �� G� s�„ •,
� -�= . ,�.� � ° ,�' . ,'-y •
gY:�lar*� [� „/� �.r;.P,�--� .r�. .� ._
� N •
SEgIla[i1iC l � . � � • �
�Y • � G .'4 .
C�ara R. rvavarro Apeia, Attarney-in= �' • .� ,�, A � ; r . ,^ ,
Name and Title f, -f�� ' • • � •
., ��fll"1
Address: 175 Berkeley Street / � � ' � � � � ,
Bostan, MA Q2116
Tele�ho��e Number: 3i8-a�t8-2508
Email Adciress: Clara.Navarra@�rr�acnrp.com
If si�ned by an officer of the 5urety Campany, there rnust be on fi[c a ccrtiCed extract
irom the by-faws shotving tl�at Hsis person I��s au[hority to sigt� suClt abligatian. If
Sur�:ty's physicaf acldress is different frorn its �t�ailing address, both mtist be provided.
The date of tl�e hond shall not be pri�r to the date the Contruct is awarded.
C1TY OF FOftT WOE2TH 2O25 FEQi' IN PLACE RECYC[_ING CONT1tACT I
S�'AiV�ARD COi�'STRUCT€QN SPEC[E'ICATipPI DpCUMENTS Ci[y Projec� iVo. 105G47
ReNised Decimber B. 2023
_• L�berty
�utual�
SURETY
l.iberty Mukual Insurance Campany
Th� phio Casuaity Insuranc� Company
West American lnsurance Cornpany
POWER DF ATTORMEY
Certificals No. 8211287-67400T
KNOWF! ALL P�"t50NS BY FHESE PRESENTS: i}!at The Ohio Casualty Insurantx Company is a co�para�an duly arganized under �t�e laws of Ihe State of New Hampshire, Ihat
Liberty Mutual Insuranca Company is a �wparatlan duly organized under the laws of the Slaie oi Massac�usells, and West Ameriran Insurance Gompany �s a corporatien duly organ�zed
untler Ihe 3aw5 Uf IhB 51a1e oi fndiana [herein cnlfeCtively called Ine'Companie5'J, pu�suant lo and dy aulhoriry herein sel ftxlh, does herehy name, consfih+le and ap�om4. Dcs�rec E.
Wcs�inoreland; Myriah A. Andcr�on, Tintothy C. Smith; 7o�d Alnn iiumbo: Cl'ura R. 3\avarru A6cla; AI cia Marie Fioebener
._ .....Y...,,, _... �
all oT Ne city af tVichi�a slata of KS each irsdiviuually if �here be more than one named, its true an8 lawlul attamey-ndac: to make,
execule, seaf, acknowiedge anG deliver, far and on ils behalf as sure#y and as ils act and deed, any and a!I undertakings, honds, recognizances end oiher surety obligakions, in pursuance
af lhese presenls and shafl he as binding upon !he Companies as if they have heen duly signed by Ihe president and attesled by t�e seaetary nf t�e Companies in iheir own praper
persons.
IN WIiNESS W�1ERE0�, U�is Powar of Attomey has been subsuibed by an aulhorited officer or afficia! of Shs Comganies and lha cor�xirale saals of Iha Campanies have been alfixed
lherelo Ihis 31 st day of Jnnuury , ZD24 .
�i
4)
N
C
�
ta 51aie of PENNSYCV{WIA
� Ca,nty nt MONTGQt�1ERY �
��
i�
<o
i>
i�
.�
_�
�'y
i�
Liberry Mut�al Insurance Campany
�, tir+su�, t�� iHs� a 4NSUR The Ohio Casualty fnsurancx Company
�JA�oR4OA,,qy�, �JPLOaF4A'lAqOy t1¢V�A��Ri1R��f WeslAmericanlnsaranceCampany
� 3 `"o � Uc � `"o m w 3 �'o t�
r`7912�0 �s1919�o Q 1991 0 �
Yd ~89�LiWs�aa� � ��F�9~ya ry, �NOl�HT ,�D� � r.��'`��.
a�ai� *�,e1 a'H1 *�N a�,�,! r�N By: .e
david M. Ca�ey, Assislanl Secretary
On Ihis 3 � sl day of January �D�4 befare me personally appeared OavEd M. Garey, who acknowledged hfmsell So he the Assrsianl 5ecretary aF Liberiy Mulual lnsurance
Company, The Ohio Casualiy Company, and Wesi American Ir.sarence Company, and Ihat �e, as sudi, beinq aulhorized sn to dp, execute the foregoing insUumenl for the purpases
sherein coniainad by signing an behali of Ihe wr�araGons hy h�mself as a duly auworizad afficer.
1N WITNESS YYHEREOF, I hava here�nlo subsCribed my name and affixed my notar.al seal al PlymvaEh Meeting. PennsyNania. on the day and yaar frsl above wntten
�
�
This Powet of AEtomey limits Ihe acls ofihose named harain, and they have rta authoriiy lo
bind Ehe Company except in #he manner and to the extent herein stated.
��� � � ��` � � � ,1
Cwmiarv��Rn d Pennsytvava • N�iary 5eal
Ty+iQSa PaS�'�� k'olmy pul! ic
�.Umgwr,er� COun•y
M14�comm�sshne�pues3Aarch2A.2U25 gy•
C6mm�ssron m�mEr111280d8
1 ,.
�. . Mm�l'+�.'.. Pelnl�tvanb Auoc Wn of Halanen """ ' _"" _' "" , __"_ U
`7 ,' ,.'. . . . . . . . . �
?3 This Pawer of Attamey is made and executed parsuant fo and by aalhonty a! Ihe fopowing By�laws and AulhorizaGons of The Ohio Casually Insurance Company, Liberty Mulual Insurance �
•� Crxr�pany, anA Wasl Ameri[an Insuvance Companywh�ch resofutions are now i� fufl fome and effecl reading as fo4iows: �
� ARTICiE IV- OFfICEltS: Seclian 12. Prnver at Atiomey.
� My olficer or other olfiaal ol the Cwpora5on authorized tor �ha� purErose in wri4ng by Ihe Chairman or the Presidenl, and subjecl lo such limilaGon as tha Chairman or �ha Prgsidens �y
may presai4e. shall ap{pin4 such attameys•in�facl, as may be necessary In ati in behall ol the Corporalion to make, execute, sea1, acknovAeci�e and deliver as surety any and al! }'�
� unde�akfngs, boads, recognizances ar.d Whar surely obligaliuns. Such attomeys•in-fact. :uhject [o the lilrtitaupns sal forth in their respe�tive ppwers of attomey, shall have fulf t�
t p4rrer fa 6ind Ihe CorpoFation by Sheir sig�alure and exeeulinn of any such inswments and to aEtach �here�o 1hp seaf oi Ihe Corparals4n. When sa exetuted, such inSUumenl5 ShalY �
� be as hinding as if signed by I�a Presidant and altested lo by 1he Secre�ary. Arsy power or au�horir� g�anled lo any representative or aitomey-in�fac! under �he provisions of �is
article may be revoked at any lime by tha 8oard, lhe Chairman.lhe Presidenl a hy the aFficer or officers gr�nli�y suth power ar aulhonty. �
AR7ICLE XIII - Execullon of Contracts: SecGon 5. Sureiy 6onds and UndeAakings,
Any ot�cer of Ihe Campany authorized for Iha! purpose in writing by 4he chairman or Ihe presidenl, and suhject la such limilalions as lhe chairman orlhe president may pvescribe,
shafl ap{soint surh alta�eys-fn-fact, as may he necessary �o ac! in hehaif af �he Campany tp ma�ce, e�ecute, seal, acknowiedge and deliver as surery any and all undenakinqs,
bonds, rer.agnizances and o4heE surely obligalions. Sucti altomeys•in•fa�l subject ia ihe IEmilaUons sel iarth In lhe€r respecsive pawers of atlomey, shas have [ull power to bind �he
Campany by their signai�sre and execuGoo of any such insvumanSs and ta atWch l�erela Ihe seal of lhe Company. When so execufed such inslruments shall be as binding as if
signed by Ihe presiden! and altesled by t�e secretary.
Cerflti�ate oT Uaslgnalion - Tha Prasident of �he Cornpany, acGng pursuanl to the Bylaws nf Ihe Company, authorizes Oavid A4. Carey, Assislant Secrelary to appainl such aqomeys-in•
fact as may 6e necessary �a ael on behalf of Iho Company lo make, eMecute, sea1, acknowledge artd daliver as surely any and all undertakings, borais, recagnizances and other surely
obtigalions.
A�lhorizaklon - By unanimous wnsent af the Campany's 6oard of Direclars, tha Company consents thal Facsimile or mechanicaky reproduced signaiure nf anX assistanl secretary o1 lhe
Company, wharevar appearing upon a ceh�ed copy af any power of aitomey issuad 6y 1ha Cqmpany in connecGpn vr,kh surety honds, shall be valid and 6inding upon Iha CCmpany wil�
Ina same ,nrca and el(ecl as Ihough manually a�iKe6
I, Renee C. lle�Neilyn, tlte undersigned, Assistanf Secrataty, The Ohin Casualty Insurance Company, Liberty t�iulual Insurance Company, and Wesl Ameri�n l��uralubSOo►np�rtr do
hereby ccrli�y thal !he original pawer of attomey of which the �oregoing is a i�ll, t�ue and correca copy ol Ihe Power oi Ailomey execu�ed by said Compariies. 5 iri(E+�,�rcL�$��t ah6�
has nal beEn revoked. • .t� • • ' ' • . ,'q,�, �
IN T£STIMONY WHEREOF, I hava hereunta sei my hand and affixed the seals af said Companiss this t�, Gay of ���►�r, �-4 _�,� �on ���'q� -, fi'
4 hHSZ
+`,�4oaara��yn
� � Fa A�
1912 �
0
��B��CNU��aD
d8�� i �t�
LM5�12873 LMIC PC1C WAIG Multi Co 92R1
PyTY INg4q� � 1T1SG/��
PJ3�pRPa�yr+qy� VPcogroq�f yC�
`" �` � Fa R�
dsi9�9�Q � 1991 a
2° �haMv�' dD'� +'s hor�w► dai'
�yJ r 1�� �'R} ,� ra
: �. : ? �` �, � �:
G
��.� �'Q�� ; �:
Bjl: � �'"�+ � � � �`3' f;k � `�. .
Renee C. Lfewallyn, AssistanlBeueRary� �T,.�
, 5887 �
�'��.���'`�
Libert�
�1�Iutual�
SUREiY
TEXAS
IMP�RTANT NOTICE
To obtain infarmation or make a complaint
You n�ay calj tall-iree for informacion or to
rnaice a complaint at
f -877-751-2640
You may aiso write to:
22Ua Renaissance Slvd., Stc. 400
Kin� of Prussia, PA 19406-2755
You may contact the Texas Department nf
Insurance to abtain infonnation on companies,
coverages, ri�hts or complaints at
1-80Q-252-3439
Yau may write the Texas Department af Insurance
Con.sumer Protectian (I 11-1A)
P. O. Box 149091
Austin, TX 7871 �-9091
PAX: {512) 490-I007
Wei�: http;/iwww.t_di.texas.�ov
E-mait: ConsumerProtection tdi.texas. ov
PREMTUM OR CLAIM DISPUTES:
Should you have a dispute concei-ning your
premium or about a ciaim you shauld first cantact
the agent or eall 1-800-$43-644b.
If the dispute is not resolved, you may contact the
Texas De�artment of Insurance.
AT�TACH THIS NOTICE TO YOUR
POi.ICY:
This notice is for infarmat�on onEy and does not
become a part or condition of the attached
docurnent.
TEXAS
AV ISO IMPORTANTE
Para obtener inforEnacion o para someter una
queja:
Usted puede llarnar al numero de telefa�to gratis
para inforr�acion o para someter una queja al
1-877-751-2644
Usted tambien �auede escribir a:
2200 Renaissance Blvd., Ste. 400
King of Prussia, PA 19406-2755
Puede comunicarse con el Departamento de
Scguros de Texas para obtener informacion
acerca de compar►ias, cobertura;s, derechos o
quejas a!
i-�oa-zs2-��39
Puede escribir a1 Departamento de Seguros
de Texas Consumer Protection { 111- l A)
P. O. Box 149091
Austin, TX 787 i 4-9091
FAX #(S 12) 49Q- I 007
Web: http://www.tdi.texas.�ov
E-mait: ConsumerProtection�tdi.texas.�ov
D[SPUTAS SOB�E PR[MAS 4 RECLAMOS:
Si tiena una disputa concerniente a su prima o a
un reclarno, debe camunicarse con el agente o
primero. Si no se resuelve la disputa, puede
entonces comu�icarse con el deparcamento {TDI}
UNA ESTE AV�SO A SU POLIZA:
Este aviso es solo para proposito de informacion y
no se con�ierte en parte o condicion del
documento adjunto.
T�IP 70 68 fl9 0 i
��+s-iszsz ta,s
10J25124, 11 11 AM
5ircon Ptatform
f�T C]F �'�.
�
��� - _ ,
, �� �-�
._�
� , � ` `�`S'
� � f � �;� ` r� ��
�� �� _��
i; � � , �I�i ��;
�a ,� � , �
`,� �� � �' � ; �
�,P �� � . - ;� �/
���-_� _�
��
`?'�� �,5
_ .__�
�
General Lines Agent
Qualification �fiective; Dates
Property and Casualty 9012�12024
CLARA R NAVARRQ ABELA
NPN: 20554893
430 E i�OUGlAS AVE STE 400
WICHITA, KS 67202
is authorized to transact business as described above
License No: 3251367 lssue �7ate: 1Q12412U24
Ganera�ed by S rcor: 532 04G3
'�`EXAS
[7r.rnnr�ir!�h' nr Ixs�°Hn�ci�
3HIS IS TQ GERTiFY THAT
y`�y� "f'r�. .
`� � �r
� x
A� ,��. >
r
i
• �F �5 k
CLARA R NAVARRQ ABELA
430 E ODUGLAS A�'E Si E 4U�
WiCHiTA. KS G7ZU1
;� LICENS� NL1M��R 32533F7
i.�_._--� -- -� �- --- ..
YgN 2(T55�s6t13
Expir�tion Uate: 081311Z026
!S HEREBY AUTHORIZE� TO TRANSAGT BUSINESS EN
ACCOROANCC �O ThiC LICENSE DESCRIP7iON SHOWN
BELOIN
General Lines Agent
Prope�ty and Casuafiy
is;ue C1hie: 1Or2412624 Ezpvalior. 6ale� �8l3t12026
Gmwraietl by S�con 772il4+fi3 i
https:Npfatiorm.sircor�.camr#Aicense•pnnE 111
`�p��U
,�s-. '�. Rit�
O'� , A
� ��
�d /�
Ee*r �n•s Tise Surety �, FideEity
A�soclafiion of America
Ftesid�nt Agent COuntersignature Laws !la�e Bean Eradiceted
and Violate the Law in E�ery U.S. Staie
The purpose of tF�ls shart white paper is to inform the reader that resident agent rountersignature laws ha�e
been eradicated throughout the United States and its territories (wlth the exception of Guam, where it has not
been chaliengedj. Any bid, perforrnance, or payment bond that requires a resident agent counter5�gnature or
a resident agent signature viqlates tMe law, as such requirements ha�e been held unconsEitutional by federa!
caurts throughaut the United 5tates and have been repeaEed by statE legislatures. 5uch requirements
irnpermiss9bfy favor licensed resident agents over licensed nor�-resident agents. It is not the countersignature
requiremer�t that is prob�ematic; it is the requirement that the counterslgnature must be that of a resident
ag�nt that vialates the law.
The National Assotiat+an af Surety Bond Producers (NASBP) and the 5urety & Fidelity Associatian tSFAAj are
aware that officials in some state and local agencies are not infarrned about tt�e illegality o� resident agent
co�ntersignature mandates. These officials will improperly reject a bid based on lack of a requiretJ resident
agent countersignature or improperly refuse ta accept perforrnance and payment bonds 6ased on lack of a
requlred resident agent counters�gnature. NA56P and SFAA receive dozens of inember requests eac� year to
send comment letters to public agencies that have included the unlawful resident agent countersignature
requiremenk in their sureEy bonds.
Countersignature faws date �ack ko the early twe�tieth century wF�en states passed the laws as a cansumer
protectlan measure. The regulations requiring Ran-resident agents to receive sign-off by a local resident agent
were orfginally int�nded to ensure compEiance with local insurance laws. Those regulation5 afsa meant that
out•of-state agents had to pay local agents for their signatures. By the 199Ds, tec�n�logy made the
countersignakure laws an anachroni5m of regulation. The rnovemenF to repeal countersignature laws began in
the 1990s a�d er�ded in 2QQ8 when the I�inth Circuit struck dawn Nevada's caunEersignature law. This
movement was spearheaded by 7he Counti! of InSurante Agents & Brakers.
One of the most well-known cases on this ma�ter is Council of �nsuran�e Agents and Brokers v. 1'om Ga!lagher,
Z87 F. Supp. 2d .i3�2 (�l,q. Fla, 2003j, in which the U.5. Diskrict Court for the NortE�ern District of Flprida struck
down a Florida staiute thai irr�perrnissibly favored resident agents. The district court determined that there
was no rational basis far a distinction between properly ficensed resident agents and non-resident agents and
declared unconstitutional the Florida statute at issue ihat discriminated against Fiorida-licensed nan-resident
agents.
Members m�y want to have tf�e bond forms reviewed ta ensure that th� bonds do not contain an illegal
resident agent signature or countersignature requirement. To clarify, it is permissible for bond forms to
contain a licensed {resident OR non-resident) agent countersignature requirement, just not that it be a
resident agent.
5i�te an earfer version of this white paper was first released in OcioE�er 20i$, there has been [pnfusion about
the ambit of the term "resident agent" in this white paper. The term "'resident ag�nt" in this to�text refers ta
resident in5urante agents--and �fOT to resident agents for p�rpases of 5ervice of gracess.
Decem6er 2039 Page i of 1
00 61 l4 • 1
PAYivf FNl- F30NE7
Aa�e I u f 2
Bond fVo. 674224592
1
z
�
4
5
6
THE STATE OF TEXAS
COUNTY OF TARRANT
SECTION 00 61 14
rAvM�rrT �o�o
§
§ KNOW ALL BY THESE PRESEI�TS:
§
7 That wc, Cuticr Rcpaving, inc., kno�vn as "Princinal" hcrc�n, and
g Liberty Mutuaf lnsurance Company , ;.j corporate surety
9 (sureties), duiy authorized to cio business in the 5tate o�'�"exas, known as "Surery" herein (whether
10 onc or more}, are held and firmly bound unto the City af Fort Worth, a municiga! corporatian
I I createci p�rsuant ta the laws of ttte State of Texas, icr�own as "City" I�erein, in the penal sum of
12 THREE MI�.L�ON ON� HUNDRE� THIRTY-E1GHT THOUSAND FORTY-S[X AND 22/100
f3 Dollars �3,138,04G.22), 18wfu1 mor�ey of the LT�tiited Stales, to he paid in Farl Worth, Tarra��t
14 County, Tcxas, for thc paymcnt of which sum wcil and truly bc madc, wc bind oi�rscivcs, our k�cirs,
15 ex�c;utor5, admi��istratars, successors and assigns, jointly and severally, firmiy by tt►ese presents:
l6
17
f8
{9
20
21
WHEREAS, Principal has entered into a ceMain written Contract with City, awarded thc
12th day of Nuvember , 20 z4 , which Coniract Es herehy referred to and made
a part hcreot' for all purposes as if Fully set forth herein, IO f1i1771Sh AlI It]IIiC!'lk�S, equi�mcnt, labor
and other accessories as defined by law, in the prosecution of the Work as pravided for in said
Contr�ct and designated as 2025 HOT IN PLACE RECYCLING CONTRACT 1, City Project No.
I OS647,
22 NO�V, THEREFDi2E, �'HE CONDI`ilC�N OF THIS OBLiGATION is such that if
23 Principal shall pay all moiiies owi�ig co any (a�zd a{1) payEnent bond beneticiary {as defned i��
24 Chapter 2253 oi the Texas Gavernment Code, as amended) in the prosecution of the Work under
25 the Contract, then tl�is obligatia�� shall be and beca�rze �ull and void; otherrvise ta remain in fi.i[l
�fi force and effect.
27
28
29
30
This bond is madc and cxccutcd in compliancc witEi thc peovisio�ls aFCl�aptcr 2253 of t1�c
Texas Government Code, as amended, and all Iiabilities nn this band shall be determines in
accordance with the pravisions of said stat�te.
CITI' QF FORT WORTH 2O25 1l�T IN FLACE 2ECYCLING COhTRACT 1
STANDARD CQThSI'RVCTfQN SPECEF3CAT[ON UOCUMEAIT$ City Projrct No. 105547
Revised DecemherlS, ?023
0061 Ik-2
E'AYM�NT HOND
Pagi 2 uf 2
IN WiTNE55 WHEREOF, the Princigal and Surety ha�e aaelz SIGNED ai�d SEALED
3
2 this instrument hy duly authorized agents aE1d officers on this the 12th day of
November , 20 24
4
ATTEST:
(Pri ipal) cret
����; � C�:t.'.L.� �vt� �
�, Witness as t'o Pri�tcipal � �
C C �
•�O U ��n 'r
� � � � ;. I 1 "
� '� r" .�O"I'TEST:
0
5
6
7
8
9
l0
C L-G�.
(Sure } Secretary Rebec ay
. �_.'
W itn a, to Surety ,tusikn L. Ferrei
PFtINCI PA L:
Cutler Repaving, inc.
B Y:
S�gnature
Charles R. Vesk�rna President
Na�ne and Title
Address: s21 E. 27th St
Lawsence. KS 66QA6
,���,�j
,� �'�� � C�,{,-'�/
• . '"7
SURETY, -, f j E v'•�'•.
l.iberiy M�tual InsuranceCom{�any _�� c sY'.�.c ;
.� ,� u�.
-- � .
�;*� � � -
BY:���c� n. (r./o�r�r�. ��� MAsS�r ��'�~
Signature `, � ` ,
r '���3H1"1•• ,��,�.
Clara R. Navarro Abela, Attorney-In-Fact � � ' � � � � � ► �
Name and Title
A�dfess: i75 Berkeley StreeE
Boslon. M/a 02 i 1 B
Tel@�SltOfle Numbei: ��s•4as�25o8
Email Address: C�ara.i�avarro�imar.nrp.com
Note: If signed by an officer of the Surety, there must be on file a certified extract fram the byla�vs
shawing that this person has authority to sign suel� abligation. �f 5urety's physical address is
different fram its mailing address, both must b� pravided.
The date of the bond shal! nnt be prior to the date the Contract is awardcd.
l f FND OF SECTEON
12
C17'1' OF FORi' WORTH 2O2S I IOT It3 f'LACE RECYCLiNC CQNTRACT I
STANpARD COI�STR['C�itON SPEC[FICATION DQCUM�NTS Cuy Pwjccl No E05GA7
ReviSeJ pe�entber 8, 2023
Liberty
MutualR
SURE7Y
This Pawer a[Attomey limits Ihe acis uf those named herein, and lhey hava na authority to
hintl the Company except � the manner and to !he e�tent herein stated.
Liberty Mutual knsurance Company
The Ohio Casualty Insurance Company
West American Insurancz Company
POWER DF ATTORNEY
Cedificale i�o 8211287-674007
KNOWN RLL PER5�NS BY THESE PRESENTS; Tfias The Ohio CaSually InSurance Campany is a corporation duly or�anized under ttre laws a4 Ihe Slate of New Hampshire, lhal
li6erty Muival [nsurance Company is a carpara6on duty organized under the laws n[ Ihe Sta4e of Massachusatts, and Wast American Insuranca Campany is a corporaticn duly organ�zed
under thelaws of lhe 5tale oi Indi�a (herein r.�llectively caued Irie 'Campanias"), p�rsuanl tn and hy aulharity herein set f�r1h, does hereby nar�, canstituie ard appaim Dcs�ree F
�Ves�arivrclanek; MyriaEi A. Andcrsu�r Timushy C. Suii�li; Tndd Alan liam6o,Claru R. Navxrro Abcla; Alycia MEarie Hoebener
all of !ha dly af Wichira slale of KS each individually [I Ihece be mare Ihan one named, ils Uue and lawful atto�ney-in-fact lo make,
exesute, seal, acknowledge and deliver, fa and an its behaif as surery and as its ad end dead, sny and all ur.dertakings, hands, remgnizartces and other surety obligafians, in pursuance
of ihese presa�ts arsd shaEl be as �inding upon the Companies as if Ihey have heen duly signed by tl�e prasident and aqested by the seaeiary of the Companies in Iheir own proper
persnns.
IN WliNFSS WFfEREdF, th's Power af Attomey has been subscribe6 by a� authaized oificer w oKicial of Ihe Companies and ihe corporale seals o� Iha CompanEes hava been affixed
Iherelo this 31 s� day of lunuary , 2024 .
U �
oro
ua >
��
�
_-p
C'y
O�
aj O
C �"
.�
� N
4� �
� �
o.�
S�ate of PENNSYLVAIdl,0.
Garn4y of MdNTGQMERY ss
Liberty FAutual €nsurarsce Canpany
P� i�suq4 p��V FNS� ��nsuq4 The OhioCasual4y �nsurance Company
tiJ c��`�O�r yC� yJ oo"ron,,'Qvy `�s 4o¢roq,. '1'�, WesE American Insvrance Company
J a Fo � T 3 °o n �0
� � 79'12 » a � 1919 � � �7991 � a 6 /�
+�, v. 0 6 -J
YdalyB'��CH1S6�ya3 �p �4"M�MPS"�-0A �/S, �aouw� da� .RS"7 �'H�
e�� . r`' �yl * �� 3,�, ,� ►.a ey:
n��n n� r��� n«���n� s�r�asati
On Ihis 3 i st day ol January ?024 bafore me personally appeared �avitf M- Carey, who acknowfedgetl himseif to be the AssRlanl Secretary of LiDerty Mutual Insurance
Company, The Qhio CasualN Compa�y, and West Americ,an Insurance Campany, and lhat he, as such, being aulhorizad so io do, execule Ihe faregaing instrument far the purposes
ihe�ein conlained by signing on behaif o[ Ihe carporaGons 6y himself as a du�y aulhorized officer.
IN WITNESS WHEREOF, I have her�unlo subscnbed my name antl afTiKed my nolanal seal al Plyrttau[h klaeting, PennsyNarua, on the day and year first above writtan
� .�� Carv�unwaanh o! Per,nsylvan�a - NWaiy See�
- . F¢re9ePe9k:ln NotaryPub'�iC
�.'i ':' . Mon'9ortrery Counry
� p� M} wmmiss{ai expaes hlarch 26. 7625
S Ca�rnr,s�an numher F 426044 �y
. - MMl"lt.Penn�Y�'ran�6As39CtlLdndRJ7l�fit5
!
Pastella, Natary
This Pawer of Attomey is made and e�ecuted pursuant lo and 6y aulhonry of 1Me foNovring By-laws �d Aulhoriialions af The Ohro Casualty Insurance Company. Uberty Mutual insurance
Company, and Wesl Amesican Insurance Company wh�ch resalulions are naw in full forte and eflecl reading as folluws:
ARiICi.� 1V- OFFIC�RS, 5actian t2. Power of Altomey.
My officer ar olher olfivai of the Caporafion aulhorized for ihat purpase in writing by the Chairtnan ar the President, and subjaci to surfi fimilaUon as Ihe Chairman or the Presideni
may presa#he, shalf appoirn such attameys-in-fac�, as may be ner,assary �n act in behalf of Ihe Carparalfan Ev make, ezecute, se�, acknavAedge and deiiver as surety any an� aH
under�afiings, �onds, recognizances ar,d olher surely obligas�ans. 5uch attomeys-in-tac�, su�ject la Ihe Iirmlauons sel forth in t�elr raspeetive pawers af attamey, shal! have fu11
pawer to bind Ihe Corpora6on by thei� signalure and execution oF any suth inslruments and to allacfi� t�e�elo lhe seal of Ihe CprporaBon. Whe� sq exewled, sach ins�rumenls sha11
4e as 6indiag as if signed by the PresidenS aM alleste6 ta by the 5caetary. My power or aulhority granled lo any represantat�ve or aHomay-imfacl under the proyisions pf Ihis
ahicle may be revoked al any lime by Ihe Board, Ihe Chairman, ihe Presldenl ar hy 1he of�cer or officers granting such pawer or aulhari�y,
ARTICLE XIlI - Execullan ai Cnntrat1s: Seetion 5. Surely 6onds and Undertak�ngs,
My officer af ihe Campany authorized fw lhal purpose in x�iiing by �he chairman or �ha president, and su5jecl ta such limilalions as lhe chairman or the president may prescribe,
sha� appoint such a1�Rrneys-in-facl, as may he necessary lo act in behall at Ihe Cempany In make, execcrte, seai, acknowledge and delsvei as uuely any and aIl undertakings.
4onds, re:.ognizances ansi olhei surety ahl{galians. Such attomeys�in-tad subjscl fo ihe limitatinns sel forsh in lheir respecliva puwers oi dttorney, siiaR have Ivll power 10 bind the
Company hy lheir sigriature and execulion oi any such inslruments and lo attach thereto the seal of the Company_ 4Vhen so execuled such inslmrnents shall he as 6ipd�ng as if
;igned by the president and attesled by the seuetary.
u
� d
•
• �
�� ;
.�
. v
.
. �
= i�
.
• '''i
;�
. �
Cerlifleate af �eslgnation - The President ot the Company, aeGng pursuan� lo the Bylaws of Ehe Company, aulhqrifes flavid M. Carey, Assistani 5ecre=ary la appoinl such aitomeys-im
tact as may be necessary 1a aci on behalf of Ihe Company lo make, execule, aeal, acknowledge and deliver as surely any and all undertakirx�s, hon3s. recognizances and ot�er surety
obqgaGons.
Auilhorixation - By unanimaus tonsent of the Company's Board of �ireclors, the Company consents that facsirnile or mechanica�y reproduced signalure af anX essistanl seaetary of the
Company, wherevar appearing upon a ce�iifisd copy ol any powar of altomay issued by Iha Campany in caqnetl�on vrlh surely b�nds, sheil be valid and binding upon Ihe Carnpany with
ihe same iorca and eHecl as lhough manually af�Ked
I, Renea C. Llewellyn, the andatsigned. Assislant 5eaelary, The Ohio Casuaily fnsurance Company. Liherly Mutua4 fnsurance Company, and West Ametican Ir;uiaAtda�Co�p�nr do
hereby certify thal the o�iginal power ot attamey of which the �oregoing is a full, 4ue arid oorrect �py af the Paver oT Altomey execuled by said Companies, i� irtfu��fc��di�� ah��
has not been revoked �• q�% • • ' ' • . 'q �
IN TESTIMOHY WHERE4F, I hava hereunto se! my hand and alfixed ihe seaEs of said Compan,ss �his (i�, day af ��1�, �'y .�-�� ,• ���n � 4�-q�, ����
P� SkSU� P4�V 1MSpq a 1l7SUR4 .�• 2 ��, C1 _
i.J c°R°o'�e. q'e oi0 4oc`°oR�r '4,l `[�Q' `oRvoq�l 'r'�, t� i Z , p..
a 3 �°o m UQ 3 Fa m R� t Ae t� ��,� d1 .��
� i 912 � o i 919 � � 1991 n ���y�,��� -�:� ti-��
yt- i " �j .L Bw Q 4 O g ' 'w'_' � • - . �! •. s � • j, .
'�,���',cH�s aaa o�+HA„vo�da3 rs ��sn�„kh da3� y Rsnee C. Llewelfyn, Assislanl5ecralary y,T .••
7 * F yl � *N 3M t �N � J ' • - •
•, 58b7. �,•
LM$-f2873 LMICOCiC WAIC M�IIi Co 0321 +,. .,
_• Liber�y
�utual�
5l1RETY
TEXAS
1MPORTANT NOTICE
To obtain information or make a complaint:
You may eall toll-free for information or t�
meke a complaint at
! -877-751-2540
You may also write to:
2200 Renaissance Blvd., Ste. 4�4
King of Prussia, PA 1940b-2755
Yau may contact the Texas Department of
Insurancc to Obi�i� information on companies,
co�eragcs, rights or complaints ac
I-$00-252-3439
You may write khe Texas Department of Insurance
Consumer Protection (111-1 A)
P. O, Sox 149091
Austin, TX 78714-909 i
FAX: (S 12) 490-10a7
Web: httpJlwww.tdi.texas.�ov
F-mail: Consur��rPratection(�a,tdi.texas.�
PREMIUM 4R CLA[M D[SPUTES:
Should you have a dispute concerning yaur
prennium or about a claim you should first contact
the agent or ca11 l-80a-843-6446.
If the dispute is nvt resol�ed, you �nay contact the
T�xas Dspartment of Insurance.
ATTACH THIS NOTICE TO YOUR
POLICY:
T�is notice is for informatian only and does not
become a part or conditian of the attached
document.
TEXA5
AVISO IMPORTANTE
Para obtener informacion o para someter una
queja:
Usted puede llarnar al num�ro de telefono gratis
para infarmacion o para someter una queja af
1-877-751-2640
Usted tambien puede escribir a:
2204 Renaissance Blvd., Ste. 400
King of Prussia, AA 19406-2755
Puede comt�nicarse con el Departamento de
Seguros de Texas para obtener informacion
aeerca de companias, coberturas, c3erechas o
quejas al
I -800-252-3439
Puede escribir al Departamento de Seguros
de Texas Consumer Protection (111-1A)
P. O. Box 149091
Austin, TX 78714-9091
FAX # (512) 490-1007
Web: http:llwww.kdi.texas.�o�
E-mai1: ConsumerProtection(a�tdi.texas.�ov
DCSPUTAS SOBRE PRiMAS O RECLAMOS:
Si tiena una disputa concerniente a su prima o a
un reclamo, debe comunicarse can eS agente o
primero. Si no se resuelve la disputa, puede
��itai3ces comunicarse cor� el departamento (TDI)
UNA ESTE AV[SO A 5U POLIZA:
Esie aviso es solo para proposico de informacion y
no se convierte en parte o con:dicion deI
documento adjunto.
1dP 70 68 09 O l
LMS-152S2 t0l75
10125I24, 11 11 AM
5irCon PI81TDrrn
�� �
���-O�� \
��j r— '` '���
�� � -,� �
/� ��,� =� � �
�r` � 1`R
� t j�` ��,�
a � �� ' �� �
r
, � '-�
��', �' - i �
� p� � � � rl�� � � �
,� �,,� . :�
� ,� � =- _. .�: � �
_. �x��,
General Lines Agent
Qualification EftecEiv� Dates
Properly and Casualty 1012�12D2A
CLARA R NAVARR4 ABELA
NPN: 20554693
430 E DqUGLAS AVE STE 400
WICHII'A, KS 67202
is authorized to transact busir�e�s as described above
Lieense fVo: 3251367 Issue Dafe: 10/2412024 Expitation Date: 0813112D25
Generaled by Sscon 332 �Q4G3
�`�3 ��f �t.r IS 9-[EREBYAUTHQRIZEO T07RANSACT BUSIhEESS IN �
�-`' �4 ' nCCOR�]ANCE TQ Th1E LICENSE DESCRiP710N SNqWN
� , �.
�EXAS � �
l3�rnRry�n��r nF Ir�suKnaci� °� � � BFLOW
i THIS kS TO C�RTIFY �HAT '+_�� .
i`�'� � General Lines Agent
� CLARA R NAVARRO ABELA Property anci Casualfy
aao � uflvU�ns �v� sr� -ruo
WICH� iR. K5 G1'L'J1
fssue C3�le: !0�?.4l202A ExpuaEinn Dale� t18131l2�26
LICENS� NtJM�ER 32533R7 NPN 20F546Q3 GanriatedhySrccn9]^<OU�G31
h1lps:llplatiorm.sirwn.com!#lhcense•pnnt 111
� �� ,
h
o �'�
� ��`6
�� +•'Pr ia��� TF+B Surefy f, f[delify
A�aoclafiion of Ame�ica
Hesident Agent Countersignature Laws Have Been Eradicated
and �olate the Eaw f n Every Ll.S. State
The purpose of t#�is short white paper is to inform the reader that resicfent age�t coun#ersigr�ature laws have
been eradicated throughaut t�e United States and its territories (with the exception oi �uam, where it has not
been challe�gedj. Any bid, perfarmance, or payment bond that requiras a resider�t agent tountersignature or
a resident agent signature violates the law, as svch requirernents have been heid untonsti[utional by federai
courts throug�out the United 5tates and have been repealed hy state legislatures. Such requlrements
impermissibfy favor licensed resident agents aver licensed nor�-re�idenk agents. It is nat the countersignature
requ�rement that is problematic; it is t�e requirement that the counterslgnature must be that of a resident
agent that vialates the law.
i'he f�at�anal Assaciation of Surety Bond Producers (NASBPj and the 5urety & Fideiity Association (SFAA) are
aware that officEals in same state and locai agencies are not informed about the illegality of resident ager�t
counterslgnature ma�dates. These officials will impraperEy reject a bid based on lack of a required resident
agent countersignature or improperly refuse to accept perlormante and �ayment bonds 6ased on lack of a
requlred res#dent agent countersignature. ntASaP an� SFAA receive dozens of inem�er requests each year to
send camment letters to public agencies that have included the unlawful resident agent countersignature
requirernent in their s�rety bonds.
Countersignature faws date back ta the early twentieth century when states passed the laws as a cansumer
protettion me�sure. The regulations requiring non-residenE agents to receive sign-off by a lacal resident agent
were originalfy int�nded to ensure Campliance with local insuranee laws. Thvse regulatians also meant that
out•af-state agents had to pay local agents for their signat�res. By the 1990s, technoiogy made the
cauntersignature laws an anachrtinism of regulation. The movement to repea! cauntersignature laws began in
the 199�s and ended in 200$ when t�e lVinth Cir�e�it struck down Nevada's tountersignature law. This
movement was spearheaded 6y The Cauncil of Insurance Agents & 8rolcers.
One of the most well-known cases on this matter is Covncil of lnsurartce Agenis and 8rokers v. Torn Gallagher,
287 F. Supp. 1d 1302 (i�,D. Fla. 2003j, in which the U.S. District Court for the Northern bistrict oF Florida struck
down a Fiorida statute that impermissibly favored resident agents. The distritt tourt determined th�t there
was no ra[ional basi5 for a distinc#ian between properly iicensed resident agents and non-resident agents and
dec�ared unconstitutional the F�orida statute at issue that discriminated against Florida-licensed non-resident
agents.
Members may want Eo have the �ond forms reviewed ta en5ure that the bonds da not contain an illegaf
resident agent signa#ure or countersigRature requirement. To darity, it is permissi6le for bond farms ta
contain a licensed {resident OR non-residentj agent counkersignaiure requirement, just not that it be a
resident agent.
Since an earlier �ersion of this white paper was first released in OctQber 2Q18, there has been confusion about
the ambit of the term "resident agent" in this white paper. The term "resident agent" in this context refers to
resider�t insurance agents--and NOT to resident agents for purpases af service of process.
December 2019 Page 1 of 1
006119-1
MAfPlTF.NAriEF, BOND
Page I uf 3
Bond No.67422a592
I
2
3
4
5
6
7
8
9
10
II
12
13
14
i5
SECTION QO 61 ]9
MAiNTENANCE AOND
TNE STATE �F TEXAS §
§ iCNOW ALL BY THESE PRESEIVTS:
C�UNTY OF TARRAl1'T §
That we Culler Repaving• I�3c., iuiown as "Principal" herein and
Liberty MuSua1 Insurance Company , a carparate surety (sureties, if more tha�2
one) duly authorized tv do busi�ess i�i the State af Texas, known as "Surety" hereiiz (whetl�er one
or more), are held and fim�ly baund unto the Ci#y of Fort Warth, a rnunicipal corporation created
��ursuant to ihe larvs of the State of �"exas, known as "Ciry" herein, in tlie sum ofTHREE M[LLION
QNE HUNDRED THIf�7'i'-EIGHT TFiOUSAND FORTY-SiX A1VD 22/100 Do�lars
�,�3�138.046.22), lawfui money af tl�e lJnited States, to 6e paid in Fort Worth, Tarrant County,
Texas, for payment af which sum well and truly be n�ade unto the City and its successors, we bind
oqrselves, our heirs, executors, adniinistratars, st�ccessors and assigns, jointly and severally, firmly
tG by khese presents.
17
E8 WHEREAS, the PrincipA! lias entered into � certain written contract �vith tt�e City awarded
E9 the_ 1.2th_ day of November , 2024 , which Conrract is hereby
20 referred to and a made part hereof for a�! purposes as if fully set forth herein, to fumish ali materials,
21 equipment labor and other accessories ss defined by law, �n the prosecution of the Wvrk, includin�
22 ar►y Work resultit�g from a duly authorized Chapge Order (collcctiveiy l�ereir�, the "Work") as
23 provided for in said contract and designated as 2025 HOT [N PLACE RECYCLING CONTIiACT
2�+ I, City Praject Na. 105C47; pnd
25
26 WHEREAS, Frincipal binc�s itself to use such rnaterials and to so construct the Worfc in
27 accordance with the plans, specifieations and Cantract Documents that the Work is and wil! remain
28 free from defects in materials or workmanship for and dueing th� period of t�vo (2) years after the
29 date of Final Acceptance of the Work by the City ("Maintenance Period"); aad
30
31 WHER�AS, Priricipal binds itsclf tn rcpair or rcconstruct thc Work in �vhalc or in part upon
32 receiving notice frorr� th� City of the r�eed therefor at any time within the Maintenance Period.
33
Cfl'Y Of �OR'f WdR'TIf Z(125 [[bT iN PLACE RECYCLTIVC� CONTRACT t
S7'AiVRNtl3 CONSTRC'CT10N SPECIFlCATIQN DOCUMEi�'T3 Ciiy Arojcct No. 1455�17
Revised i]ecemher 8, 2023
oasi iq-z
MAINTFKANCF BO� 7n
Pagr :. u[ 3
I
z
3
4
S
6
7
8
9
f0
NOW THEREFORE, the condition ot�tEais obligation is suc�� that ifPrincipaE sl�all refnedy
any defeetive Work, far whiei� timely notice was provided by City, to a com�letian satisfactory to
thc Ciry, then this obligatian shall i�ecome null and void; othenvise to remain in fuii force and
effect.
PROVIDED, HOWEVER, if Principal sha�l fail so to repair or recflnstn�ct any timely
noticed defeetive Wark, it is agreed that the City may eause any and al I such defective Work to bc
�epaired ancf/or reconstructed witli all associated costs thereof beiug borne by the Priiicipal and the
Surely under this Maiiitenance bond; and
f 1 PROVIDED FUR�'HER, that if any fegai action be �iled on this Bond, venue shall lie in
12 Tarrant County, Texas or tl�e United Stares Disuict Court for t��e Northern District of Texas, Fvrt
!3 Worth Di�ision; and
14
IS
16
17
!8
l4
PROVIDEA FURTHER, that this obl��atiun shal� be continuaus in nature and successive
reeovenes may be had hereon for successive breaches.
CiTY dF F�RT WORTIi 2�25110T fh' PLACE RECYCLThi� ('[ilvTltA['T I
STAt1DARdCONSTRL'Ci{QN S!'ECfF[CAilO;J qOCiIMENTS Ciiy Piujcci �u. 165Cr37
Revised �eccmber 8, 2023
0061 19-3
MAINTi�NAhCf RONf}
Pagc 3 uf 3
1 [N WITNESS WHEREOF, the Principal and the Surcty have each SIGNED and SEALED tilis
2 instrument by duly at�thnrized agents and oificers o�� this the �2�h day af t�ovember
20 24 .
3
S
6
?
g
9
1Q
1l A7TEST:
]2
13 �, p,�..�
14 (Ari»�ipa!} 3 lary
]5
16
i7
18 �, -`,:'
, � �... . t. ��� `� ��
� 20 i�tiess as t Principal
. � � • ��
' 22.' �',� r
s,} ' 23� � a, ,,
, ` 24 �' m
JS `� � �'
L n.
26 : :'` t
27 "
28
�9 ATTEST:
3U —
31 ��,
32 {5ure ) Se�ret�ry �ebecca K
3 3 ��
34 � � - .. ��
35 Witnes s. Surely Jusiln L Terrel
36
37
38
39
40
41
42
F'RINCIPAL:
C€�tler R�avinq, Inc.
/
;
BY: �
Signa�ure
Charles R. Veskema President
Name and'fitle
Address: 921 E. 27th St
L�wrence, KS 65046
��,,�r,r,
`�,aG� �°'1?„'•.
SURE"CY: ,'�-P . ' � D � � ' • �'?i `•
Liberl Mutual Insurance Campa�a� ��P� s� •, �. ;
-- ' �' '—�_ ��► �• ;
. a �1+ � .
sv:�t�.�... �� v►f�-��_ �-�- z ' "
S ignature ' � •, � p .' y� .
` ,.
'.���; y� �S A �' ,
Clara R. Navarro Abela, ASFarney-In-Fac[ � � � � ' ' ' ' .�
ZEame a�d Title �' � 1 � � �}, � ` � `,`
t�d�fe55: 175 gerkele�,$�,reeE
Baslon- MA 0211b
Teiephone Number: 31fr44&2548
Etnail Address: C�ara.Navarco�imacorp com
�`Note: If signed by an officer of the Surety Company, there must be on file a certified extract
from the by-laws showing that this person has authority ta sign such obligation. If
Surety's physical address is different from its �nailing address, bath must be provided.
The date of tlie ba«cf shall not be prior to the c�ate the Cantract is awarded.
C{TY 4F FORT W4RT1 f 2p25 ROT IN P4AC� RECYCLiNC CONTRACT 1
STANDARD CONSiRi'CT[0T3 SPECIFICATiON UQCUMEiVT5 Ci�y Pcojrc� Na. 105G47
Rcvssed Decem6er 8, 2U23
�• Liberty
�ufual�
SURETY
Liberty Mulual Ensuranee Gompany
P� iNSU� PLt� �Ns� a ti�+suRp The OhioCasuaity insu�ance Campany
ja`oa4o�,fay�,m �Jg`oRva� �'p9yn k R1G�PP6R� � i'�� Nlast Americaa Insvrance Companp
�'i 912 � d 1919 � � 1991 � � � %� /�
Y ;8 c ! 's * ¢W ° a � .�//��l,y�y
d',4 '��cnug�" yL O�'y�NoON,ba Ys, �NoiaKt .aD dLf � _i-
��� r 4-t� �Hl * FN �R'1 + 1�a gy' �
pavid M. Carey. Assistanl5ecretary
POWER DF ATTORNEY
On lhis 31 si day of lanuary 2024 hefore me personally appearec# pavid M. Ca�ey, wha ackrrowledged himseif Ev be She Ass�siam 5�elary of Li�eny Mutual
Company, ihe Ohio Casualty Company, and Wes; Amerscan Insutantc Campany, and Ihal he, as sudi, being aulhorized so to da, exacute Ihe ioregoing instrument Far Ihe
lherein conlained by sign�ng ort �ehaEf of Ihe oorporaUons 6y himself as a duly aulhosized o�cer.
!N WI7NESS YYHEREOF, I have hereunto su6saibed my name and a€fixed my notanal sea{ al Plympud� Meeting, PennSyHa�ia, on tfie tlay and year first above wntten
KNDWN RLL PER50NS 8Y THESE PRESENiS; Thaa 7he 6hio Gasuatry Insurance Company is a wipora6on duly arganized under tha laws oi Ihe Slate of New HampsY�ire, Ihai
Ci6erty Mutoal fnswance Company is a corporalion duly organized under tlse laws of [he State a! FAassacfi��sefls, and West American Insurance Company is a corporatien duly organ'szed
�ndef U1e �awS of lhe $tale p1 fntiiana (he�ein COIIeCIivEly Called Lhe'Companies"), pursuant tn and hy au[f�oaity herein set forth, does hesehy name, tonSEitule and appoinl, Dcsiree F.
Wcsunorcland; Myriah A. Andcrsurt; Fimushy C. Suii+h; Todd Alun R;�mbu; Clare R. Navarcu A6cla; A1 ci¢ Marie Hoebcner
all ol I�e aty af 1Vichira slale of 1(5 each individua4ly if �heie be more �han ane rtamed, its tr�e anC lawful aKomey-fmfact to ma3ce,
ezecuie, saal. aclmouiedge and delivor, Tor and on its hehalf as surety and as ils acl and deed, any and ail undor�akings, 6onds, recogrtizanees and oihEr surety o6ligatians, in parsuance
of Ihese presents and shall ke as binding upnn tl�e Companies as if they have 6een duiy signed by tt�e presidenl and atlesied by Ihe sauetary of the Campanies in �eir own pmper
persons.
1N 4HI�MESS W�iEREQF, l�is Powar of Anamey has been subscribed �y an aulhorized olflcer or oKcial of khe Companies and Ine corporate seais ol ihe Campanies have been a(fized
Sherolo Ihis 31 st day of __ lanuarZ , 2024 .
N
a1
C
ro
�o S�aae of PENNSYLYANIA
� County ¢1 MD�l7GOAfERY
V �
o�
N �
N �
�
_�p
� �N
O �
�p
C �'
�
af �
CS1 �
� 4
� �
E ��
,,
3
Thia Power o(Attomey limits the acl6 of those namer3 herein, and they have na auihor3ty ta
bind the Company except in ti�e manner and to ihe ezteM hergin 6lated.
or �
;:.
�
Liberty Mutual Insura�ce Campany
The Ohio Casualty insurance Company
West American lnsurance Campany
casv�,anwaa�m d Fer,niyr,a,�a • Maiary Seej
TE�esnPnslNq FFo�yAuh',�
Mon19c^xh Cauny
My cammssWr explies March 28. 2025 8y
Cwmtccaon �n6er 11I60k�7
Mem�¢:. Pmn�yf.enb Asvanata� of Nac:�ea
Certificaie No. $211Z87-6740QT
/ .
NoEary
ih�s Ppwer of A4omey is made snd executed pursuaN lo and by aalhority ai Ihe lo�owing By-laws and Aulhonxalfnns o! The Ohio Gasualty Insurance Campany, Liberiy Mutual Insurante
Gampany, and Wssl American Insurance Company wh cin �esufutrons are now in !u'I Iorce and effect reading as iolluws;
AR�ICLE kV - OffICERS: Se�tion t2. Power of Attomey.
Any officev ar ol�er official ol the CorporaGon authorized for �hat purpose in wri6ng by �he Chairman or the President, and su6ject to such Ismitation as lhe Chairman or Ihe Presideni
may presrrihe, shall appoint such attomeys•in•facl, as mTy be �ecessary to ac� in behall 01 the Ca�poralion la make, ezeca�e, seal, ackrwwfedge and deliver as surery any and all
undercatings, ponds, recvgnizances and dher sureiy obligauans. Such attom�eys�in-lact, subje�s io the I�rilations set fortt� in �selr reepective powers af atiamey, sl�au have fu€I
power to hind t�e CorparaGor� by Ri�eir signalure and exetulion of any such instn:menls and �o altach therelo l�e seal pf Ihe Cvrporation. 4Yhen so exewted, s�ch inslrumenEs shall
be as bind€ng 25 if signed by 4ha Presidenl and allested lo by Ihe Sauelary. My power or auEhorih� granted lo any representative or anomey-imfact under Ihe ptovfsions of Ihis
aRicle may he revnked al any aime bylhe Board, ihe Chairman.lhe Presidenl pr by Ihe officer or UffiCars �ranting such power or a�thori�y.
ARTfCiE XIII -@xecullon oiConlraCts: $ecGon 5. Su�ety 8onds aM Undertakings,
Any officer of Ifie Company authorixed fw thal p�trpose in uriling 5y Ihe chainnan or 1he presidenl, and suh�ed to such limitatians as the chairman or the president may prescribe,
shan appoinl such attameys-in-fact, as may �e necessary Ea ac! �n Uehall of the Company [o make, exacufe, seal, acknowledge and deliver as sucery any and a� vnde�takings,
bands, recvgnizances and othar sure4y abilgatio�s. Sueh aftomeys�ir-fa�l sv6jacl lo ihe IEmi�ati�ns sel forsh in their respect9ve powers of altorriey, sha� have lull power lo 61nd [he
Company by their signalure and axeculion a[ any such instrumenis and to aHach lherefo Ihe seal of Ihe Company. When so executed such instrurnents ahall be as hind�ng as if
signed by Ihe presidenl and altested hy Ihe seuaiary.
' u
• �1
v �
.!
�� ;
.♦
. v
► �
. .
. y;
.;
. �
,�
. .�
.
Certlf€cate oi Oesignation - The Presidenl of Ihe Company, ac6ng pu�suani to Ihe Bylaws oi the Company, aalhorizes David M. Caray, Assistanl Secrelary b appainl such astomeys•in•
fact as may 6e necassary to aci on bahalf of ihe Company lo make, eMecute, seal, aekmm�ledge and defiver as sureiy any and all underRakings, bonds, recognizances and aE�er serety
oh6�alians.
Aulhorixation - By uneniroaus ca�senl o� Une Company's Saar� of Diredors, lhe Campany consents tfiat facsimVle or methanicaBy reproduced signaNre oi an�+ assistant secretary of She
Company, wharever appearing upon a cartified capy of any power of atlomsy issieed by lhe Company in cvanectian w�ih surety bonds, shall he valid ancE 6inding upan Ihe Campany wlh
!he same �arce and effeci as Ihuugh manually a�ized
�, Renea C. Llawellyn, lhe undarsigned, Assistant Ssaeiary, The Ohio Casually Insutanco- Campany, Liherty Mutual fnsurance Company, and 4Vest Ameri�n I�,�u�am�'Oolnpany do
hereby certify I�a� Ihe origina! pcnnrer of attomey af which Ihe {aregoing is a�,II, hue and oorrect oopy of Ihe Power oi At�omay execuled by said Gompanies,� �fu�,�fi ��rvi�l ��,
has notbeenrevoked.
,` .j� ' [k P Q " '�' '�
iN TESTIMONY WHEREOF, I hava hera�nRo set my hand and affixed the seais of uid Companies Ihis (�}�, day aE �1�1�r, �-�I ._�!� ��O k-q� •�.
y sdsu
�lP' oavor��y
�. c, �, r
� s 19�2� o
�
Ydj1�a'QACNV5�ae
9j� � rt►
LMS-f2873 LMiC OCIC WAIC Mulu Co02/27
py�Y INS� a lNSu�
�J:�a�aq�rs'fl9,yn `ProRvoq�reyP
sY�i919w� � t997 Q
� �ryAYPg'F ,dD Yd+ �MarFN� �a�
��= w 1�N �M � ��
: >- : ? �` �. C� :
,�-• t912 n•O.
By. ' c.�t`� - m+� �`s �� ; a .
ReneeC.Llewellyn,AssislantSsuelary� � �T,.��
•, SEfii `
'��,.,��,,,
• Liberty
N�utual�
StIRETY
TEXAS
IMP4RTANT NOTICE
To obtain information ar make a complaint:
You may call toIl-free for information or to
make a complaint at
I-$77-751-2640
You may aiso write to:
2200 Renaissance Blvd., Ste. 400
King of Prussia, PA 19406-2755
You rriay cantact the Texas Department of
Insurancc to obtain information on cornpanies,
coverages, rights or cornplaints ak
I -800-252-3439
You may write the Texas Department of Insurance
Consurr�er Protection (111-IA}
P. O. Box 149091
Austin, TX 78714-909I
�Ax: �s�27 a�o-�aa�
Web: http:llwww.tdi.texas.r�ov
E-nr�aiI: ConsumerProtectian ,t�i_texas.�o�,,
PREMIUM OR CLA[M DISPUTE�:
Should you have a dispute concerning your
premium or about a claim you shouid first contact
the agent or call 1-800-843-6446.
If the dispute is r►ot resol�ed, yc�u may contact #he
Texas Department of Insurance.
ATTACH TH�S NOTICE TO YOUR
POLICY:
T�is notice is for information only and does not
become a part or canditio� of the attached
dacument.
TEXAS
AVISO IMPORTANTE
Para obtener informacion a para someter u�a
queja:
Usted puede llarnar al numero d� tel�fono gratis
para informacion o para sarr,eter una queja al
1-877-751-2G40
Usted tambien puede escribir a:
2204 Renaissance B9vd., Ste. 400
King of Prussia, PA 19406-2755
Puede cornunicarse con el Departamento de
Seguros de Texas para obtener informacian
acerca de companias, coberturas, derec�os o
quejas al
1-800-252-3439
Puede escrib�r at Departamento de Seguros
de Texas Consumer Protection (111-1 A)
P. O. Box I 4909 i
Austin, TX 78714-9091
FAX # {512) 490- ] 007
Web: http:i/www.tdi.texas.�ov
E-inail: ConsumerProtection(c��tdi.texas.�ov
DISPUTAS SC}BRE PRIMAS O RECLAMOS;
Si tiena una disputa concerniente a su prima n a
un reclamo, debe comunicarse con el agente o
primero. Si no se resuelve 1a disputa, puede
entoncgs comunicarse co� el departainento (TDI)
UNA ESTE AVISO A SU POLIZA:
Este aviso es solo para proposito de inforr�nacion y
no se convierte en parte o condicion del
documento adjunto.
NP 7fl 68 09 O l
LMS-S5282 t0175
t0125124, 1i 11AM
5uLon Platform
,�-�� (�F ���.
r.�� � � _�..���,
"� �� �; ��. �
/ � I I � ' I 5.� �
`,
II � 1 � 1�J1 ��
II � f,` � � rf / .I� �
� \ '��. / '.���
1� �� � ' /
�� \� �-} ;� �
_�� �
\*��� -_- `� ' *
_ �. � :.
�`'�- �'EX A�='
General Lines Agent
Qualificatian EHective qates
Property and Casualty 1012�11202a
CLARA R NAVARRQ ABELA
NPN: 20554£93
�sp E oou��a,s A�� s�� aaa
wic�+�r�, Ks s�zoz
is auth4rized to tra�sact business as described above
License IVo: 325136"/ lssue Uate: 1 012 412 0 2 4 �xpiratiar� Date: 0813112D26
C�enerat�ti hy S:rccrs J3? �O�fi3
��1 �� ��i�l nF,t
�
M � � �
[�r!rtiR�r��r�-� oc l�si:k.+nrR a �� + %
'iHIS IS TQ CERTIFY 7HA7 �
I rF'\A4.
� CLARA R NAVARRO ABELA
In�o E raou��ns nv� sr� �oo
� wiwH,rA K5 Gr���az
�
� LtCENSE Nl1MBER 325tJfi7 NP� �(155A693
IS HEREBY AUTHORiZED TO TRA[VSACT BL151NESS IN
ACC�R�ANCE 70 TI-IE LlCENSE DESCRIPTtON SHOWN
BEL�W
General Lines Agent
Property and C�su�lty
Issue Dale: lU72A120?.k Expiratfon �are� (18131!?0?6
Gane�ated 6f S rco�+ 3320GtG� �
httrrs:!lplatfarm.sircOrt.com!#11 icense•pnnl 1 f 1
���UPr
O`'yFj ",�, �,T�
� �=�$�
°' t�,. ,0.4 ° The Surety a Flda!!Fy
Aa�oclaiion n� Amerfca
Reside�t Agent Cauntersignature Laws Fia�e Been Eraclicated
and Violats the l.aw in �very U.S. 5tate
The purpose of this short white paper is to inform the reader that resident agent countersignature laws have
been eradicated throughout tfi�e United States and its territories (with the exception of Guaan, where it has nat
been challenged). Any bid, performance, ar payment bond t�at requires a resident agent counters+gnature or
a resident agent signature violates the law, as su�h requirernents ha�e been �eld ur�cor�stitutional by federal
courts throughout the ilnited 5tates and have been repealed by state legislatures. Such requfrements
impermissibly favor licensetf reside�nt agents over licensed non-resident agents. ft is not the countersignature
requirament that 9s prablematic; iT is the requirement that the countersignat�re must be that of a resident
agent that �iolates the �aw.
The �iatianal AssQciation af Surety Ba�d Producers �NASBPj and the Surety & Fidelity Association (SFAAj are
aware that officials in some state and Iqcal ager�cies are not informed abaut the illegality o� resideRt agent
countersignature mandates. 7hese officiais will improper�y rejett a bid ba5ed on lack of a required resident
agent countersignature or impraperfy refuse to accept performance and payment bonds based on latk of a
requlred �esident agent countersignature. Na59P and SFRA receive dozens of inember requesis eact� year to
send tomment letters to public agencies that have included the unlaw#ul resident agent countersignature
requirement in their surety bonds.
Countersignature iaw5 date back to ti�e �arly twentieth century when states passed the laws as a eonsumer
protection measure, The regulations requiring non-resident agents to receive si�n-off by a local resident agent
were ariginally intended to ensure campliance with local insurance laws, Those regukations afso meant that
out-of•state ageni5 had to pay local agents for their signatures. ey the 1990s, tethnology made the
countersignature laws an anachronism af regulation. The movement to repeal countersignature laws began in
the 1990s and ended in 2008 when the Ninth Circuit struck down Nevada's countersignature law. 7his
rr�ovement was spearheaded by 7he Cos�ncil of Insurance Agents & Brakers.
C3ne af the most wel!-icnown cases on thi5 matter i5 Council af tnswonce Agenfs arrd Brokers v. Tom Gallagher,
287 F. Supp. 2d .13Q.2 {N.p. Fla. 2003), in which tF►e U.S. Distric# Court far the Northern District of Florida struck
down a Florida statute that impermissibly favored resident agents. The district court determined thak there
was na rational basis for a distinciion between properly licensed re5ident age�ts anc3 non-resident agents and
declared unconstitutionai the Florida statute at issue that cfiscriminated against Florida-IicenSed non-resident
agents.
Members may want to have the band forms reviewe� to ensure that the bonds da not contain an illegal
resident agent signature or �ountersignature requirement. To Clarify, it is permis5ible for bond forms ta
contain a lice�5ed (resident OR non-residentj agent countersignat�re requirement, just not that it be a
resident agent.
Since an eariier �ersion af this white paper was #irst reie�sed in Dctober 2018, there has been confusion about
the ambit of the term "resident agent" in this whike paper. The term "resident ager�t" in Ehis co�text refers to
resident insurance agenks--and NOT to resident agents for purposes of ser�ice o� process.
December 2�19 Page 1 of 1
006125-1
CERTIFICATE OF INSURANCE
Page 1 of 1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
SECTION 00 61 25
CERTIFICATE OF INSURANCE
[Assembler: For Contract Document execution, remove this page and replace with standard
ACORD Certificate of Insurance form.J
END OF SECTION
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
2025 HOT IN PLACE RECYCLING CONTRACT 1
City Project No. 105647
��
Signature: P t�a�l'IGlGiNL �11GiG�fGiG�f
Email: patricia.wadsack@fortworthtexas.gov
FoRT WoRTH��
Routing and Transmittal Slip
Transportation & Public Worl;s
Department
DOCUMENT TITLE:2025 Hot In Place Recvclina Contract 1
M&C: 24-0985
Date: 11 /20/24
To: I Name
CPN: 105647
1. Donnette Murph3
2, Patricia Wadsack
3. Lauren Prieur
4. Priscilla Ramirez
5. Dou¢ Black
6. Jesica McEachern
7 Ronald Gonzales
8 Jannette Goodall
9 Allison Tidwell
10. TPW Coatracts
CSO:
D�artment Initials
:isk Appmver ��.�
PW A mver �L1N'
TPW-SiQner Signed in Agiloft
CSCO-Form Filler
�w
�
�
DOC#:
Date Out
11/20/24
11/21/24
11 /22/24
11 /25/24
12/04/24
12/04/24
12/04/24
12/05/24
CC: Program Manager, 3r. CPO, TPW HSPAP Recon Team, TPW Records Room, TPW
Contracts
DOCUMENTS FOR C1TY MANAGER'S SIGNATURE: All docucnents received from any and all
City Depathnents requesting City Manager's signature for approval MUST BE ROUTED TO Tf�
APPROPRIATE ACM for approval first Once the ACM has signed the routing slip, David will review
and take the next steps.
NEEDS TO BE NOTARIZED: ❑YES �No
RUSH: ❑YES �No SAME DAY: ❑YES �No
ROUTIIVG TO CSO: �YES ❑No
Action Reguired:
❑ As Requested
❑ For Your Information
� Signature/Routing and or Recording
o ���t
n Flle Link to general conditions & specifications
NEXT DAY: ❑YES ONo
❑ Attach Signature, Initial and Notary Tabs
Return To: Please notify TPWContracts a�fortworthteaas.�ov for pickup when complete. Call eat.
7Z33 or eaw 8363 with que9tions. Thank you!
F�RT ��RTH�7
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE: 2025 HOT IN PLACE RECYCLING CONTRACT 1
M&C: CPN: 105647 CSO:
Date: 10/25/24
�
�
�
�
�
�
�
�
:
�
�1
Name
Charles Veskerna
Marwan Hafez
Leonel Rios
Department
Vendor-Signel
TPW-Signer
TPW-Review
Initials
v
�
DOC#:
Date Out
10/30/24
10/30/24
11 / 18/24
CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW
Contracts
DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all
City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE
APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review
and take the next steps.
NEEDS TO BE NOTARIZED: ❑YES �No
RUSH: ❑YES �No SAME DAY: ❑YES ❑No
ROUTING TO CSO: �YES ❑No
Action Required:
❑ As Requested
❑ For Your Information
� Signature/Routing and or Recording
❑ Comment
❑ File
NEXT DAY: ❑YES ❑No
❑ Attach Signature, Initial and Notary Tabs
Return To: Please notify TPWContracts(u�fortworthtexas.gov for pickup when complete. Call ext.
7233 or ext. 8363 with questions. Thank you!
��
Bond Verification
�' r� M&C