Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 62535
PROJECT MANUAL FOR THE CONSTRUCTION OF 2024 BRIDGE REHABILITATION CONTRACT 2 City Project No. 105239 Mattie Parker David Cooke Mayor City Manager Lauren Prieur, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth TRANSPORTATION AND PUBLIC WORKS 2024 Adopted September 2011 City of Fort Worth Standard Construction Specification Documents 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 CITY OF FORT WORTH 2024 BRIDGE REHABILITATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105239 Revised March 8, 2024 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 00 05 10 Mayor and Council Communication 07/01/2011 00 05 15 Addenda 07/01/2011 00 11 13 Invitation to Bidders 02/08/2024 00 21 13 Instructions to Bidders 01/17/2024 00 35 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 00 43 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 00 45 11 Bidders Prequalifications 08/13/2011 00 45 12 Prequalification Statement 09/30/2021 00 45 13 Prequalification Application 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 10/27/2021 00 52 43 Agreement 3/08/2024 00 61 13 Performance Bond 12/08/2023 00 61 14 Payment Bond 12/08/2023 00 61 19 Maintenance Bond 12/08/2023 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 03/08/2024 00 73 00 Supplementary Conditions 03/08/2024 Division 01 - General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 31 20 Project Meetings 07/01/2011 01 32 16 Construction Schedule 10/06/2023 01 32 33 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Signage 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 00 05 15 Addenda 07/01/2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 CITY OF FORT WORTH 2024 BRIDGE REHABILITATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105239 Revised March 8, 2024 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project’s Contract Documents 99 99 99 Pavement Construction Allowance Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City’s website at: http://fortworthtexas.gov/tpw/contractors/ or https://apps.fortworthtexas.gov/ProjectResources/ Division 02 - Existing Conditions Last Revised 02 41 13 Selective Site Demolition 03/11/2022 02 41 14 Utility Removal/Abandonment 12/20/2012 02 41 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 03/11/2022 03 34 13 Controlled Low Strength Material (CLSM)12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 26 05 00 Common Work Results for Electrical 03/11/2022 26 05 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 26 05 50 Communications Multi-Duct Conduit 02/26/2016 Division 31 - Earthwork 31 00 00 Site Clearing 03/22/2021 31 23 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 31 24 00 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 04/29/2021 31 36 00 Gabions 12/20/2012 31 37 00 Riprap 12/20/2012 Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 12/20/2012 32 01 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 11 23 Flexible Base Courses 12/20/2012 32 11 29 Lime Treated Base Courses 12/20/2012 32 11 33 Cement Treated Base Courses 06/10/2022 32 11 37 Liquid Treated Soil Stabilizer 08/21/2015 32 12 16 Asphalt Paving 12/20/2012 32 12 73 Asphalt Paving Crack Sealants 12/20/2012 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 CITY OF FORT WORTH 2024 BRIDGE REHABILITATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105239 Revised March 8, 2024 32 13 13 Concrete Paving 06/10/2022 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 12/09/2022 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32 14 16 Brick Unit Paving 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 12/09/2022 32 17 23 Pavement Markings 06/10/2022 32 17 25 Curb Address Painting 11/04/2013 32 31 13 Chain Fences and Gates 12/20/2012 32 31 26 Wire Fences and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/20/2012 32 32 13 Cast-in-Place Concrete Retaining Walls 06/05/2018 32 91 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022 32 92 13 Sodding 05/13/2021 32 92 14 Non-Native Seeding 05/13/2021 32 92 15 Native Grass and Wildflower Seeding 10/06/2023 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 09/07/2018 33 01 31 Closed Circuit Television (CCTV) Inspection – Sanitary Sewer 03/11/2022 33 01 32 Closed Circuit Television (CCTV) Inspection – Storm Drain 12/08/2023 33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33 04 10 Joint Bonding and Electrical Isolation 12/20/2012 33 04 11 Corrosion Control Test Stations 12/20/2012 33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Pipes 03/11/2022 33 05 10 Utility Trench Excavation, Embedment, and Backfill 04/02/2021 33 05 12 Water Line Lowering 12/20/2012 33 05 13 Frame, Cover and Grade Rings 09/09/2022 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 03/11/2022 33 05 16 Concrete Water Vaults 12/20/2012 33 05 17 Concrete Collars 03/11/2022 33 05 20 Auger Boring 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 33 05 23 Hand Tunneling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 12/09/2022 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/09/2022 33 11 11 Ductile Iron Fittings 09/20/2017 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 09/09/2022 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 12/20/2012 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 12 11 Large Water Meters 12/20/2012 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 CITY OF FORT WORTH 2024 BRIDGE REHABILITATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105239 Revised March 8, 2024 33 12 20 Resilient Seated Gate Valve 05/06/2015 33 12 21 AWWA Rubber-Seated Butterfly Valves 04/23/2019 33 12 25 Connection to Existing Water Mains 02/06/2013 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 12 40 Fire Hydrants 01/03/2014 33 12 50 Water Sample Stations 12/20/2012 33 12 60 Standard Blow-off Valve Assembly 06/19/2013 33 31 12 Cured in Place Pipe (CIPP)12/20/2012 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 04/23/2019 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 09/09/2022 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 12/20/2012 33 31 22 Sanitary Sewer Slip Lining 12/20/2012 33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012 33 39 10 Cast-in-Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fiberglass Manholes 12/20/2012 33 39 40 Wastewater Access Chamber (WAC)12/20/2012 33 39 60 Liners for Sanitary Sewer Structures 04/29/2021 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012 33 41 12 Reinforced Polyethylene (SRPE) Pipe 11/13/2015 33 41 13 Polypropylene Pipe for Storm Drain 06/10/2022 33 46 00 Subdrainage 12/20/2012 33 46 01 Slotted Storm Drains 07/01/2011 33 46 02 Trench Drains 07/01/2011 33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 03/11/2022 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - Transportation 34 41 10 Traffic Signals 03/11/2022 34 41 10.01 Attachment A – Controller Cabinet 12/18/2015 34 41 10.02 Attachment B – Controller Specification 02/2012 34 41 10.03 Attachment C – Software Specification 01/2012 34 41 11 Temporary Traffic Signals 11/22/2013 34 41 13 Removing Traffic Signals 03/11/2022 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 34 41 50 Single-Mode Fiber Optic Cable 02/26/2016 34 71 13 Traffic Control 03/22/2021 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 CITY OF FORT WORTH 2024 BRIDGE REHABILITATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105239 Revised March 8, 2024 TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges 2014 adopted by the Texas Department of Transportation are included for this Project by reference and can viewed/downloaded from TxDOT’s website address below: https://ftp.txdot.gov/pub/txdot-info/cmd/cserve/specs/2014/standard/specbook-2014.pdf Item 104 Removing Concrete Item 110 Excavation Item 360 Concrete Pavement Item 400 Excavation and Backfill for Structures Item 420 Concrete Structures Item 422 Concrete Superstructures Item 429 Concrete Structure Repair Item 439 Bridge Deck Overlays Item 446 Field Cleaning and Painting Steel Item 450 Railing Item 454 Bridge Expansion Joints Item 540 Metal Beam Guard Fence Item 542 Removing Metal Beam Guard Fence Item 544 Guardrail End Treatments Item 658 Delineator and Object Marker Assemblies Item 776 Metal Rail Repair Item 780 Concrete Crack Repair Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination SD- 1.00 Standard Construction Details END OF SECTION 12/10/24, 12:13 PM CITY COUNCIL AGENDA Create New From This M8�C DATE: 12/10/2024 REFERENCE NO.. F� RT �'�0 R71 � -��- **M&C 24- LOG NAME: 202024 BRIDGE REHAB 1080 CONTRACT 2 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 3, CD 4, CD 6, CD 8, CD 9 and CD 10) Authorize Execution of a Contract with Roy Jorgensen Associates, Inc., in the Amount of $872,762.50 for the 2024 Bridge Rehabilitation Contract 2 Project at Various Bridge Locations RECOMMENDATION: It is recommended that the City Council authorize execution of a contract with Roy Jorgensen Associates, Inc., in the amount of $872,762.50 for the 2024 Bridge Rehabilitation Contract 2 project at various bridge locations (City Project No.105239). DISCUSSION: In the Fiscal Year 2024 Pay-Go Contract Street Maintenance Program, bridge maintenance projects are grouped into specific contract packages. The recommended construction contract outlined in this Mayor and Council Communication (M&C) will provide rehabilitation for the 9 bridge locations listed below under the 2024 Bridge Rehabilitation Contract 2 project (City Project No. 105239). Bridge Feature Crossed Westport Parkway Henrietta Creek South University Drive South Bound (SB) Clear Fork Trinity River South University Drive North Bound (NB) Clear Fork Trinity River Vickery Boulevard Tributary of Clear Fork Trinity River Hulen Street South Bound (SB) Tributary of Clear Fork Trinity River Hulen Street North Bound (NB) Summer Creek Drive North Tarrant Parkway Tributary of Clear Fork Trinity River Tributary of Benbrook Lake Tributary of Whites Branch Council District 10 9 9 3 3 3 6 4 Oak Grove Road Tributary of Village Creek 8 This project was advertised for bid on August 15 and August 22, 2024 in the Fort Worth Star-Telegram. On September 12, 2024, the following bids were received: Bidders Amount Time of Completion Roy Jorgensen Associates, Inc. $872,762.50 180 Calendar Days IBCTX, LLC Gibson &Associates, Inc. Ragle Inc. MW Panel Tech. $888,141.00 $1,095,692.38 $1,141,643.83 $1, 363,206.40 M&C Review apps.cfwnet.org/council_packet/mc_review.asp?ID=32786&councildate=12/10/2024 1 /2 12/10/24, 12:13 PM M&C Review In addition to the contract amount, $233,050.00 is required for project management, material testing, and inspection and $130,914.00 is provided for project contingencies. Funding is budgeted in the General Capital Projects Fund for the Transportation and Public Works Department for the purpose of funding the 2024 Bridge Rehabilitation Contract 2 project. Construction for this project is expected to start in January 2025 and be completed by July 2025. Upon completion of the project, there will be no anticipated impact on the General Fund operating budget. Business Equity Division — The Business Equity Division placed a 13.55\% business equity goal on this solicitation/contract. Roy Jorgensen Associates, Inc., will be exceeding the goal at 16.33\%, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. This project is located in COUNCIL DISTRICTS 3, 4, 6, 8, 9 and 10. 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 2024 Bridge Rehab Con 2 project to support the approval of the above recommendation and award of the contract. Prior to any expenditure being incurred, the Transportation and Public Works Department has the responsibility to validate the availability of funds. TO Fund FROM CFund Department Account Project Program Activity Budget Reference # Amount � ID ID Year (Chartfield 2) Department Account Project Program Activity Budget Reference # Amount ID _ 1 ID i I Year (Chartfield 2) i Submitted for City Manager's Office by_ Originating Department Head: Additional Information Contact: ATTACHMENTS Jesica McEachern (5804) Lauren Prieur (6035) Monty Hall (8662) 202024 BRIDGE REHAB CONTRACT 2.docx (CFW Internal) Contract Compliance Memorandum 2024 Bridge Rehab Contract 2 CPN 105239.pdf (CFW Internal) FID Table 2024 BRIDGE REHABILITATION CONTRACT 2 CPN 105239.XLSX (CFW Internal) Form 1295 Roy Jorgensen Associates, Inc..pdf (CFW Internal) MC Map 2024BridgeRehabContract2 CPN 105239 Rev.pdf (Public) Project Budget Summary CPN 105239.pdf (CFW Internal) SAM Search Report Roy Jorgensen Associates, Inc..pdf (CFW Internal) apps.cfwnet.org/council_packet/mc_review.asp?ID=32786&councildate=12/10/2024 2/2 000515-1 ADDENDA Page 1 of 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 SECTION 00 05 15 ADDENDA END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised luly 1, 2011 2024 BRiDGE REHABILITATION CONTRACT 2 City Project No. 105239 00 11 13 INVITATION TO BIDDERS Page 1 of 3 CITY OF FORT WORTH 2024 BRIDGE REHABILITATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105239 Revised 2/08/24 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of 2024 BRIDGE REHABILITATION CONTRACT 2 , City project No. 105239 will be received by the City of Fort Worth via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project until 2:00 P.M. CST, Thursday, September 12, 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=openOpportunities Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non-responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. SUPPORT For technical questions, visit Bonfire’s help forum at https://vendorsupport.gobonfire.com/hc/en- us Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. 00 11 13 INVITATION TO BIDDERS Page 2 of 3 CITY OF FORT WORTH 2024 BRIDGE REHABILITATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105239 Revised 2/08/24 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: 148 SY 294 SY 192 CY 148 SY 120 LF 192 CY 185 CY 166 SF 428 SF 16 EA 120 LF 455 LF 243 LF REMOVING CONC (PAV) REMOVING CONC (APPR SLAB) EXCAVATION (ROADWAY) CONC PVMT (CONT REINF - CRCP) (") CURB (TYPE II) CEM STABIL BKFL APPROACH SLAB CONC STR REPAIR (DECK REP (PART DEPTH)) CONC STR REPAIR (VERTICAL & OVERHEAD) CLEAN & PAINT EXIST STR (SYSTEM III-A) (BEARINGS) HEADER TYPE EXPANSION JOINT MTL W-BEAM GD FEN (TIM POST) CONC CRCK REPR(DISCRETE)(ROUT AND SEAL) DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting “yes” under the Intent to Bid section. All Addenda will be posted in the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project. PREBID CONFERENCE – Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: Wednesday, August 28, 2024 TIME: 9.30 A.M. 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. 00 11 13 INVITATION TO BIDDERS Page 3 of 3 CITY OF FORT WORTH 2024 BRIDGE REHABILITATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105239 Revised 2/08/24 AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. FUNDING Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from revenues generated from bonds, grants etc. and reserved by the City for the Project. ADVERTISEMENT DATES August 15, 2024 August 22, 2024 END OF SECTION 00 21 13 INSTRUCTIONS TO BIDDERS Page 1 of 8 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making 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 2O24 BRIDGE REHABILITATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105239 Revised/Updated 1/17/24 00 21 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 Ciry 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 2O24 BRIDGE REHABILITATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105239 Revised/Updated 1/17/24 00 21 13 INSTRUCTIONS TO BIDDERS Page 3 of 8 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4.Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs) , Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. 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 2O24 BRIDGE REHABILITATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105239 Revised/Updated 1/17/24 https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities 00 21 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 O1 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non-responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth t�0-0-0-22593 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. 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 2O24 BRIDGE REHABILITATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105239 Revised/Updated 1/17/24 00 21 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. 12.7. 12.8. 12.9. Bids by individuals shall show the Sidder's name and official address. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. All names shall be typed or printed in ink below the signature. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal https: //fortworthtexas. bonfirehub. com/portaU?tab=open0�portunities. 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 2O24 BRIDGE REHABILITATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105239 Revised/Updated 1/17/24 00 21 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 2O24 BRIDGE REHABILITATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105239 Revised/Updated 1/17/24 00 21 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 https://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the 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 2O24 BRIDGE REHABILITATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105239 Revised/Updated 1/17/24 0435 73 �` ii'i OF INTH�$f STAIT�AEhlf P�e i af i S�CTf�N �0 S$ 13 CDNfLICT O� fNTER�$T STATEMENT Eadi hfdd6r, �fferarar r�spon�dea}t io a Ci{y af Fart w4rtlr �ra�remenl is Feq��n9d [o complel� a �ibk of In4e�esl Cluestiannair� or certify Ih�t orre is eurr�t and on �i�e wi#h Hie �ity Secr�r�s �ce P�rsuB€�t�s�at9 kaw. I� a rrramber c� !he F�R 4Y�rtlti City Cotuticii, aary one ae more 4� iF3a �tly E��ta��r ar AssEatan# �ity �1ar,agera, o� an agsnt of trre C�r wha �xerdse drscsstlon in Che plannlrag. r�nrneotidi�7g, selectlr�g �r cor�tfa.tir� wFdi a bid�d�v� ofFerar ar rg�pondent is altili�lad with }rour �rrr�rry, iNen a I�ccal GovaEnre�rst Ot4�r CbrrFlec�ts DisrJasur� 5tatemenE {�ISj may �e raqv�d. You �r+y �rged m csyr,ee�lt mlh o�unr,� regar�ing t+�e ap�licahiilty ae#hese farrrsa ar�d Local Goverrurr�nt Cade Cl�apt�r 1 T6 Ea yauv oor�psny, Tl,e referer�ced itrms may ba daivrea� fn0� tfre I�ks prnulded Celotv_ NILr:Nwm:.e:h�c�45��e.tx.ss�'nr�nfi^C?Q_pdf 'mg;r.hroww�e�hicq.sC2�lx.us�forms+�fS. od� � CEQ Faa�n dves not aPAdY �EC} Form is on £ke wiih Cify S��rY I �I�! Fosm ra �e�rg p,�rided �o �C,a �ityr �ecrefsr�+ — ��S �arm does aot aRP�Y I I �ES Farn i� on Flae wtlh �ity Sec�etary ❑ GI S Farm le 4e�'i9 P�adad to U� Caly �ry SIpDER: FtGy Jorg� A��6es By, Cr$ig Dunrr�r� � - 3�35 Be��keys6awro PIGoa g+��� -� . �� 6uckeysnown, MD 2�7t7 �: Vi�ePr�sedanl FN6 OF $E�TFON CfTY �F F�A� 1h'OR7M 3TA2J�1R4 CAr+BTRLi�C�ION SAeCIFIC.4T7DH DOf���rc 1� 5 2p2a ��QGE REFiABRJT,aT34af �OMTRIdGT 2 Revioed F�viury �� 2�] (�}' �1Nf,.,� hb. 7C�0 0o ai o0 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: City Project No. Units/Sections: 2024 BRIDGE REHABILITATION CONTRACT 2 105239 BRIDGE 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidtling Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. � 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2024 BRIDGE REHABILITATION CONTRACT 2 Revised 9/30/2021 City Project No. 105239 0o a� o0 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. c. d. e. f. g. . h. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 180 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. , g. Conflict of Interest Affidavit, Section 00 35 13 'If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2024 BRIDGE REHABILITATION CONTRACT 2 Revised 9/30/2021 City Project No. 105239 00 41 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid 7. Bid Submittal This Bid is submitted on $g%2,%62.50 September 12, 2024 by the entity named below. Respe mitted, � By: (Signature) Douglas Selbv (Printed Name) Receipt is acknowledged of the �nitial following Addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Title: President Company: Roy Jorgensen Associates Address: 3735 Buckeystown Pike Buckeystown, MD 21717 State of Incorporation: Maryland Email: douq selbvCa�rovlorqensen.com P hone: 301-606-7570 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT�ON DOCUMENTS Revised 9l30/2021 Corporate Seal: _ :��- � �. - \:� � ` :�: — _ -.��_ \� ` . _ \. `� -,-...._ - `�� , .� � � :�' 2024 BRIDGE REHABILITATION CONTRACT 2 City Pro�ect No. 105239 00 12 13 BID PROPOSAL Page 1 of 1 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Infonnation Bidder's Proposal Bidlist Description Specification Sectiou Unit of Bid Unit Price Bid Value ItemNo. No. Measure Quant�ty � 0170.0101 REMOBILIZATION Ol 70 00 EA 1 $5,000.00 $5,000.00 2 3471.0001 TRAFFIC CONTROL 24 71 li MO G $8,500.00 $51,000.00 3 0104.6001 REMOVING CONC PAV TxDOT 104 SY 148.0 $50.00 $7,400.00 4 0104.6009 REMOVING CONC RIPRAP TxDOT 104 SY 2.0 $80A0 $160.00 5 0104.6015 REMOVING CONC SIDEWALKS TxDOT 104 SY 7.0 $100.00 $700.00 6 0104_6027 REMOVING CONC APPR SLAB TxDOT 104 SY 294_0 $80A0 $23,520_00 � 0104_6031 REMOVING CONC HEADWALL TxDOT 104 CY 0.6 $500_00 $300_00 $ 0104_6064 REMOVING CONC MISC TxDOT 104 CY 0] $500_00 $350_00 9 0110.6001 EXCAVATION ROADWAY TxDOT 110 CY 192.0 $SOAO $9,600.00 �0 0360_6003CONCPVMT CONTREINF-CRCP 9") TxDOT360 SY 148_0 $25Q00 $37,000_00 � 1 0360.6027 CURB TYPE II TxDOT 360 LF 120.0 $SOAO $6,000.00 �2 0400_6005 CEM STABIL BKFL TxDOT 400 CY 192_0 $325_00 $62,400_00 �3 0401_6001 FLOWABLEBACKFILL TxDOT401 CY 4.0 $550_00 $2,200_00 �4 0420_6054 CL C CONC HEADWALL TxDOT 420 CY 0.6 $1,250 00 $750_00 � 5 0420_6074 CL C CONC MISC TxDOT 420 CY 12 $1,250 00 $1,500_00 � 6 0422_6015 APPROACH SLAB TxDOT 422 CY 185_0 $1,125 00 $208,125_00 � 7 0429_6003 CONC STR REPAIR DECK REP PART DEPTH TxDOT 429 SF 166_0 $180_00 $29,880_00 �$ 0429_6007 CONC STR REPAIR VERTICAL & OVERHEAD TxDOT 429 SF 428_0 $345_00 $147,660_00 �9 0429_6009 CONC STR REPAIR �STANDARD TxDOT 429 SF 16_0 $200_00 $3,200_00 20 0432_6002 RIPRAP CONC 5 IN TxDOT 432 CY 0.4 $2,000 00 $800_00 21 0439.6013 MULTI-LAYER POLYMER OVERLAY TxDOT 439 SY 22.0 $185.00 $4,070.00 22 0446.6013 CLEAN & P9INT EXIST STR SYSTEM III-A BE9RINGS TxDOT 44G EA 16.0 $3,000.00 $48,000.00 2� 0454.6007 HEADER TYPE EXPANSION JOINT TxDOT 454 LF 120.0 $350.00 $42,000.00 24 0531_6001 CONC SIDEWALKS 4" TxDOT 531 SY 7.0 $180_00 $1,260_00 25 0540.6001 MTL W-BEAM GD FEN TIM POST TxDOT 540 LF 454.5 $35.00 $15,907.50 26 0540.6007 MTL BEAM GD FEN TRANS TL2 TxDOT 540 EA 1.0 $2,250.00 $2,250.00 27 0540.6016 DOVJNSTREAM :1NCHOR TERMINAL SECTION TxDOT 540 EA 4.0 $1,850.00 $7,400.00 2$ 0540.6020 MTL W- BEAM GD FEN LOW FILL CULVERT TxDOT 540 LF 35.0 $115.00 $4,025.00 �9 0542_6001 REMOVE METAL BEAM GUARD FENCE TxDOT 542 LF 453_0 $5.00 $2,265_00 30 05426002 REMOVE TERMINAL ANCHOR SECTION TxDOT 542 EA 2.0 $35Q00 $700_00 31 0544.6001 GUARDRAIL END TRE9TMENT INSTALL TxDOT 544 EA 3.0 $4,500.00 $13,500.00 32 0544.6003 GUARDRAIL END TREATMENT REMOVE TxDOT 544 EA 2.0 $500.00 $1,000.00 3� 0658.6053 INSTL OM ASSM OM-3L �TWT GND TxDOT G58 EA 2.0 $350.00 $700.00 34 0658.6057 INSTL OM ASSM OM-3R TWT GND TxDOT G58 EA 3.0 $350.00 $1,050.00 35 0776_6053 REPLACE STEEL RAIL TxDOT 776 LF 15_0 $425_00 $6,375_00 36 0780_6002 CNC CRACK REPAIR DISCRETE INJECT TxDOT 780 LF 14_0 $35Q00 $4,900_00 37 0780_6004 CONC CRCK REPR DISCRETE ROUT AND SEAL TxDOT 780 LF 243_0 $205.00 $49,815_00 3$ 9999_0000 CONSTRUCTION ALLOWANCE 99 99 99 LS 1.0 $7Q000 00 $70,000_00 Total Bid $g'7z,'762.50 END OF SECTION CITY OF FORT WORTH STANDARD CAN57RUCTION SPHCIFICATION DOCUMHNTS 2021 BRIDGH REHABILITATION CANTR4CT 2 Re��ised 9/302021 City Pmject No. IOi239 OQ t3 73 tN7) 13()h'D >'aoe G d t1 SECiION 00 48 13 Bi� BON� KNC7W Rll BY THESE PRES�NTS: T��� � Jorgensen Contract Services, LLC ���w�, ;�4 E3i!tder" n�reir� and (-j�C�fG'tt'C� FtC�? �R�4if�CiG� �OtTij?c�►1y �A'Q�t�l�AR�ti �s�,ly authcnzed to dQ t1U51R�55 li� �hf' :i"ir7..F :?f �:^ti�f5 ki?t3W'� eS 1:�Yr.'iy "Lf&8� 3�E hEICt 3I1d fsrtttl�t CiC)Ut'�Cl ��I�t�:i i#S� �ftj/ pf F�rt War�E�. a tnuns�;�pa� ;.or�o; at«n cr�ated pursudr�i tc tr�e ��ws �f Texas. k�awv; as � C�t� t�ie,r� rn th� p8n�► sum of fiera percent {59�6) of Bidder's maximum bid price �n �awFul mo+wy at the United St�tes #o ttie p�d ir, �=ort Worth Tarrant County. 'Texas #or li�e payment of wh�� �urn w�ll and uuty td 6e made we b�nd vurse�ves. our heirs. ex�e�etors acEman�strators. su�essors ans� as5►gns �O�ntly and S�veraliy fim�ly by these presents. WtiEREAS. thr� Pnnapai has submakted � oz� or �iraposs[ to perform dVurk i�,r is»; t01�w�ng pro�ec: de�rgnated a5 202d BRIDGE R�NA81lfTATipN GONTRACT 2 MOW. iHEfiEF�RE� the cx�rtl�0+or Of tn�s �bi�g;�l�Un F5 �uClj Ihat if the Grty snaEi awarc! tlroe Contraet f�r the fo�egoing pra�ect tt� the Pnnupa! and .he Pnnci�al shail set�si,y al� ret�uuert�enls and curiddrons required Far the Qxecut�an c�f tha Conir�ct and shali enter r�ato tt�e Cvntraet in wrd�ny ve�tl� the City +n au�edan�x wdh the terms o# su�h ssrrae. then Ntiis obir�ation shadt be and becornE �uN and void. If. t�awever. the PnnC+pal f8iis to axe�ute s�ech CcrMr�ct an accvrd�r.ce wrdh the temts of same or Eails lo satrsfp aU requirements and ctandrtiOr.s reqU�red fc�r the ezc�Cutian af the Cor�tract, 1���s borrti shafi becArrse i!�e pt�iperty ot the Ci[y w�thaut recourse af the i'rmC6pa� andipr Surefy n�1 rp �xceed the penahy hereof an0 shalt be used to com�,ensate City for the dr€ierence beiween f'nnCipal s kot€�I Gsd 3m�unt anti the �xt seiec4ed bic�der s tot�i b�ci �mai+nt PROVIDEO FURTHER. that �f any iega� activn be itic�i on th�s Bund. ven�e shaii I�e �n Tarrant County TQx�s or the tlrtii�cf StBtes D�skrect Cnur3 %r the N�rthem Clrstnct of 7exas. Fart Worth C?w�sion IN VYITNESS 1NHEREQF, the R�rr+C.�pd1 aaxi the �uiety #tave SICsldED ar.d SEFtLEG th�a utst�u+t�rH t�y duiy au;nor�zecj ager,� end c�troc��s �n cn�s ine 12th day or Seqtember za�a ATT T. r G �� a —�,'='"K..�i.�'Le��L �//�'�L�G:-(.. 1iV�hsess as te� Pnncapsl c:-v nr ro�a rn�+ia+ iF ar�� �m�.+�1 r.;o3NSi iCitC.TiQN SFY-t;6F-1t;:ri F it�N iX�GIJMENr S Hpvi5�A4 Cif�"�i PR I t+�C IPxiL Jorgensen Contract Services, LLC BY ( Sign E � /OG� �GS Ct/. S� i�`7y, �15i1���P�%� ---' Name and Title � -' ?Lt2� BRlfX,'E Rfl W&�I � FRTiCNt CI�(i t7ACT 2 `%+�Y �oP�i hlt 1tY714 a� er ; 3 u�G BC�ren F�� v ,� e �/�� ,�`-- Wirness as to S�irety Robert A. Chlada Att2ch Power of f4it�rngy {Sa�retyg #or Attorn�y-it�-Faci �+odress 3735 Buckeystown Pike �uckeystown MD 21717 SUP,ErtY Hartford Fire Insurance Companv , � , , �; � � , , � _ , B�' �/�_�- '� � � 2 G,_: r_ � �—� �, , - .,� , i 1. _i � _. _.._ _.�:-_ L..�. . ... . _ �J4{3d1.'�hJfB i v Diane S. Loughry, Attorney-in-Fact Narne and T.13c � �a�ress � �311_McCormick Road, �it . 45� Hunt Valley MD 21031 __,,,,_ ielepnone Numbe, 443-798-7499 'tV�ie �f s�r�tf by an Uffic�i oi Rhe iurety G4rnpany st�ere rrws� tae �n file a;e��,i�ed e�cira�t firam th� by �aws showrng that tM�s persa� has e�thorrty to sigra sut.h obiigatian. if Surefy s�Ihysical acitiress �s �+f#arent irom i#s rna�iang addcess. both must be Grovra�ed The date of ihe bond shaii nol he pnor to ths aate the ContraGl +s xvva�cfe�d I��I){ii� 1!'t I�tfR i;�' Y {�F" FCi2T Y1ti3RTN z(�is�C� (�C�hkS"'iFZf1G?it'#N �F�iFt�,Al1qlJ C7<N`�tN75 ;aa;tl �tit�:Yf,,¢ Rts[4Eelt.lipT�lJN {",s�ifTi?AC'T i Re..ase�t 336rRJ7 CsYy G�Oj�c! kn. 1�3H POWER OF ATTORNEY Direct Inquiries/Claims to: THE HARTFORD BOND, T-11 One Hartford Plaza Hartford, Connecticut 06155 Bond.Claimsta�thehartford com call: 888-266-3488 or fax 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: A T GAL�A�HE& PTSK MGMNT SVCS LLC AgencyCode: 3C-772927. � HartFord Fire Insuranee Company, a corporation dul�� urgani�cil und�r thc la���s of the State of Connecticut � Hartford Casualty InsuranCe Company, a r�,rporation Juh� urganizcd undcr thc la��s ufthr State ul�lndianti � Hartford Aceident and Indemnity Company, a coiporation dulc organized under the la��s of the S[ate of Conneccicuc � Hartford Underwriters Insurance Company, a corpora[ion dul� organized und�r thc la�cs ufthc Statr of Connccticut � Twin City Fire InsuranCe Company, a coiporation duh organized under the la��., of thc State of Indianu � Hartford Insurance Company of Illinois, a �omoration dul� organized undcr the la�cs of the Sttue of Illinuis � Hartford Insurance Company of the Midwest, a corporation duh� orgxnized under thr la���s ol the Statc oC Indiana � Hartford Insurance Company of the Southeast, a corporatiun Jul� urgunice�l un�cr ih� la��, ul'tlic Slal�� ��f flori�a having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amounf of Unlimited : Diane S. Loughry of Columbia MD, Robert A. Chlada of Potomac MD, Steven A. Dzurik Jr., John J. Markotic, Dennis Ourand, Joseph Pierson of HUNT VALLEY, Maryland their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by �, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. �� � �tr,pG % ` 4�' x `:. + `°"'� s'tiy, r� V �� g s�� ^ i.ew�e�ri.� : a 1 Y O t �,�M++� t' �xma,�t y� .� w► s., �,. � 1 i t 7 • • • : Mwp✓ � • , �• ! �\v.�i �n<r� .� ��s��NM ��y� t p � 0 � � I p � 9 i �� � � ♦ �'�'a, : .�' ',� �M .`:��.-..». 4 '11��,D� ��2 ]!7! � �..:z_�s��� �%9..��l�� • � �li1NtS� �M�M�� ��r ` , ' n � <C�� / / / /� ���/ �( �%'�/ �v � ���"� �-�tl,L.�/v'�" � `�' I /iri1�I � Shelb Wi ins, Assistant Secreta �� / Y 99 ry Joelle L. LaPierre, Assistant Vice President STATE Of FLORIDA ss. Lake Mary COUNTY OF SEMiNOIE On this 20th day of May, 2021, before me personally came Joelle LaPierre, to me known. who being by me duly sworn, did depose and say: that (s)he resides in Seminole County, State of Florida; that (s)he is the Assistant Vice President of the Companies. the corporations described in and which executed the above instrument; that (s)he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that (s)he signed his/her name thereto by like authority. � �a r 4y�e : • ` �� f� . • ty. � 1�i��b'%; .�P1.SI�3 � ICC(llll' -� �� t"-`�•� \h ('onvnission fill 1=?'80 F_.�pires Junc Z0. ?0?� I, the undersigned, Assistant Vice President of the Companies. DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of Sep: ember 12 , 2 024 Signed and sealed in Lake Mary, Florida. „�yn'+rMi,. +f �ut.s o �. �T ; ♦ . . r� � �� � : �' � .,�a.,e.ry.;' ►91 �' �,�rr+�y� „! �"` _a�ti% 1� �.r x,... . �sa� .: � ::9k � v�'�Md� .'. '��ii�n�r��� �s�MM' �11 9 F€ �I l� 9. . k ., i1 ,'� , �j� �� 1 07 � �.�'t� • l�S��/ �. r�R.ewr♦P �� !)'.. . +1 syii;ti•w.�. 4` �� ti4 i ! . �.'� • <t1p15 Yt�W' / � C, � ,�l,1��/ /7 C"�7,� � (_ Keith D. Dozois. Assistani Vice President 1 Rios, Leonel From:Diane Loughry <diane_loughry@ajg.com> Sent:Friday, December 13, 2024 11:52 AM To:Rios, Leonel Subject:RE: Bond #30BSBJB7127 Verification-Roy Jorgensen Associates, Inc. (Encrypted Delivery) This message is from an external organization. This message came from outside your organization. Report Suspicious Hi Leonel Yes, this bond is valid. It was reported to Hartford this morning. Thanks! Diane S. Loughry Client Service Manager, Surety D 443 541 0165 diane_loughry@ajg.com Gallagher 11311 McCormick Road, Suite 450, Hunt Valley, MD 21031 www.ajg.com Arthur J. Gallagher Risk Management Services LLC. CA License No. 0D69293 "I would like to emphasize that the discussion set forth above is only an insurance/risk management perspective and is NOT legal advice. We do not provide legal advice and I highly recommend that you seek the advice of legal counsel in order to become fully apprised of the legal implications related to these issues." Conden ality Note: This e mail and any les transmi ed with it are intended only for the person or en ty to which it is addressed and may contain conden al material and/or material protected by law. Any retransmission or use of this informa on may be a viola on of that law. If you received this in error, please contact the sender and delete the material from any computer. From:Rios, Leonel <Leonel.Rios@fortworthtexas.gov> Sent:Friday, December 13, 2024 12:13 PM To:Diane Loughry <diane_loughry@ajg.com> Subject:RE: Bond #30BSBJB7127 Verification Roy Jorgensen Associates, Inc. (Encrypted Delivery) Importance:High [EXTERNAL] Hi Diane, 2 Would you be able to assist me with the request below? I contacted the bonding company listed on the power of attorney, but they stated that this is an invalid bond. I saw your email on the bonds and was hoping you could provide some clarification. Thank you, Leonel From:Claims,Bond (Bond, Bond HO) <Bond.Claims@thehartford.com> Sent:Friday, December 13, 2024 10:29 AM To:Rios, Leonel <Leonel.Rios@fortworthtexas.gov> Cc:BUCSURETY (Bond, National Surety Office) <BUCSURETY@thehartford.com> Subject:RE: Bond #30BSBJB7127 Verification Roy Jorgensen Associates, Inc. (Encrypted Delivery) Unfortunately this bond is notactive in our system From: Rios, Leonel <Leonel. Rios@ fortworthtexas.gov> Sent: Friday, December13, 2024 9:14 AM To: Claims, Bond (Bond, Bond HO) <Bond.Claims@thehartford.com> Cc: Claims, Bond (Bond, Unfortunately this bond is not active in our system From:Rios, Leonel <Leonel.Rios@fortworthtexas.gov> Sent:Friday, December 13, 2024 9:14 AM To:Claims, Bond (Bond, Bond HO) <Bond.Claims@thehartford.com> Cc:Claims, Bond (Bond, Bond HO) <Bond.Claims@thehartford.com> Subject:RE: Bond #30BSBJB7127 Verification Roy Jorgensen Associates, Inc. Importance:High CAUTION: This email originated from outside the organization. Do not click links or open attachments unless you recognize the sender and know the content is safe. Could I please get assistance with the below request. Thank you, Leonel From:Rios, Leonel Sent:Tuesday, December 10, 2024 1:51 PM To:Bond.Claims@thehartford.com Subject:Bond #30BSBJB7127 Verification Roy Jorgensen Associates, Inc. Good afternoon, The City of Fort Worth requires bond verification before a contract can be executed. We have received the following bonds from Roy Jorgensen Associates, Inc.: Bond #30BSBJB7127, in the amount of $872,762.50, issued by Hartford Fire Insurance Company for City Project #105239,2024 Bridge Rehabilitation Contract 2. Please confirm that the bonds and corresponding amounts are valid so we can proceed with awarding the contract to Roy Jorgensen Associates, Inc. Thank you, Leonel J. Rios Contract Compliance Specialist Transportation Public Works 817-392-7233 (office) 100 Fort Worth Trail, Fort Worth, Texas 76102 ���� ,r�ti3R �o�n'IWN.E � o sa� 4+�W �pa 1 0� 1 sEc�ar� oa� s� YEI400R COMPLL4KC� T4 STATE 4tYV NON F�ESio�NT B�U9ER Taxas �over�t �g ��� 2g5� was sdopR6d [or tfre aw&FU CA aontrec� 4o norhesaderd 9idder8_ This tew prorisi�s Ui8',, ih ader :a 4e �wardec.' s Corl'.ia-�t ea bw �idder. na�tlen! biddees (pu;�€-siahs �rstr�Ctora ��se �orate r�jC� a� prInC102E �leoe f Cusineaa are CuL�da the SZa;e o€ 7ax�sj ��d �aje�c� fpr ��uction. irr.p�auementv, supp�es or sarv9res In 7e.� st arr amourn Inw,ar th-a� ;F7� lo�t ?ex�as recider�t 6oddee hy the sarne amount C+at a Texas residarrt hfdder w4uftl te eequlreC 4d �ndeebid 8 �o�lraaider�t hld�e+ ira ardar M Ob�n a camp�r�le cori!�! in �a 3tsme'wAitF� the nonre�dnt's princip� �IaCs f�g �S a�stc�. l�a aPPEC�fi�la hlenfoe dn Sfiction A+'� �b fi�1ed out by dll na�rFasiderit E�dtlera in ardee [P►yGut bid ha mee; �c�or� 7'he �ra of n4�+esiden2 hldd�r3 kDdo sa veitl �WOR1�tirally d�lf1'y tl]at hcdder_ Res�t blddePs must cheek tFle 15aoc in Seel�on 6. � honre�si�t biddees 'rn Ehe Sffit� ot 6�,4NI{ , ac peinr�pel p49Ceof hcssioeess. ara req�ir�d W Ltid SLANK peoc�c�t lower plbn re�ide�t h�d�9t6 try qte2a [.a�w_ A�vpy af the SE�ts�la ia �ep, Npnresiderrt bidders iCl �e Sffi� of Maryland � hv pr�nrd{tel p18C�+�[ 6waser� ara not reqUi�d ta und�er�d nesidant 6iddarg. 6. The pretr}�al pI�C� nf husa�� oiaurc�orr.Fmny a[ o� parens �Y a�l'»' Pw+�d� ia In !he Stete 4f 7evras � BIaaER= RGf'-b►�n3en Pss€e�tee 3735 Ba�eys6o�rm F�Ife� EurJoaye6orwt� M��T737 � �� � - �x L— ��� ` � staxa� �- -- T1RA; 1{ice Pre�iQ�n[ }�Itl_ �� -7 �� 4�+!-1JVll prrr oF PaRrwnm�i SFAHOAq:}COlC'iRLk.,i�FlS�ECFICfii%]H WCU4Q#'S �4 4;9A4772-F 24m7 ^^� � �FI1�611.ir�Ta6�i �� � 2 �7b � htn t{�56 4p�{2d-= CUH7'RAC: Cs}R 061,eruAw�6 9477'i! x.17R�631S C�06u�tT� AT944* L4k5' pn�c 1 � � �RCTION DIF 4i �G CC}n1TR1�{.,"'ppR C�M?LZ�� �Y1TH 14'l}RT�3;Et'u COh+i�FnrS4TIOrti �-AVL� �u�3uadta'Tpx3Ys f.eburCode Secrtia� d�6.09�(s}, a� anleibcler� {;antr�c#ar ucetia`cs tl;at i[ p�vi�cSwoCkrr's cor,lEpens�eaon Ensntdmae �� for aLf of itS e�pEoyres �erp�ayai aoz �rtY PmjcCk 740_ 1�52�9 Coglxsctor tP[#��ae[#if�¢ �81, Prn-a�,aneU] Teaas Lah4r�Odc_ Sex�tion �-�f��, � a[r,�nde� it w1! p�o�ide *•o CS#y its �eouu-ac�flr'soeerP�icates Qfromg��anrte wich ��or�.�ee`s �4mpens�oeF c�wen,�.� �0 f� ]3 ]4 �7 �� 17 1� ]4 �a x� �3 23 24 ?S 2,5 �� �� �9 � 31 .3� 33 34 35 3C, 3i 3a �9 Cf]M1'iRilG'3'OR� �Y ��9�'+3E41.4�Ssr.[istigB� EI1� �{��� _.. �� guck9ysEowm PJN,g .��5 ]3y: G7alg bunwn {i�lea� PriW) , . �° � < ' — � �uCl4eysfowr� hl�rytan�' 2t717-0070 ��T�+Zip . ��. sz�.�. o�� rr.��s COi�N3Y C3F'�ARRAh� Tittc: �C8 Pf�siden:-T�s �parelions {Y6e�Se �Ymt} -- S'�.F€f;iR.� �'fP the undersi�,cd a�Lhixit}-, on titii� �}� ��]�y apgk:�oi wi :,.� =�v�,�.,-•� ,knowa[umcwhe?� v�h❑ P�''� Y� i]3mG ia suhosc:ri hod �q r$e t�sga�ng ios^u�mmr�� and �cicm�vlcd� W �� Ehs[ h�+�l,e execuRed mc aa�ste �s Eteae�smddeeda� �-�., h �+.„:«,� �vrtheQuC�xnaaa�ed -o�5ide1'�[iaa CMa�in �rrsx�a�sd ii� ti'ia r.�cYyd.haldn s�a� G€YJr:?ti TT�`DEI� hiY flA�D r1NU SEAL OFL)f�'i{:F d�is � �u �T _ 7 e � - � r--ti:- �. - , �0_-`� � �— - J y u�,.. �q',tY�� Y ERiI{ FkL'G kIEL3EN ,.. i`1�� �� . �`��� r-rt_Na�+°Y��AIk,Sa�aio��+ow �y�y-*�..=�� Camrn_ Expuia a1-�6�3D2� ��TY �blic'n,mdfo�x�,e Saa[� afTax� "{*:*� leaiil� 4fl 183s68117 ENf3 �F $EC'�'lON cr-r a6 foR7 wnxrH aoQs rixx� 9F.13n9rurx� C�oHiPknCT � ..'T++d.71iE6 C16F��7xU�=TP4?Y�I+C��C,5TC4.Y DCK.'L3�iT�s'TS CSq 2:cjea h:a E RSi39 Rc��ed Julv =, �II I 1 004540-1 Business Equity Goal Page 1 of 2 1 SECTION 00 45 40 2 Business Equity Goal 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. 5 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 6 (M/WBEs). 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 10 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 11 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11- 12 2020 (codified at: https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593) apply to 13 this bid. 14 15 BUSINESS EQUITY PRO_TECT GOAL 16 The Ciry's Business Equity goal on this project is13.55% 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. Susiness 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 REQUIRED DOCUMENTATION 29 Applicable documents (listed below) must be submitted electronically with the other required bidding 30 documents at the time of the bid under the respective Project via the Procurement Portal: 31 https://fortworthtexas.bonfirehub.com/portal/?tab=open0�portunities 32 OR received no later than 2:00 p.m., on the third City business day after the bid opening date, 33 exclusive of the bid opening date with the respective Project via the Procurement Portal by 34 responding to the message sent within 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-Protege participation. 46 47 These forms can be accessed at: 48 Business Equity Utilization Form and Letter of Intent CITY OF FORT WORTH 2O24 BRIDGE REHABILITATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105239 Revised June 7, 2024 004540-2 Business Equity Goal Page 2 of 2 https://a�ps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Business Equity Utilization Form DVIN 2022 220324.pdf 4 Letter of Intent 5 https://a�s.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Letter of Intent DVIN 6 202Lpdf 7 8 Business Equity Good Faith Effort Form 9 https://apps.fortworthtexas. og v/ProjectResources/ResourcesP/60 - MWBE/Good Faith Effort 10 Form_DVIN 2022.pdf 11 12 Business Equity Prime Contractor Waiver Form 13 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor 14 Waiver-220313.pdf 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 Business Equity Joint Venture Form https://a�ps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/MWBE _loint Venture 220225.pdf FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON-RESPONSIVE AND THE BID REJECTED. FAILURE TO SUBMIT THE REQUIRED BUSINESS EpUITY DOCUMENTATION OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON- RESPONSIVE, THE BID RE_TECTED AND MAY SUB.JECT 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 2O24 BRIDGE REHABILITATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105239 Revised June 7, 2024 00 52 43 - 1 Agreement Page 1 of 6 CITY OF FORT WORTH 2024 BRIDGE REHABILITATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105239 Revised March 3, 2024 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on December 10, 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 Roy Jorgensen Associates, Inc., authorized to do business in Texas, acting by and through its duly authorized representative, (“Contractor”). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: 2024 BRIDGE REHABILITATION CONTRACT 2 CITY PROJECT NUMBER 105239 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 EIGHT HUNDRED SEVENTY-TWO THOUSAND, SEVEN HUNDRED SIXTY-TWO AND 0/100 DOLLARS ($872,762.50). 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 180 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. 00 52 43 - 2 Agreement Page 2 of 6 CITY OF FORT WORTH 2024 BRIDGE REHABILITATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105239 Revised March 3, 2024 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance Certification Form (ACORD or equivalent) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker’s Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project’s Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 00 52 43 - 3 Agreement Page 3 of 6 CITY OF FORT WORTH 2024 BRIDGE REHABILITATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105239 Revised March 3, 2024 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or 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. 00 52 43 - 4 Agreement Page 4 of 6 CITY OF FORT WORTH 2024 BRIDGE REHABILITATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105239 Revised March 3, 2024 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. 00 52 43 - 5 Agreement Page 5 of 6 CITY OF FORT WORTH 2024 BRIDGE REHABILITATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105239 Revised March 3, 2024 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. 00 52 43 - 6 Agreement Page 6 of 6 CITY OF FORT WORTH 2024 BRIDGE REHABILITATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105239 Revised March 3, 2024 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: Roy Jorgensen Associates, Inc. City of Fort Worth By:By: Signature Jesica McEachern Assistant City Manager (Printed Name) Date Title Attest: 3735 Buckeystown Pike Address Jannette Goodall, City Secretary Buckeystown, MD 21717 City/State/Zip (Seal) M&C: ________________ Date Date: _________________ Approved as to Form and Legality: Douglas W. Black Sr. Assistant City Attorney OQ61 13-I Pf:RFOKv1ANCE B(�ND Page 1 of2 I � 3 4 5 6 7 8 9 10 11 12 13 14 15 THE STATE OF TEXAS COUl�1TY OF TARRANT SECTION 00 61 13 PERF(�RMANCE BUND #30E3S13JE37127 § § KNOW ALL BY THESE PRESENTS: � That �ve, Roy ,lorgensen Associates, lnc., kno��n as "Principal�� herein and I lartford f�ire Insurance Company , a corporate suret}'(sureties, if more thaii one) duly authorized to do business in the State of ��exas, kno�vn as "Surety" herein (��hether one or more), are held and tirmly bound unto thc Cit} of Fort Worth. a m�u�icipal corporation created pursuant to the laws of Te�as, known as "City'� herein, in the penal sun� ot; EIGFIT IIUNDR�D SEVENTY-TWU TFIVUSANI), SEVEN IIUNDRED SIXTY-TWO AND 50/100 DULLARS ($872,762.50), lawful money of the United States, to be paid in Fort Woi�h, Tarrant Cow�ty, Texas for the payment of ��hich sum �vell and trul}' to be made, �ye bind oursel�es, our heirs, ezecutors, administrators, successors and assigns, jointly and severally, finnl} by these presents. 16 WHEREAS, the Principal has entered into a certain written contract with the City �� awarded the LQ'�' day of December, 2024, ��hich Contract is hereby referred to and made a part � g hereof for all purposes as if fully set forth herein, to furnish al I materials, equipment labor and �� other accessories de�ned by la�y, in the prosecution of the Work, including any Change Urders, as '-0 provided for in said Contract designated as ?024 f3RIDGF, REI IABI LITATIUN CUNTRACT 2, �� City Pr�ject No. I 05239. -"- NOW, THEREFORE, the condition of this obligation is such that if the said Principal �� shall faithfully perform it obligations under the Contract and shall in all respects duly and �4 faithfully perform the Work, including Change Urders, under the Contract, according to the plans, �5 specitications, and contract documents therein referred to, and as �vell during any period of '-6 extension of the Contract that may be granted on the part of the City, then this obligation shall be '-� and become null and void, other�vise to remain in full force and eftect. 'g PROVIDED FURTHER, that if any legal action be tiled on this f3ond, venue shall lie in �� Tarrant County, Te�as or the United States District Court for the Northern District of Tezas, FoTrt �� Worth Division. Cl�l�ti' OF FORT W'ORTH 2O2�1 BRII)G1; Rt�.I lABll.fl nl�lON CU�TRACI� 2 S I/�N!)nRl) CONS1 KUC 11ON SPECIFICA I IU1 Ix)Cl MFtiI ti Cit� Project No. 10�239 Rcviscd I�ecembcr E, 2023 00 61 13 - 2 PI�RFOR�1�WCG BONI) Paee 2 of2 This bond is made and e�ecuted in compliance �vith the provisions ot�Chapter 2?53 of the � 3 4 5 7 8 9 10 Il 12 13 l �l IS 16 17 18 19 20 �� �Z �� 24 ?5 26 �� �g �9 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 "1"exas Government Code, as amended, and all liabilities c�n this hc�nd shall be detei•mined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instr�unent by duly authorized agents and officers oi� this the 10'�' day° of December , 2024. ATTFST: � {`.i.^ �, i;° ' z..�l' �'� �', / ���'^!f� % 1 l ( Principal) e retary "fi/Ci��,�2�;�.� �'�,-�'.�'1/,� W itness as to Principal PRWCIPAL: Roy Jor�ensen Associates, Inc. � , i ii t /� � A! J./�_�iaS..�C%�Jl /h�—� �r�s.o��'-✓7` ame and Title Address: 3735 F3uckeystown Pike Buckeysto�n, MD 21717 SURETY: Hartford Fire lnsurance Company BY: �(� � � , � B.� , �°_GLk �`j : �C_r2 ✓' l Signature ,- � Diane S. Loughry. Attorney-in-Fact Name and Title Address: 1 13 I I McCormick Road. Suite 450 llunt Valley�. MD 21031 !" �- ---- -- -- , Robert A. Chlada. Witness as to Surety Telephone Number: 443-798-7499 Email Address: diane lout�l�r��; ��ajg.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. CI'fY OI� FOR�I� WOR�I�I I S1�nNDARD CONSTRUCI'IUN SPI?CIPIC.ATION llOCUMI�:N�I�S Revised December 8, 2023 202-1 k3RIDGE KI�:I InRII.I�fA�I�ION CONTRAC'f ? Cit� Prqject No. 10�239 00G1 14-I PAYMFN"f 130ND Page I of�2 1 � 3 -1 5 G r� II 8 9 10 II 12 13 14 IS THE STATE OF TEXAS COtJNTY OF TARRANT SECTION UO 61 1�1 PAYMEN"T BOND #30BSBJB7127 § § KNOW ALL BY THESE PRESENTS: § �l�hat we, Roy Jorgensen Associates, Inc., known as `'Principal" herein, and liartford Fire Insurance Companx a corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety'' herein (whether one or more), are held and tirmly bo�md unto the City of Fort W'orth, a municipal corporation created pursuant to the laws of the State of Te�as, knotin as "City'" herein, in the penal swn of EIGHT HUNDREU SEVENTY-T\VO THOUSAND, SEVEN HUNDREU S1XTY- TWO ANU 50/100 DOLLARS ($872,762.50), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum tiell and truly be made, we bind ourselves, our heirs, executors. administrators, successors and assigns,_jointly and severally, firmly bythese presents: 16 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 17 10''' day of Uecember, 2024, which Contract is hereby referred to and made a part hereof for all 18 purposes as ifi fiully set forth herein, to furnish all materials, eyuipment, labor and other 19 accessories as detined by law, in the prosecution of the Work as provided for in said Contract and 20 designated as 2024 BRIDGE REHABILITATION CONTRACT 2, City Project No.105239. 21 NOW, THEREFORE, THE CONUITION OF THIS OBLIGATION is such that if ?2 Principal shall pay all monies owing to any (and all) payment bond beneticiary (as defined in 23 Chapter 2253 of the �Te�as Government Code, as amended) in the prosecution of the W'ork under 24 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 25 torce and effect. ?6 �7 �g 30 This bond is made and e�ecuted in compliancewith the provisions ofChapter 2253 ofthe Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. crry <�F F��a�r woR�r� i STANDARDCONS�RUC�IOti SPF.CIFICAIIO1 lX)CUMI:N�S Kevised Decemher 8. 2023 2024 BRIlX;1= IiFI lABll.l'�A I ION CONTRACT 2 Cih� Pro�ect No. 105239 0061 14-2 PAYMI[N"I� BC)ND Page 2 of2 I IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEnLED 2 this instrument by duly authorized agei�ts and officers on this the 10`�' day of 3 4 December , 2024. PRINCIPAL: Roy ,lorgensen Asso�iates, Inc. . � „ / � :�� � A"I�TES1': /� .� `- � �, � , � ,��'. � '� , � �} �.' �.l.�I�-G � ,' � � ( Princ ipal)�Secretary '��f li/;��G6'��'l/l �'--�� �=L l'-t�— Witness as to Principal ATTEST: f,C, , Robert A. Chlada, W itness as to Surety � 6 7 8 9 ]0 ffl 12 I /o �4✓G s �1/ .�Q //Li�j �• ,o s ,'a�a,vt Name and ��itle �� Address: 3735 Buckeysto�n Pike Buckeystowi�, MD 21717 SURET'Y: Hartli�rd Fii•e Insurance Company � � �J Bv: ���=�.<_ �a_ rt_r � � � ��t�.�_r? , Signature , � ✓ Diane S. l.oughr��, Attorney_in-Fact Name & Title Address: I 13 I 1 McC:onnick Road, Suite 450 Hunt Valley, MD 21031 Telephone Number: 443-798-7499 Email nddress: diane lou�v�c��ajg.coil� 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 fi•om its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. F,ND OF SECTION CI'lY OF FOR'I� W'OR'TI I 2023 f3KInGF: RI[f Il�BILI'1'n'IION CON"fRACT 2 S�I�.�NDARD CONSTRUC"('ION SPF.CIFICA�I�ION l)OCUMI:N�I�S Cit�� Project No. 10?239 Revised December 8. 2023 0061 19-I MAIti I ENANCE HONI) Page I of3 I SECTION 00 61 19 2 MAINTENANCE BOND #30BSBJB7127 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 �That we Roy Jorgensen Associates, Inc., known as ``Principal'" herein and 8 Hartford Fire Insurance Companv , a corporate surety (sureties, if more than 9 one) duly authorized to do business in the State of �TeYas, known as "Surety'' herein (whether one 10 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created I I pursuant to the laws of the State of �Texas, known as '`City" herein, in the s�m� of EIGH�T 12 HUNI�K�;I� SEV�;N I Y-I Vl-'() I H()USANI�, S�;V�;N IIUNUK�:I� SIX IY-I Vl-'() ANU SU/lUU 13 vULLAKS ($872,762.50), lawful money of the United States, to he paid in I-ort W'orth, "fan•ant 1�4 County, �TeYas, for payment of which sum well and truly be made unto the City and its IS successors, we bind ourselves, our heirs, executors, administrators, successors and assigns,,jointly Ib and severally, firmly by these presents. 17 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the I 0'h day of December, 2024, which Contract is hereby ref'erred to and a made part hereof for 20 all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 21 accessories as defined by law, in the prosecution of the Work, including any Work resulting from 22 a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract 23 and designated as 2024 BRIDGE REHABII_ITATION CON"TRACT 2: and 24 WHEREAS, Principal binds itself to use such materials and to so construct the Vb'ork in 25 accordance with the plans, specifications and Contract Documents that the Vl-'ork is and will ?6 �7 �g remain Gee G•om defects in materials or workmanship for and during the period of two (2) ��ears after the date of� Final Acceptance of the V�'ork hy the City (`'Maintenance Period"); and 29 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 30 upon receiving notice Gom the City of the need therefior at any time within the Maintenance 31 Period. CfI Y OF FORI W'OKl H 2O24 BRII)CiF. REHnRII.ITA I lON CONTRACI 2 S1 AN1)ARD CONSI RUCTIOR SPECIFIC'A I IUN lXKUMf{'� I S City Prolect tio. 105239 Revised I)ecember �4. 20?3 1 � 3 4 5 6 7 8 9 l0 11 12 13 l4 j5 16 17 0061 19-2 MAIN�fL[NANCf: BUND Yage 2 of i NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, fior ��hich timely notice was provided b�� ('ity, to a completion satisfactoiy to the City, then this ohligation shall become null and v��id; otherwise to remain in f�ill force and effect. PROVIDED, HOWEVER, ifi Principal shall fail so to repair or reconstruct any timely i�oticed defective Work, it is agreed that the City tnay cause any and all such defective Work to be repaired and/or reconst►•ucted with all associated costs thereof being borne b} the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in �Tarrant Counry, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. crr�� oi roR�r wourii STnNDARD CONS�I�RUCI�ION SPHCII�IC.A�IION I)OCUti11�-N1�S Revised f)ccember8.20_'3 202-113RII�Gff Rf:H,�RII JTAI�ION CONTRACT 2 ('it�� Project No. 10$239 0061 19-3 MAINTENANCE BUNU Page 3 of 3 , , � 4 5 6 7 8 9 10 �� �2 >; 14 I� 16 17 ls 19 ?0 21 �2 23 �q 25 26 ?7 �g 29 30 31 32 33 34 ;5 36 37 �8 39 40 IN VVITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized a�ents and officers on this the 10'� day� of December , �024. ATTEST: ( � � � � � � �-�Cr: . ��' �(,� . � ���.� � (Principal) retary 7 ��°��''�L��,� �'�1���L L��%t __ Witness as to Principal ATTEST: PRINCIPAL.: Roy Jorgensen Associates, Inc. BY�.�/� /� ature � �,� w.� � �; ,�� �,���,� �Name and Title Address: 3735 E3uckeystown Pike Buckeystown, MD 21717 SURETY: Hartford Fire Insurance Company E3Y: � �'�� �.�t'. �('°�-�- �'� � Signature � � i �� Diane S. Loughr}, Attorney-in-Fact _ — ----- — -- _ Name and Title Address: I I� I I McCormick Road, Suite 450 Hunt Valle}. MD 21031 ,, J __. — --- �� -- — — ---- - Robert A. Chlada. Witness as to Surety ielephone Number: 4�3-798-7499 Email Address: diane loughr� aj .com '�Note: If signed by an officer of the Surety Compan}', there must be on tile a certified eYtract 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 shal I not be prior to the date the Coi�tract is awarded. CI�IY OF FOR"I� W'ORTH S�C.�ND��RD CONSlRUC7'ION SPI�:CIPICA�IION I)OC'UMF_NTS Revised f�ecember 8_ 2023 2O2�1 BRIDGE RI:I InRII.ffA�IION CONTRACI� ? ('it�� Project Na 10>339 POWER OF ATTORNEY Direct /nquiries/C/aims to: THE HARTFORD BOND, T-11 One Hartford Plaza Hartford, Connecticut 06155 Bond.ClaimsCa�thehartford.com call 888-2663488 or fax: 860-757-5835 KNOW ALL PERSONS BYTHESE PRESENTS THAT: Agency Name: A J GAL',AGHER RISK MGMNT SVCS LLC Agency Code: 3 0- 77 2 921 � HartFord Fire Insuranee Company. a �o�uration dul� urganiic� under the la��s of the State o� cunnec�icut � Hartford Casualty Insurance Company, a corporation �ul� ur�anized under the la�c5 ul�thc Stxte uf Indiana � Hartford Accident and Indemnity Company, a coiporation dul� orgunized under the law�s of the S[ate of Counecticut � Hartford Underwriters Insurance Company, a corporation dul� organizcd und�r thc la��s ofthc ti�atc ofConneccicu� � Twin City Fire Insurance Company, a cuiporatiou duh org�u,ired under [he la��s uf'chc State of Indian�, � HartFord InsuranCe Company of Illinois, a �orporation dul} organized imder the la��s ot'the State of Illinois � Hartford InsuranCe Company of the Midwest, a curporation �lul� organized under thc la��s ofthc �5tate ot'Indiana � Hartford Insurance Company of the Southeast, a curpuiatiun tlul) ur�anii�il untici thc la��s ul�thc 51�t� ul� I lu�ida having their home office in HartFord, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to fhe amount of Unlimited : Diane S. Loughry of Columbia MD, Robert A. Chlada of Potomac MD, Steven A. Dzurik Jr., John J. Markotic, Dennis Ourand, Joseph Pierson of HUNT VALLEY, Maryland their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by �, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies. the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. ��1 ,�►1Ty�� 'J� " ,�^�lli r `+. -,• ,+, � �"y� _: .,�..ti.w�;' sva r s '' � � �"'""' , . . �r'� t - +» ;+a.�• � � s 7 . +�"'.'�► .�� "�o i C :Q � #O►� �: ��`'in���xa�� ��MYr► �'-��,1D70 � ;,-�tp79� * .{� +ti �d9t! •� � �.rv'� y+�+ �� ��'� • �`' �iurr�+'� '�w' l�V l L�� Shelby Wiggins, Assistant Secretary , �10.�"`l/ `���ii.i/+�I �,_ � „ Joelle L. LaPierre. Assistant Vice President STATE OF FLORiDA ss. Lake Mary COUNTY �F 5EMINOLE On this 20th day of May, 2021, before me personally came Joelle LaPierre, to me known. who being by me duly sworn, did depose and say: that (s)he resides in Seminole County, State of Florida; that (s)he is the Assistant Vice President of the Companies. the corporations described in and which executed the above instrument; that (s)he knows the seals of the said corporations: that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that (s)he signed his/her name thereto by like authority. ��"���"!r�" , �� � �_ �� '� 1 ��,`' Irssicn ('iccone ���f�� ��h ('ummission IiH 122280 f�:xpires li�i�� ?0, 20?5 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies. which is still in full force effective as of December 10 , 2 024 Signed and sealed in Lake Mary. Florida. rrqyyiq �► �,,t.s i ""�► � `i. . , r S � i �iNM,ifyyi� ; ►�� r �.�,...� L �''�.,..�,�'� � a� . ..,. �ss� • ? . , � � � � A�tl► � l� �_�i , � �,�'.�i ticr�'^ hqMM� �:l, l Y 7� � $ f� �� 3 I f 71 • "'4Fpi,��_c\9�:' yI1 � 1��y • `��t �y �' � � i1NM1 4NY�` " . 'i/ � ,�f°hf��, s f' ��-�,qTll � �S Keith D. Dozois, Assistant Vice President AC 84 07 11 17 © 2017 Liberty Mutual Insurance Page 1 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number Issued by THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I.Newly Acquired or Formed Organizations II.Employees as Insureds III.Lessor - Additional Insured and Loss Payee IV.Supplementary Payments - Increased Limits V.Fellow Employee Coverage VI.Personal Property of Others VII. Additional Transportation Expense and Cost to Recover Stolen Auto VIII.Airbag Coverage IX.Tapes, Records and Discs Coverage X.Physical Damage Deductible - Single Deductible XI.Physical Damage Deductible - Glass XII. Physical Damage Deductible - Vehicle Tracking System XIII.Duties in Event of Accident, Claim, Suit or Loss XIV.Unintentional Failure to Disclose Hazards XV.Worldwide Liability Coverage - Hired and Nonowned Autos XVI. Hired Auto Physical Damage XVII.Auto Medical Payments Coverage Increased Limits XVIII.Drive Other Car Coverage - Broadened Coverage for Designated Individuals XIX. Rental Reimbursement Coverage XX.Notice of Cancellation or Nonrenewal XXI. Loan/Lease Payoff Coverage XXII.Limited Mexico Coverage XXIII. Waiver of Subrogation I.NEWLY ACQUIRED OR FORMED ORGANIZATIONS Throughout this policy,the words "you" and "your" also refer to any organization you newly acquire or form, other than a partnership or joint venture, and over which you maintain ownership of more than 50 percent interest, provided: A.There is no similar insurance available to that organization; B.Unless you notify us to add coverage to your policy,the coverage under this provision is afforded only until: 1.The 90th day after you acquire or form the organization; or 2.The end of the policy period, whichever is earlier; and C.The coverage does not apply to an "accident" which occurred before you acquired or formed the organization. Liberty Mutual Fire Insurance Co. Limited Mexico Coverage Waiver of Subrogation AC 84 07 11 17 © 2017 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 9 of 10 e.Carry-over balances from previous loans or leases. This coverage is limited to a maximum of $1,500 for each covered "auto". XXII.LIMITED MEXICO COVERAGE WARNING AUTO ACCIDENTS IN MEXICO ARE SUBJECT TO THE LAWS OF MEXICO ONLY -NOT THE LAWS OF THE UNITED STATES OF AMERICA. THE REPUBLIC OF MEXICO CONSIDERS ANY AUTO ACCIDENT A CRIMINAL OFFENSE AS WELL AS A CIVIL MATTER. IN SOME CASES THE COVERAGE PROVIDED UNDER THIS ENDORSEMENT MAY NOT BE RECOGNIZED BY THE MEXICAN AUTHORITIES AND WE MAY NOT BE ALLOWED TO IMPLEMENT THIS COVERAGE AT ALL IN MEXICO. YOU SHOULD CONSIDER PURCHASING AUTO COVERAGE FROM A LICENSED MEXICAN INSURANCE COMPANY BEFORE DRIVING INTO MEXICO. THIS ENDORSEMENT DOES NOT APPLY TO ACCIDENTS OR LOSSES WHICH OCCUR BEYOND 25 MILES FROM THE BOUNDARY OF THE UNITED STATES OF AMERICA. A.Coverage 1.Paragraph B.7.of SECTION IV -BUSINESS AUTO CONDITIONS is amended by the addition of the following: The coverage territory is extended to include Mexico but only if all of the following criteria are met: a.The "accidents" or "loss" occurs within 25 miles of the United States border; and b.While on a trip into Mexico for 10 days or less. 2.For coverage provided by this section of the endorsement, Paragraph B.5.Other Insurance in SECTION IV - BUSINESS AUTO CONDITIONS is replaced by the following: The insurance provided by this endorsement will be excess over any other collectible insurance. B.Physical Damage Coverage is amended by the addition of the following: If a "loss"to a covered "auto" occurs in Mexico,we will pay for such "loss"in the United States.If the covered "auto" must be repaired in Mexico in order to be driven,we will not pay more than the actual cash value of such "loss" at the nearest United States point where the repairs can be made. C.Additional Exclusions The following additional exclusions are added: This insurance does not apply: 1.If the covered "auto" is not principally garaged and principally used in the United States. 2.To any "insured" who is not a resident of the United States. XXIII.WAIVER OF SUBROGATION Paragraph A.5. in SECTION IV - BUSINESS AUTO CONDITIONS does not apply to any person or organization where the Named Insured has agreed, by written contract executed prior to the date of "accident", to waive rights of recovery against such person or organization. XXIII.WAIVER OF SUBROGATION PolicyNumber TB2-631-510851-034 Issued by Liberty Mutual Fire Insurance Comparry THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY ADDITIONAL INSURED ENHANCEMENT FOR CONTRACTORS This endorsemerrt modifies insurance provided under the following: COMMERCIAL GENERAL LIABILfTYCOVERAGE PART Index of modified items: Item 1. Blanket Additional Insured Where Required By Written Agreement Lessors of Leased Equipmerrt Managers or Lessors of Premises Mortgagees, Assignees or Receivers Owners, Lessees or Coritractors Architects, Engineers or Sur�yors Any Person or Organization Item 2. Blanket Additional Insured — Grantor Of Permits Item 3. Other Insurance Amendment Item 1. Blanket Additional Insured Where Required By Written Agreement Paragraph 2. of Section II — Who Is An Insured is amended to add the following: Additional Insured By Written Agreement The following are insureds under the Policy when you have agreed in a written agreemerrt to provide them coverage as additional insureds under your policy. 1. Lessors of Leased Equipment: The person(s) or organization(s) from whom you lease equipmerrt, but or�y with respect to liability for "bodily injury', "properry damage" or "personal and advertising injuy' caused, in whole or in part, by your mairitenance, operation or use of equipmerrt leased to you by such person(s) or organization(s). This insurance does not applyto any "occurrence" which takes place after the equipmerit lease expires. 2. Managers or Lessors of Premises: Any manager(s) or lessor(s) of premises leased to you in which the written lease agreemerit obligates you to procure additional insured coverage. The coverage afForded to the addi6onal insured is limited to liabiliry in connection with the ownership, mairrtenance or use of the premises leased to you and caused, in whole or in part, by some negligerrt act(s) or omission(s) of you, your "employees", your agerits or your subcoritractors. There is no coverage for the additional insured for liabiliry arising out of the sole negligence of the additional insured or those acting on behalf of the additional insured, except as provided below. If the written agreemerrt obligates you to procure additional insured coverage for the additional insured's sole negligence, then the coverage for the additional insured shall coriform to the agreemerrt, but only if the applicable law would allow you to indemnify the additional insured for liabiliry arising out of the additional insured's sole negligence. LC 20 5811 18 �O 2018 Liberry Mutual Insurance Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. This insurance does not applyto: a. Any "occurrence" which takes place after you cease to be a tenant in that premises or to lease that land; b. Structural alterations, new construction or demolition operations perFormed by or on behalf of that manager or lessor; or c. Any premises for which coverage is excluded by endorsemerrt. 3. Mortgagees, Assignees or Receivers: Any person(s) or organization(s) with respect to their liabiliry as mortgagee, assignee or receiver and arising out of your ownership, mairitenance or use ofthe premises. This insurance does not apply to structural alterations, new construction and demolition operations perFormed by or on behalf of such person(s) or organization(s). 4. Owners, Lessees or Contractors: Any person(s) or organization(s) to whom you are obligated to procure additional insured coverage, but only with respect to liabiliry for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your act(s) or omission(s) or the act(s) or omission(s) of your "employees", your agents, or your subcontractors, in the perFormance of your ongoing operations. This insurance does not apply to "bodily injury", "property damage", or "personal and advertising injury" arising out of "your work" included in the "products-completed operations hazard" unless you are required to provide such coverage for the additional insured by the written agreement, and then only for the period of time required by the written agreemerit and only for liabiliry caused, in whole or in part, by your act(s) or omission(s) or the act(s) or omission(s) of your "employees", your agerits, or your subcoritractors. There is no coverage for the additional insured for liabiliry arising out of the sole negligence of the additional insured or those acting on behalf ofthe additional insured, except as provided below. IF the written agreement obligates you to procure additional insured coverage for the additional insured's sole negligence, then the coverage for the additional insured shall coriform to the agreement, but only if the applicable law would allow you to indemnify the additional insured for liability arising out the additional insured's sole negligence. This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury', involved the rendering of or failure to render any professional services. 5. Architects, Engineers or Surveyors: Any architect, engineer, or surveyor engaged by you but only with respect to liabiliry for "bodily injury', "property damage" or "personal and advertising injury' caused, in whole or in part, by your act(s) or omission(s) or the act(s) or omission(s) of those acting on your behalf: a. In connection with your premises; or b. In the perFormance of your ongoing operations. This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising outofthe renderingoforfailuretorenderanyprofessionalservicesbyorforyou,including: LC 20 5811 18 O 2018 Liberty Mutual Insurance Page 2 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury' or "properry damage", or the offense which caused the "personal and advertising injury", involved the rendering of or failure to render any professional services by or for you. 6. Any Person or Organization Other Than a Joint Venture: Any person(s) or organization(s) (other than a joint venture of which you are a member) for whom you are obligated to procure additional insured coverage, but only with respect to liabiliry for "bodily injur�l', "property damage" or "personal and advertising injury" caused, in whole or in part, byyour act(s) or omission(s) or the act(s) or omission(s) ofthose acting on your behalf: a. In the perFormance of your ongoing operations; or b. In connection with premises owned by or rerited to you. This insurance does not applyto: a. Any person(s) or organization(s) more specifically covered in Paragraphs 1. through 5. above; b. Any construction, renovation, demolition or installation operations perFormed by or on behaff of you, or those operating on your behalf; or c. Any person(s) or organization(s) whose profession, business or occupation is that of an architect, surveyor or engineer with respect to liability arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving or failing to prepare or approve, maps, drawings, opinions, reports, surveys, field orders, change orders, designs and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "properry damage", or the offense which caused the "personal and advertising injury', involved the rendering of or failure to render any professional services by or on behalf of you, or those operating on your behalf. The insurance afforded to any person(s) or organization(s) as an insured under this Item 1.: 1. Applies to the exterit permitted by law; 2. Applies only to the scope of coverage and the minimum limits of insurance required by the written agreement, but in no event exceeds either the scope of coverage or the limits of insurance provided bythis Policy; 3. Does not apply to any person(s) or organization(s) for any "bodily injury", "property damage" or "personal and advertising injury' if any other additional insured endorsement attached to this Policy applies to such person(s) or organization(s) with regard to the "bodily injury", "properry damage" or "personal and advertising injury"; 4. Applies only if the "bodily injur�l' or "property damage" occurs, or the offense giving rise to the "personal and advertising injury" is committed, subsequerit to the execution of the written agreemerit; and 5. Applies only ifthe written agreement is in effect at the time the "bodily injury' or "properry damage" occurs, or at the time the offense giving rise to the "personal and advertising injury" is committed. LC 20 5811 18 O 2018 Liberty Mutual Insurance Page 3 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Item 2. Blanket Additional Insured — Grantor Of Permits Paragraph 2. of Section II — Who Is An Insuredis amended to add the following: Any state, municipaliry or political subdivision that has issued you a permit in connection with any operations perFormed by you or on your behalf, or in connection with premises you own, rerit or coritrol, and to which this insurance applies, but only to the extent that you are required to provide additional insured status to the state, municipality or political subdivision as a condition of receiving and maintaining the permit. Such state, municipality or political subdivision that has issued you a permit is an insured only with respect to their liability as grantor of such permit to you. However, with respect to the state, municipaliry or political subdivision: 1. Coverage will be no broader than required; and 2. Limits of insurance will not exceed the minimum limits of insurance required as a condition for receiving or maintaining the permit; but neither the scope of coverage nor the limits of insurance will exceed those provided bythis Policy. This insurance does not applyto: 1. "Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the state, municipaliryor political subdivision; 2. Any "bodily injury" or "properry damage" included within the "products-completed operations hazard", except when required bywritten agreement initiated priorto loss; or 3. "Bodily injury", "property damage" or "personal and advertising injury", unless negligently caused, in whole or in part, by you or those acting on your behaff. Item 3. Other Insurance Amendment IF you are obligated under a written agreement to provide liabiliry insurance on a primary, excess, coritingerit, or any other basis for any person(s) or organization(s) that qualifies as an additional insured on this Policy, this Policy will apply solely on the basis required by such written agreemerit and Paragraph 4. Other Insurance of Section IV — Commercial General Liability Conditions will not apply. Where the applicable written agreement does not specify on what basis the liabiliry insurance will apply, the provisions of Paragraph 4. Other Insurance of Section IV — Commercial General Liability Conditions will apply. However, this insurance is excess over any other insurance available to the additional insured for which it is also covered as an additional insured for the same "occurrence", claim or "suiY'. LC 20 5811 18 O 2018 Liberty Mutual Insurance Page 4 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Waiver of Transfer of Rights of Recovery Against Others to the Insurer Endorsement CNA75008XX (10-16) Policy No: Page 1 of 1 Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: (Information required to complete this Schedule, if not shown above, will be shown in the Declarations.) Under COMMERCIAL GENERAL LIABILITY CONDITIONS, it is understood and agreed that the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended by the addition of the following: With respect to the person or organization shown in the Schedule above, the Insurer waives any right of recovery the Insurer may have against such person or organization because of payments the Insurer makes for injury or damage arising out of the ’Named Insured s ongoing operations or your work included in the products-completed operations hazard. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION 105239-CNST-2024 BRIDGE REHABILITATION CONTRACT 2 Final Audit Report 2024-12-19 Created: 2024-12-16 By: Leonel Rios (Leonel.Rios@fortworthtexas.gov) Status: Canceled / Declined Transaction ID: CBJCHBCAABAAaA5gbh7xOogaety0dp-5oasvcjshYukh "105239-CNST-2024 BRIDGE REHABILITATION CONTRACT 2 " History s Document created by Leonel Rios (Leonel.Rios@fortworthtexas.gov) 2024-12-16 - 6:14:55 PM GMT- IP address: 204.10.90.100 �� �, Form filled by Leonel Rios (Leonel.Rios@fortworthtexas.gov) Form filling Date: 2024-12-16 - 6:25:42 PM GMT - Time Source: server- IP address: 204.10.90.100 Document emailed to Donnette Murphy (donnette.murphy@fortworthtexas.gov) for filling 2024-12-16 - 6:25:47 PM GMT �.: Email viewed by Donnette Murphy (donnette.murphy@fortworthtexas.gov) 2024-12-16 - 6:50:02 PM GMT- IP address: 208.184.124.181 '=-�; Form filled by Donnette Murphy (donnette.murphy@fortworthtexas.gov) Form filling Date: 2024-12-16 - 6:50:09 PM GMT - Time Source: server- IP address: 208.184.124.181 Document emailed to Patricia Wadsack (patricia.wadsack@fortworthtexas.gov) for signature 2024-12-16 - 6:50:14 PM GMT �� r; Signer Patricia Wadsack (patricia.wadsack@fortworthtexas.gov) entered name at signing as Patricia L. Wadsack 2024-12-17 - 6:16:03 PM GMT- IP address: 35.150.23.58 �='�., Document e-signed by Patricia L. Wadsack (patricia.wadsack@fortworthtexas.gov) Signature Date: 2024-12-17 - 6:16:05 PM GMT - Time Source: server- IP address: 35.150.23.58 • Document emailed to Priscilla Ramirez (Priscilla.Ramirez@fortworthtexas.gov) for approval 2024-12-17 - 6:16:09 PM GMT �'��������.iy PaweredbY � Adohe Acrvbat 5ign �""; Email viewed by Priscilla Ramirez (Priscilla.Ramirez@fortworthtexas.gov) 2024-12-18 - 2:21:02 PM GMT- IP address: 208.184.124.181 : Document approval delegated to Douglas Black (Douglas.Black@fortworthtexas.gov) by Priscilla Ramirez (Priscilla. Ram irez@fortworthtexas.gov) 2024-12-19 - 8:01:29 PM GMT- IP address: 208.184.124.181 u; Document declined by Douglas Black (Douglas.Black@fortworthtexas.gov) Decline reason: please remedy the written description of the dollar amount as per email of 12/19. thx. 2024-12-19 - 9:44:25 PM GMT- IP address: 208.184.124.181 �'��������.iy PaweredbY � Adohe Acrvbat 5ign FoRT WoRTH�� Routing and Transmittal Slip Transportation & Public Worl;s Department DOCUMENT TITLE:2024 BRIDGE REHABILITATION CONTRACT 2 M&C: 24-1080 CPN: 105239 Date: 12/16/24 To: 1. 2. 3. 4. 5. 6. 7 8 9 10. Name Donnette Murph3 Patricia Wadsack Lauren Prieur Priscilla Ramirez Doug Black Jesica McEachern Ronald Gonzales Jannette Goodall Allison Tidwell TPW Coatracts CSO: D�artment Initials :isk Appmver ��.� PW A mver �L1N' TPW-Signer Signed in Agiloft egal-Approver ��� Legal-Signer �,� . ..._ _ ... cy. CSCO-Form Filler �w DOC#: Date Out 2/16/24 2/17/24 Dec 20, 2024 Dec 20, 2024 Dec 27, 2024 Dec 30, 2024 Dec 30, 2024 Dec 30, 2024 CC: Program Manager, 3r. CPO, TPW HSPAP Recon Team, TPW Records Room, TPW Contracts DOCUMENTS FOR C1TY MANAGER'S SIGNATURE: All docucnents received from any and all City Depathnents requesting City Manager's signature for approval MUST BE ROUTED TO Tf� APPROPRIATE ACM for approval first Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES �No RUSH: ❑YES �No SAME DAY: ❑YES �No ROUTIIVG TO CSO: �YES ❑No Action Reguired: ❑ As Requested ❑ For Your Information � Signature/Routing and or Recording o ���t n F11C Link to general conditions & specifications NEXT DAY: ❑YES ONo ❑ Attach Signature, Initial and Notary Tabs Return To: Please notify TPWContracts a�fortworthteaas.�ov for pickup when complete. Call eat. 7Z33 or eaw 8363 with que9tions. Thank you! FORT ��RTH� Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Rov Joraensen Associates. Inc. M&C: Date: 11 /26/24 To: 1. 2. 3. 4. 5. 6. 7 8 9 10. Name Douglas Selb3 Tariqul Islam Leonel Rios Department Vendor-Signer TPW-Signer TPW-Review Initials �� a � DOC#: Date Out 12/10/24 12/10/24 12/13/24 CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW Contracts DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents ►-eceived from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES �No RUSH: ❑YES �No SAME DAY: ❑YES ❑No ROUTING TO CSO: �YES ❑No Action Required: ❑ As Requested ❑ For Your Information � Signature/Routing and or Recording ❑ Comment ❑ File NEXT DAY: ❑YES ❑No ❑ Attach Signature, Initial and Notary Tabs Return To: Please notify TPWContracts(a�fortworthtexas.�ov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you! � Bond Verification CPN: 105239 CSO: � M&C