HomeMy WebLinkAboutContract 62381CSC No. 62381
FORTWORTHOH
CONTRACT
FOR
THE CONSTRUCTION OF
PEDESTRIAN SAFETY IMPROVEMENTS FOR LONG AVE
City Project No. 104299
Mattie Parker
Mayor
David Cooke
City Manager
Lauren Prieur
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
Transportation and Public Works Department
2024
Kimley-Horn and Associates, Inc.
Abhishek Acharya, P.E.
801 Cherry Street, Unit 11, Suite 1300
Fort Worth, Texas 76102
817-335-6511
TBPE Firm No. F-928
P�.00Fo T�q�6/6/2024
®B
0
o000000000000000000000*0®
0, ABHISHEK ACHARYA
®0—o 0000000000000000aaaaoo�
®0 124094 o w �
®®o
®/gam`'iCEWs .
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
FORTWORTH,
City of Fort Worth
Standard Construction Specification
Documents
Adopted September 2011
00 00 00
TABLE OF CONTENTS
Page 1 of 5
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions
Last Revised
0005 10
Mayor and Council Communication
07/01/2011
0005 15
Addenda
07/01/2011
0011 13
Invitation to Bidders
02/08/2024
0021 13
Instructions to Bidders
01/17/2024
0035 13
Conflict of Interest Statement
02/24/2020
00 41 00
Bid Form
09/30/2021
00 42 43
Proposal Form Unit Price
01/20/2012
0043 13
Bid Bond
09/11/2017
00 43 37
Vender- r,,...,plia-n e to S 0 .T../wu Naiffeside 4 B a ao
06/ i
0045 11
Bidders Prequalifications
08/13/2011
0045 12
Prequalification Statement
09/30/2021
0015
nQ/t z
00 45 26
Contractor Compliance with Workers' Compensation Law
07/01/2011
00 45 40
Business Equity Goal
10/27/2021
00 52 43
Agreement
3/08/2024
0061 13
Performance Bond
12/08/2023
0061 14
Payment Bond
12/08/2023
0061 19
Maintenance Bond
12/08/2023
00 61 25
Certificate of Insurance
07/01/2011
00 72 00
General Conditions
03/08/2024
00 73 00
Supplementary Conditions
03/08/2024
Division 01
- General Requirements
Last Revised
01 1100
Summary of Work
12/20/2012
01 25 00
Substitution Procedures
07/01/2011
01 31 19
Preconstruction Meeting
08/17/2012
01 3120
Project Meetings
07/01/2011
01 32 16
Construction Schedule
10/06/2023
01 3233
Preconstruction Video
07/01/2011
01 3300
Submittals
12/20/2012
01 35 13
Special Project Procedures
03/11/2022
01 45 23
Testing and Inspection Services
03/09/2020
01 5000
Temporary Facilities and Controls
07/01/2011
01 5526
Street Use Permit and Modifications to Traffic Control
03/22/2021
0157 13
Storm Water Pollution Prevention Plan
07/01/2011
0158 13
Temporary Project Signage
07/01/2011
01 60 00
Product Requirements
03/09/2020
01 66 00
Product Storage and Handling Requirements
07/01/2011
01 70 00
Mobilization and Remobilization
11/22/2016
01 7123
Construction Staking and Survey
02/14/2018
01 74 23
Cleaning
07/01/2011
0177 19
Closeout Requirements
03/22/2021
01 78 23
Operation and Maintenance Data
12/20/2012
01 78 39
Project Record Documents
07/01/2011
CITY OF FORT
WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
CPN 104299
Revised March 8,
2024
00 00 00
TABLE OF CONTENTS
Page 2 of 5
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
None
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
httiD:Hfortworthtexas.eov/tiDw/contractors/
or
htti)s://apps.fortworthtexas.2ov/Proi ectResources/
Division 02 - Existing Conditions Last Revised
0241 13 Selective Site Demolition 03/11/2022
0241 14 Utility Removal/Abandonment 12/20/2012
02 4z1--15 Paving n o.,.,,ya 02 /n o
Division 03 - Concrete
03 34-13 Controlled row Stfe.gt McAe.-;nt (C crag i2Q0Q0i2
Division 26 - Electrical
26 05 00 Common Work Results for Electrical 03/11/2022
26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012
2605 3 Undefgr-ound Tloets and Raee.. ays f Eleetfienl Systems 0�/nm r01QO14
7l�8 E:1IYPYY.Ur1.eatiens Multi Doet Gen"it 02Q6Qozv
Division 31 - Earthwork
31 0000
Site Clearing
03/22/2021
3123 16
Unclassified Excavation
01/28/2013
n1 /3
312323
31 24 00
Beffew
Embankments
01/28/2013
31 25 00
31�r36
Erosion and Sediment Control
04/29/2021
1 /�zr20/20
00
31 37 00
Gabiens
Riprap
z
12/20/2012
Division 32 - Exterior Improvements
32 0i i7 fV- "irk P_orc�,r Q/'�;z
32 11 23 Flexible Base Courses 12/20/2012
3'�9 T e Tr-ea4ed Base !''etff12/�lzz 202viz
3'� Liquid ad Foil fteabdi er 09/his
3212 16 Asphalt Paving 12/20/2012
32 13 13 Concrete Paving 06/10/2022
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104299
Revised March 8, 2024
1 32 1320
32 1613
32 1723
3 7�5
3231 13
�323126
323129
3232 13
3291 19
32 92 13
3292 4
32
3q 9✓ 43
Concrete Sidewalks, Driveways and Barrier Free Ramps
136jk UritPa-ving
Concrete Curb and Gutters and Valley Gutters
Pavement Markings
Curb aaz
Chain Fences and Gates
Cast -in -Place Concrete Retaining Walls
Topsoil Placement and Finishing of Roadway Right-of-ways
Sodding
,.To N ive coed;,.,.
Native ✓l✓&-and Wildflower Seeding
Trees and Shfubs
00 00 00
TABLE OF CONTENTS
Page 3 of 5
12/09/2022
12/09/2022
06/ 10/2022
12/20/2012
12/7 z
11 Piz
06/05/2018
03/11/2022
05/ 13/2021
05/1�2
1 n1 /n�
1 'l1 Piz
Division 33 - Utilities
22�0 Sewer and Manhole Testing 09/0742019
22�T Closed Gi-eu t Television(GGTA() inspo..+;c . can1loarj er 03/lv�r1142022
330132 32 Closed Gir-euit Television (GGTA7) Tnspeetion Sicvm D: ir. 12/03
23 03 10 %-r%ca Du1R o .g of E*isting Sewer Systo,�„� 12/7�zr2042012
33 04 10 1 1 2 /7�z zvizviz
33 04 (`..,-.-osio,,, Control Test Stations 12/7zzr20,L20 z
33 04 Magnesium Anode Ga, die Pr-oteet; r Syste-n 12/�tz
33 04 40 and Acceptance Testing fWater Mains 02/no ti�13
33 04 50 Cleaning of Pipes 03/11,9022
22�o Utility Trench R..eay tint, L,mt2d epA and R..,.kfil 04/0242021
22�2 Water- Line 1 .,we -in 1 2/'fez
22�3 > r-afne Cove- ad Gr- de Ring no/n 2
33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 03/11/2022
Grade
110 C ne fete Water- Vaults 12/�2042012
22�0 Auger Boring 12/20,9012
T 33052T 1
�.urmalT � .�^. ar Plate 12/20,9012
330522 Stee4-'._,miA. g Firs 12/zzr2042012
22�3 17.,*d T,,,„noliag 12/'lzzr2042012
22�4 lnst.,lla4ion of Cafr-ier-Pipe i (`.,s;.-.g or- Tunnel Liner- Pl.,tee 12/0z
330530 1 ,,e tier of Existing Utilities 12/'fez
33 1105 05 Bolts, Nu4s and !`_.,slots 12/'1!1/204-1
�-� r-v� , , r�rzvrzvzz
-zy 1 1 11 r1,,�nO'1 Fitrisgs 09/ T
.'-3 11 12 ,Pro 0 mr—eRipe o�z
Type 12/' ?-1 .,ppe Stool Cylinder- z
.� 11 1., Een�et� ProO�ra Pita, Jar � 1( r ,
1 1 14 B -ied Stool Pipe and >~44in.s 12/20,L2012
33 1229 Resilient Sea4ed Gate V 1w 05/n�IS
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104299
Revised March 8, 2024
00 00 00
TABLE OF CONTENTS
Page 4 of 5
22�T
22 1225
��
33 1230
n xx W n Rubber- - Sea4e,l Btwe - fly N7
C.,.meetia t L` +' xx Ta4er-Aa.,i
ono �rlv�R
C..m1.in tie Aif Va4ye Assemblies f
D„t.,ble xxl.,ter System
nn /2�n
02/06,9113
o��
12/20,9012
r
33 1240
22�0
22�0
L';,�s
�tOr Ea"i��lJ FiOrl.3iiS
Standafd Blow Asseff.bly
01 /0 4
, 2r2n/2n, 2
/
�zvrzvzz
06/,vvr192013
33 31 12
ogll.,lye
Gur-2d ix Nava P)
12/7 z
?i3 3, 13
F-ib01�� P ainf- ,.ee Pipe for- G -a-y t., C io�tpj-Sewefs
12 /20QO12
✓3 3, 15
High Density Polyethylene (uDPE) Pipe for- Ca
tafy, C'o..
nn /2vTrz3 2019
-a a
�'
2� ✓ 31
D.,1...,iny G ler-i (PNIG) Close Dr !` file -ay ty Q.,.� 4 ,-y, Sewer-
, 2 /2�rsvTiv iz
e
Pipe
2_ 2.
.� .� 32
� FIr L�I2in
Sanit,�� ,r ep g
1 2 /20QO1 2
22 21 22
�rz�
22�o
C`aa tmy. Se U' >✓
��r � I�0 �Rllar�rt
Sa-n taFy Sewer- So,. nee C,.,meetions .-ad Ser-y T ; o
,2/20 2l112
rLrrvrtvzz
nn /2642
22�0
ee
Cl/,,,.,N1.�It1.a n;,-Valve Eanitarj Sewe,-R...-..oA�
12/2�,-2042012
3339 10
22�0
Cact in Plaoe G,.,,,.rete Manholes
Precast C,., erete AiTanhol
12/2�;i
, 22/2zzr20 2012
22�0
22�0
Fiber -glass Manholes
xx asto.,,a4er- n eoess U. or lWAG)
,2/2�, n�z
12/2042012
22�no
22�0
��Ci F/allltar�' ge r C�, , , ,,-o�
Reinforeed C,., St,.,-,Y. Sewer Pipe/Culverts
nn/2�
o,TQO21
n2/no 1�T
22�z
erete
High Density Polyethylene (HDPE) Pipo for Stmm Drain
12/2��2
22 I 1 12
Reinfer-eed Polyetl...W fii, (ffTE) Dipv
„ /1 �
33 � 1 13
D. :/ice D11w � [1ll�r$a4 Dmin
y
06 / 10 ll�i
33 4600
F,tl--d iM�ge
12/2�12
22 4601 1
�
Slotted S onm Drains
no7/01 /201 1
�=
23 4602
T+enOh Dmir.,j
02/0T
3349 10
Cast -in -Place Manholes and Junction Boxes
12/20/2012
2 2�0
Curb and D?op
03 / iva riiiviz
33 4940
Storm DraiL1amd-uall"— d Wingwalls
Q7/0z
Division 34 -
Transportation
3441 10
Traffic Signals
03/11/2022
3441 10.01
Attachment A — Controller Cabinet
12/18/2015
3441 10.02
Attachment B — Controller Specification
02/2012
3441 10.03
Attachment C — Software Specification
01/2012
34 41 11
2A�3
T:N\mr,—T+a€fQ Firgnvb
De...,,ying
„/22/2012�n
n2/ivsr1110WO
34 41 20
T-r-a e Signals
Roadway Illumination Assemblies
12/20/2012
34 41 20.01
Arterial LED Roadway Luminaires
06/15/2015
34 41 20.02
Freeway LED Roadway Luminaires
06/15/2015
34 41 20.03
Residential LED Roadway Luminaires
06/15/2015
34 41 30
Aluminum Signs
11/12/2013
1 34 71 13 Traffic Control
03/22/2021
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 8, 2024
Pedestrian Safety Improvements for Long Ave
CPN 104299
00 00 00
TABLE OF CONTENTS
Page 5 of 5
TxDOT Specifications
The following are applicable TxDOT specifications or special specifications, which were adopted
by TxDOT on November 1, 2014:
Item 506 Temporary Erosion, Sedimentation, and Environmental Controls
Item 1004 Tree Protection
Appendix
GC4-.0
A-tailtK--K*,,
Fly-4.02
FiubmYf ee aa Physieal r nd4iors
GC-6.06.D
Minority and Women Owned Business Enterprise Compliance
GC-6.07
Wage Rates
GC= 6..QP
Potmito and Utilities
GG-6-.21
'NoKdio9I
GR nt 60 00
Pr-ed et ReWai-Nxn�,,'gc
END OF SECTION
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104299
Revised March 8, 2024
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
000510-1
MAYOR AND COUNCIL COMMUNICATION (M&C)
Page 1 of 1
SECTION 00 05 10
MAYOR AND COUNCIL COMMUNICATION (M&C)
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Pedestrian Safety Improvements for Long Ave
CPN 104299
11/24/24, 10:39 PM
M&C Review
ACITY COUNCIL AGEND
Create New From This M&C
DATE: 11/12/2024 REFERENCE **M&C 24- LOG NAME:
NO.: 0997
CODE: C TYPE: CONSENT PUBLIC
HEARING:
Official site of the City of Fort Worth, Texas
FoRWox'11�rH
20LONG AVE ARPA
PEDESTRIAN SAFETY
IMPROVEMENTS PROJECT
Keel
SUBJECT: (CD 2) Authorize Execution of a Contract with the Fain Group, Inc., in the Amount of
$3,791,653.20 for the Long Avenue Pedestrian Safety Improvements Project (2022 Bond
Program)
RECOMMENDATION:
It is recommended that the City Council authorize execution of a contract with the Fain Group, Inc., in
the amount of $3,791,653.20 for the Long Avenue American Rescue Plan Act Pedestrian Safety
Improvements project (City Project No. 104299).
DISCUSSION:
The purpose of this Mayor and Council Communication (M&C) is to authorize execution of a
construction contract with the Fain Group, Inc., in the amount of $3,791,653.20 for the construction of
the Long Avenue Pedestrian Safety Improvements project (City Project No. 104299).
This project is part of the American Rescue Plan Act (ARPA) Subtitle M State and Local Fiscal
Recovery Funds (SLFRF), of which $16,000,000.00 was allocated for use on City of Fort Worth
Transportation and Public Works Projects classified as Majority Minority Area Infrastructure
Improvements Projects — Streetlights and Pedestrian Safety.
This project's scope includes traffic signal replacement, intersection improvements, the extension of an
existing westbound right turn lane, median modifications, sidewalk extensions, accessible pedestrian
signals (APS), and Americans with Disabilities Act (ADA) ramps at multiple intersections along Long
Avenue from Azle Avenue to McKinley Avenue.
This project was advertised for bid on March 7 and March 14, 2024, in the Fort Worth Star -Telegram.
On March 28, 2024, the following bid was received:
Bidder
Fain Group, Inc.
Amount
$3,791,653.20
The project budget for the Long Avenue ARPA Pedestrian Safety Improvements project is below:
Fund
Existing Additional
project Total
Funding Funding
34027 - 2022 Bond
$2,900,000.00
$2,900,000.00
Program Fund
31001 -Grants
Capital Projects
$4,865,000.00
$4,865,000.00
Federal Fund
Project Total
$7,765,000.00
$7,765,000.00
DVIN OFFICE —Compliance with the City's Business Equity Ordinance has been achieved by the
following method: The Business Equity Division placed a 7.21\% business equity goal on this
solicitation/contract. The Fain Group, LLC, will be exceeding the goal at 8.23\%, meeting the City's
Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity
Division.
apps.cfwnet.org/cou nciI_packet/mc_review.asp? I D=32703&counciIdate=11 /12/2024 1 /2
11/24/24, 10:39 PM M&C Review
This project is located in COUNCIL DISTRICT 2.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are available in the current capital budget, as previously
appropriated, in the Grants Cap Projects Federal Fund for the ARPA Pedestrian Safety
Improve project to support the approval of the above recommendation and execution of the contract.
Before any expenditure is incurred, the Transportation & Public Works Department is responsible for
validating 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: Lauren Prieur (6035)
Additional Information Contact: Monty Hall (8662)
ATTACHMENTS
104299 ARPA Lona Ave compliance memo Approved N.pdf (CFW Internal)
104299 M&C FID Attachment.xlsx (CFW Internal)
104299 MC Map WLonaAveARPA CPN104299.pdf (Public)
104299 SAM Report - Fain Group.pdf (CFW Internal)
1295 - Signed.pdf (CFW Internal)
20LONG AVE ARPA PEDESTRIAN SAFETY IMPROVEMENTS PROJECT.docx (CFW Internal)
apps.cfwnet.org/cou nciI_packet/mc_review.asp? I D=32703&counciIdate=11 /12/2024 2/2
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
0005 15- 1
ADDENDA
Page 1 of 1
SECTION 00 05 15
ADDENDA
END OF SECTION
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104299
Revised July 1, 2011
0005li-1
ADDENDA
Page I of 2
I SECTION 00 05 15
2 ADDENDA
3
4 CITY OF FORT WORTH, TEXAS
5 Transportation and Public Works Department
6
7 Pedestrian Safety Improvements for Long Ave
8 City Project No. 104299
9
10 ADDENDUM NO. 2
11
12 Addendum No. 2 Issued: July 15, 2024
13
14 Bid Open Date: July 18, 2024 at 2:00 P.M.
15
16
17 This Addendum forms a part of the plans, contract documents, and specifications for the above
18 referenced project and modifies the original specifications and contract documents. Bidder shall
19 acknowledge receipt of this addendum in the space provided below, and in the proposal (Section
20 00 41 00). Failure to acknowledge receipt of this addendum could subject the bidder to
21 disqualification.
22
23 Prospective bidders are herebv notified of the followina:
24
25 The Plans, and contract documents for Pedestrian Safety Improvements for Long Ave, City
26 Project Number 104299, were previously revised and updated on Bonfire and are hereby
27 documented in Addendum No. 2 as follows:
28
29 1. SPECIFICATIONS & CONTRACT DOCUMENTS:
30 a. SECTION 00 42 43 PROPOSAL FORM — Replace the PROPOSAL FORM in
31 its entirety with the attached revised PROPOSAL FORM. The Irrigation
32 Allowance Unit Price was added.
33 b. BidTable (rev.071524)(BT-)7DQ) — The bidtable was revised in Bonfire to
34 reflect the changes made to the proposal form.
35 2. QUESTIONS RECEIVED ON BONFIRE
36 a. Question #1: Is Bid Item #3212.0401 for HMAC Transition to be used and
37 compensated for primarily placing 2" HMAC Transition in front of new curb &
38 gutter, drive approaches, ADA ramps and concrete paving?
39 b. Answer # 1: Yes, the HMAC Transition item is used primarily for the items listed
40 above.
41 c. Question #2: It appears the temporary striping will be needed; how do we get
42 compensation for temporary pavement striping/markings? Allowance or Traffic
43 Control item? Please clarify.
44 d. Answer #2: Temporary pavement markings are subsidiary to the Traffic Control
45 item.
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104299
Revised July 1, 2011
1
2
3
4
5
G
7
s
a
1a
li
12
13
14
15
IG
17
18
19
20
21
22
21
24
25
26
27
u
29
30
31
32
33
34
35
36
37
38
39
40
41
42
6aas15-2
ADDENDA
Page 2 ar ?
e, Question 43: Will the City of Fort Worth please provide the allowance value far
bid item "9999.0001 irrigation Allowance."
f. Answer ##3: Yes, the attached revised Proposal Farm includes the allowance
value for bid item "9999.0001 Irrigation Allowance,"
This Addendum No. 2 forms part of the Plans, Specifications, and contract documents for
the above referenced project and modifies the original project manual and contract
documents of the same.
Acknowledge your receipt of Addendum No- 2 by completing the requested information
in the space provided in Section 00 41 00, Bid Fonn, Page 3 of 3.
A signed copy of Addendum No. 2 should be included in the submitted sealed bid at the
tine of bid submittal, Failure to acknowledge the receipt of Addendum No, 2 could cause
bidder to be considered "NONRESPONS[VE," resulting in disqualification_
Addendum No. 2
RECEIPT ACKNOWLEDGEMENT
By: _
ar Frazler, President
company: The Fain Group, Inc. --
Address: 2500 Great Southwest Pkwy.
("ity: Fort Worth State: TX
Lauren Prieur, P,E.
Director, Tratrsportation and Public Works
53t--
By:---- - -
Seth Cooksey, P.E.
Project Manager, TPW.
END OF SECTION
CITY OF FORT WORTH Pedestrian Sang• linrrovemanls liar Long Aw
STANDARD CONSTRUCTION SPECI ICATTON DOCUMENTS CPN I042199
Itavised July I, 2011
0005 15- 1
ADDENDA
Page I of 2
1 SECTION 00 05 15
2 ADDENDA
3
4 CITY OF FORT WORTH, TEXAS
5 Transportation and Public Works Department
6
7 Pedestrian Safety Improvements for Long Ave
8 City Project No. 104299
9
10 ADDENDUM NO. 1
u
12 Addendum No. 1 Issued: July 11, 2024
13
14 Bid Open Date: July 18, 2024 at 2:00 P.M.
15
16
17 This Addendum forms a part of the plans, contract documents, and specifications for the above
18 referenced project and modifies the original specifications and contract documents. Bidder shall
19 acknowledge receipt of this addendum in the space provided below, and in the proposal (Section
20 00 41 00). Failure to acknowledge receipt of this addendum could subject the bidder to
21 disqualification.
22
23 Prospective bidders are herebv notified of the followina:
24
25 The Plans, and contract documents for Pedestrian Safety Improvements for Long Ave, City
26 Project Number 104299, were previously revised and updated on Bonfire and are hereby
27 documented in Addendum No. 1 as follows:
28
29 1. SPECIFICATIONS & CONTRACT DOCUMENTS:
30 a. SECTION 00 21 13 INSTRUCTION TO BIDDERS — Sections 4.1.4 and 17.6
31 were updated.
32 b. SECTION 00 4100 BID FORM — Sections 3, 4 and 5 were revised and updated.
33 c. SECTION 00 42 43 Proposal Form - The bid item total was updated.
34 d. SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW
35 NONRESIDENT BIDDER was removed from the project manual.
36 e. SECTION 00 45 12 PREQUALIFICATION STATEMENT — Two work types
37 were added.
38 f. BidTable (rev.062524)(BT-37DQ) — The bidtable was revised in Bonfire to
39 reflect the changes made to the proposal form.
40 2. QUESTIONS FROM THE PRE -BID MEETING
41 a. Question # 1: Is there a school within the project limits?
42 b. Answer #1 : Yes, Dolores Huerta Elementary School is within the project limits.
43
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104299
Revised July 1, 2011
1
2
3
4
5
G
7
8
9
10
11
12
13
14
15
IG
17
18
19
20
21
22
23
24
25
26
27
28
29
34
31
32
33
34
35
36
37
38
39
40
0005 13 -2
ADt]LNt]A
11:18C2 of' 2
This Addendum No. 1 forms part of the Plans, Specifications, and contract documents For
the above referenced project and modifies the original project manual and contract
documents of the same.
Acknowledge your receipt of Addendum No, 1 by completing the requested information
in the space provided in Section 00 41 00, Bid Form, Page 3 of 3_
A signed copy of Addendum No. 1 should be included in the submitted sealed bid at the
time of bid submittal, Failure to acknowledge the receipt of Addendum No. I could cause
bidder to be considered "NONRESPONSIVE," resulting in disqualification.
Addendum No. I
RECEIPT ACKNOWLEDGEMENT
lay:
Lar I` tier resident
Comeany: The train Group, Inc,
Address: 2500 Great Southwest Pkwy.
City:Fort Worth State. TX
Lauren Prieur, P.E.
Director, Transportation and Public Works
sy:
5Dt7--
Seth Cooksey, P.E.
Project Manager, TPW.
END OF SECTION
CITY OF VORT WOR7I-1 Padeslrian Saialy Improvements Ior LDne Avc
STANDARD CON-57RU4TJ()N SPECIFICATION DOCUMENTS CPN I o4299
Revised July I, 701 1
00 11 13
INVITATION TO BIDDERS
Pagel of 3
SECTION 00 1113
INVITATION TO BIDDERS
RECEIPT OF BIDS
Electronic bids for the construction of Pedestrian Safety Improvements for Long Ave, City
Project Number 104299 ("Project") will be received by the City of Fort Worth via the
Procurement Portal https:Hfortworthtexas.bonfirehub.com/portal/?tab=ovenOpportunities,
under the respective Project until 2:00 P.M. CST, Thursday, July 18, 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, 7th Floor, Room 745.
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:
httl)s:Hfortworthtexas.bonfirehub. com/nortal/?tab=oDenOpportunities
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
Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010.
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104299
Revised 2/08/24
00 11 13
INVITATION TO BIDDERS
Page 2 of 3
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 major work will consist of the (approximate) following: removal of sidewalk, driveways,
curb, asphalt, and concrete pavement, traffic signal installation, sidewalks, driveways, curb
ramps, pavement markings, and signs.
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
httl)s://fortworthtexas.bonfirehub.com/l)ortal/?tab=ol)en0pportunities, 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
httl)s://fortworthtexas.bonfirehub.com/_)ortal/?tab=ol)en0pportunities, 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, July 9, 2024
TIME: 9:00 AM, CST
Invitations with links to the web conferencing application will be distributed directly to those who
have submitted an Expression of Interest.
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.
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104299
Revised 2/08/24
00 11 13
INVITATION TO BIDDERS
Page 3 of 3
FUNDING
Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from
revenues generated from bonds and reserved by the City for the Project.
ADVERTISEMENT DATES
June 20, 2024
June 27, 2024
END OF SECTION
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104299
Revised 2/08/24
0021 13
INSTRUCTIONS TO BIDDERS
SECTION 00 2113
INSTRUCTIONS TO BIDDERS
1. Defined Terms
Page 1 of 10
1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section
00 72 00 - GENERAL CONDITIONS.
1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the
meanings indicated below which are applicable to both the singular and plural thereof.
1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting
directly through a duly authorized representative, submitting a bid for performing
the work contemplated under the Contract Documents.
1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or
corporation acting directly through a duly authorized representative, submitting a
bid for performing the work contemplated under the Contract Documents whose
principal place of business is not in the State of Texas.
1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City
(on the basis of City's evaluation as hereinafter provided) makes an award.
2. Copies of Bidding Documents
2.1. Neither City nor Engineer shall assume any responsibility for errors or
misinterpretations resulting from the Bidders use of incomplete sets of Bidding
Documents.
2.2. City and Engineer in making 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:Hai)ps.fortworthtexas. gov/ProiectResources/
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104299
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 2 of 10
3.1.1. Paving — Requirements document located at:
httos:Hapi)s. fortworthtexas.2ov/Proi ectResources/ResourcesP/02%20-
%20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPavin2
%20Contractor%20Prequalification%2OProaram/PREQUALIFICATION%20REO
UIREMENTS%20FOR%20PAVING%2000NTRACTORS.1pdf
3.1.2. Roadway and Pedestrian Lighting — Requirements document located at:
htti)s:Happs. fortworthtexas.2ov/Proi ectResources/ResourcesP/02%20-
%20Construction%2ODocuments/Contractor%2OPrecivalification/TPW%2ORoadwa
y%20and%20Pedestrian%20Lishtin2%20Prequalification%20Pro2ram/STREET%
20LIGHT%20PREOUAL%20REOMNTS.Udf
0 0 0
OEanito ,14201Se—,efq 2OCo 4r-aet,..oi2nn,.o,,,,.,lifiea4iE)n a>;rmnAVSS
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:
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104299
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 3 of 10
4.1.1. Shall examine and carefully study the Contract Documents and other related data
identified in the Bidding Documents (including "technical data" referred to in
Paragraph 4.2. below). No information given by City or any representative of the
City other than that contained in the Contract Documents and officially
promulgated addenda thereto, shall be binding upon the City.
4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general,
local and site conditions that may affect cost, progress, performance or furnishing
of the Work.
4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost,
progress, performance or furnishing of the Work.
4.1.4. Is advised that, City, in accordance with Title VI of the Civil Rights Act of 1964,
78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal
Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part
21, Nondiscrimination in Federally -assisted programs of the Department of
Transportation issued pursuant to such Act, hereby notifies all bidders that it will
affirmatively insure that in any contract entered into pursuant to this advertisement,
minority business enterprises will be afforded full opportunity to submit bids in
response to this invitation and will not be discriminated against on the grounds of
race, color, or national origin in consideration of award.
4.1.5. Shall study all: (i) reports of explorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions relating to existing
surface or subsurface structures at the Site (except Underground Facilities) that
have been identified in the Contract Documents as containing reliable "technical
data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any,
at the Site that have been identified in the Contract Documents as containing
reliable "technical data."
4.1.6. Is advised that the Contract Documents on file with the City shall constitute all of
the information which the City will furnish. All additional information and data
which the City will supply after promulgation of the formal Contract Documents
shall be issued in the form of written addenda and shall become part of the Contract
Documents just as though such addenda were actually written into the original
Contract Documents. No information given by the City other than that contained in
the Contract Documents and officially promulgated addenda thereto, shall be
binding upon the City.
4.1.7. Should perform independent research, investigations, tests, borings, and such other
means as may be necessary to gain a complete knowledge of the conditions which
will be encountered during the construction of the project. For projects with
restricted access, upon request, City may provide each Bidder access to the site to
conduct such examinations, investigations, explorations, tests and studies as each
Bidder deems necessary for submission of a Bid. Bidder must fill all holes and
clean up and restore the site to its former conditions upon completion of such
explorations, investigations, tests and studies.
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104299
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 4 of 10
4.1.8. Shall determine the difficulties of the Work and all attending circumstances
affecting the cost of doing the Work, time required for its completion, and obtain all
information required to make a proposal. Bidders shall rely exclusively and solely
upon their own estimates, investigation, research, tests, explorations, and other data
which are necessary for full and complete information upon which the proposal is
to be based. It is understood that the submission of a proposal or bid is prima -facie
evidence that the Bidder has made the investigations, examinations and tests herein
required.
4.1.9. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or
between the Contract Documents and such other related documents. The Contractor
shall not take advantage of any gross error or omission in the Contract Documents,
and the City shall be permitted to make such corrections or interpretations as may
be deemed necessary for fulfillment of the intent of the Contract Documents.
4.1.10. 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
of:
4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to
the site which have been utilized by City in preparation of the Contract Documents.
The logs of Soil Borings, if any, on the plans are for general information only.
Neither the City nor the Engineer guarantee that the data shown is representative of
conditions which actually exist.
4.2.2. those drawings of physical conditions in or relating to existing surface and
subsurface structures (except Underground Facilities) which are at or contiguous to
the site that have been utilized by City in preparation of the Contract Documents.
4.2.3. copies of such reports and drawings will be made available by City to any Bidder
on request. Those reports and drawings may not be part of the Contract
Documents, but the "technical data" contained therein upon which Bidder is entitled
to rely as provided in Paragraph 4.02. of the General Conditions has been identified
and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is
responsible for any interpretation or conclusion drawn from any "technical data" or
any other data, interpretations, opinions or information.
4.2.4. Standard insurance requirements, coverages and limits.
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104299
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 5 of 10
4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i)
that Bidder has complied with every requirement of this Paragraph 4, (ii) that without
exception the Bid is premised upon performing and furnishing the Work required by the
Contract Documents and applying the specific means, methods, techniques, sequences or
procedures of construction (if any) that may be shown or indicated or expressly required
by the Contract Documents, (iii) that Bidder has given City written notice of all
conflicts, errors, ambiguities and discrepancies in the Contract Documents and the
written resolutions thereof by City are acceptable to Bidder, and when said conflicts,
etc., have not been resolved through the interpretations by City as described in
Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate
and convey understanding of all terms and conditions for performing and furnishing the
Work.
4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated
biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by
Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract
Documents.
5. Availability of Lands for Work, Etc.
5.1. The lands upon which the Work is to be performed, rights -of -way and easements for
access thereto and other lands designated for use by Contractor in performing the Work
are identified in the Contract Documents. All additional lands and access thereto
required for temporary construction facilities, construction equipment or storage of
materials and equipment to be incorporated in the Work are to be obtained and paid for
by Contractor. Easements for permanent structures or permanent changes in existing
facilities are to be obtained and paid for by City unless otherwise provided in the
Contract Documents.
5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed
in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-
of-way, easements, and/or permits are not obtained, the City reserves the right to cancel
the award of contract at any time before the Bidder begins any construction work on the
project.
5.3. The Bidder shall be prepared to commence construction without all executed right-of-
way, easements, and/or permits, and shall submit a schedule to the City of how
construction will proceed in the other areas of the project that do not require permits
and/or easements.
6. Interpretations and Addenda
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104299
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 6 of 10
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 prior to the Bid opening. Questions received after this day may not be
responded to. Interpretations or clarifications considered necessary by City in response
to such questions will be issued by Addenda. 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.
6.3. Addenda or clarifications shall be posted under the respective Project via the
Procurement Portal
httl)s:Hfortworthtexas.bonfirehub. com/l)ortal/?tab=oDenOD1)ortunitie s
6.4. A prebid conference may be held at the time and place indicated in the Advertisement
or INVITATION TO BIDDERS. Representatives of City will be present to discuss the
Project. Bidders are encouraged to attend and participate in the conference. City will
transmit to all prospective Bidders of record such Addenda as City considers necessary
in response to questions arising at the conference. Oral statements may not be relied
upon and will not be binding or legally effective.
7. Bid Security
7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of
five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent,
issued by a surety meeting the requirements of Paragraph 5.01 of the General
Conditions.
7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice
of Award have been satisfied. If the Successful Bidder fails to execute and return the
Contract Documents within 14 days after the Notice of Award conveying same, City
may consider Bidder to be in default, rescind the Notice of Award and act on the Bid
Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to
have defaulted.
8. Contract Times
The number of days within which, or the dates by which, Milestones are to be achieved in
accordance with the General Requirements and the Work is to be completed and ready for
Final Acceptance is set forth in the Agreement or incorporated therein by reference to the
attached Bid Form.
9. Liquidated Damages
Provisions for liquidated damages are set forth in the Agreement.
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104299
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 7 of 10
10. Substitute and "Or -Equal" Items
The Contract, if awarded, will be on the basis of materials and equipment described in the
Bidding Documents without consideration of possible substitute or "or -equal" items.
Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or -
equal" item of material or equipment may be furnished or used by Contractor if acceptable to
City, application for such acceptance will not be considered by City until after the Effective
Date of the Agreement. The procedure for submission of any such application by Contractor
and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General
Conditions and is supplemented in Section 0125 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:
httl)s:Hcodelibrarv.amle2al.com/codes/ftworth/latest/ftworth tx/0-0-0-22593
11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person
or organization against whom Contractor or City has reasonable objection.
12. Bid Form
12.1. The Bid Form is included with the Bidding Documents.
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. Bids by individuals shall show the Bidder's name and official address.
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104299
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 8 of 10
12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated
on the Bid Form. The official address of the joint venture shall be shown.
12.8. All names shall be typed or printed in ink below the signature.
12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of
which shall be filled in on the Bid Form.
12.10. Postal and e-mail addresses and telephone number for communications regarding the
Bid shall be shown.
12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of
Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance
to State Law Non Resident Bidder.
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
httns:Hfortworthtexas.bonfirehub. com/l)ortal/?tab=oi)en0pportunitie s.
15. Opening of Bids
Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and
major alternates (if any) will be made available to Bidders after the opening of Bids.
16. Bids to Remain Subject to Acceptance
All Bids will remain subject to acceptance for a minimum of 90 days or the time period
specified for Notice of Award and execution and delivery of a complete Agreement by
Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid
security prior to that date.
17. Evaluation of Bids and Award of Contract
17.1. City reserves the right to reject any or all Bids, including without limitation the rights
to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids
and to reject the Bid of any Bidder if City believes that it would not be in the best
interest of the Project to make an award to that Bidder. City reserves the right to
waive informalities not involving price, contract time or changes in the Work and
award a contract to such Bidder. Discrepancies between the multiplication of units of
Work and unit prices will be resolved in favor of the unit prices. Discrepancies
between the indicated sum of any column of figures and the correct sum thereof will
be resolved in favor of the correct sum. Discrepancies between words and figures
will be resolved in favor of the words.
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104299
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 9 of 10
17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists
among the Bidders, Bidder is an interested party to any litigation against City,
City or Bidder may have a claim against the other or be engaged in litigation,
Bidder is in arrears on any existing contract or has defaulted on a previous
contract, Bidder has performed a prior contract in an unsatisfactory manner, or
Bidder has uncompleted work which in the judgment of the City will prevent or
hinder the prompt completion of additional work if awarded.
17.2. In addition to Bidder's relevant prequalification requirements, City may consider the
qualifications and experience of Subcontractors, Suppliers, and other persons and
organizations proposed for those portions of the Work where the identity of such
Subcontractors, Suppliers, and other persons and organizations must be submitted as
provided in the Contract Documents or upon the request of the City. City also may
consider the operating costs, maintenance requirements, performance data and
guarantees of major items of materials and equipment proposed for incorporation in
the Work when such data is required to be submitted prior to the Notice of Award.
17.3. City may conduct such investigations as City deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications, and financial
ability of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accordance with the Contract
Documents to City's satisfaction within the prescribed time.
17.4. Contractor shall perform with his own organization, work of a value not less than
35% of the value embraced on the Contract, unless otherwise approved by the City.
17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and
responsive Bidder whose evaluation by City indicates that the award will be in the
best interests of the City.
4-7-. 1. Purcuant ,
the lowest bid stibmitted by a responsible Texas Bidder- by t 0 oam m. a
o chain a
Eomporab-ll„ copal pla�f
business is leea4ed.
17.7. A contract is not awarded until formal City Council authorization. If the Contract is
to be awarded, City will award the Contract within 90 days after the day of the Bid
opening unless extended in writing. No other act of City or others will constitute
acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by
the City.
17.7.1. The contractor is required to fill out and sign the Certificate of Interested
Parties Form 1295 and the form must be submitted to the Project Manager
before the contract will be presented to the City Council. The form can be
obtained at httvs://www.ethics.state.tx.us/data/forms/1295/1295.vdf
17.8. Failure or refusal to comply with the requirements may result in rejection of Bid.
18. Signing of Agreement
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104299
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 10 of 10
18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied
by the required number of unsigned counterparts of the Project Manual. Within 14
days thereafter, Contractor shall sign and deliver the required number of counterparts
of the Project Manual to City with the required Bonds, Certificates of Insurance, and
all other required documentation.
18.2. City shall thereafter deliver one fully signed counterpart to Contractor.
END OF SECTION
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104299
Revised/Updated 1/17/24
00 35 13
CONFLICT OF INTEREST STATEMENT
Page 1 of 1
SECTION 44 35 13
CONFLICT OF INTEREST STATEMENT
Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a
Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's
Office pursuant to state law.
If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant
City Managers, or an agent of the City who exercise discretion in the planning, recommending,
selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then
a Local Government Officer Conflicts Disclosure Statement (CIS) may be required.
You are urged to consult with counsel regarding the applicability of these forms and local
Government Code Chapter 176 to your company.
The referenced forms may be downloaded from the links provided below.
Form CIO (Conflict of Interest Questionnaire) (state.tx.us)
httos_I/www.ethics.state. N.usldatalfarmslconflicUCI S.odf
0 CIO Form does not apply
❑ CIQ Form is on file with City Secretary
LJ CIO Form is being provided to the City Secretary
L_I CIS Form does not apply
I J CIS Form is on File with City Secretary
13 CIS Form is being provided to the City Secretary
BIDDER:
The Fain Group, Inc,
END OF SECTION!
By: Larry. Frazier
Signature:
Title: President
CITY OF FORT WORTH
STANDARD CCNSTRUCTION SPECfFICATION DOCUMENTS
Revised February 24. 2020
Pedestrian Safety tmprovaments for Long Ave
CPN 104259
0041 00
BID FORM
Page 1 of 3
SECTION 00 41 00
BID FORM
TO: The Purchasing Manager
c/o: The Purchasing Division
200 Texas Street
City of Fort Worth, Texas 76102
FOR: Pedestrian Safety Improvements for Long Ave
City Project No.: 104299
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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Pedestrian Safety Improvements for Long Ave
Revised 9/30/2021 CPN 104299
0041 00
BID FORM
Page 2 of 3
d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their
property to influence their participation in the bidding process or affect the execution of the
Contract.
3. Prequalification
The Bidder acknowledges that the following work types must be performed only by prequalified contractors and
subcontractors:
a. Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
b. Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
4. Time of Completion
4.1. The Work will be complete for Final Acceptance within 365 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. VemdaF O✓((((halm.: tom. Uata Law niom Resi.aemt Bid a`1r, ""�v-"ter
e. MWBE Forms (optional at time of bid)
f. Prequalification Statement, Section 00 45 12
g. Conflict of Interest Affidavit, Section 00 35 13
"If necessary, CIQ or CIS forms are to be provided directly to City Secretary
h. Any additional documents that may be required by Section 12 of the Instructions to Bidders
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Pedestrian Safety Improvements for Long Ave
Revised 9/30/2021 CPN 104299
0041 00
BID FORM
Page 3 of 3
6. Total Bid Amount
6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the
space provided below, please enter the total bid amount for this project. Only this figure will be read publicly
by the City at the bid opening.
6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is
subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective
estimated quantities shown in this proposal and then totaling all of the extended amounts.
Total Bid
7. Bid Submittal
This Bid is submitted on 07/18/2024
Respectfully ubmitted,
By:
gnature)
Larry Frazier
(Printed Name)
Title: President
Company: The Fain Group, Inc.
Address: 2500 Great Southest Pkwy.
Fort Worth, TX 76106
State of Incorporation: Texas
Email: Lfrazier@faingp.com
Phone: 817-927-4388
END OF SECTION
$3,791,653.20
by the entity named below.
Receipt is acknowledged of the Initial
following Addenda:
JAddendum No. 1:
JAddendum No. 2:
JAddendum No. 3: I
JAddendum No. 4:
Corporate Seal:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Pedestrian Safety Improvements for Long Ave
Revised 9/30/2021 CPN 104299
00 42 43
BID PROPOSAL
Page 1 of 3
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID Bidder's Application
Project Item Information I Bidder's Proposal
Unit 1 -
Bidlist Item
Description
Specification
Unit of
Bid
Unit Price
Bid Value
No.
Section No.
Measure
Quantity
1
0170.0100 Mobilization
017000
LS
1
$_29_0000.0.0
_
$
290,000.00
2
0241.0100 Remove Sidewalk
0241 13
SY
320
_$52,00
16,640.00
3
0241.0401 Remove Concrete Drive
0241 13
SY
2251
$40.00
._$
$_
9,000m
4
0241.0500 Remove Fence
0241 13
LF
55
$19 00
$
1 045.00
5
0241.1000 Remove Cone Pvmt
0241 13
SY
3,250
$35.00
$-_113,750.00
6
10241.1100 Remove Asphalt Pvmt
0241 13
SY
3,820
$16.Oa
$
61,120.00
7
10241.1300 Remove Cone Curb&Gutter
02 41 00
LF
5,9001
$14.00
$
-
_82,600.00
8
10241.1400 Remove Cone Valley Gutter
02 41 00
SY
1601
$35.00
$
5,600.00
9
10241.3015 Remove 24" Storm Line
0241 14
1 LF
2001
$59,00
$
11,800.00
10
12605.0111 Fumish/Install Elec Sery Pedestal (Traffic Signal)
26 05 00
1 EA
21
_$11 000.00
$__
22,000.00
11
2605.3014 2" CONDT RM (Riser)
26 05 33
LF
40
$26.00
1,040 .00
12
2605.3015 2" CONDT PVC SCH 80 (T) (
26 05 33
LF (
140
$49.00
-
$
_
6,860.00
13
2605.3016 2" CONDT PVC SCH 80 (B) (
26 05 33
1 LF
4351
$7800
$_
33,930.00
14
12605.3025 3" CONDT PVC SCH 80 (T) 1
26 05 33
1 LF
90
$55.00
$
4 950.00
15
12605.3026 3" CONDT PVC SCH 80 (B)
26 05 33
( LF
225
$82,00
18,450.00
16
12605.3033 4" CONDT PVC SCH 80 (T) 1
26 05 33
1 LF 1
1651
$59.-00
_$-
$
9,735.00
17
12605.3034 4" CONDT PVC SCH 80 (B) 1
26 05 33
1 LF I
7501
$85.00
$
_ 63 750.00
18
13110.0102 6"-12" Tree Removal 1
31 1000
EA I
8 (
$920.00
$_
7,360.00
19
13123.0101 Unclassified Excavation by Plan (
31 23 16
( CY
3,7501
$48.00
$
180,000.00
20
13124.0101 Embankment by Plan
31 24 00
1 CY
2501
$48.00
12,000.00
21
13137.0101 Concrete Rivrap
31 3700
SF (
341
$15.00
_$_
$
510.00
22
13125.0101 SWPPP > 1 acre
31 25 00
LS
1
$6 700.00
$-
_ 6,700.00
23
13211.0113 8" Flexible Base, Type A, GR-1
32 11 23
1 SY
7,650
$25.00
$
24
13212.0302 2" Asphalt Pvmt Type D
32 12 16
1 SY 1
5,1401
$26.00
$
_191,250.00
133,640.00
25
13212.0401 HMAC Transition
32 12 16
( TONS
360 (
$158 00
$
_
_56,880.00
26
13212.0505 8" Asphalt Base Type B
32 12 16
SY
5,140
$79.00
$„
406,060.00
27
13213.0103 8" Cone Pvmt
32 13 13
( SY
275
$117.00
$
32,175.00
28
13213.0301 4" Cone Sidewalk
32 13 20
( SF
6,070
$11.00
$
_66,770.00
29
13213.0321 Cone Sidewalk, Adjacent to Ret Wall 1
32 13 20
( SF
1801
$29.00
$
5 220.00
30
13213.0322 Cone Curb at Back of Sidewalk 1
32 1320
1 LF
2001
$23.00
$
4 600.00
31
13213.0401 6" Concrete Driveway 1
32 13 20
1 SF (
601
$159.00
$
9,540.00_
32
13213.0501 Barrier Free Ramp, Type R-1
32 1320
( EA
3
$5,485.00
$
16,455.00
33
3213.0505 Barrier Free Ramp, Type M-3 1
32 13 20
1 EA 1
21
$5,300.00
$
10,600.00
34
32110506 Barrier Free Ramp, P-1 (
32 13 20
( EA 1
121
$5 20000
$
62,400.00
35
3213.0507 Barrier Free Ramp, Type P-2
32 13 20
1 EA I
1 I
$4 600,00
$
4,600.00
36
3216.0101 6" Cone Curb and Gutter (
32 16 13
( LF 1
6,2501
$40,00
$
250,000.00
37
13216.0301 9" Cone Valley Gutter, Residential 1
32 16 13
SY 1
2071
$135.00
$
_
27,945.00
38
13217.0101 6" SLD Pvmt Marking HAS (W) 1
32 17 23
1 LF
9,9001
$3.00
$_
29,700-00..
39
13217.0102 6" SLD Pvmt Marking HAS (Y)
32 17 23
1 LF
1,015
$3.00
$
_
3,045.00
40
13217.0103 6" BRK Pvmt Marking HAS (W) 1
32 17 23
1 LF 1
1,990
41
13217.0201 8" SLD Pvmt Marking HAS (W) 1
32 17 23
LF (
850
$4.00
$
3 400.00
42
13217.0401 18" SLD Pvmt Marking HAE (W) 1
32 17 23
LF 1
1,6501
$12.00
$
19,800.00
43
13217.0501 24" SLD Pvmt Marking HAE (W) (
32 17 23
LF 1
6501
$15_.00
$.
9,750.00
44
13217.0502 Preformed Thermoplastic Contrast Markings - 24" (
32 17 23
LF 1
6701
$57 00
$
38 190.00
45
13217.1002 Lane Legend Arrow 1
32 17 23
1 EA 1
191
$230.00
$_
4,370.00
46
13217.1004 Lane Legend Only 1
32 17 23
1 EA 1
19
_
_ $230.00
-_$_-
_ 4070.00..
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Pedestrian Safety Improvements for Long Ave
Revised 9/30/2021
CPN
104299
00 42 43
BID PROPOSAL
Page 2 of 3
SECTION 00 42 43
PROPOSALFORM
UNIT
PRICE BID
Bidder's Application
Project Item Information
Bidder's
Proposal
Unit 1 -
Bidlist Item
Description
Specification
Unit of
Bid
Unit Price
Bid Value
No.
Section No.
Measure
Quantity
47
3217.2103 REFL Raised Marker TY II -A -A
32 1723
EA
14
$8.00
$
112.00
48
3217.2104 REFL Raised Marker TY II-C-R
32 1723
EA
223
$8.00
$
1,784.00
49
3217.4301 Remove 4" Pvmt Marking
32 1723
LF
2,595
$5.00
$
12 975.00
50
3217.4302 Remove 6" Pvmt Marking
32 17 23
LF
8,170
$6.00
$
__ 49,020.00
51
3217.4303 Remove 8" Pvmt Marking
32 1723
LF
845
$6.00
_$__
_ 5,070,00
52
3217.4306 Remove 24" Pvmt Marking
32 1723
LF
955
$15.00
$
14,325.00
53
3231,0121 4' Chain Link, Aluminum
3231 13
LF
50
$56.00
$
2,800.00
54
3232.0100 Conc Ret Wall Adjacent to Sidewalk
3232 13
LF
135
$231.00
$
31,185.00
55
3291.0100 4" Topsoil
3291 19
CY
700
$70.00
$
49 000.00
56
3292.0100 Block Sod Placement
3292 13
SY
6,250
$11.00
$
68,750.00
57
3305.0111 Valve Box Adjustment
3305 14
EA
16
$443.00
$
7 088.00
58
3341.0205 24" RCP, Class III
3341 10
LF
16
$284.00
$
4,544.00
59
3349.5001 10' Curb Inlet
33 49 20
EA
1
$9,480.0-0
$___-__9,480.00
60
3441.1001 Furnish/Install 3-Sect Signal Head Assmbly
3441 10
EA
23
$-2,850.00
$__
65,550.00
61
3441.1002 Furnish/Install 4-Sect Signal Head Assmbly
3441 10
EA
4
$3,688.00
$
_14,752.00
62
3441.1003 Furnish/Install 5-Sect Signal Head Assmbly
3441 10
EA
3
$4,758.00
$
14,274.00
63
3441.1012 Fumish/Install Ped Signal Head Assmbly
3441 10
EA
16
_$1,785.00
$
- 28 560 00_
64
3441.1209 Furnish/Install BBU System EXT Mounted
3441 10
EA
2
$11 160.00
$
22 320.00
65
3441.1215 Fumish/Install Hybrid Detection Device
3441 10
APR
4
$.10,930.00
_$
43 720.00.
66
3441.1220 Fumish/Install Model 711 Preemption Detector
3441 10
EA
8
$3,800.00
$
30,400.00
67
3441.1224 Furnish/Install Preemption Cable
3441 10
LF
995
$3.00
$
2,985 .00
68
3441.1031 Furnish/Install Audible Pedestrian Pushbutton
3441 10
EA
16
$1,300,00
$
20 800.00_
69
3441.1250 Furnish/Install PTZ Camera
3441 10
EA
3
$10,600.00
70
3441.1255 Furnish/Install Communication Modem
3441 10
EA
3
$4,913.00
$
14,739.00
71
3441.1260 Furnish/Install CATS Ethemet Cable
3441 10
LF
2,005
$5.00
$_
10,025.00
72
3441.1311 5/C 14 AWG Multi -Conductor Cable
3441 10
LF
160
$3.00
$
480.00
73
3441.1312 7/C 14 AWG Multi -Conductor Cable
3441 10
LF
1,455
$5.00
$
7,275.00
74
3441.1314 10/C 14 AWG Multi -Conductor Cable
3441 10
LF
970
_$7.0-0
$
6,790.00
75
3441.1315 20/C 14 AWG Multi -Conductor Cable
3441 10
LF
1,230
$10.00
$_
12.300.00
76
3441.1322 3/C 14 AWG Multi -Conductor Cable
3441 10
LF
2,650
_ $3.00
$__
-_ 7 950.00
77
3441.1408 NO 6 Insulated Elec Condr
3441 10
LF
440
$6.00
$
2,640.00
78
3441.1410 NO 10 Insulated Elec Condr
3441 10
LF
3,000
$2.00
$
6,000.00
79
3441.1413 NO 6 Bare Elec Condr SLD
3441 10
LF
210
$4.00
$
840.00
80
3441.1414 NO 8 Bare Elec Condr
3441 10
LF
1,990
$4.00
$
7,960.00
81
3441.1503 Ground Box Type D, w/Apron
3441 10
EA
16
$-3,100.00
$__49
_ 600.00
82
3441.1506 Fumish/Install Ground Box Type D
3441 10
EA
3
$2,560.00
$
7,680.00
83
3441.1603 Furnish/Install 10' - 20' Ped Pole Assmbly
3441 10
EA
5
$4,780.00
$
23,900.00
84
3441.1611 Furnish/Install Type 41 Signal Pole
3441 10
EA
2
$11 100.00
$
_22,200.00
85
3441.1612 Furnish/Install Type 42 Signal Pole
3441 10
EA
2
$9 650.00
$
19,300.00
86
3441.1613 Furnish/Install Type 43 Signal Pole
3441 10
EA
2
$13,240.00
$
26,480.00
87
3441.1614 Fumish/Install Type 44 Signal Pole
3441 10
EA
1
$12,225,00
$
12,225.00-
88
3441.1615 Fumish/Install Type 45 Signal Pole
3441 10
EA
4
$17 750.00
$
71,000.00
__- __..
89
3441.1623 Furnish/Install Mast Arm 16'- 36'
3441 10
EA
2
$6,769.00
$
13,538.00
90
3441.1624 Fumish/Install Mast Arm 40' - 48'
3441 10
EA
3
$9 780.00
$_-_29
340.00..
91
3441.1625 Furnish/Install Mast Arm 52' - 60'
3441 10
EA
4
$14,180.00
$
56,720.00
92
3441.1701 TY 1 Signal Foundation
3441 10
EA
5
$5,389.00
$
- 26,945,00
CITY
OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Pedestrian Safety Improvements
for Lang Ave
Revised 9/30/2021
CPN
104299
00 42 43
BID PROPOSAL
Page 3 of 3
SECTION 00 42 43
PROPOSALFORM
UNIT
PRICE BID
Bidder's Application
Project Item Information
Bidder's
Proposal
Unit 1 -
Bidlist Item
Description
Specification
Unit of
Bid
Unit Price
Bid Value
No.
Section No.
Measure
Quantity
93
3441.1703 TY 3 Signal Foundation
3441 10
EA
2
$10,796.00
$
21,592.00
94
3441.1704 TY 4 Signal Foundation
3441 10
EA
2
$14,925.00
$
29,850.00
95
3441.1705 TY 5 Signal Foundation
3441 10
EA
4
$15,953.00
$
63,812.00
96
3441.1715 Signal Cabinet Foundation - 352i & BBU
3441 10
EA
2
$7 484.00
$
14,968.00
97
3441.1725 Furnish/Install ATC Signal Controller
3441 10
EA
3
$9,041.00
$
27,123.00
98
3441.1741 Furnish/Install 352i Controller Cabinet Assembly
3441 10
EA
21
_
79,990.00
99
3441.1745 Furnish/Install 356i Controller Cabinet Assembly
3441 10
EA
1
$28,450.00
$
28,450.00
100
3441.1911 Paint Sig Mast Arm 40' - 48'
3441 10
EA
1
$2,735.00
$
_-2,735.00
101
3441.1915 Paint Sig Pole (Type 41, 43, 45)
3441 10
EA
1
$2,735.00
_ $.
2,735.00
102
3441.2001 Dispose/Salvage Traffic Signal
3441 10
EA
1
$12,195.00
$
12,195.00
103
3441.3051 Furnish/Install LED Lighting Fixture (137 watt
34 41 20
EA
1
$1,265.00
$
1,265.00
104
3441.3323 Furnish/Install 8' Wood Light Pole Arm
34 41 20
EA
1
$1,110.00
105
3441.4001 Furnish/Install Alum Sign Mast Arm Mount
34 41 30
EA
25
$863.00
$
21 575.00
106
3441.4003 Furnish/Install Alum Sign Ground Mount City Std.
34 41 30
EA
37
$711.0.0
$-
26,307.00
107
3441.4004 Furnish/Install Alum Sign Ex. Pole Mount
34 41 30
EA
1 (
$700.00
$
_
700A0
108
3441.4108 Remove Sign Panel and Post
34 41 30
EA
141
$237.00
$
_ _ _
___ 3 318.00
109
3441,4110 Remove and Reinstall Sign Panel and Post
3441 30
EA
1
$948.00
$
948.00
110
3471,0001 Traffic Control
3471 13
MO
12
$3 422.00
$
41,064.00
111
9999.0000 Integral Colored/Stamped 4" Concrete Median
9999
SY
300
$177.00
$
53,100.00
112
9999.0001 Irrigation Allowance
9999
LS
1
$25,000.00
$-
25,000.00
113
9999.0003 Remove Concrete Wheel Stop
9999
EA
2
$30.00
$ _
_ 60A0
114
9999.0004 Steel Cable Fence
9999
LF
16
$54.70
$
875.20
115
9999.0005 Sidewalk Flume
9999
EA
1
$1,460.00
$
1,460.00
116
0506 6041 BIODEG EROSN CONT LOGS (INSTL) (12")
TxDOT 506
LF
160
$9.00
$
1,440.00
117
1004 6002 TREE PROTECTION
TxDOT 1004
EA
13
$400.00
$
5,200.00
Total
Bid Amount
$ 3.791,653.20
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Pedestrian Safety Improvements for Long Ave
Revised 9/30/2021 CPN 104299
SECTION 00 43 13
BID BOND
KNOW ALL BY THESE PRESENTS:
00 43 13
a1a 8ONn
Page Iof2
That we, The Fain Group, t= , known as
"Bidder" herein and Westfield.tnsttrance CoMPM a corporate surety
duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City
of Fort Worth , a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum
of five percent (5%n) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth,
Tarrant County, Texas for the payment of which sum well and truly to be made, we }Sind ourselves, our heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project
designated as Pedestrian Safety Improvements for Lang Avo
NOW, THEREFORE, the condition of this obligation is such that if the City shall award
the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions
required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the
terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute
such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the
execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or
Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's
total bid amount and the next selected bidder's total bid amount.
PROVIDED FURTHER, that if any legal action be Filed on this Bond, venue shall lie in Tarrant County,
Texas or the united States District Court for the Northern District of Texas, Fort Worth Division.
IN WITNESS WHEREOF, the Principal and the Surety have SIGNET] and SEALED this instrument by
duly authorized agents and officers an this the I Rill day of a[v 2024
ATTEST:
Wfness as to Principal
CITY OF PORT WORTH
STANEIARO CONSTRUCTION SPECIFICATION DOCUMENTS
ReOrad 9/3012021
PRINCIPAL:
1'h�n Groutt�lAc.,
BY:
iwmeand
ure
-Lar V-7-10-r'
Title'
L rest, der? -
---p
edestrian Safety Improvements for Lang Ave
CPN 104299
Wih1es�3s to surety j�Iuui h, Sond Aecaullx Manaeer
Attach Power of Attorney (Surety) for Attorney -in -Fact
Address: RO_Box16a3U
E=Korth, TX 7616
SURETY-
We tf] RSur[ , 1 V f _'
By:
S nature
s
Name and Title
Address: 5.J3idge Road,_ $t�-313
�pricurs+tl 'T'X 75DR7 , -
Telephone Number: 972-172-7220
00 43 13
BID BOND
Page 2 of 2
'Note: If signed by an officer of tha Surety Company, there must be on file a certified extract from the by laws
showing that this person has authority to sign such obligation. If Surety's physical address is different frcin its
mailing address. both must be provided. The date of the bond shall not be prior to the date the Contract is
awarded.
END Or SECTION
CITY OF FORT WORTH Pedestrian Sarmy hmprovemenls for Long Ave
STANDARD CONSTRUCTION VeCIMCATION DOCUMFNTS Cord 1fl4na
RewSed W3012021
THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME
POWER # AND ISSUED PRIOR TO 05125l22, FOR ANY PERSON OR PERSONS NAMED BELOW,
POWER NO. 4220012 '!h
General
Power
of Attorney
CERTIFIED COPY
Westfield Insurance Co.
Westfield National Insurance Co.
Ohio Farmers Insurance Co,
Westfield Center, Ohio
Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO
FARMERS INSURANCE COMPANY, corporations, herelrrafter referred to Indivldually as a "Company" and collectively as "Companies," duly
organized and existing under the taws of the State of Ohio, and having its principal office In Wastfield center, Medina County, Ohlo, do by these
presents make, constitute and appoint
TONY PIERRO, JOHNNY MOSS, JAY JORDAN, MISTIE BECK, JEREMY BARNETT, JADE PORTER, ROBERT G. KANUTH,
JARRETT WILLSON, JACK NOTTINGHAM. BRADY WiLSON, BRENNAN WILLIAMSON, JOINTLY OR SEVERALLY
of ROCKWALL and State of TX its true and lawful Attorney(s)-In•Fact, with full power and authority hereby conferred in Its name,
plate and stead, to execute, acknowledge and deliver any and all bonds, recognixances, undertakings, or other instruments or contracts of
suretyship in any penal limit. - • - - - - - - - - - - - - - • - - • - - - - - - - " ` - - - - - - - - - - - - . --
LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE
GUARANTEE, OR BANK DEPOSITORY BONDS.
and to bird any of the Companies thereby as fully and to the same extent as it such bonds Were signed by the President, Sealed with the corporate
seal of the applicable Company and duly attested by its Secretary, hereby ratifying and conflrming all that the said Attorneys) -In -Fact may do In
the premises, Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the
WESTFIELD INSURANCE COMPANY. WESTPIPI-D NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY,
'Be it Resolved, that the Presldent, any Senior Executive:, any Secretary or any Fidelity & Surety Operations Executive or other Executive $hall
be and Is hereby vested with full power and authority to appoint any one or more 6ultable persons as Aftorney(s)-in-Fact to represent and act for
and on behalr of the Company sublect to the following provisions-,
The Atforney-0-fact. may be given full power and authority for and 1n the name of and on behalf of the Company, to execute, acknowledge and
deliver, any and all ponds, recognlzances, contracts, agreements of Indemnity and other con6tlon2l or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's Ilablllty thereunder, and any such instruments so executed by any suCh
Attorney -in -Fact shall be as binding upon the Company as if signed by the President and seated and attested by the Corporate Secretary.'
.Ae it Further Resolved, that the Signature of any SI+Gh designated person and the seal of the Company heretofore or hereafter affixed to any
power of attorney or any certificate relating theretn by facsimile, and any power of attorney or cartiticate bearing tacslmile signatures or facsimile
seal shall be valid and binding upon the Company with respect to any bond or undertaking to whlcn It is attached," {Each adopted at a meeting
held Dn February B, ?00%
in Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE
COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate Seals to be hereto
oMxed this 25th day Df MAY A•D., 2022 .
Corporate �yYRd "� :+'"jtiONA� �" a „","" WESTFIELD INSURANCE COMPANY
sects••• ••'¢�`p ,•;�,s• , WESTFf1~LD NATIONAL INSURANCE COMPANY
Affixed f OHIO FARMERS INSURANCE COMPANY
E
1� s : m = a :w...,.•.., .
e+�►Mw: :n= 18 = a
SEAL
�" ` r',`Se, .. Y••: , rr^r4+" -•a.� .ate• y 1
State of Ohio By If
r
county of Medina ss.: Gary W. tumpear, matiana Surety Leader and
Senior Exect+tive;
On this 25th day of MAY A,f)., 2M , before me personalty came Gary W. Stumper to me known, who, being by me duly sworn,
did depose and say, that he resides In Medina, GII that he Is National Surety Leader and Senior Executive of WESTFIELD INSURANCE
COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and QHIO FARMERS INSURANCE COMPANY, the companies described in and whic [
executed the above instrument; that he knows the seals of sald Companies; that the seals affixed to said instrument are such corporate seals:
they were so affixed by order of the Boards of Directors of said Companies; and that he signed trl$ name thereto by like order.
Seal r AI-
AffNed
State of Ohio IIW40 David A. Kotnik, Attorney at Law, Nnlaf y PUbffc
County of Medina s$.: ., y �R t4 , My Commisslor Does Not Expire (Sec. 147.03 Ohio Revised Cade)
., N �, p• �, r
I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WI=STFIELID NATIONAL INSURANCE COMPANY and OH ID FARMERS
INSURANCE COMPANY, do hereby certify that the above and loreg❑Ing Is a true and correct copy of a Power of Attorney, executed by said
Companies, which Is stilt In full farce and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are
in full force and effect. -t
If? Witness Whereof, I have hereunto set my hand and affixed the seats of said Companies at Westfleld Center, Ohio, this It day of
VL j A.D., D �
Ir: �� Wit•, Ste- ,rn - ..,•� secrrrwy
� ��., ''r 4 •+ .' . ■'., 0V Frank A. Carrillo, Secretary
_ _ ••fie'- .1+�•, 4 r.. ••,
BPOAC2 (combined} (03.22)
IMPORTANT NOTICE
STATE OF TEXAS
COMPLAINT PROCEDURES
1. IMPORTANT NOTICE
To obtain information or make a complaint:
2. You may contact your agent.
3. You may call Westfield Insurance Company,
Westfield National Insurance Company, and/or
Ohio Farmers Insurance Company's toll -free
telephone number for information or to make a
complaint at:
1-800-243-0210
4. You may also write to Westfield Insurance
Company, Westfield National Insurance Company,
and/or Ohio Farmers Insurance Company at:
Attn: Bond Claims
One Park Circle
P O Box 5001
Westfield Center, OH 44251-5001
Fax #330-887-0840
5. You may contact the Texas Department of
Insurance to obtain information on companies,
coverages, rights or complaints at:
1-800-252-3439
6. You may write to the Texas Department of
Insurance, Consumer Protection Section (MC 111-1A):
P.O. Box 149091
Austin, TX 78714-9091
Fax: (512) 490-1007
Web: www.tdi.texas.gov
E-mail: ConsumerProtection(@tdi.texas.gov.
7. PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or
about a claim, you should contact the agent, Westfield
Insurance Company, Westfield National Insurance
Company, or Ohio Farmers Insurance Company first. If
the dispute is not resolved, you may contact the Texas
Department of Insurance.
8. ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not become
a part or condition of the attached document.
BD5430 (06-15)
AVISO IMPORTANTE
Para obtener informacion o para someter una queja:
Puede comunicarse con su (title) al (telephone
number).
Usted puede Ilamar al numero de telefono gratis de
Westfield Insurance Company, Westfield National
Insurance Company, and/or Ohio Farmers
Insurance Company's para informacion o para
someter una queja al:
1-800-243-0210
Usted tambien puede escribir a Westfield Insurance
Company, Westfield National Insurance
Company, and/or Ohio Farmers Insurance
Company:
Attn: Bond Claims
One Park Circle
P O Box 5001
Westfield Center, OH 44251-5001
Fax #330-887-0840
Puede comunicarse con el Departamento de
Sequros de Texas para obtener informacion acerca
de companies, coberturas, derechos o quejas al:
1-800-252-3439
Puede escribir al Departamento de Seguros de
Texas, Consumer Protection Section (MC 111-1A):
P.O. Box 149091
Austin, TX 78714-9091
Fax: (512) 490-1007
Web: www.tdi.texas.gov
E-mail: ConsumerProtection(@tdi.texas.gov
DISPUTAS SOBRE PRIMAS O RECLAMOS:
Si tiene una disputa concerniente a su prima o a un
reclamo, debe comunicarse con el agente, Westfield
Insurance Company, Westfield National Insurance
Company, o Ohio Farmers Insurance Company
primero. Si no se resuelve la disputa, puede
entonces comunicarse con el departamento (TDI).
UNA ESTE AVISO A SU POLIZA: Este aviso es
solo para proposito de informacion y no se convierte
en parte o condicion del documento adjunto.
Rios, Leonel
From: Muni Rabah <Muni.Rabah@baldwin.com>
Sent: Thursday, October 31, 2024 11:02 AM
To: Rios, Leonel
Subject: RE: Bond #432577V Verification -The Fain Group, Inc.
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.
That is correct. I can confirm:
Fain Group, Inc.- Bond # 432577V on project Pedestrian Safety Improvements for Long Ave, CPN 104299 with obligee -
City of Fort Worth in the amount of $3,791,653.20 is valid and in effect written thru Westfield Insurance Company as
surety.
J The
he
'r Group
Muni Rabah
Client Experience Leader, Surety
0: 972-771-4071 D: 972-772-7263
Muni. Rabah@baldwin.com
K&S Insurance is now The Baldwin Group. Click here to learn more.
Send your certificate requests to certs kandsins.com
Click here to make an online Pavment.
Disclaimei
From: Rios, Leonel<Leonel.Rios@fortworthtexas.gov>
Sent: Thursday, October 31, 2024 10:45 AM
To: Jessica Almaguer <Jessica.Almaguer@kandsins.com>
Subject: Bond #432577V Verification -The Fain Group, Inc.
CAUTION: External Message. Beware any links or attachments
Good morning,
The City of Fort Worth requires bond verification before a contract can be executed. We have received the
following bonds from The Fain Group Inc.: Bond #432577V, in the amount of $3,791,653.20, issued by Westfield
Insurance Company for City Project #104299, Pedestrian Safety Improvements for Long Ave. Please confirm that the
bonds and corresponding amounts are valid so we can proceed with awarding the contract to The Fain Group, Inc.
Thank you,
Leonel J. Rios
Contract Compliance Specialist
Transportation Public Works
817-392-7233 (office)
100 Fort Worth Trail, Fort Worth, Texas 76102
i
0045 11 -1
BIDDERS PREQUALIFICATIONS
Pagel of 3
1 SECTION 00 45 11
2 BIDDERS PREQUALIFICATIONS
4 1. Summary. A Bidder or their designated subcontractors are required to be prequalifled 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 prequalifled 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 prequalifled at
13 the time bids are opened and reviewed may cause the bid to be rejected.
14
15
16 The prequalification process will establish a bid limit based on a technical evaluation and
17 financial analysis of the contractor. For example, a contractor wishing to submit bids on
18 projects to be opened on the 7th of April must file the information by the 31 st day of March
19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's
20 Prequaliflcation 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 Prequaliflcation Application.
31 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas
32 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification
33 number visit the Texas Comptroller of Public Accounts online at the
34 following web address www.window.state.tx.us/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 DUNS number as issued by Dun & Bradstreet. This number
38 is used by the City for required reporting on Federal Aid projects. The DUNS
39 number may be obtained at www.dnb.com.
40 d. Resumes reflecting the construction experience of the principles of the firm for firms
41 submitting their initial prequalification. These resumes should include the size and
42 scope of the work performed.
43 e. Other information as requested by the City.
44
45 2. Prequalification Requirements
46 a. Financial Statements. Financial statement submission must be provided in
47 accordance with the following:
48 (1) The City requires that the original Financial Statement or a certified copy
49 be submitted for consideration.
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104299
Revised August 13, 2021
0045 11 -2
BIDDERS PREQUALIFICATIONS
Page 2 of 3
1
(2)
To be satisfactory, the financial statements must be audited or reviewed
2
by an independent, certified public accounting firm registered and in
3
good standing in any state. Current Texas statues also require that
4
accounting firms performing audits or reviews on business entities within
5
the State of Texas be properly licensed or registered with the Texas State
6
Board of Public Accountancy.
7
(3)
The accounting firm should state in the audit report or review whether
8
the contractor is an individual, corporation, or limited liability company.
9
(4)
Financial Statements must be presented in U.S. dollars at the current rate
10
of exchange of the Balance Sheet date.
11
(5)
The City will not recognize any certified public accountant as
12
independent who is not, in fact, independent.
13
(6)
The accountant's opinion on the financial statements of the contracting
14
company should state that the audit or review has been conducted in
15
accordance with auditing standards generally accepted in the United
16
States of America. This must be stated in the accounting firm's opinion.
17
It should: (1) express an unqualified opinion, or (2) express a qualified
18
opinion on the statements taken as a whole.
19
(7)
The City reserves the right to require a new statement at any time.
20
(8)
The financial statement must be prepared as of the last day of any month,
21
not more than one year old and must be on file with the City 16 months
22
thereafter, in accordance with Paragraph 1.
23
(9)
The City will determine a contractor's bidding capacity for the purposes
24
of awarding contracts. Bidding capacity is determined by multiplying the
25
positive net working capital (working capital = current assets — current
26
liabilities) by a factor of 10. Only those statements reflecting a positive
27
net working capital position will be considered satisfactory for
28
prequalification purposes.
29
(10)
In the case that a bidding date falls within the time a new financial
30
statement is being prepared, the previous statement shall be updated with
31
proper verification.
32
b. Bidder Prequalification Application. A Bidder 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
"None" or "N/A" should be inserted.
38
(2)
A minimum of five (5) references of related work must be provided.
39
(3)
Submission of an equipment schedule which indicates equipment under
40
the control of the Contractor and which is related to the type of work for
41
which the Contactor is seeking prequalification. The schedule must
42
include the manufacturer, model and general common description of
43
each piece of equipment. Abbreviations or means of describing
44
equipment other than provided above will not be accepted.
45
46 3. Eligibility for Award of Contract
47 a. The City shall be the sole judge as to a contractor's prequalification.
48 b. The City may reject, suspend, or modify any prequalification for failure by the
49 contractor to demonstrate acceptable financial ability or performance.
50 c. The City will issue a letter as to the status of the prequalification approval.
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104299
Revised August 13, 2021
0045 11 -3
BIDDERS PREQUALIFICATIONS
Page 3 of 3
I d. If a contractor has a valid prequalification letter, the contractor will be eligible to
2 perform the prequalified work types until the expiration date stated in the letter.
3
8 END OF SECTION
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104299
Revised August 13, 2021
00 45 12
PREQUALIFICATION STATEMENT
Page 1 of 1
SECTION 00 45 12
PREQUALIFICATION STATEMENT
Each Bidder for a City procurement is required to complete the information below by identifying the prequalified
contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed.
Major Work Type
Construction/Reconstruction
(LESS THAN 15,000 square
cVc r_vuiy
Construction/Reconstruction
(LESS THAN 15,000 square
varricz)
Contractor/Subcontractor Company Name
The Fain Group, Inc.
The Fain Group, Inc.
Prequalification
Expiration Date
9/01 /2025
9/01 /2025
The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are
currently prequalified for the work types listed.
BIDDER:
The Fain Group, Inc.
2500 Great Southest Pkwy.
Fort Worth, TX 76106
0
END OF SECTION
Larry Frazier
(Signature)
Ti le: President
Date: ❑ I" 19 r o1 DQ J+
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 09/30/2021
00 41 00 Bid Proposal Workbook - Addendum No. 2
2
3
4
5
6
7
8
9
10
12
13
14
13
15
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
00 45 26 - 1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page I of I
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
provides worker's compensation insurance coverage for all of its employees employed on City
Project No. 104299. Contractor further certifies that, pursuant to Texas Labor Code, Section
406,096(b), as amended, it will provide to City its subcontractor's certificates ofcompliance with
worker's compensation coverage.
CONTRACTOR:
The Fain Group, Inc.
Company —
2500 Great Southwest Pkwy.
Address
Fort Worth, TX 76106
City/Statelzip
THE STATE OF TEXAS §
COUNTY OF TARRANT §
$y: Larry Fra4er
L e Print]
Signature: f
Titic
Pre 'ant
I (Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared
Larry Frazier , known to me to be the person whose mime is
subscribed to the foregoing instrument, and acknowledged to me that helshe executed the same as
the act and deed of The Fain Group, Inc. for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 16th day of
July 2024.
KRISTI TREES
R' P
Notary Public. state of texas Notary Public in and for the State of Texas
j • Y- Comm. Expires 0-1E-2027
Notary ID 124427334
END OF SECTION
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPI:CIFIC:ATION DOCUMENTS CPN 104299
Revised July I, 2011
00 45 40 - 1
Business Equity Goal
Page 1 of 2
1 SECTION 00 45 40
2 Business Equity Goal
4 APPLICATION OF POLICY
5 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable.
6 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises
7 (M/WBEs).
9 POLICY STATEMENT
10 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity
11 Firms when applicable, in the procurement of all goods and services. All requirements and regulations
12 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11-
13 2020 (codified at: htt_Ds://codelibrarv.amle2al.com/codes/ftworth/latest/ftworth tx/0-0-0-22593) apply to
14 this bid.
15
16 BUSINESS EOUITY PROJECT GOAL
17 The City's Business Equity goal on this project is 7.21% of the total bid value of the contract (Base bid
18 applies to Parks and Community Services).
19
20 METHODS TO COMPLY WITH THE GOAL
21 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's
22 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the
23 ordinance through one of the following methods: 1. Commercially useful services performed by a
24 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination
25 of Business Equity prime services and Business Equity subcontracting participation, 4. Business
26 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6.
27 Prime contractor Waiver documentation.
28
29 SUBMITTAL OF REOUIRED DOCUMENTATION
30 Applicable documents (listed below) must be received by the Purchasing Division, OR the offeror shall
31 EMAIL the Business Equity documentation to the assigned City of Fort Worth Project Manager or
32 Department Designee. Documents are to be received no later than 2:00 p.m., on the third City
33 business day after the bid opening date, exclusive of the bid opening date.
34
35 The Offeror must submit one or more of the following documents:
36 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded;
37 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if
38 participation is less than stated goal, or no Business Equity participation is accomplished;
39 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform
40 all subcontracting/supplier opportunities; or
41 4. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor-
42 Protege participation.
43
44 These forms can be found at:
45 Business Equity Utilization Form and Letter of Intent
46 https://apes.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Business Equity Utilization
47 Form_DVIN 2022 220324.pdf
48
49 Letter of Intent
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104299
Revised October 27, 2021
004540-2
Business Equity Goal
Page 2 of 2
1 httDs://anus.fortworthtexas.2ov/Pro_iectResources/ResourcesP/60 - MWBE/Letter of Intent DVIN
2 2021.Ddf
4 Business Equity Good Faith Effort Form
5 httns://aDDs.fortworthtexas.2ov/ProiectResources/ResourcesP/60 - MWBE/Good Faith Effort
6 Form DVIN 2022.Ddf
7
8 Business Equity Prime Contractor Waiver Form
9 httl)s:HaDDs.fortworthtexas.2ov/ProiectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor
10 Waiver-220313.ndf
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
Business Equity Joint Venture Form
htti)s://aDDs.fortworthtexas.fzov/ProiectResources/ResourcesP/60 - MWBE/MWBE Joint
Venture 220225.Ddf
FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL
RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON -RESPONSIVE AND THE BID
REJECTED.
FAILURE TO SUBMIT THE REOUIRED BUSINESS EOUTY 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 Department of Diversity and
Inclusion at (817) 392-2674.
END OF SECTION
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104299
Revised October 27, 2021
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 The Fain GrouD. 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:
Pedestrian Safety Improvements for Long Ave
CPN 104299
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 Seven Hundred Ninetv-One Thousand
Six Hundred Fiftv-Three and 20/100 Dollars ($3,791,653.20). Contract price may be adjusted by
change orders duly authorized by the Parties.
Article 4. CONTRACT TIME
4.1 Final Acceptance.
The Work shall be complete for Final Acceptance within 365 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 Five Hundred and
00/100 Dollars ($500.00) 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.
OFFICIAL RECORD
Article 5. CONTRACT DOCUMENTS
5.1 CONTENTS:
CITY SECRETARY
FT. WORTH, TX
A.The Contract Documents which comprise the entire agreement between City and
Contractor concerning the Work consist of the following:
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104299
Revised March 3, 2024
005243-2
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
b. Current Prevailing Wage Rate Table
c. Insurance Certification Form (ACORD or equivalent)
d. Payment Bond
e. Performance Bond
f. Maintenance Bond
g. Power of Attorney for the Bonds
h. 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.
9. The following which may be delivered or issued after the Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract Documents:
a. Notice to Proceed.
b. Field Orders.
c. Change Orders.
d. Letter of Final Acceptance.
Article 6. INDEMNIFICATION
6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the city, its officers, servants and employees, from and against any and all
claims arising out of, or alleged to arise out of, the work and services to be performed
by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
under this contract. This indemnification provision is specifically intended to operate
and be effective even if it is alleged or proven that all or some of the damages being
sought were caused, in whole or in part, by anv act, omission or negligence of the citv.
This indemnity provision is intended to include, without limitation, indemnity for costs,
expenses and legal fees incurred by the city in defending against such claims and causes
of actions.
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104299
Revised March 3, 2024
005243-3
Agreement
Page 3 of 6
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
the city, its officers, servants and employees, from and against any and all loss, damage
or destruction of property of the city, arising out of, or alleged to arise out of, the work
and services to be performed by the contractor, its officers, agents, employees,
subcontractors, licensees or invitees under this contract. This indemnification provision
is specifically intended to operate and be effective even if it is alleged or proven that all
or some of the damages being sought were caused, in whole or in part, by anv act,
omission or negligence of the citv.
Article 7. MISCELLANEOUS
7.1 Terms.
Terms used in this Agreement which are defined in Article 1 of the General Conditions will
have the meanings indicated in the General Conditions.
7.2 Assignment of Contract.
This Agreement, including all of the Contract Documents may not be assigned by the
Contractor without the advanced express written consent of the City.
7.3 Successors and Assigns.
City and Contractor each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, in respect to all covenants, agreements and
obligations contained in the Contract Documents.
7.4 Severability/Non-Waiver of Claims.
Any provision or part of the Contract Documents held to be unconstitutional, void or
unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon City and Contractor.
The failure of City or Contractor to insist upon the performance of any term or provision of
this Agreement or to exercise any right granted herein shall not constitute a waiver of City's
or Contractor's respective right to insist upon appropriate performance 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.
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104299
Revised March 3, 2024
00 52 43 - 4
Agreement
Page 4 of 6
7.8 Prohibition On Contracts With Companies Boycotting Israel.
Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of
the Texas Government Code, if Contractor has 10 or more full time -employees and the
contract value is $100,000 or more, the City is prohibited from entering into a contract with
a company for goods or services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of
the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to
those terms in Section 808.001 of the Texas Government Code. By signing this contract,
Contractor certifies that Contractor's signature provides written verification to the
City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not
boycott Israel; and (2) will not boycott Israel during the term of the contract.
7.9 Prohibition on Boycotting Energy Companies.
Contractor acknowledges that in accordance with Chapter 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 verification to the City that Contractor: (1)
does not boycott energy companies; and (2) will not boycott energy companies during
the term of this Agreement.
7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries.
Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas
Government Code, 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 firearm entity or firearm
trade association; and (2) will not discriminate against a firearm entity or firearm trade
association during the term of this Agreement.
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104299
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.
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104299
Revised March 3, 2024
005243-6
Agreement
Page 6 of 6
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:
The Fain Group, Inc.
By:
o��
Larr�ra ier (Oct 11, 202413:59 CDT)
Signature
Larry Fraizer
(Printed Name)
President
Title
Address
2500 Great Southwest Pkwy.
Fort Worth, TX 76161
City/State/Zip
Oct 11, 2024
Date
City of Fort Worth
By:
C(%�
Jesica McEachern
Assistant City Manager
Dec 3, 2024
Date
44�oan
a
x"poF F�RTao
g j, d
�o �O9.I d
Attest:
Ovo .Z
�00*000 00*"
.ems
a°�� nezA544a
Jannette Goodall, City Secretary
(Seal)
M&C: 24-0997
Date: 11/12/2024
Approved as to Form and Legality:
Q5r—
Douglas Black (Dec 2, 202417:07 CST)
Douglas W. Black
Sr. Assistant City Attorney
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104299
Revised March 3, 2024
0061 13- 1
PERFORMANCE BOND # 432577V
Page I of 2
I SECTION 00 6113
2 PERFORMANCE BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we, The Fain Group, Inc, known as "Principal" herein and
8 Westfield Insurance COMDanv a corporate surety(sureties, if more than
9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one
10 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created
1 I pursuant to the laws of Texas, known as "City" herein, in the penal sum of, of
12 Three Million Seven Hundred Ninety One Thousand Six Hundred Fifty Three Dollars & 20/100 ($3,791,653.20), lawful
13 money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of
14 which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators,
15 successors and assigns, jointly and severally, firmly by these presents.
16 WHEREAS, the Principal has entered into a certain written contract with the City awarded
17 the 12th day of November , 2024, which Contract is hereby referred to and made a part
18 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other
19 accessories defined by law, in the prosecution of the Work, including any Change Orders, as
20 provided for in said Contract designated as Pedestrian Safety Improvements for Long Ave, CPN
21 104299.
22 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
23 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully
24 perform the Work, including Change Orders, under the Contract, according to the plans,
25 specifications, and contract documents therein referred to, and as well during any period of
26 extension of the Contract that may be granted on the part of the City, then this obligation shall be
27 and become null and void, otherwise to remain in full force and effect.
28 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
29 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
30 Worth Division.
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104299
Revised December 8, 2023
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
006113-2
PERFORMANCE BOND
Page 2 of 2
This bond is made and executed in compliance with the provisions of Chapter 2253 of the
Texas Government Code, as amended, and all liabilities on this bond shall be determined in
accordance with the provisions of said statue.
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this
instrument by duly authorized agents and officers on this the 12th day of November
12024 .
ATTEST:
(Principal 6ccrjary
*,,
Witness as to Principal
Witness to Surety
Muni Rabah, Client Experience Leader, Surety
PRINCIPAL:
The Fain GrouD. Inc.
BY:
Si atu e
L.�,�i✓, Z�aR��1p�
Name and Title
Address: 2500 Great Southwest Parkway
Fort Worth, TX 76161
SURETY: West /
Westfield lnsu ice Com any
BY:f I
Sig ture L
Johnny M , Attomey-in-Fact
Name and Title
Address: 2255 Ridge Road, Suite 333
Rockwall. TX 75087
Telephone Number: (972) 771-4071
Email Address: Johnny.Moss@baldwin.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 to sign such obligation. If
Surety's physical address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104299
Revised December 8, 2023
0061 14 - 1
PAYMENT BOND # 432577V
Page] of 2
1 SECTION 00 6114
2 PAYMENT BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we, The Fain Group. Inc., known as "Principal" herein, and
8 Westfield Insurance Company , a corporate surety
9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein
10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal
11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the
12 penal sum of Three Million Seven Hundred Ninety One Thousand Six Hundred Fifty Three Dollars & 20/100
13 ($3,791,653.20), lawful money of the United States, to be paid in Fort Worth,
14 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves,
15 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these
16 presents:
17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the
18 12th day of November , 2024, which Contract is hereby referred to and made a
19 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and
20 other accessories as defined by law, in the prosecution of the Work as provided for in said Contract
21 and designated as Pedestrian Safety Improvements for Long Ave, CPN 104299.
22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if
23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in
24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full
26 force and effect.
27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
29 accordance with the provisions of said statute.
30
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104299
Revised December 8, 2023
0061 14 - 2
PAYMENT BOND
Page 2 of 2
1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED
2 this instrument by duly authorized agents and officers on this the 12th day of
3 November 20 24
4
5
6
7
8
9
10
12
ATTEST:
Witness as to Principal
ATTEST:
NIP,
(Surety) Sebretary
Witness -to Surety
Muni Rabah, Client Experience Leader, Surety
PRINCIPAL:
The Fain GrouD, Inc.
BY:
Signat
Name anAt�
Address:
2500 Great Southwest Pkwv.
Fort Worth, TX 76161
SURETY:
Westfield Ins an( - ce Cbrjipany Z
BY: y
Signature
J0hnnv Moss. Attornev-in-Fact
Name and Title
Address: 2255 Ridee Road. Suite 333
Rockwall, TX 75087
Telephone Number: (972) 771-4071
Email Address: Johnnv.Moss a,baldwin.com
Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws
showing that this person has authority to sign such obligation. If Surety's physical address is
different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
END OF SECTION
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104299
Revised December 8, 2023
0061 19- 1
MAINTENANCE BOND # 432577V
Page 1 of 3
SECTION 00 6119
2 MAINTENANCE BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7
8 That we The Fain Group, Inc., known as "Principal" herein and
9 Westfield Insurance Company , a corporate surety (sureties, if more than
10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one
11 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created
12 pursuant to the laws of the State of Texas, known as "City" herein, in the sum of
13 Three Million Seven Hundred Ninetv One Thousand Six Hundred Fifty Three Dollars & 20/100.
14 ($3,791,653.20), lawful money of the United States, to be paid in Fort Worth, Tarrant County,
15 Texas, for payment of which sum well and truly be made unto the City and its successors, we bind
16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly
17 by these presents.
18
19 WHEREAS, the Principal has entered into a certain written contract with the City awarded
20 the 12th day of November , 2024, which Contract is hereby referred
21 to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials,
22 equipment labor and other accessories as defined by law, in the prosecution of the Work, including
23 any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as
24 provided for in said contract and designated as Pedestrian Safety Improvements for Long Ave,
25 CPN 104299; and
26
27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
28 accordance with the plans, specifications and Contract Documents that the Work is and will remain
29 free from defects in materials or workmanship for and during the period of two (2) years after the
30 date of Final Acceptance of the Work by the City ("Maintenance Period"); and
31
32 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon
33 receiving notice from the City of the need therefor at any time within the Maintenance Period.
34
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104299
Revised December 8, 2023
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
Ke
0061 19-2
MAINTENANCE BOND
Page 2 of 3
NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy
any defective Work, for which timely notice was provided by City, to a completion satisfactory to
the City, then this obligation shall become null and void; otherwise to remain in full force and
effect.
PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
noticed defective Work, it is agreed that the City may cause any and all such defective Work to be
repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the
Surety under this Maintenance bond; and
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
Worth Division; and
PROVIDED FURTHER, that this obligation shall be continuous in nature and successive
recoveries may be had hereon for successive breaches.
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104299
Revised December 8, 2023
0061 19-3
MAINTENANCE BOND
Page 3 of 3
1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
2 instrument by duly authorized agents and officers on this the 12th day of
3 November , 2024.
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
A/TE
(Secr ary
Witness as to Principa" 1
ATTEST:
ntlk
(Surety) Secretary
Witness'as to Surety
Muni Rabah, Client Experience Leader, Surety
PRINCIPAL:
The Fain Gr , t), Inc.
BY: YV
/ Si ature
Name and Title t�W
Address:
2500 Great Southwest Parkway
Fort Worth. TX 76161
SURETY:
Westfield Insut ance ;C,4ny
Si attire
Johnny Moss, Attorney -in -Fact
Name and Title
Address: 2255 Ridge Road. Suite 333
Rockwall. Tx 75087
Telephone Number: (972) 771-4071
Email Address: Johnnv.Mossnbaldwin.com
37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract
38 from the by-laws showing that this person has authority to sign such obligation. If
39 Surety's physical address is different from its mailing address, both must be provided.
40 The date of the bond shall not be prior to the date the Contract is awarded.
41
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104299
Revised December 8, 2023
IMPORTANT NOTICE
STATE OF TEXAS
COMPLAINT PROCEDURES
1. IMPORTANT NOTICE
To obtain information or make a complaint:
2 You may contact your agent.
3. You may call Westfield Insurance Company,
Westfield National Insurance Company, and/or
Ohio Farmers Insurance Company's toll -free
telephone number for information or to make a
complaint at:
1-800-243-0210
4. You may also write to Westfield Insurance
Company, Westfield National Insurance Company,
and/or Ohio Farmers Insurance Company at:
Attn: Bond Claims
One Park Circle
P O Box 5001
Westfield Center, OH 44251-5001
Fax #330-887-0840
5. You may contact the Texas Department of
Insurance to obtain information on companies,
coverages, rights or complaints at.
1-800-25 2-3439
6. You may write to the Texas Department of
Insurance, Consumer Protection Section (MC 111-1A):
P.O, Bcx 149091
Austin, TX 78714-9091
Fax: (512) 490-1007
Web: www.tdi,texas.gov
E-mail: ConsumerProtectionrttdi_texas�gov
7, PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or
about a claim, you should contact the agent, Westfield
Insurance Company, Westfield National Insurance
Company, or Ohio Farmers Insurance Company first. If
the dispute is not resolved, you may contact the Texas
Department of Insurance.
8. ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not become
a part or condition of the attached document.
BD5430 (06-15)
AVISO IMPORTANTE
Para obtener informacion o para someter una queja:
Puede comunicarse con su (title) of (telephone
number).
Usted puede Ilamar al numero de telefono gratis de
Westfield Insurance Company, Westfield National
Insurance Company, and/or Ohio Farmers
Insurance Company's para informacion o para
someter una queja al:
1-800-243-0210
Listed tambien puede escribir a Westfield Insurance
Company, Westfield National Insurance
Company, and/or Ohio Farmers Insurance
Company:
Attn: Bond Cla'.ms
One Park Circle
P O Box 5001
Westfield Center, OH 44251-5001
Fax #330-887-0840
Puede comunicarse con el Departamento de
Sequros de Texas para obtener informacion acerca
de companies, coberturas, derechos o quejas al-,
1-800-252-3439
Puede escribir al Departamento de Seguros de
Texas, Consumer Protection Section (MC 111-1A):
P,O. Box 149091
Austin, TX 78714-9091
Fax: (512) 490-1007
Web: www,tdi.texas.gov
E-mail: Cons umerProtectionla�tdi.texasaov
DISPUTAS SOBRE PRIMAS O RECLAMOS:
Si tiene una disputa concerniente a su prima o a un
reclamo, debe comunicarse con el agente, Westfield
Insurance Company, Westfield National Insurance
Company, o Ohio Farmers Insurance Company
primero. Si no se resuelve la disputa, puede
entonces comunicarse con el departamento (TDI).
UNA ESTE AVISO A SU POLIZA: Este aviso es
solo para proposito de informacion y no se convierte
en parte o condition del documento adjunto.
THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME
POWER # AND ISSUED PRIOR TO 10/10/24, FOR ANY PERSON OR PERSONS NAMED BELOW.
POWER NO. 4220012 14
General
Power Westfield Insurance Co.
of Attorney Westfield National Insurance Co.
CERTIFIED COPY
Ohio Farmers Insurance Co.
Westfield Center, Ohio
Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO
FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a 'Company" and collectively as "Companies," duly
organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these
presents make, constitute and appoint
TONY FIERRO, JOHNNY MOSS, JAY JORDAN, JEREMY BARNETT, JADE PORTER, ROBERT G. KANUTH, JARRETT WILLSON,
JACK NOTTINGHAM, BRADY WILSON, BRENNAN WILLIAMSON, JAROD JAGGERS, CALEB HALE, RYAN COX, JOINTLY OR
SEVERALLY
of ROCKWALL and State of TX its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name,
place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of
suretyship in any penal limit, and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the
President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the
said Attorney(s)-in-Fact rnay do in the premises. Said appointment is rnade under and by authority of the following resolution adopted by the
Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS
INSURANCE COMPANY:
"Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall
be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-i n- Fact to represent and act for
and on behalf of the Company subject to the following provisions:
The Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary."
"Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any
power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile
seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting
held on February 8, 2000).
In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE
COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto
affixed this 10th day of OCTOBER A.D., 2024 .
Corporate �• ""4�4.
Seals `'°��SUR,(kc%,-
„„
�:c�N;}! ,;''•,,
......,,
%NSU/P,�"''•,,
WESTFIELD INSURANCE COMPANY
WESTFIELD NATIONAL INSURANCE COMPANY
Affixed {moo -
:.`:'' SLR:
��"""'•yl't,;a,
OHIO FARMERS INSURANCE COMPANY
0
r• AL SESEAL
- _
�1848
vim,
r r-
30•
?a ZZ
f i
State of Ohio `"No•.ma.�'
`
'•,,,t....,.,••`'
By
County Medina ss.:
......,,,,
Gary W. iStumper, National Surety Leader and
of
Senior Executive
On this loth day of OCTOBER A.D., 2024 , before me personally came Gary W. Stumper to me known, who, being by me duly sworn,
did depose and say, that he resides in Medina, OH; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE
COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY; the companies described in and which
executed the above instrument; that he knows the seals of said Companies: that the seals affixed to said instrument are such corporate seals: that
they were so affixed by order of the Boards of Directors of said Companies: and that he signed his name thereto by like order.
Notarial
.•'.. ,
Seal
Affixed
o`�\ A L �;''•,
State of Ohio
'_ �P ° 40
County of Medina
ss.:
T£oF0.'
A W116 (114 i 0 W14 �-
David A. Kotnik, Attorney at Law, Notary Public
My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code)
I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS
INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney; executed by said
Companies, which is still in full force and effect: and furthermore, the resolutions of the Boards of Directors; set out in the Power of Attorney are
in full force and effect.
In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this k1 day of
CF
SEAL I
SEAT,
$ij�M M.
;'�N►1ATEgEa3 Secnerar�
Frank A. Carrino, Secretary Z%
1848 :!
BPOAC2 (combined) (05-24)
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
006125-1
CERTIFICATE OF INSURANCE
Page 1 of 1
SECTION 00 6125
CERTIFICATE OF INSURANCE
END OF SECTION
CITY OF FORT WORTH Pedestrian Safety Improvements for Long Ave
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104299
Revised July 1, 2011
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
GENERAL LIABILITY ELITE EXTENSION - TEXAS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
The COMMERCIAL GENERAL LIABILITY COVERAGE FORM is amended to include the following clarifications and
extensions of coverage. The provisions of the Coverage Form apply unless modified by endorsement.
A. EXPECTED OR INTENDED INJURY
Section I — Coverage A, Exclusion a. is amended
as follows:
a. "Bodily injury" or "property damage" expected
or intended from the standpoint of the insured.
This exclusion does not apply to "bodily injury"
or "property damage" resulting from the use of
reasonable force to protect persons or property.
B. NON -OWNED WATERCRAFT
Section I — Coverage A, Exclusion g.(2) is
amended as follows:
(2) A watercraft you do not own that is:
(a) Less than 60 feet long; and
(b) Not being used to carry person(s) or
property for a charge;
C. EXTENDED PROPERTY DAMAGE COVERAGE
Section I — Coverage A, Exclusions j.(3) and (4) is
amended to add the following:
Paragraphs (3) and (4) of this exclusion do not
apply to tools or equipment loaned to you, provided
they are not being used to perform operations at
the time of loss.
SCHEDULE
Limits Of Insurance Deductible
$5,000 Each Occurrence $250 Per Claim
$10,000 Annual Aggregate
a. The each occurrence limit listed above is the
most we will pay for all damages because o1
"property damage" to property in the care,
custody and control of or property loaned to an
insured as the result of any one "occurrence",
regardless of the number of:
(1) insureds;
The aggregate limit listed above is the most we will
pay for all damages because of "property damage"
to property in the care custody and control of or
property loaned to an insured during the policy
period.
Any payment we make for damages because of
"property damage" to property in the care, custody
and control of or property loaned to an insured will
apply against the General Aggregate Limit shown in
the declarations.
b. Our obligation to pay damages on your behalf
applies only to the amount of damages in
excess of the deductible amount listed above.
We may pay any part or all of the deductible
amount listed above. We may pay any part or
all of the deductible amount to effect settlement
of any claim or "suit" and upon notification by
us, you will promptly reimburse us for that part
of the deductible we paid.
c. If two or more coverages apply under one
"occurrence", only the highest per claim
deductible applicable to these coverages will
apply.
d. Insurance provided by this provision is excess
over any other insurance, whether primary,
excess, contingent or any other basis. Since
insurance provided by this endorsement is
excess, we will have no duty to defend any
claim or "suit" to which insurance provided by
this endorsement applies if any other insurer
has a duty to defend such a claim or "suit". If
no other insurer defends, we will undertake to
do so, but we will be entitled to the insured's
rights against all those other insurers.
D. PROPERTY DAMAGE — ELEVATORS
Section I — Coverage A.2. Exclusions paragraphs
j.(3), j.(4), j.(6) and k. do not apply to use of
elevators.
(2) claims made or "suits" brought; This insurance afforded by this provision is excess
(3) persons or organizations making claims or over any valid and collectible property insurance
bringing "suits". (including any deductible) available to the insured
and Section IV — Commercial General Liability
Conditions Paragraph 4. Other Insurance.
CG7578.3(2-19) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 1 of 6
E. FIRE, LIGHTNING OR EXPLOSION DAMAGE
Except where it is used in the term "hostile fire", the
word fire includes fire, lightning or explosion wherever
it appears in the Coverage Form.
Under Section I — Coverage A, the last paragraph
(after the exclusions) is replaced with the following:
Exclusions c. through n. do not apply to damage by
fire, smoke or leakage from automatic fire protection
systems to premises while rented to you or
temporarily occupied by you with permission of the
owner. A separate limit of insurance applies to this
coverage as described in Section III — Limits of
Insurance.
F. MEDICAL PAYMENTS
If Section I — Coverage C. Medical Payments
Coverage is not otherwise excluded from this
Coverage Form:
The requirement, in the Insuring Agreement of
Coverage C., that expenses must be incurred and
reported to us within one year of the accident date is
changed to three years.
G. SUPPLEMENTARY PAYMENTS
Supplementary Payments — Coverages A and B
Paragraphs 1.b. and 1.d. are replaced by the
following:
1.b. Up to $5,000 for cost of bail bonds required
because of accidents or traffic law violations
arising out of the use of any vehicle to which the
Bodily Injury Liability Coverage applies. We do
not have to furnish these bonds.
1.d.All reasonable expenses incurred by the insured
at our request to assist us in the investigation or
defense of the claim or "suit", including actual
loss of earnings up to $500 a day because of
time off from work.
H. SUBSIDIARIES AS INSUREDS
Section 11— Who Is An Insured is amended to add
the following:
1.f. Any legally incorporated subsidiary in which you
own more than 50% of the voting stock on the
effective date of this policy. However, insured
does not include any subsidiary that is an insured
under any other general liability policy, or would
have been an insured under such a policy but for
termination of that policy or the exhaustion of that
policy's limits of liability.
I. BLANKET ADDITIONAL INSUREDS — AS
REQUIRED BY CONTRACT
1. Section II — Who Is An Insured is amended to
include as an additional insured any person(s) or
organization(s) subject to provisions in Paragraph
2. below, (hereinafter referred to as additional
insured) when you and such person(s) or
organization(s) have agreed in a written contract
or written agreement that such person(s) or
organization(s) be added as an additional insured
on your policy provided that the written contract or
agreement is:
a. Currently in effect or becomes effective
during the policy period; and
b. Executed prior to an "occurrence" or
offense to which this insurance would
apply.
However, the insurance afforded to such
additional insured:
a. Only applies to the extent permitted by law;
and
b. Will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured; and
c. Applies only if the person or organization is
not specifically named as an additional
insured under any other provision of, or
endorsement added to, Section II — Who
Is An Insured of this policy.
2. As provided herein, the insurance coverage
provided to such additional insureds is limited
to:
a. Any Controlling Interest, but only with
respect to their liability arising out of their
financial control of you; or premises they
own, maintain, or control while you lease or
occupy these premises.
This insurance does not apply to structural
alterations, new construction and
demolition operations performed by or for
that person or organization.
b. Any architect, engineer, or surveyor
engaged by you but only with respect to
liability for "bodily injury", "property
damage" or "personal and advertising
injury" caused, in whole or in part, by your
acts or omissions or the acts or omissions
of those acting on your behalf:
(1) In connection with your premises; or
(2) In the performance of your ongoing
operations.
With respect to the insurance afforded to
these additional insureds, the following
additional exclusion applies:
This insurance does not apply to "bodily
injury", "property damage" or "personal and
advertising injury" arising out of the
rendering of or the failure to render any
professional services by or for you,
including:
(1) The preparing, approving, or failing to
prepare or approve, maps, shop
drawings, opinions, reports, surveys,
field orders, change orders or drawings
and specifications; or
(2) Supervisory, inspection, architectural or
engineering activities.
CG7578.3(2-19) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 2 of 6
This exclusion applies even if the claims
This insurance does not apply to:
against any insured allege negligence or
(a) "Bodily injury", "property damage" or
other wrongdoing in the supervision, hiring,
"personal and advertising injury"
employment, training or monitoring of
arising out of operations performed
others by that insured, if the "occurrence"
for the federal government, state or
which caused the "bodily injury" or
municipality; or
"property damage", or the offense which
caused the "personal and advertising
(b) "Bodily injury" or "property damage"
injury", involved the rendering of or the
included within the "products -
failure to render any professional services
completed operations hazard".
by or for you.
e. Any vendor, but only with respect to "bodily
c. Any manager or lessor of a premises
injury" or "property damage" arising out of
leased to you, but only with respect to
"your products" which are distributed or sold
liability arising out of the ownership,
in the regular course of the vendor's
maintenance or use of that part of a
business.
premises leased to you, subject to the
With respect to the insurance afforded to
following additional exclusions:
these vendors, the following additional
This insurance does not apply to:
exclusions apply:
(1) Any "occurrence" which takes place
(1) The insurance afforded any vendor does
after you cease to be a tenant in that
not apply to:
premises.
(a) "Bodily injury" or "property damage"
(2) Structural alterations, new construction
for which any vendor is obligated to
or demolition operations performed by
pay damages by reason of the
or on behalf of such additional insured.
assumption of liability in a contract or
agreement. This exclusion does not
d. Any state or governmental agency or
apply to liability for damages that any
subdivision or political subdivision, subject to
vendor would have in the absence of
the following:
the contract or agreement;
(1) This insurance applies only with respect
(b) Any express warranty unauthorized
to the following hazards for which any
by you;
state or governmental agency or
subdivision or political subdivision has
(c) Any physical or chemical change in
issued a permit or authorization in
the product made intentionally by
connection with premises you own, rent
any vendor;
or control and to which this insurance
(d) Repackaging, except when
applies:
unpacked solely for the purpose of
(a) The existence, maintenance, repair,
inspection, demonstration, testing,
construction, erection or removal of
or the substitution of parts under
advertising signs, awnings,
instructions from the manufacturer,
canopies, cellar entrances, coal
and then repackaged in the original
holes, driveways, manholes,
container;
marquees, hoist away openings,
(e) Any failure to make such
sidewalk vaults, street banners or
inspections, adjustments, tests or
decorations and similar exposures;
servicing as any vendor has
or
agreed to make or normally
(b) The construction, erection or
undertakes to make in the usual
removal of elevators; or
course of business, in connection
with the distribution or sale of the
(c) The ownership, maintenance or use
products;
of any elevators covered by this
insurance.
(f) Demonstration, installation,
(2) This insurance applies only with respect
servicing or repair operations,
except such operations performed
to operations performed by you or on
at any vendors premises in
your behalf for which any state or
connection with the sale of the
governmental agency or subdivision or
product;
political subdivision has issued a permit
or authorization.
(g) Products which, after distribution or
sale by you, have been labeled or
relabeled or used as a container,
part or ingredient of any other thing
or substance by or for any vendor;
or
CG7578.3(2-19) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 3 of 6
(h) "Bodily injury" or "property
damage" arising out of the sole
negligence of any vendor for its
own acts or omissions or those of
its employees or anyone else
acting on its behalf. However, this
exclusion does not apply to:
(1) The exceptions contained in
Subparagraphs (d) or (f); or
(ii) Such inspections, adjustments,
tests or servicing as any
vendor has agreed to make or
normally undertakes to make in
the usual course of business,
in connection with the
distribution or sale of the
products.
(2) This insurance does not apply to any
insured person or organization, from
whom you have acquired such
products, or any ingredient, part or
container, entering into, accompanying
or containing such products.
f. Any Mortgagee, Assignee Or Receiver, but
only with respect to their liability as
mortgagee, assignee, or receiver and
arising out of the ownership, maintenance,
or use of the premises by you.
This insurance does not apply to structural
alterations, new construction and
demolition operations performed by or for
that person or organization.
g. Any Owners Or Other Interests From
Whom Land Has Been Leased, but only
with respect to liability arising out of the
ownership, maintenance or use of that part
of the land leased to you.
With respect to the insurance afforded to
these additional insureds, the following
additional exclusions apply:
(1) This insurance does not apply to:
(a) Any "occurrence" which takes
place after you cease to lease that
land;
(b) Structural alterations, new
construction or demolition
operations performed by or on
behalf of such additional insured.
h. Any person or organization from whom you
lease equipment, but only with respect to
liability for "bodily injury", "property
damage" or "personal and advertising
injury" caused, in whole or in part by your
maintenance, operation or use of
equipment leased to you by such person(s)
or organization(s).
A person's or organization's status as an
additional insured under this endorsement
ends when their contract or agreement with
you for such leased equipment ends.
With respect to the insurance afforded to
these additional insureds, this insurance
does not apply to any "occurrence" which
takes place after the equipment lease
Pyrirac
L Any Owners, Lessees, or Contractors for
whom you are performing operations, but
only with respect to liability for "bodily
injury", "property damage" or "personal and
advertising injury" caused, in whole or in
part, by:
(1) Your acts or omissions; or
(2) The acts or omissions of those acting
on your behalf;
in the performance of your ongoing
operations for the additional insured.
A person's or organization's status as an
additional insured under this endorsement
ends when your operations for that
additional insured are completed.
With respect to the insurance afforded to
these additional insureds, the following
additional exclusions apply:
This insurance does not apply to:
(1) "Bodily injury", "property damage" or
"personal and advertising injury" arising
out of the rendering of, or the failure to
render, any professional architectural,
engineering or surveying services,
including:
(a) The preparing, approving, or failing
to prepare or approve, maps, shop
drawings, opinions, reports,
surveys, field orders, change
orders or drawings and
specifications; or
(b) Supervisory, inspection,
architectural or engineering
activities.
This exclusion applies even if the claims
against any insured allege negligence or
other wrongdoing in the supervision, hiring,
employment, training or monitoring of
others by that insured, if the "occurrence"
which caused the "bodily injury" or
"property damage", or the offense which
caused the "personal and advertising
injury", involved the rendering of or the
failure to render any professional
architectural, engineering or surveying
services.
CG7578.3(2-19) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 4 of 6
(2) "Bodily injury" or "property damage"
occurring after:
(a) All work, including materials, parts
or equipment furnished in
connection with such work, on the
project (other than service,
maintenance or repairs) to be
performed by or on behalf of the
additional insured(s) at the location
of the covered operations has been
completed; or
(b) That portion of "your work" out of
which the injury or damage arises
has been put to its intended use by
any person or organization other
than another contractor or
subcontractor engaged in
performing operations for a
principal as a part of the same
project.
j. Any Grantor of Licenses to you, but only
with respect to their liability as grantor of
licenses to you.
Their status as additional insured under
this endorsement ends when:
1. The license granted to you by such
person(s) or organization(s) expires; or
2. Your license is terminated or revoked
by such person(s) or organization(s)
prior to expiration of the license as
stipulated by the contract or
agreement.
k. Any Grantor of Franchise, but only with
respect to their liability as grantor of a
franchise to you.
I. Any Co-owner of Insured Premises, but
only with respect to their liability as co-
owner of any insured premises.
m. Any Concessionaires Trading Under Your
Name, but only with respect to their liability
as a concessionaire trading under your
name.
3. Any insurance provided to any additional
insured does not apply to "bodily injury",
"property damage" or "personal and advertising
injury" arising out of the sole negligence or
willful misconduct of the additional insured or its
agents, "employees" or any other
representative of the additional insured.
4. With respect to the insurance afforded to these
additional insureds, the following is added to
Section III — Limits of Insurance:
If coverage provided to any additional insured
is required by a contract or agreement, the
most we will pay on behalf of the additional
insured is the amount of insurance:
a. Required by the contract or agreement; or
b. Available under the applicable Limits of
Insurance shown in the Declarations;
whichever is less.
This endorsement shall not increase the
applicable Limits of Insurance shown in the
Declarations.
J. COVERAGE FOR INJURY TO CO -EMPLOYEES
AND/OR YOUR OTHER VOLUNTEER WORKERS
Section II — Who is an Insured, Paragraph 2.a. (1)
is amended to add the following:
e. Paragraphs (a), (b), and (c) do not apply to
your "employees" or "volunteer workers" with
respect to "bodily injury" to a co -"employee" or
other "volunteer worker".
Damages owed to an injured co -"employee" or
"volunteer worker" will be reduced by any
amount paid or available to the injured co -
"employee" or "volunteer worker" under any
other valid and collectible insurance.
K. HEALTH CARE SERVICE PROFESSIONALS AS
INSUREDS - INCIDENTAL MALPRACTICE
Section II — Who is an Insured, Paragraph 2.a. (1)
(d) is amended as follows:
This provision does not apply to Nurses,
Emergency Medical Technicians, or Paramedics
who provide professional health care services on
your behalf.
However this exception does not apply if you are in
the business or occupation of providing any such
professional services.
L. NEWLY FORMED OR ACQUIRED ORGANIZATIONS
Section II — Who Is An Insured, Paragraph 3.a. is
replaced by the following:
3.a. Coverage under this provision is afforded until
the end of the policy period.
This provision does not apply if newly formed
or acquired organizations coverage is
excluded either by the provisions of the
Coverage Form or by endorsements.
M. DAMAGE TO PREMISES RENTED TO YOU
Section III — Limits of Insurance, Paragraph 6. is
replaced by the following:
Subject to 5.a. above, the Damage To Premises
Rented To You Limit, or $500,000, whichever is
higher, is the most we will pay under Coverage A
for damages because of "property damage" to any
one premises, while rented to you, or in the case of
damage by fire, lightning, explosion, smoke or
leakage from automatic protection systems, while
rented to you or temporarily occupied by you with
permission of the owner.
CG7578.3(2-19) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 5 of 6
N. MEDICAL PAYMENTS— INCREASED LIMITS
(1) The additional insured is a Named Insured under
Section III — Limits of Insurance, Paragraph 7. is
such other insurance; and
replaced by the following:
(2) You have agreed in writing in a contract or
7. Subject to Paragraph 5. above, $10,000 is the
agreement that this insurance would be primary
Medical Expense Limit we will pay under
and would not seek contribution from any other
Coverage C for all medical expenses because
insurance available to the additional insured.
of "bodily injury" sustained by any one person,
However, if the additional insured has been added
unless the amount shown on the Declarations
as an additional insured on other policies, whether
of this Coverage Part for Medical Expense Limit
primary, excess, contingent or on any other basis,
states:
this insurance is excess over any other insurance
(a) No Coverage; or
regardless of the written agreement between you
and an additional insured.
1,000;
Q.
UNINTENTIONAL FAILURE TO DISCLOSE
(c) $ or
EXPOSURES
(d) A limit higher than $10,000.
Section IV — Commercial General Liability
O. DUTIES IN THE EVENT OF OCCURRENCE,
Conditions Paragraph 6. Representations is
OFFENSE, CLAIM OR SUIT
amended to add the following:
Section IV — Commercial General Liability
If you unintentionally fail to disclose any exposures
Conditions Paragraph 2. is amended to add the
existing at the inception date of your policy, we will not
following:
deny coverage under the Coverage Form solely
1. The requirement in Condition 2.a. that you must
because of such failure to disclose. However, this
see to it that we are notified as soon as
provision does not affect our right to collect additional
practicable of an "occurrence" or an offense
premium or exercise our right of cancellation or non -
which may result in a claim, applies only when
renewal.
the "occurrence" or offense is known to:
This provision does not apply to any known injury or
1 You, if you are an individual or a limited
damage which is excluded under any other provision of
liability company;
(2) A partner, if you are a partnership;
R.
WAIVER OF TRANSFER OF RIGHTS OF
RECOVERY AGAINST OTHERS TO US
(3) A member or manager, if you are a limited
Section IV — Commercial General Liability
liability company;
Condition Paragraph 8. Transfer Of Rights Of
(4) An "executive officer" or insurance
Recovery Against Others To Us is amended to add
manager, if you are a corporation; or
the following:
(5) A trustee, if you are a trust.
We waive any right of recovery we may have against
2. The requirement in Condition 2.b. that you
any person or organization because of payments we
must see to it that we receive notice of a claim
make for injury or damage arising out of:
or "suit" as soon as practicable will not be
1. Your ongoing operations; or
considered breached unless the breach occurs
after such claim or "suit" is known to:
2. "Your work" included in the "products -completed
operations hazard".
(1) You, if you are an individual or a limited
ability company;
However, this waiver applies only when you have
agreed in writing to waive such rights of recovery in a
(2) A partner, if you are a partnership;
contract or agreement, and only if the contract or
(3) A member or manager, if you are a limited
agreement:
liability company;
1. Is in effect or becomes effective during the term of
(4) An "executive officer" or insurance
this policy; and
manager, if you are a corporation; or
2. Was executed orinr to In-.
. - or= n +ri_ic+
S.
MENTAL ANGUISH
P. PRIMARY AND NONCONTRIBUTORY —
Section V — Definition 3. is replaced by the following:
ADDITIONAL INSURED EXTENSION
"Bodily injury" means bodily injury, sickness or disease
Section IV — Commercial General Liability
sustained by a person, including mental anguish or
Conditions Paragraph 4. Other Insurance is
death resulting from bodily injury, sickness or disease.
amended to add the following:
T.
LIBERALIZATION
This insurance is primary to and will not seek
contribution from any other insurance available to
If we revise this endorsement to provide greater
an additional insured under your policy provided
coverage without additional premium charge, we will
that:
automatically provide the additional coverage to all
endorsement holders as of the day the revision is
effective in your state.
CG7578.3(2-19) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 6 of 6
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
AMENDMENT — AGGREGATE LIMITS OF INSURANCE (PER PROJECT)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
The General Aggregate Limit under LIMITS OF INSURANCE (Section III) applies separately to each of your projects
away from premises owned by or rented to you.
Includes copyrighted material of Insurance Services Office, Inc. with its permission.
Form CG7429 (Ed. 11-98) Copyright, Insurance Services Office, Inc., 1984
COMMERCIAL AUTO
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BLANKET ADDITIONAL INSURED - PRIMARY AND NONCONTRIBUTORY -
REQUIRED IN WRITTEN CONTRACT OR AGREEMENT
This endorsement modifies the insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
A. Section II — Covered Autos Liability Coverage, B. With respect to the insurance afforded to these
Item A.1. Who Is An Insured is amended to additional insureds, the following is added to
include as an additional "insured": Paragraph C. Limit Of Insurance of Section II:
1. Any person or organization who you become
obligated to include as an additional insured
under this "auto" Policy, as a result of any
written contract or agreement you enter into,
which requires you to furnish insurance to that
person or organization of the type provided by
this policy but only with respect to "auto" liability
arising out of your ongoing operations or
premises owned by or rented to you.
2. Any other person or organization you are
required to include as an additional insured
under this "auto" Policy as an additional insured
under a contract or agreement described in
Paragraph 1. above.
Such person(s) or organization(s) is an additional
insured only with respect to "auto" liability for
"bodily injury", or "property damage" caused, in
whole or in part, by your acts or omissions or the
acts or omissions of those acting on your behalf:
1. In the performance of ongoing operations; or
2. In connection with your premises owned or
rented to you.
However, the insurance afforded to such additional
insured described above:
1. Only applies to the extent permitted by law;
2. Only applies if the contract or agreement is in
effect during the policy period;
3. Only applies if the "bodily injury" or "property
damage" occurs after you and such party have
executed the contract or agreement; and
4. Will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured.
Signature: pw'� Z-• WAA�
Patricia L. Wadsack (Nov 27, 202410:24 CST)
Email: patricia.wadsack@fortworthtexas.gov
The most we will pay on behalf of the additional
insured is the amount of insurance:
1. Required by the contract or agreement
described in Paragraph A.I. or A.2.; or
2. Available under the applicable Limits Of
Insurance shown in the Declarations for: Auto
Liability;
whichever is less.
This endorsement shall not increase the applicable
Limits of Insurance shown in the Declarations.
C. The following is added to the Other Insurance
Condition and supersedes any provision to the
contrary:
Primary and Noncontributory Insurance
This insurance is primary to and will not seek
contribution from any other insurance available to
an additional insured under your policy provided
that:
(1) The additional insured is a Named Insured
under such other insurance; and
(2) You have agreed in writing in a contract or
agreement that this insurance would be primary
and would not seek contribution from any other
insurance available to the additional insured.
D. All other terms and conditions of this policy remain
unchanged.
CA7479 (2-22) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 1 of 1
FORT WORTH.
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE: Long Avenue American Rescue Plan Act Pedestrian Safety Improvements project
M&C: 24-0997 CPN: 104299 CSO:
Date: 11 /26/24
To:
Name
1.
Donnette Murphy
2.
Patricia Wadsack
3.
Lauren Prieur
4.
Priscilla Ramirez
5.
Doug Black
6.
Jesica McEachern
7
Ronald Gonzales
8
Janette Goodall
9
Allison Tidwell
10.
TPW Contracts
Department Initials
Risk -Approver
VM
TPW Approver
PLW
TPW-Signer
Signed in Agiloft
Legal -Approver
Legal -Signer
o
ACM -Signer
CSCO-Approver
CSCO-Signer
JG 2c'
CSCO-Form Filler
p�-
TPw
DOCM
Date Out
11/27/24
11/27/24
11/27/24
12/02/24
12/03/24
12/03/24
12/03/24
12/03/24
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 NEXT DAY: ❑YES ❑No
ROUTING TO CSO: ®YES ❑No
Action Re uired:
❑ As Requested
❑ For Your Information
® Signature/Routing and or Recording
❑ Comment
❑ File Link to general conditions & specifications
❑ Attach Signature, Initial and Notary Tabs
Return To: Please notify TPWContracts a@fortworthtexas. qvv for pickup when complete. Call eat.
7233 or eat. 8363 with questions. Thank you!
FORTWORTH.
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE:
PEDESTRIAN SAFETY IMPROVEMENTS FOR LONG AVE
M&C:
CPN: 104299 CSO:
DOC#:
Date: 10/08/24
To: Name
Department Initials
Date Out
I . Larry Fraizer
Vendor -Signer
10/11 /24
2. Seth Cooksey
TPW-Signer
10/15/24
3. Leonel Rios
TPW-Review LR
10/15/24
4.
5.
6.
7
8
9
10.
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 NEXT DAY: ❑YES ❑No
ROUTING TO CSO: ®YES ❑No
Action Reauired:
❑ As Requested
❑ For Your Information
® Signature/Routing and or Recording
❑ Comment
❑ File
❑ Attach Signature, Initial and Notary Tabs
Return To: Please notify TPWContractsnu,fortworthtexas.eov for pickup when complete. Call ext.
7233 or ext. 8363 with questions. Thank you!