Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 62450
CSC No. 62450 FORT WORTH. CONTRACT FOR THE CONSTRUCTION OF 2025 CONCRETE RESTORATION CONTRACT I City Project No. 105046 Mattie Parker David Cooke Mayor City Manager Lauren Prieur Director, Transportation and Public Works Department Prepared for The City of Fort Worth TRANSPORTATION AND PUBLIC WORKS 2024 .:�P•�E OF ........ / �•• Z .... . REGA N SEOG��ti�i OFFICIAL RECORD CITY SECRETARY oa FT. WORTH, TX FORTWORTHe City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 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 00 45 �r Vendor Compliance to State Law Nonresident Bidder 06/27/2011 ,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 31 20 Project Meetings 07/01/2011 01 32 16 Construction Schedule 10/06/2023 01 3233 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 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 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105046 Revised March 8, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 32 - Exterior Improvements 32 11 23 Flexible Base Courses 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 1373 Concrete Paving Joint Sealants Division 33 - Utilities 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade Division 34 - Transportation 3471 13 1 Traffic Control Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httD:Hfortworthtexas.2ov/tvw/contractors/ or httDs:Happs.fortworthtexas.gov/Proi ectResources/ Division 02 - Existing Conditions Last Revised 02 A l 14 Utility D o,ti.,,ya / n l-..,.�..a,,.�.,� efA 1 2 20 �201 2 vz-rrTTr�-=vrav�z 0241 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 03/11/2022 8 3 EJi°UO`.tl£29 Division ■_ or-_ Boxes ■ ■02426/2016 Division 31- Earthwork 31 00 00 Site Clearing 03/22/2021 3123 16 Unclassified Excavation 01/28/2013 31�3 Beffe 01 io 4�13 r 1 01io Q�13 34�4-AA �«I�ti�r..-r 31 25 00 Erosion and Sediment Control 04/29/2021 CITY OF FORT WORTH 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105046 Revised March 8, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 Division 32 - Exterior Improvements 37 n1 17 �T 1 ga��nt �� ..tjl1:"r, i2Q0/20i2 �� 3201 .b 320129 Te,, pe .afy A sph l+ Biting R Go e .ete n, . ing n epa 1l i7�lz 11 �'� 20/2012 32 1 1 2- �rz� Z7�9 Flexible Base (`ou-sos- T./fmj Tpoate ] 4as !`.,� 12420/ 012 r�-avravzz 17/7z QO/iviz 32 1133 Cement Treated Base Courses 06/10/2022 2 11 37 3'�6 T igtti Trea4e.a Sol Stabilize . 04/7 5 1 'f /'f Z7�-3 1 '2 Asphalt Pa-y n ikvplWlt -'kY.g£r-aal Foa�.\niz !''.,ne -ete z 117i7�12 32 i 3 32 13 Pa-y n idwiulko, Dpi .,e,: ays andu,.ff e,. Free -Ramp) 06/10/2022 17 in�22 32137-3 Goner-eto Paving, Jain4 Sea4an4s 11 i7�12 Z 7�6v &6A& Unit Pavia12A20/2012 32 1613 Concrete Curb and Gutters and Valley Gutters 12/09/2022 32 1723 Pavement Markings 06/10/2022 3217 Gw-b Ad00 -B lWir g 1 1l l /n�13 311 R 1 3 Chain > en es a -a Gates 11 7 i'�� 32 31 '27�7 Wr. F.mw ,1L3d--E 4es .,*.1 (`_a4es- 17Artr20/2012 1 7/'l 32 32 13 Wee.l Fe..ees Cast i Ulaee Gene fete Retaining Walls z 06i0II 3291 19 Tepse:l Ul.,eef ea and Fivkchirtg e f Roadway night of ways 03/1�22 3292 13 Sodding 05/13/2021 17�4 Nm Nat;.zve-wig nci1�2 '27�-5Native- "n'l Wildflower- Seeding 10/0� 3293 4-3 Tfewzand 12�12 Division 33 - Utilities 33 n1 �0 Sewer- a r 1 T nnin a T✓--v-r�v �.'�'� Lam: � i�`�7.n� 3301 3-1 Closed Cir-e„it Teleyis e., (CCTV) Mspeet or Dnitpy of nano 1�z 33013-2 rlesea Gir-e„it Tel (CCTV) laspee S� 12�09/2023 ��v3ccrczrcccrrrcr2'b'-rsii�irrccz��7-x�x�pccti6i�c�c�2 �atri �rvrnzo�.� 3303 8 %T/.-,oU' Itlr3$rj&z,- .dct11Rb 33 04 10 Taro• Be...]:.•....,n �'leet.-;e.,l isel.,,-:.,.. 12A20�2012 T✓--v�-ry r�-=vravzz 33 04 1 1 Ceffes en rer r-el Test StM ens 12 -20/2012 3304-1-2 Magnesium Anode Gat ed e n.eteet en Syste,,., 17i7�12 0 Temper-,...., Water- Se, ,1 07in�li 3304 40 Ghmaing and A eept e Testing of Wtef >\,rains 07103 33 04 50 Q�ant1ng ocPipes0311�2-2 3305 10 Utility Trench Excavation, Embedment, and Backfill 04/02/2021 3305 2 Water- Line e Lowering 17 i7�12 3305 13 Frame, Cover and Grade Rings 09/09/2022 djus ing Aa �l Okla, r&'w�� es it3, c Boxad Other StpaEtwest6 �-03-�4 A 03 i1�-n;i0Grade 3305 16 Concrete Water Vaults 12/20/2012 3305 17 Concrete Collars 03/11/2022 32� Auger- Befiin 12P2z 330524 Tun�1 T ' 12P'lr�-20riviz �-�� '� J.n.. 3305 Steel Cw1pYrg Piro 17i7�12 33-93-2-3 IIai1d Tumn„ • -20/2012 330524 Inst.11al e,. eF rafr-:e,-Pipe i Casing T,,,,,.el Linef Q110 i CITY OF FORT WORTH 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105046 Revised March 8, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 22 nG 7ti Utility N4aFke-�/T ,)ea4,., 12,L20/2012 T✓--v�-zv r�-avravzz 22 nc 2n T ,,,.a4ior of Existing U444ies 12 O/2012 33 11 Belts, Nu4s ,-ad Gaskets 12/7 z 33 11 8 Dtietile Ifen Pipe 12/n�22 M- 11 12 Polyvinyl Chloride (PNIG) Pressure Pipe 091,09/2022 11 Gener-et€Pfessufe Pao Bar W+apped, Stool Cylinder- Type 12/�tz 33� Btified Stool Pipe and Fittings 12/7 z 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 Q 4 Lar-ge W4er-Meters 12/2 z 33 �zzvResiliefA Seated Ga4e Valve 05r06r2015 33 1224 nxx/xx/n Rtibbo. Seated BtA4e,-fl.,V ly 0 /own 33 1230 r,,,.,bin io Air- Valve Assemblies fe n table W tef Syste 112/2 z 33 124,0 Fi 14yd :apAs n 1 103 /201 n �rrrc�rparaarJ �� 33-3112 Cured k: P.lo' P) 1 21 /7 z 3331 1-3 Fiber -glass Reinfer-eea Pipe fe Gfa- it-y Sanitary Sewers 12/2 z 3i 21 115 High Density Polyethylene (NDPE) Pipe for- 5,,,,;tai-7y Sewer- nn/2�9 2 1 1 2 /'1�-20/2012 Pipe 3 i 2%, nor .1Y T ,L20/2012 3� 21 '12 Sanitary Sewer- Pipe Enla-..omo12/7 z 33 39 Sanitary Sewer- So,.yiee r, nme ti ns and So,yiee T : -e nn/o�13 33 31 7-9 r,,,.,bin ion n;, xlaW, fGr FGmitkr,, Sewe E,,,- e >„r,,� 112/7 z 22 393.0 Fiber -glass AR.,*heles 12 O/2012 33 39 40 xxlasto..,4er- n eeess r>,,,,. be f (WAG) r) 12 /�12 8 T ; o s for- 5,...;tafy Sewe Struotuma nn /2v� 29/2021 22 41 1 n Reinf .-ee Gone -ete St,.,.,�. Sewer- Pipe/r„l. eAs- 07110 /20 1 n �o � 33 41 4 High Density PolyethylenetRDPEPIt,,, t0m DY/al'S r2,-20r20Q 22 41 17 Rei fe-ee Polyethylene ISDDE\ Npe 11 /12/201 c �z �� 06 /10 /2022 33 41 ^ram Pilo ate ���i� �z 33464 Sleffed S m Dmins 07/0i 33 �-; 6 Tr-eaoh Dw] xs n7 /no 1�1 33 491.9 Cast i nlaee Manholes a -a Tffiefie Boxes 12/�12 2 2� Curb ..a.a Drop Inlets 03 /1�z 33 49 4,0 Storm Dmirrage Headwalls l s and Aling,. all n2 /non i /20 W Division 34 - Transportation 2 n� T,.a ffi , Signals 03 /10 1�z 24 n�no.l1 At1:YJ1imint i Centfeller- rabine 12/1 -5 34 1nmz Attaehfnefitro��nie er- SpeeifieM n2�2 24 41 10.03 n � E� tta fnefltG —fie afe Spe-oPc ieatlen 2 34 41 1 1 Temper-afy T,-.. f e 5; ,., a4s 1 11 /7�v13 24� no,.,.,oying T,..,fffie Signals n2/10 1�z CITY OF FORT WORTH 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105046 Revised March 8, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 34 41 R S 34 n�Oz Ar4--Y.1. = Raadw Damnvrss 2n n�02 Ffee . ay LED n,,adw ., Lu\,,nimir9s 2 ^ ^�03 R-e�tial LED Raadw Duminaires 34 4 —0 Alx n�mv% Signs -o 3n�-3 Traffie r r r-el 99 99 00 - Special Specification - Geogrid Tensar TriAX140 - 475 Appendix GC4-.01 k-vailaK,Iity of GG 4.0-2 F/aLiYa GG 4.0.6 I azardow Brf,4rormrsrlt 1 Gend t r , 4 Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GG 6.09 Pa ff .its and T T44ifies GG 6. 1 P�0x&arimryation GN-0.0 nn General Notes nequ OR 0160 GP-0.0 Pf:e uet -emeffts Project Location and Exhibit GS-0.0 Standard Construction Details END OF SECTION CITY OF FORT WORTH 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105046 Revised March 8, 2024 000510-1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 1 SECTION 00 05 10 2 MAYOR AND COUNCIL COMMUNICATION (M&C) 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 END OF SECTION CITY OF FORT WORTH 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 CITY PROJECT NO. 105046 11/20/24, 4:54 PM M&C Review Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FORT Create New From This M&C REFERENCE **M&C 24- 202025 CONCRETE DATE: 11/19/2024 NO.: 1030 LOG NAME: RESTORATION CONTRACT 1 CODE: C TYPE: CONSENT PUBLIC NO HEARING. SUBJECT: (CD 2 and CD 5) Authorize Execution of a Contract with Urban Infraconstruction, LLC, in the Amount of $3,156,248.00 for the 2025 Concrete Restoration Contract 1 Project RECOMMENDATION: It is recommended that the City Council authorize execution of a contract with Urban Infraconstruction, LLC, in the amount of $3,156,248.00 for the 2025 Concrete Restoration Contract 1 project (City Project No. 105046). DISCUSSION: In the Fiscal Year 2025 Pay -Go Contract Street Maintenance Program, various types of street maintenance projects are grouped into specific contract packages. The recommended construction contract outlined in this Mayor and Council Communication (M&C) will provide for the reconstruction of failing concrete pavement on the street sections below under the 2025 Concrete Restoration Contract 1 project (City Project No. 105046). Street From To Meacham Boulevard (Gold Spike Drive (Pylon Street Trinity Boulevard Amon Carter Boulevard High River Road This project was advertised for bid on August 1, 2024, and August 8, 2024, in the Fort Worth Star - Telegram. On August 29, 2024, the following bids were received: FBidders I Amount Time of Completion Urban Infraconstruction, LLC $3,156,248.00 300 Calendar Days MW Panel Tech $3,696,138.00 [&apko Concrete Structures, LLC $3,749,571.00 GRod Construction, LLC $3,768,110.00 XIT Paving and Construction Inc $3,874,189.00 In addition to the contract amount, $481,093.00 is required for project management, material testing, and inspection, and $157,812.00 is provided for project contingencies. Funding is budgeted in the General Capital Projects Fund for the TPW Highway & Streets Department for the purpose of funding the 2025 Concrete Restoration Contract 1 project, as appropriated. Construction for this project is expected to start in December 2024 and be completed by October 2025. Upon completion of the project, there will be no anticipated impact on the General Fund operating budget. M/WBE OFFICE —The Business Equity Division placed a 33.51\% business equity goal on this solicitation/contract. Urban Infraconstruction, LLC, will be exceeding the goal at 95.95\%. Urban Infraconstruction, LLC is a Business Equity Prime and will self- perform. They have also agreed/committed to utilize business equity subcontractor participation for the scope of work, meeting apps.cfwnet.org/council_packet/mc_review.asp?I D=32736&councildate=11 /19/2024 1 /2 11/20/24, 4:54 PM M&C Review the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. This project is located in COUNCIL DISTRICTS 2 and 5. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the General Capital Projects?Fund for the 2025 Concrete Restoration Contract 1 project to support the approval of the above recommendation and execution of the contract. Prior to any expenditure being incurred, the Transportation and Public Works Department?has the responsibility to validate the availability of funds. TO Fund Department Account Project ID ID FROM Fund Department Account Project ID ID Submitted for City Manager's Office by_ Originating Department Head: Additional Information Contact: Program Activity Budget Reference # Amount Year (Chartfield 2) Program Activity Budget Reference # Amount Year (Chartfield 2) 1 Jesica McEachern (5804) Lauren Prieur (6035) Monty Hall (8662) ATTACHMENTS 202025 CONCRETE RESTORATION CONTRACT 1.docx (CFW Internal) Contract Compliance Memorandum 2025 Concrete Restoration CPN 105046.pdf (CFW Internal) FID Table 2025 Concrete Restoration Contract 1 CPN 105046.XLSX (CFW Internal) Form 1295.pdf (CFW Internal) M&C Map.pdf (Public) SAM Search Report Urban Infraconstruction LLC.pdf (CFW Internal) apps.cfwnet.org/council_packet/mc_review.asp? I D=32736&cou ncildate=11 /19/2024 2/2 CITY OF FORT WORTH Transportation and Public Works Department 2025 Concrete Restoration Contract 1 City Project No. 105046 ADDENDUM NO. 1 Addendum No. 1: Issued Thursday, August 21, 2024 Bid Open Date: Thursday, August 29, 2024 This Addendum forms part of the Specifications & Contract Documents for the above -referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, and in the proposal (SECTION 00 41 00). Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specification and contract documents for 2025 Concrete Restoration Contract 1, City Project No. 105046, are hereby revised by Addendum No. 1 as follows: SPECIFICATIONS & CONTRACT DOCUMENTS: a. SECTION 00 42 43 — Replace the PROPOSAL FORM in its entirety with the attached PROPOSAL FORM. b. BID TABLE (BT-15HN) — The bid table has been revised in Bonfire to reflect the changes made to the proposal form. c. APPENDIX GC 4.02: Add the attached Subsurface and Physical Conditions. d. SUBMISSION INSTRUCTIONS — 24-0269 — The submission instructions have been updated to include Addendum No. 1 under the Requested Information section. This Addendum No. 1 forms part of the 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 4100, Bid Form, Page 3 of 3 A signed copy of Addendum No. 1 shall be included in the submitted sealed bid at the time of bid submittal. Failure to acknowledge the receipt of Addendum No. 1 could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. Page 1 of 2 CITY OF FORT WORTH 2O25 Concrete Restoration Contract 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105046 Revised September 14, 2022 Addendum 1 Addendum No. 1 RECEIPT ACKNOWLEDGEMENT: By: Company: Urban Infraconstruction LLC Address: 2727 Lyndon B Johnson City: Farmers Branch State: TX Lauren Prieur, P.E. Director, Transportation and Public Works By: Ze(a(&-1 AaP Zelalem Arega, PhD, P.E. Engineering Manager Page 2 of 2 CITY OF FORT WORTH 2O25 Concrete Restoration Contract 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105046 Revised September 14, 2022 Addendum 1 00 42 43 BID FORM Page 1 of 1 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Section Unit of Bid Description Unit Price Bid Value Item No. No. Measure Quantity 1 0135.0201 Remobilization 017000 EA 1 2 3471.0001 Traffic Control 3471 13 MO 10 3 3471.0002 Portable Message Sign 3471 13 WK 42 4 0241.0401 Remove Concrete Drive 0241 13 SF 700 5 3213.0401 6" Concrete Driveway 32 1320 SF 300 6 3213.0403 8" Concrete Driveway 32 1320 SF 200 7 9999.0000 8" Concrete Driveway HES 32 1320 SF 200 8 9999.0001 Remove Concrete and Replaoe with 9" Concrete Pavement 0241 1513213 13 SY 8,000 9 9999.0002 Remove Concrete and Replace with I1" Concrete Pavement 0241 15/32 13 13 SY 6,000 10 9999.0003 Remove Concrete and Replaoe with 9" Concrete Pavement HES 0241 1513213 13 SY 1,000 11 3123.0101 Unclassified Excavation 3123 16 CY 600 12 3211.0122 Flex Base, Type A, GR-2 32 1123 CY 1,600 13 3292.0100 Block Sod Placement 3292 13 SY 10,000 14 3291.0100 Topsoil 3291 19 CY 300 15 3213.0700 Joint Sealant 32 1373 LF 2,000 16 3305.0108 Miscellaneous Adjustment (Uuhues) 3305 14 LS 1 $50,000.00 $50,000.00 17 9999.0004 Geogrid Tensar (TRIAX 140-475) or Approved equal 99 99 00 SY 7,500 18 9999.0005 4" BRK Pvmt Marking HAS (W) 32 1723 LF 2,000 19 3217.0103 6" BRK Perot Marking HAS (W) 32 1723 LF 2,000 20 3217.0105 6" SUE) Pvmt Marking Tape (W) 32 1723 LF 3,000 21 3217.0203 8" SLID Print Marking Tape (W) 32 1723 LF 1,000 22 3217.0401 18" SLD Pvmt Marking HAE (W) 32 1723 LF 328 23 3217.0501 24" SLID Perot Marking HAE (W) 32 1723 LF 60 24 9999.0006 Fumish/Install Theromplashc Preformed (125 mil.) (Rail Road (X &RR), Including three 24" stop bars) 32 17 23 EA 5 25 3217.2103 REEL Raised Marker TY H-A-A 32 1723 EA 200 26 3217.2104 REFL Raised Marker TY H-C-R 32 1723 EA 500 27 3217.1002 Lane Legend Arrow 32 1723 EA 10 28 3217.1004 Lane Legend Only 32 1723 EA 10 29 0241.0300 Remove ADA Ramp 0241 13 EA 6 30 0241.0100 Remove Sidewalk 0241 13 SF 800 31 3213.0506 Barrier Free Ramp, Type P-1 32 1320 EA 2 32 3213.0501 Banner Free Ramp, Type R-1 32 1320 EA 2 33 3213.0504 Barrier Free Ramp, Type M-2 32 1320 EA 2 34 3213.0301 4" Com Sidewalk 32 1320 SF 800 35 3305.0106 Manhole Adjustment, Major 3305 14 EA 1 36 3217.5001 Curb Address Painting 32 1725 EA 10 37 9999.0007 Remove and Replace with 10" Stamped Concrete 02 41 15/32 13 13 SY 100 38 3349.5008 Remove and Replace Inlet Top, 20' 3305 14 EA 1 39 3212.0401 HMAC Transition 3201 17 TN 20 40 9999.0008 Paving Construction Allowance EA 1 $100,000.00 $100,000.00 Total Bid $150,000.00 END OF SECTION CITY OF FORT W ORTR 2025 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105046 Revised 9/30/2021 Adeead- 1 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2O25 Concrete Restoration Contract 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105046 Revised July 1, 2011 Addendum 1 Rone Engineering Services, Ltd. Project: CPN: 105046 Trinity Blvd. Meacham Blvd. Material Testing PO - FW020-0000010633 FI D: 30100-0200431-5330500-105046-E03384-9999 Rone Project No.: 2328183 Rone Report No.: 14416631, 14416632, 14416633 and 14416773 Date of Service: 11/7/2023 (13-18) - 11/8/2023 (18-24) - 11/9/2023 (1-5) - 11/10/2023 (6-12) - 11/10/2023 (1-6) Report Date: 11 /28/2023 Concrete Strength test, Depth Checks and Soil Sampling — Coring On this date a representative of Rone Engineering Services, Ltd. arrived onsite, as scheduled, to perform Coring Operations. Please See Below for Locations and Results: Trinitv Blvd. Hole # C - 1 Location: 500' from Hwy 360 toward High River on Trinity Blvd. 6.75" Concrete Paving — Compressive Strength test = 7080 PSI 6.75" — 13" Brown Sandy Clay w/Organics - Atterberg Limits: LL=27, PL=13, PI=14 13" - 18" Brown Dark Brown Clay - Atterberg Limits: LL=38, PL=16, PI=22 Trinitv Blvd. Hole #C-2 Location: 1000' from Hwy 360 toward High River on Trinity Blvd. 8.5" Concrete Paving — Compressive Strength test = 4090 PSI 8.5" — 12" Asphalt 12" — 17" Brown Dark Brown Clay - Atterberg Limits: LL=30, PL=16, PI=13 Trinitv Blvd. Hole # C - 3 Location: 1500' from Hwy 360 toward High River on Trinity Blvd. 10" Concrete Paving — Compressive Strength test = 4500 PSI 10" — 15" Asphalt Trinitv Blvd. Hole #C-4 Location: 2000' from Hwy 360 toward High River on Trinity Blvd. 10" — 16" Asphalt 10" Concrete Paving — Compressive Strength test = 4960 PSI Trinitv Blvd. Hole # C - 5 Location: 2500' from Hwy 360 toward High River on Trinity Blvd. 10" — 16" Asphalt 10" Concrete Paving — Compressive Strength test = 4450 PSI Trinitv Blvd. Hole #C-6 Location: 3000' from Hwy 360 toward High River on Trinity Blvd. 6.75" Concrete Paving — Compressive Strength test = 6420 PSI 6.75" — 16" Reddish Sandy Clay w/gravel - Atterberg Limits: LL=38, PL=26, PI=12 Trinitv Blvd. Hole #C-7 Location: 3500' from Hwy 360 toward High River on Trinity Blvd. 7.25" Concrete Paving — Compressive Strength test = 6900 PSI 7.25" — 16" Reddish Sandy Clay w/gravel, Lime - Atterberg Limits: LL=31, PL=26, PI=5 Trinitv Blvd. Hole # C - 8 Location: 4000' from Hwy 360 toward High River on Trinity Blvd. 7.5" Concrete Paving — Compressive Strength test = 6580 PSI 7.5" — 16" Reddish Sandy Clay w/gravel, w/Lime - Atterberg Limits: LL=33, PL=20, PI=13 Trinitv Blvd. Hole #C-9 Location: 4500' from Hwy 360 toward High River on Trinity Blvd. 8.25" Concrete Paving — Compressive Strength test = 5670 PSI 8.25" — 16" Reddish Sandy Clay w/gravel, w/Lime - Atterberg Limits: LL=31, PL=24, PI=7 Trinitv Blvd. Hole # C - 10 Location: 5000' from Hwy 360 toward High River on Trinity Blvd. 9.5" Concrete Paving — Compressive Strength test = 4970 PSI 9.5" — 16" concrete Trinitv Blvd. Hole # C - 11 Location: 5500' from Hwy 360 toward High River on Trinity Blvd. 10.25" Concrete Paving — Compressive Strength test = 4620 PSI 10.25" — 14" Gray Olive Sandy Clay, w/Lime - Atterberg Limits: LL=34, PL=21, PI=13 14" — 16" Gray Olive Clay - Atterberg Limits: LL=42, PL=18, PI=24 Trinitv Blvd Hole # C - 12 Location: 6000' from Hwy 360 toward High River on Trinity Blvd. 8.75" Concrete Paving — Compressive Strength test = 4700 PSI 8.75" — 16" Light Brown Reddish Brown Sandy Clay - Atterberg Limits: LL=42, PL=14, PI=28 Trinitv Blvd. Hole # C - 13 Location: 100' from High River to Hwy 360 on Trinity Blvd. 9" Concrete Paving — Compressive Strength test = 4670 PSI 9" — 16" Light Brown Sandy Clay, Lime treated - Atterberg Limits: LL=29, PL=25, PI=4 Trinitv Blvd. Hole # C - 14 Location: 600' from High River to Hwy 360 on Trinity Blvd. 2.5" Asphalt 8" Concrete Paving — Compressive Strength test = 6160 PSI 10.5" — 14" Brown Sandy Clay w/LSF, No lime - Atterberg Limits: LL=38, PL=20, PI=18 14" — 16" Brown Sandy Clay, No lime - Atterberg Limits: LL=38, PL=17, PI=21 Trinitv Blvd. Hole #C - 15 Location: 1100' from High River to Hwy 360 on Trinity Blvd. 8" Concrete Paving — Compressive Strength test = 5440 PSI 8" — 16" Brown Sandy Clay w/Organics, Lime treated - Atterberg Limits: LL=36, PL=29, PI=7 Trinitv Blvd. Hole #C - 16 Location: 1600' from High River to Hwy 360 on Trinity Blvd. 8.25" Concrete Paving — Compressive Strength test = 6720 PSI 8.25" — 14" Brown Sandy Clay w/Organics, No lime - Atterberg Limits: LL=42, PL=22, PI=20 14" — 16" Brown and Dark Brown Clay w/LSF, No lime - Atterberg Limits: LL=36, PL=21, PI=15 Trinitv Blvd. Hole #C - 17 Location: 2100' from High River to Hwy 360 on Trinity Blvd. 7.25" Concrete Paving — Compressive Strength test = 6950 PSI 7.25" — 16" Reddish Brown Sandy Clay w/gravel, No lime - Atterberg Limits: LL=37, PL=15, PI=22 Trinitv Blvd. Hole #C - 18 Location: 2600' from High River to Hwy 360 on Trinity Blvd. 9.5" Concrete Paving — Compressive Strength test = 7650 PSI 9.5" — 16" Reddish Brown Sandy Clay w/gravel, No lime - Atterberg Limits: LL=38, PL=16, PI=22 Trinitv Blvd. Hole #C - 19 Location: 31 00'from High River to Hwy 360 on Trinity Blvd. 6.75" Concrete Paving — Compressive Strength test = 6590 PSI 6.75" — 16" Reddish Brown Sandy Clay w/LSF, No lime - Atterberg Limits: LL=36, PL=20, PI=16 Trinitv Blvd. Hole #C - 20 Location: 3600' from High River to Hwy 360 on Trinity Blvd. 4.5" Asphalt 13.5" — 16" Asphalt 9" Concrete Paving — Compressive Strength test = 7400 PSI 16" Reddish Brown Sandy Clay w/LSF, No lime - Atterberg Limits: LL=34, PL=19, PI=15 Trinitv Blvd. Hole # C — 21 Location: 4100' from High River to Hwy 360 on Trinity Blvd. 10.5" Concrete — Compressive Strength test = 9780 PSI 10.5" — 16" Dark Brown Sandy w/LSF & w/gravel, Lime treated - Atterberg Limits: LL=26, PL=22, PI=4 Trinitv Blvd. Hole # C — 22 Location: 4600' from High River to Hwy 360 on Trinity Blvd. 2" Asphalt 8.5" Concrete — Compressive Strength test = 5460 PSI 10.5" — 16" Dark Brown w/LSF/gravel, Lime treated - Atterberg Limits: LL=36, PL=21, PI=15 Trinitv Blvd. Hole # C — 23 Location: 51 00'from High River to Hwy 360 on Trinity Blvd. 2.25" Asphalt 9.5" Concrete — Compressive Strength test = 7310 PSI 11.75" — 14" Light Brown Sandy w/LSF, Lime treated - Atterberg Limits: LL=48, PL=42, PI=6 14" — 16" Light Brown Gray Sandy Clay, Lime treated - Atterberg Limits: LL=58, PL=28, PI=30 Trinitv Blvd. Hole #C-24 Location: 5600' from High River to Hwy 360 on Trinity Blvd. 4.5" Asphalt 8.5" Concrete — Compressive Strength test = 7450 PSI 13"- 16" concrete 16" -18" Dark Brown Clay w/LSF, No lime - Atterberg Limits: LL=35, PL=22, PI=15 Meacham Blvd. Hole # C — 1 Location: 100' from Gold Spike toward Pylon on Meacham Blvd. 6.75" Concrete — Compressive Strength test = 8110 PSI 6.75" — 16" Brown Sandy Clay w/gravel, Lime - Atterberg Limits: LL=50, PL=42, PI=8 Meacham Blvd. Hole # C — 2 Location: 600' from Gold Spike toward Pylon on Meacham Blvd. 7.75" Concrete — Compressive Strength test = 7760 PSI 7.75" — 15" Brown Sandy Clay, with traces of Lime - Atterberg Limits: LL=50, PL=38, PI=12 15" — 16" Dark Brown Clay - Atterberg Limits: LL=49, PL=21, PI=28 Meacham Blvd. Hole#C-3 Location: 1100' from Gold Spike toward Pylon on Meacham Blvd. 7" Concrete — Compressive Strength test = 6070 PSI 7" — 14" Brown Sandy Clay - Atterberg Limits: LL=61, PL=36, PI=25 14" — 16" Dark Brown Clay - Atterberg Limits: LL=61, PL=26, PI=35 Meacham Blvd. Hole # C — 4 Location: 100' from Pylon towards Gold Spike on Meacham Blvd. 7.5" Concrete — Compressive Strength test = 7580 PSI 7.5" — 14" Dark Brown Clay w/gravel, Lime - Atterberg Limits: LL=53, PL=30, PI=23 14" — 18" Dark Brown Clay - Atterberg Limits: LL=62, PL=23, PI=39 Meacham Blvd. Hole # C — 5 Location: 600' from Pylon towards Gold Spike on Meacham Blvd. 7" Concrete — Compressive Strength test = 9190 PSI 7" — 12" Dark Brown Sandy Clay, Lime - Atterberg Limits: LL=48, PL=37, PI=11 12" — 18" Dark Brown Clay - Atterberg Limits: LL=63, PL=22, PI=41 Meacham Blvd. Hole # C — 6 Location: 1100' from Pylon towards Gold Spike on Meacham Blvd. 7.5" Concrete — Compressive Strength test = 5100 PSI 7.5" — 18" Dark Brown Sandy Clay w/gravel, Lime - Atterberg Limits: LL=50, PL=39, PI=11 Coring terminated at —18" Trinity Blvd -2025 Concrete Restoration Project CC'N * 1o5OLK4 O' I SOVEREIG�7 -A I c1 O �-A a O E FI LP2 >- U Q w O O A9 T Y Frp 2 U d w a 2SKYVIEW wz� O3 O cO AL U 21D !gpL(4 w LL T RGE TIN NITY _ o qk T— wFSTR/ '' ` 4 T E ON 3 COTTAGEVIEW y • M o m FRYE � -7 a =+ pA KRI GE ZEB Trinity Blvd Council District 5 GRAND RIVER le-5 = Il,�l� E� o • 1 y Core every Soo = 0!'7 Core lbe&ktaoS lZ 0 . 13 Core 7 1-!Z arm ���� �o�-kbOoMv HIGH RIVER ? �a���► booml C6 re,5 are- w °` w Y a co 0 J 0 cD Meacham Blvd - 2U25 Concrete Restoration Project GpN y( �o s 0 9� I AIRWAY ? O w J m Meacham Blvd . 5 mi. ies = 9& 10 Core, eueq 50J' t Zo (-arc 1oca��a,5 COre5 1-3 N,y-�-- 9-a4boone) C'Ore5 arc tdo6+-bouvj MINEOLA UCORNING S w 0 0011 13 INVITATION TO BIDDERS Pagel of 3 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of 2025 CONCRETE RESTORATION CONTRACT 1, City project No. 105046 will be received by the City of Fort Worth via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=oj2enOj2portunities, under the respective Project until 2:00 P.M. CST, Thursday, August 29, 2024. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST in the 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: https://fortworthtexas.bonfirehub.com/portal/?tab=oDenODDortunities Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non -responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. SUPPORT For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en- us CITY OF FORT WORTH 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105046 Revised 2/08/24 0011 13 INVITATION TO BIDDERS Page 2 of 3 Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: 8,000 SY Remove Concrete and Replace with 9" Concrete Pavement 6,000 SY Remove Concrete and Replace with 11" Concrete Pavement 1,000 SY Remove Concrete and Replace with 9" Concrete Pavement 100 SY HES Remove Concrete and Replace with 10" Stamped 1,600 CY Concrete Flex Base 7,500 SY Geogrid DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOj2portunities, under the respective Project. Contract Documents maybe 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 https://fortworthtexas.bonfirehub.com/portal/?tab=oi2enOpportunities, 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, August 13, 2024 TIME: 1.00 P.M. Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. 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 OF FORT WORTH 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105046 Revised 2/08/24 0011 13 INVITATION TO BIDDERS Page 3 of 3 City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. FUNDING Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from revenues generated from bonds, grants etc. and reserved by the City for the Project. ADVERTISEMENT DATES August 1, 2024 August 8, 2024 END OF SECTION CITY OF FORT WORTH 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105046 Revised 2/08/24 0021 13 INSTRUCTIONS TO BIDDERS SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms Pagel of 8 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) OMITTED 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: 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. CITY OF FORT WORTH 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105046 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 8 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. OMITTED 4.1.5. Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.6. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.7. Should perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.8. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima -facie evidence that the Bidder has made the investigations, examinations and tests herein required. 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. CITY OF FORT WORTH 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105046 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 8 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification o£ 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4. Standard insurance requirements, coverages and limits. 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. CITY OF FORT WORTH 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105046 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 8 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City 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 httDs://fortworthtexas.bonfirehub.com/Dortal/?tab=oDenODDortunities 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. CITY OF FORT WORTH 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105046 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 8 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 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: https://codelibrary.amlegal.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. CITY OF FORT WORTH 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105046 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 8 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 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://fortworthtexas.bonfirehub.com/aortal/?tab=oi)en0nnortunities. 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 CITY OF FORT WORTH 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105046 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 8 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. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. CITY OF FORT WORTH 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105046 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 8 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 httus://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 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 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105046 Revised/Updated 1/17/24 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. Form CIQ (Conflict of Interest Questionnaire) (state.tx.us) httr)s://www.ethics.state.tx.us/data/forms/conflict/CIS.r)df VCIQ Form does not apply ❑ CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary ❑ CIS Form does not apply ❑ CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: Urban Infraconstruction LLC By: Zach Kesler Signature: Title: Estimator END OF SECTION 003513 BID FORM Page 1 of 1 CITY OF FORT WORTH 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105046 Revised 9/30/2021 00 41 00 Bid Proposal Workbook TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: City Project No.: 105046 Units/Sections: Concrete Paving 1. Enter Into Agreement SECTION 00 41 00 BID FORM 2025 CONCRETE RESTORATION CONTRACT 1 0041 00 BID FORM Page 1 of 3 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 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105046 Revised 9/30/2021 00 41 00 Bid Proposal Workbook 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. Not Applicable b. Not Applicable c. Not Applicable d. Not Applicable e. Not Applicable f. Not Applicable g. Not Applicable h. Not Applicable 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 300 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105046 Revised 9/30/2021 00 41 00 Bid Proposal Workbook 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. M] Total Bid 7. Bid Submittal This Bid is submitted on 3/29/2024 Respectfully submitted, By: (Signature) (Printed Name) Title: Estimator Company: Urban Infraconstruction LLC Address: 2727 Lyndon B Johnson State of Incorporation: TX Email: Zach@urbaniconstruct.com Phone: 817-616-5544 :I h I IXOM1 x00Is] ►1 $3,156,248 by the entity named below. Receipt is acknowledged of the Initial following Addenda: JAddendum No. 1: ZK JAddendum No. 2: JAddendum No. 3: JAddendum No. 4: Corporate Seal: CITY OF FORT WORTH 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105046 Revised 9/30/2021 00 41 00 Bid Proposal Workbook Responses Success: All data is validl talus Success: All values provi Success: All values provi Success: All values provi Success: All values provi Success: All values provi Success: All values provi Success: All values provi Success: All values prov Success: All values prov Success: All values prov Success: All values prov Success: All values provi Success: All values provi Success: All values provi Success: All values prov Success: All values prov Success: All values prov Success: All values provi Success: All values prov Success: All values prov Success: All values prov Success: All values prov Success: All values prov Success: All values prov Success: All values prov Success: All values provi Success: All values provi Description ded #0-1 0135.0201 RemobilizatiOn Specification Unit of Measure Section No. 01 7000 EA Bid Quantity 1 Numeric Unit Price $ 15,000.00 Bid Value $ 15,000.00 ded #0-2 3471.0001 Traffic Control ded #0-3 3471.0002 Portable Message Sign ded 90-4 0241.0401 Remove Concrete Drive 3471 13 MO 10 $ 10,000.00 $100,000.00 347113 WK 42 $500.00 $21,000.00 0241 13 SF 700 $ 10.00 $ 7,000.00 ded 40-5 3213.0401 6" Concrete Driveway 32 13 20 SF 300 $ 15.00 $ 4,500.00 ded #0-6 3213.0403 6" Concrete Driveway 32 13 20 SF 200 $ 20.00 $ 4,000.00 dad #0-7 9999.0000 S" Concrete Driveway HES 32 13 20 SF 200 $ 25.00 $ 5,000.00 led #0-8 9999.0001 Remove Concrete and Replace with 0241 13 32 13 SY 8000 9" Concrete Pavement Jed #0-9 9999.0002 Remove Concrete and Replace with 0241 15/3213 SY 6000 11" Concrete Pavement 13 led #0-10 9999.0003 Remove Concrete and Replace with 0241 15/32 13 SY 1000 9" Concrete Pavement HES 13 led #0-11 3123.0101 Unclassified Excavation 312316 CY 600 $ 129.00 $ 1,032,00000 $ 159.00 $954,000.00 $ 145.00 $ 145,000.00 $ 95.00 $ 57,000.00 Jed #0-12 3211.0122 Flex Base, Type A, GR-2 led #0-13 3292.0100 Block Sod Placement Je 3291.0100 Topsoil 32 11 23 CY 1600 $138.00 $ 220,800.00 3292 13 SY 10000 $ 12.00 $ 120,000.00 329119 CY 300 $160.00 $48,000.00 led #0-15 Jed WAS Jed #0-17 Jed #0.18 Jed #0-19 3213.0700 Joint Sealant 3305.0108 Miscellaneous Adjustment (Utilities) (Please enter $50,000.00 for the Unit Price.) 9999.0004 Geogrid Tenser (TRIAX 140-475) Or Approved equal 9999.0005 4" BRK Pvmt Marking HAS (VV) 3217.0103 6" BRK Pvmt Marking HAS (W) 32 13 73 LF 2000 $ 5.00 $ 10,000.00 330514 LS 1 $ 50,000.00 $ 50,000.00 999900 SY 7500 $ 14.00 $ 105,000.00 321723 LF 2000 $3.00 $6,000.00 321723 LF 2000 $ 5.00 $ 10,000.00 Jed #0-20 Jed #0-21 3217.0105 6" SLD Pvmt Marking Tape (W) 3217.0203 8" SLD Pvmt Marking Tape (W) 321723 LF 3000 $ 5.00 $ 15,000.00 321723 LF 1000 $7.00 $7,000.00 Jed #0-22 3217.0401 18" SLD Pvmt Marking HAE (W) 321723 LF 328 $ 16.00 $ 5,248.00 led #0-23 3217.0501 24" SLD Pvmt Marking HAE (W) 9999.0006 Furnish/Install Thermoplastic Jed #0-24 Preformed (125 mil.) (Rail Road (X &RR), Including three 24" stop bars) 321723 LF 60 $ 20.00 $ 1,200.00 321723 EA 5 $700.00 $3,500.00 Jed #0-25 3217.2103 REFL Raised Marker TY II -A -A 32 17 23 EA 200 $ 10.00 $ 2,000.00 Jed #0-26 Jed #0-27 3217.2104 REFL Raised Marker TY II-C-R 3217.1002 Lane Legend Arrow 321723 EA 500 $ 10.00 $ 5,000.00 32 17 23 EA 10 $ 700.00 $ 7,000.00 Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided Success: All values provided #0-28 3217.1004 Lane Legend Only 0241.0300 Remove ADA Ramp 32 17 23 EA 10 $ 700.00 $ 7,000.00 #0-29 0241 13 EA 6 $ 1,000.00 $6,000.00 #0-30 0241.0100 Remove Sidewalk 0241 13 SF 800 $ 10.00 $ 8,000.00 #0-31 3213.0506 Barrier Free Ramp, Type P-1 #0-32 3213.0501 Barrier Free Ramp, Type R-1 #0-33 3213.0504 Barrier Free Ramp, Type M-2 #0-34 3213.0301 4" Conc Sidewalk #0-35 3305.0106 Manhole Adjustment, Major 32 13 20 EA 2 $ 2,500.00 $ 5,000.00 321320 FA 2 $2,500.00 $5,000.00 32 13 20 EA 2 $ 2,500.00 $ 5,000.00 321320 SF 800 $ 15.00 $ 12,000.00 330514 EA 1 $3,000.00 $3,000.00 #0-36 3217.5001 Curb Address Painting 32 17 25 9999.0007 Remove and Replace with 10" 0241 13 32 13 Stamped Concrete 3349.5008 Remove and Replace Inlet Top, 20' 330514 3212.0401 HMAC Transition 3201 17 9999.0008 Paving Construction Allowance 00 00 00 (Please enter $100,000.00 for the Unit Price.) EA 10 $ 200.00 $ 2,000.00 #0-37 SY 100 $ 250.00 $ 25,000.00 #0-38 EA 1 $ 10,000.00 $ 10,000.00 #0-39 #0-40 TN 20 $ 400.00 $ 8,000.00 EA 1 $100,000.00 $100,000.00 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 0043 13 BID FORM Page 1 of 2 That we, Urban lnfraconstruction, LLC , known as "Bidder" herein and American Alternative Insurance Corporation a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as 2025 CONCRETE RESTORATION CONTRACT 1 24-0269, City Project No. 105046 NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division, IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 29th day of Auqust 2024, ATTEST: Witness as to Principal CITY OF FORT WORTH _ STANDARD CONSTRUCTION SPECIFICATION DOCUMEN' 5 Revised 9/30/2021 - PRINCIPAL: Urban lnfraconstruction, LLC BY: vw�y Signature Anup Tamrakar Name and Title Address 526 N Britain Rd. Irvine, TX 75061 SURETY: American Alternative Insurance Corporation BY: 6str t I k— ure 2025 CONCRETE RESTORATION CONTRACT 1 105046 00 41 00 Bid Proposal Workbook %� O?y � 0 Witness as to Sur y Attach Power of Attorney (Surety) for Attorney -in -Fact 00 43 13 BID FORM Page 2 of 2 Kristi Meek, Attorney -In -Fact Name and Title Address: 555 Colleae Road East. P.O. Box 5241 Princeton N,_$543 Telephone Number: (609) 243-4200 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105046 Revised 9130/2021 00 41 00 Bid Proposal Workbook CERTIFIED COPY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the AMERICAN ALTERNATIVE INSURANCE CORPORATION. a corporation organized and existing by virtue of the laws of the State of Delaware ("Corporation") with offices at 555 College Road East, Princeton, N.J. 08543, has made, constituted and appointed, and by these presents, does make, constitute and appoint Russ Frenzel; Brady K. Cox; William D. Baldwin; Brent Baldwfn; Michael B. Hill; Keith Rogers; Sam Freireich; Brock Anglin; Cindy Alford; Yamiliec Ramos; Neira Hernandez; and Kristi Meek its true and lawful Attorneys -in -Fact. at Princeton, in the State of New Jersey, each of them alone to have full power to act without the other or others, to make, execute and deliver on its behalf, as Surety or Co -surety, bonds and undertakings given for any and all purposes. also to execute and deliver on its behalf as aforesaid renewals, extensions, agreements. waivers, consents or stipulations relating to such bonds or undertakings provided, however, that no single band or undertaking so made, executed and delivered shall obligate said Company for any portion of the penal sum thereof in excess of the sum of One Hundred Million Dollars 1S100.000.0001. Such bonds and undertakings for said purposes, when duly executed by said Attomey(s)-in-Fact. shall be binding upon said Company as fully and to thesame extent as if signed by the President of said Company under its corporate seal attested by its Secretary. This appointment is made under and by authority of a certain Resolution adopted at a meeting of the Board of Directors of said Company duly held on the 27th day of August. 1975, a copy of which appears below IN WITNESS WHEREOF, the AMERICAN ALTERNATIVE INSURANCE CORPORATION has caused its corporate seal to be hereunto affixed, and these presents to be signed by its duly authorized officers this 241" day of September, 2021. �a�pjNttV�d lRq,1"'", (. L' Michael G. Kerner . SEAL: President Attest: Ignacio Rivera Deputy General Counsel & Secretary STATE OF NEW JERSEY, COUNTY OF SOMERSET The foregoing instrument was acknowledged before me by means of online notarization this 24" day of September, 2021, by Michael G. Kerner and Ignacio Rivera. who are personally known to me. SECRETARY'S CERTIFICATE The undersigned- Ignacio Rivera, hereby certifies- r d11 48nMtpP0 otery Pu tic 5 tsafNewl y My Commission Expires February 8, 2026 1. That the undersigned is Secretary ol'American Alternative Insurance C'orpurition, a corporadon ofthe State of Delaware; 2_ That the original power of attorney of which the lorevoing is a copy was duty executed on behalf ol's id Corporation on the day of its date. and has not since 1Xcn revoked. amended or mod lied, that the undersigned has comloulrcd the fbrcgoing espy thereof %vith said Original poucr of attorney, and that the same is a trite anti correct copy ol'said Original paowcr ol'attomev and ofthe whole thereof, 3, Thal the original resol ulion of uvhich the 1611owing is a copy mus duly adopted at, and recorded in the minutes ar, a regular meeting ofthe Board of 1)ireclors of said Corpofaur\n duly held on August 4. 1999. and has not since been revoked. amended or rnadif ied RESOLVED• that each ofthe lollowing officers of this Corporation. namely, the President, the Executive Vice President, the Senior Vice Presidents, and the Vice Presidents, be, and they hereby are, authorized, from time to time in their discretion, to appoint such agent or agents or attorney or attorneys -in -fact as deemed by them necessary or desirable for the purpose of carrying on this Corporation's business, and to empower such agent or agents or attorney or attomeys-in-fact to execute and deliver, in this Corporation's name and on its behalf, and under its seal or otherwise, surety bonds, surety undertakings or surety contracts made by this Corporation as surety thereon. RESOLVED, that the signature of any authorized officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attomey and revocation of any power of attorney or certificate of either given for the execution of any surety bond, surety undertaking, or surety contract, such signature and seal, when so used being hereby adopted by the Corporation as the original signature of such officer and the original seal ofthe Corporation- to be valid and binding upon the Corporation with the same force and effect as though manually affixed. FURTHER RESOLVED. that any prior appointments by the Corporation of MGAs are, in all respects, hereby ratified, confirmed and approved. FURTHER RESOLVI D, that the Secretary or any Assistant Secretary of this Corporation is hereby authorized to certify and deliver to any person to whom such certification and delivery may be deemed necessary and desirable in the opinion of such Secretary or Assistant Secretary, a true copy ofthe foregoing resolution. ne undersipocd has compared the tbregorrte copies of'said original resolutions as so recorded, and then are the same true and c oircet copies of said original resolutions as ul tt curdkurtl ot:th4.uhyle thereof Witness the hand orlhe under j Sid diet the kcal rifs;tid Corporat inn this 291h day of August____ ?lf 24 . \\N111111U1+!!ry °agtiNt NSBggy °' _ _ — ANIERICAN AIA'F.RNA'I'IVE 1NSURANCF, CORPORATION TZ = y� �. SEALz �' 111rwdofi,,rrii�n.d,.n�f tatst;lll'1 s • 1923 QE F DE limacio Rivera Deputy i ieneral C'OJoWl K Secretary TRS-1001-1 Munich RE _- Bond Verification Should you wish to verify the authenticity of this bond, please send your request, including a copy of the bond, via email to: essu retyuwsu pport@ m u n ich re.com Bond Claims or Notices Should you wish to file any notices to the Surety for this American Alternative Insurance Corporation bond(s) they should be sent via email, including all pertinent correspondence or information to: p0060014688@munichre.com or Mail to: Munich Re Specialty Insurance 330 Madison Avenue, 12th Floor New York, NY 10017 Attn: Surety Bond Claims Rios, Leonel From: MRSI-E & S Surety UW Support -(Pool) <essuretyuwsupport@munichre.com> Sent: Thursday, November 21, 2024 1:50 PM To: Rios, Leonel Cc: Mcguire Sean - MR Specialty -NA Subject: RE: Bond #S7A2S00004774 Verification -Urban Infraconstruction, LLC 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. I can confirm this bond. John Evans Contract Surety Underwriter Munich Re Specialty— North America 1700 Market Street, 22"d Floor Philadelphia, PA 19103 Moblie: (610) 312-1523 JEvans2(a)munichrexom www.munichreamerica.com From: Rios, Leonel<Leonel.Rios @fortworthtexas.gov> Sent: Thursday, November 21, 2024 12:17 PM To: MRSI-E & S Surety UW Support -(Pool) <essuretyuwsupport@munichre.com> Subject: Bond #S7A2S00004774 Verification -Urban Infraconstruction, LLC Good afternoon, The City of Fort Worth requires bond verification before a contract can be executed. We have received the following bonds from Urban Infraconstruction, LLC: Bond # S7A2SO0004774, in the amount of $3,156,248.00, issued by American Alternative Insurance Corporation for City Project #105046, 2025 Concrete Restoration Contract 1. Please confirm that the bonds and corresponding amounts are valid so we can proceed with awarding the contract to Urban Infraconstruction, LLC. Thank you, Leonel J. Rios Contract Compliance Specialist Transportation Public Works 817-392-7233 (office) 100 Fort Worth Trail, Fort Worth, Texas 76102 leonel.rios(&,,FortWorthTexas.2ov 00 43 37 BID FORM Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of are not required to underbid resident bidders. , our principal place of business, B. The principal place of business of ur company or our parent company or majority owner is in the State of Texas. BIDDER: Urban Infraconstruction LLC By: Zach Kesler (Signature) Title: Estimator Date: 8/28/2024 END OF SECTION CITY OF FORT WORTH 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105046 Revised 9/30/2021 00 41 00 Bid Proposal Workbook 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 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. 105046 Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Urban Infraconstruction LLC Company 2727 Lyndon B Johnson Address Farmers Branch TX 75234 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: Zach Kesler (Please Print) Signature: Title: Estimator (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Zach Kesler , known to me to be the person whose name is subscribed to the fore oing instrument, and ay�`k-n—o�'Yrwledged to me that he/she executed the same as the act and deed of ( Y A f\'i -k CC',n-)4 oses and consideration therein expressed and in e capacity therein stated. QrVEN UNDER MY HAND AND USEAL OF OFFICE this 1 I day of , 20a 1 ""'14¢ AMANDA BIRINGANINE �t�YP Notary Public, State of Texas Comm. Expires 08-18-2026 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 .A& xas 2025 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NO. 105046 00 45 40 - 1 Business Equity Goal Page 1 of 2 1 SECTION 00 45 40 2 Business Equity Goal 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. 5 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 6 (M/WBEs). 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 10 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 11 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11- 12 2020 (codified at: httDs://codelibrarv.amle2al.com/codes/ftworth/latest/ftworth tx/0-0-0-22593) apply to 13 this bid. 14 15 BUSINESS EOUITY PROJECT GOAL 16 The City's Business Equity goal on this project is 33.51 % of the total bid value of the contract (Base bid 17 applies to Parks and Community Services). 18 19 METHODS TO COMPLY WITH THE GOAL 20 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 21 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 22 ordinance through one of the following methods: 1. Commercially useful services performed by a 23 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination 24 of Business Equity prime services and Business Equity subcontracting participation, 4. Business 25 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. 26 Prime contractor Waiver documentation. 27 28 SUBMITTAL OF REOUIRED DOCUMENTATION 29 Applicable documents (listed below) must be submitted electronically with the other required bidding 30 documents at the time of the bid under the respective Project via the Procurement Portal: 31 httr)s://fortworthtexas.bonf"irehub.com/Dortal/?tab=oDenODDortunities 32 OR received no later than 2:00 p.m., on the third City business day after the bid opening date, 33 exclusive of the bid opening date with the respective Project via the Procurement Portal by 34 responding to the message sent within Bonfire to all the bidders. It is highly encouraged that 35 bidders submit required documentation at the time of bid submission. 36 37 The Offeror must submit one or more of the following documents: 38 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 39 2. Letter of Intent, for all M/WBE Subcontractors; 40 3. Good Faith Effort Form and Utilization Form, including supporting documentation, if 41 participation is less than stated goal, or no Business Equity participation is accomplished; 42 4. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will 43 perform all subcontracting/supplier opportunities; or 44 5. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or 45 Mentor-Prot6g6 participation. 46 47 These forms can be accessed at: 48 Business Equity Utilization Form and Letter of Intent CITY OF FORT WORTH 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105046 Revised June 7, 2024 004540-2 Business Equity Goal Page 2 of 2 1 httDs://anus.fortworthtexas.2ov/Pro_iectResources/ResourcesP/60 - MWBE/Business Equity Utilization 2 Form DVIN 2022 220324.Ddf 3 4 Letter of Intent 5 httns://aDDs.fortworthtexas.2ov/ProiectResources/ResourcesP/60 - MWBE/Letter of Intent DVIN 6 2021.Ddf 8 Business Equity Good Faith Effort Form 9 httns://anus.fortworthtexas.2ov/ProiectResources/ResourcesP/60 - MWBE/Good Faith Effort 10 Form DVIN2022.Ddf 11 12 Business Equity Prime Contractor Waiver Form 13 httns://anus.fortworthtexas.aov/ProiectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor 14 Waiver-220313.Ddf 15 16 Business Equity Joint Venture Form 17 httr)s://aDDs.fortworthtexas.2ov/ProiectResources/ResourcesP/60 - MWBE/MWBE Joint 18 Venture 220225.Ddf 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 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 EOUITY DOCUMENTATION OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON- RESPONSIVE. THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. For Questions, Please Contact the Business Equity Division of the Access and Opportunity Services Department at (817) 392-2674. END OF SECTION CITY OF FORT WORTH 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105046 Revised June 7, 2024 00 52 43 - 1 Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on November 19, 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 Urban Infraconstruction LLC, authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: 2025 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NUMBER 105046 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of THREE MILLION ONE HUNDRED FIFTY-SIX THOUSAND, TWO HUNDRED FORTY-EIGHT AND 00/100 DOLLARS ($3,156,248.00). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance within 300 days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Six Hundred Fifty AND 00/100 Dollars ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105046 Revised March 3, 2024 00 52 43 - 2 Agreement Page 2 of 6 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Pr—equalifiet'ttien Stt't emei3c 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance Certification Form (ACORD or equivalent) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. 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 overate and be effective even if it is alleged or vroven that all or some of the damages being sought were caused, in whole or in Dart, by anv act, omission or negligence of the citv. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105046 Revised March 3, 2024 00 52 43 - 3 Agreement Page 3 of 6 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its 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 urovision is suecificalty intended to overate and be effective even if it is alleged or vroven that all or some of the damages being sought were caused, in whole or in Dart, by anv act, omission or negligence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or 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 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105046 Revised March 3, 2024 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 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. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105046 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. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105046 Revised March 3, 2024 00 52 43 - 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: Urban Infraconstruction LLC By: o'y Zacharychary Kesler 20, 2024 09:35 CST) Signature Zachary Kesler (Printed Name) Estimator Title 2727 Lyndon B Johnson Fwy Address Farmers Branch, TX 75234 City/State/Zip Nov 20, 2024 Date City of Fort Worth By: C�4� Jesica McEachern Assistant City Manager Dec 16, 2024 Date p g499VIln n oY d a �' �9.i , �o Attest: $uo os-0 s°o* �_ "> aaan��z osga Jannette Goodall, City Secretary (Seal) M&C: 24-1030 Date: 11/19/2024 Approved as to Form and Legality: QU40-11 Douglas Black (Dec 12, 202416:16 CST) Douglas W. Black Sr. Assistant City Attorney OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105046 Revised March 3, 2024 006113-1 PERFORMANCE BOND Page 1 of 2 Bond No. S7A2SU0004774 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, Urban Infraconstruction, LLC, known as "Principal" herein and 8 American Alternative Insurance Corporation . 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 11 pursuant to the laws of Texas, known as "City" herein, in the penal sum of, Three Million One Hundred Fifty -Six Thousand 12 Two Hundred Forty -Eight and 00/100 DOLLARS ($3,156,248.00 ), lawful money of the United 13 States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and 14 truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, 15 jointly and severally, firmly by these presents. 16 WHEREAS, the Principal has entered into a certain written contract with the City 17 awarded the 19th 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 19 other accessories defined by law, in the prosecution of the Work, including any Change Orders, 20 as provided for in said Contract designated as 2025 CONCRETE RESTORATION CONTRACT 21 1, City Project No. 105046. 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 24 faithfully 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 WORTI1 2025 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105046 Revised December 8, 2023 0061 13-2 PERr-ORMANCE BOND Page 2 of 2 l This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 19th day of _ 6 November , 20 24 . 7 PRINCIPAL: Urban In�fraconstruction, LLC 8 \�1' 9 10 l I�1 12 Signature 13 ATTEST: 14 15 N/A Anup Tamrakar CEO 16 (Principal) Secretary Name and Title 17 18 Address: 526 N. Britain Road 19 Irving, TX 75061 20 21 22 Witness as to Principal 23 SURETY: 24 American Alternative insurance Corporation 25 26 27 27 BY: LSignturc 2$ 29 30 Kristi Meek. Attornev-in-Fact 31 Name and Title ' 32 - 1 33 Address: 555 College Road EaO.. 34 P.O. Box 5241 - - 35 A I Prinreton. NJ 08543 36 37 Witnes as ure Telephone Number: 609-243-4200 38 Email Address: essuretyuwsupport munichre.com 39 40 *Note: l signed by an officer of the Surety Company, there must be on file a certified extract 41 from the by-laws showing that this person has authority to sign such obligation. if 42 Surety's physical address is different from its mailing address, both must be provided. 43 The date of the bond shall not be prior to the date the Contract is awarded. 44 CITY OF FORT WORTH 2025 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105046 Reviscd December 8, 2023 0061 14 -1 PAYMENT BOND Page 1 of 2 Bond No. S7A2S00004774 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, Urban Infraconstruction. LLC , known as "Principal" herein, and 8 American Alternative Insurance Corooration , 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 Three Million One Hundred Fifty -Six Thousand 12 penal sum of Two Hundred Forty -Eight and 00I100 DOLLARS ($ 3,156,248.00 ), 13 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the 14 payment of which sum well and truly be made, we bind ourselves, our heirs, executors, 15 administrators, successors and assigns, jointly and severally, firmly by these presents: 16 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 17 lsth day of November 2024, which Contract is hereby referred to and made a part hereof for all 18 purposes as if fully set forth herein, to furnish all materials, equipment, labor and other 19 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and 20 designated as 2025 CONCRETE RESTORATION CONTRACT 1, City Project No. 105046. 21 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 22 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 23 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 24 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 25 force and effect. 26 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 27 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 28 accordance with the provisions of said statute. 29 CITY OF FORT WORTTI 2025 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105046 Revised December 8, 2023 0061 14-2 PAYMENT BOND Page 2 ar2 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 19th day of 3 November 12024 4 5 6 7 9 9 to rj ATTEST: N/A (Principal) Secretary �A/� Witness as to Principal ATTEST: NIA (Surety) Secretary Ulu Witness PRINCIPAL: Urban \Infrraaconstruction, LLC BY: Signature Anup Tamrakar CEO Name and Title Address: 526 N. Britain Road Irving, TX 75061 SURETY: American Alternative Insurance Cornoration BY S gnature Kristi Meek, Attorney -in -Fact Name and Title Address: P.O. Box 5241 Princeton, NJ 08543 Telephone Number: 609-243-4200 - Email Address: essuretyuwsupporL@munichre.cart, = - 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 (nailing 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 WORTI1 2025 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105046 Reviscd Decemhcr S, 2023 006119-1 MAINTENANCE BOND Page I of 3 Bond No. S7A2S00004774 t SECTION 00 61 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we Urban Infraconstruction, LLC , known as "Principal" herein and 8 American Alternative Insurance Corporation , 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 11 pursuant to the laws of the State of Texas, known as "City' herein, in the sum of Three Million One Hundred Fifty -Six Thousand 12 Two Hundred Forty -Eight and 001100 DOLLARS ($3.156,248.00 ), lawful money of the United States, 13 to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be 14 made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, 15 successors and assigns, jointly and severally, firmly by these presents. 16 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the tsth day of kovember 2024. which Contract is hereby referred to and a made part hereof 19 for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 20 accessories as defined by law, in the prosecution of the Work, including any Work resulting from 21 a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract 22 and designated as 2025 CONCRETE RESTORATION CONTRACT 1, City Project No. 105046; 23 and 24 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 25 accordance with the plans, specifications and Contract Documents that the Work is and will 26 remain free from defects in materials or workmanship for and during the period of two (2) years 27 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 28 29 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 30 upon receiving notice from the City of the need therefor at any time within the Maintenance 31 Period. 32 CITY OF FORT WORTH 2025 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105046 Revised December S, 2023 0061 19 - 2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE, the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for which timely notice was provided by City, to a completion 3 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 4 full force and effect. 5 6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond; and 10 11 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 12 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 13 Worth Division; and 14 15 PROVIDED FURTHER, that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTTI 2025 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105046 Revised December 8, 2023 2 I 4 5 6 7 S 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 00 61 19 - 3 MAINTENANCE BOND Page 3 of IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 19th day of November 20 24 . PRINCIPAL: Urban Infraconstruction, LLC Signature ATTEST: N/A Anup Tamrakar CEO (Principal) Secretary Name and Title Address: 526 N. Britain Road ]ruing, TX 75061 Witness as to Principal SURETY: American Alternative Insurance Corporation 13Y: ?7u�fi - Signature Kristi Meek, Attorney -in -Fact ATTEST: Name and Title NIA Address: 555 Colleqe Road East (Surety) Secretary P.O. Box 5241 Princeton, NJ 08543 Witness to , rety Telephone Number: 609-243-4200 Email Address: essuretyuwsupport@munichre.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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Decemiler 8, 2023 2025 CONCRETE RESTORATION CONTRACT I CITY PROJECT NO. 105046 CERTIFIED COPY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the AMERICAN ALTERNATIVE INSURANCE CORPORATION, a corporation organized and existing by virtue of the laws of the Stale of Delaware ("Corporation") with offices at 555 College Road East, Princeton, N.J. 08543, has made, constituted and appointed, and by these presents, does make, constitute and appoint: Russ Frenzel; Brady K. Cox; William D. Baldwin; Brent Baldwin; Michael B. Hill; Keith Rogers; Sam Frelreich; Brock Anglin; Cindy Afford; Yamillec Ramos; Neira Hernandez; and Kristi Meek its true and lawful Attomeys-in-Fact, at Princeton, in the State of New Jersey, each of them alone to have full power to act without the other or others, to make, execute and deliver on its behalf, as Surety or Co -surety, bonds and undertakings given for any and all purposes, also to execute and deliver an its behalf as aforesaid renewals, extensions, agreements, waivers, consents or stipulations relating to such bonds or undertakings provided, however, that no single bond or undertaking so made, executed and delivered shall ohllgale said Company for any portion of the penal sum thereof in excess of the sum of One Hundred Million Dollars fS100.000.000). Such bonds and undertakings for said purposes, when duly executed by said Attomay(s)-in-Fact, shall be binding upon said Company as fully and to thesame extent as if signed by the President of said Company under its corporate sea! attested by its Secretary. This appointment is made under and by authority of a certain Resolution adopted at a meeting of the Board of Directors of said Company duly held on the 27th day of August, 1976, a copy of which appears below. IN WITNESS WHEREOF, the AMERICAN ALTERNATIVE INSURANCE CORPORATION has caused its corporate seal to be hereunto affixed, and these presents to be signed by its duty authorized officers this 241° day of September, 2021. Nµltlfrlll • s SEAL,': Michael G. Kerner ` President 'rya mitUiniA�� Attest: Ignacio Rivera Deputy General Counsel & Secretary STATE OF NEW JERSEY, COUNTY OF SOMERSET The foregoing instrument was acknowledged before me by means of online notarization this 24" day of September, 2021, by Michael G- Kerner and Ignacio Rivera, who are personally known to me. SECRETARY'S CERTIFICATE Theundersigned. Ignacio Rivera. hereby certifies: Jil n Sarrf0lppo otary Public S to of New J ey My Commission Expires February 6. 2026 1. That the undersigned is Secretary of American Alternative Insurance Corporation, a corporation of the Stale of Delaware; 2. That the original power of attomey of which the foregoing is a copy was duly executed on behalf of said Cotporation on the day of its date, and has not since been revoked amended or modified; that the undersigned has compared the foregoing copy thereofwilh said original power of attomey, and that the same is a true and correct copy of said original power of attomey and of the whole thereof; 3. That the original resolution of winch the following is a copy was duly adopted at, and recorded in the minutes of, a regular meeting of the Board of Directors of said Corporation duly held on August 4, 1998. and has not since been revoked, amended or modified. RESOLVED, that each of the following officers of this Corporation, namely, the President, the Executive Vice President, the Senior Vice Presidents, and the Vice Presidents, be, and they hereby are, authorized, from time to time in their discretion, to appoint such agent or agents or attorney or attorneys -in -face as deemed by them necessary or desirable for the purpose of carrying on this Corporation's business, and to empower such agent or agents or attorney or attorneys -in -face to execute and deliver, in this Corporation's name and on its behalf, and under its seal or otherwise, surety bonds, surely undertakings or surety contracts made by this Corporation as surety thereon. RESOLVED, that the signature of any authorized officer of the Corporation and the Corporation's seal may he affixed by facsimile to any power of attorney and revocation of any power of attorney or certificate of either given for the execution of any surety bond, surety undertaking, or surely contract, such signature and seal, when so used being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed. FURTHER RESOLVED, that any prior appointments by the Corporation of MGAs are, in all respects, hereby ratified, confirmed and approved. FURTHER RESOLVED, that the Secretary or any Assistant Secretary of this Corporation is hereby authorized to certify and deliver to any person to whom such certification and delivery may be deemed necessary and desirable in the opinion of such Secretary or Assistant Secretary, a true copy of the foregoing resolution. 4. The undersigned has computed the foregoing copies of said original resolutions as so recorded, and they are the same true and correct copies of said original resolutions as so recorded and of the whole thereof.. Witness the hand of the undersigned aw,] fhe sea+ cl-said Cn portion this 19th day of November 2o24 - - - AMERICAN ALTERNATIVE INSURANCE CORPORATION Ignacio Rivera Deputy General Counsel & Secretary TRS-1001-1 Munich RE — Bond Verification Should you wish to verify the authenticity of this bond, please send your request, including a copy of the bond, via email to: essuretyuwsupport@munichre.com Bond Claims or Notices Should you wish to file any notices to the Surety for this American Alternative Insurance Corporation bond(s) they should be sent via email, including all pertinent correspondence or information to: p0060014688@munichre.com or Mail to: Munich Re Specialty Insurance 330 Madison Avenue, 12th Floor New York, NY 10017 Attn: Surety Bond Claims 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 2O25 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 CITY PROJECT NO. 105046 105046-CNST-2025 CONCRETE RESTORATION CONTRACT I Final Audit Report Created: 2024-12-03 By: Leonel Rios(Leone 1.Rios @fortworthtexas.gov) Status: Canceled / Declined Transaction ID: CBJCHBCAABAA3MkuTW4TIIQdLOgROsMM4pnwe5eUYzCh 2024-12-16 "105046-CNST-2025 CONCRETE RESTORATION CONTRACT I" History Document created by Leonel Rios(Leonel.Rios@fortworthtexas.gov) 2024-12-03 - 4:02:03 PM GMT- IP address: 204.10.90.100 =„ Form filled by Leonel Rios(Leone 1.Rios@fortworthtexas.gov) Form filling Date: 2024-12-03 - 4:48:51 PM GMT - Time Source: server- IP address: 204.10.90.100 C'. Document emailed to Donnette Murphy (donnette.murphy@fortworthtexas.gov) for filling 2024-12-03 - 4:48:55 PM GMT Email viewed by Donnette Murphy (don nette.murphy@fortworthtexas.gov) 2024-12-03 - 5:17:16 PM GMT- IP address: 208.184.124.181 6© Form filled by Donnette Murphy (don nette.murphy@fortworthtexas.gov) Form filling Date: 2024-12-03 - 5:17:27 PM GMT - Time Source: server- IP address: 208.184.124.181 P, + Document emailed to Patricia Wadsack (patricia.wadsack@fortworthtexas.gov) for signature 2024-12-03 - 5:17:30 PM GMT 6© Signer Patricia Wadsack (patricia.wadsack@fortworthtexas.gov) entered name at signing as Patricia L. Wadsack 2024-12-05 - 8:27:52 PM GMT- IP address: 204.10.90.100 GS© Document e-signed by Patricia L. Wadsack (patricia.wadsack@fortworthtexas.gov) Signature Date: 2024-12-05 - 8:27:54 PM GMT - Time Source: server- IP address: 204.10.90.100 P+ Document emailed to Priscilla Ramirez (Priscilla.Ramirez@fortworthtexas.gov) for approval 2024-12-05 - 8:27:58 PM GMT FORT WORTHS 1 Powered'y Adobe Acrobat Sign ,) Email viewed by Priscilla Ramirez (Priscilla.Ramirez@fortworthtexas.gov) 2024-12-05 - 9:11:12 PM GMT- IP address: 208.184.124.181 &0 Document approved by Priscilla Ramirez (Priscilla.Ramirez@fortworthtexas.gov) Approval Date: 2024-12-12 - 4:27:01 PM GMT - Time Source: server- IP address: 208.184.124.181 C'y Document emailed to Douglas Black (Douglas.Black@fortworthtexas.gov) for signature 2024-12-12 - 4:27:04 PM GMT b© Document e-signed by Douglas Black (Douglas.Black@fortworthtexas.gov) Signature Date: 2024-12-12 - 10:16:34 PM GMT - Time Source: server- IP address: 208.184.124.181 C'y Document emailed to Jesica McEachern Qesica.mceachern@fortworthtexas.gov) for signature 2024-12-12 - 10:16:37 PM GMT 64 Document declined by Jesica McEachern aesica.mceachern@fortworthtexas.gov) Decline reason: Please correct spelling of company name on the agreement on page 53. Thank you, Jes 2024-12-16 - 6:30:10 AM GMT- IP address: 204.10.90.100 FORT WORTHS 1 Powered'y Adobe Acrobat Sign FORT WORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE:2025 CONCRETE RESTORATION CONTRACT I M&C: 24-1030 CPN: 105046 CSO: Date: 12/03/24 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 DM TPW Approver TPW-Signer Signed in Agiloft Legal -Approver Legal -Signer J ACM -Signer CSCO-Approver 7111- CSCO-Signer CSCO-Form Filler ,!J-- TPW DOCM Date Out 12/03/24 12/05/24 12/12/24 12/ 12/24 Dec 16, 2024 Dec 16, 2024 Dec 16, 2024 Dec 16, 2024 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.ggv for pickup when complete. Call eat. 7233 or eat. 8363 with questions. Thank you! FORT WORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: 2025 CONCRETE RESTORATION CONTRACT 1 M&C: CPN: 105046 CSO: DOC#: Date: 11 /07/24 To: Name Department Initials Date Out 1. Zach Kesler Vendor -Signer 11 /20/24 2. Tariqul Islam TPW-Signer ' a 11 /20/24 3. Leonel Rios TPW-Review LR 11/20/24 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: DYES ®No RUSH: DYES ®No SAME DAY: DYES ❑No NEXT DAY: DYES ❑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 TPWContracts(d),fortworthtexas.i!ov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you!