HomeMy WebLinkAboutContract 62707-UF������T��
CONTRACT
FOR
THE CONSTRUCTION OF
CSC No. 62707
2024 Paving Improvements Unit Price Construction Contract
Various City Project Numbers
Mattie Parker
David Cooke
Mayor City Manager
Lauren Prieur
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
Transportation and Public Works Department
2024
Kimley-Horn and Associates, Inc.
TPBE Firm Registration No. F-928
801 Cherry Street, Unit 11, Suite 1300
Fort Worth, Texas 76102
817-335-6511
Scott R. Arnold, P.E. (#96782)
���8����@���
��P.�EoOF TF�����
�
� * '� � o�° *��o
._
o �
�oea0000000000000000000 *o
� SCOTT R. ARNOLDoo�
�� a00000000000a000
96782 = ��
������ SS��ENS��G���� 07/24/2024
������ � ��
� i��" i"P w�
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
��� ����C�
Cit of FortWorth
Y
Standard Construction Specification
Documents
Adopted September 2011
00 00 00
TABLE OF CONTENTS
Page 1 of 5
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions
Last Revised
00 OS 10 Ma or and Council Communication 07/O1/2011
00 OS 15 Addenda 07/O1/2011
00 11 13 Invitation to Bidders 02/08/2024
00 21 13 Instructions to Bidders Ol/17/2024
00 35 13 Conflict of Interest Statement 02/24/2020
00 41 00 Bid Form 09/30/2021
00 42 43 Pro osal Form Unit Price O1/20/2012
00 43 13 Bid Bond 09/11/2017
00 43 37 Vendor Com liance to State Law Nonresident Bidder 06/27/2011
00 45 11 Bidders Pre ualifications 08/13/2011
00 45 12 Pre ualification Statement 09/30/2021
nn nc i� noii�i�n�i
vv-r�-r� vrn-r�2vzT
00 45 26 Contractor Com liance with Workers' Com ensation Law 07/Ol/2011
00 45 40 Business E ui Goal 06/07/2024
00 52 43 A reement 3/08/2024
00 61 13 Performance Bond 12/08/2023
00 61 14 Pa ment Bond 12/08/2023
00 61 19 Maintenance Bond 12/08/2023
00 61 25 Certificate of Insurance 07/Ol/2011
00 72 00 General Conditions 03/08/2024
00 73 00 Su lementar Conditions 03/08/2024
Division Ol - General Re uirements Last Revised
O1 11 00 Summa of Work 12/20/2012
O1 25 00 Substitution Procedures 07/O1/2011
Ol 31 19 Preconstruction Meetin 08/17/2012
Ol 31 20 Pro�ect Meetin s 07/Ol/2011
Ol 32 16 Construction Schedule 10/06/2023
O1 32 33 Preconstruction Video 07/O1/2011
O1 33 00 Submittals 12/20/2012
Ol 35 13 S ecial Pro�ect Procedures 03/11/2022
Ol 45 23 Testin and Ins ection Services 03/09/2020
O1 50 00 Tem orary Facilities and Controls 07/O1/2011
O1 55 26 Street Use Permit and Modifications to Traffic Control 03/22/2021
O1 57 13 Storm Water Pollution Prevention Plan 07/O1/2011
Ol 58 13 Tem ora Pro�ect Si nage 07/Ol/2011
O1 60 00 Product Re uirements 03/09/2020
O1 66 00 Product Stora e and Handlin Re uirements 07/O1/2011
O1 70 00 Mobilization and Remobilization ll/22/2016
Ol 71 23 Construction Stakin and Surve 02/14/2018
Ol 74 23 Cleanin 07/Ol/2011
Ol 77 19 Closeout Re uirements 03/22/2021
O1 78 23 O eration and Maintenance Data 12/20/2012
O1 78 39 Pro'ect Record Documents 07/O1/2011
CITY OF FORT WORTH 2O24 Paving Improvements Unit Price Construction Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers
Revised June 7. 2024
00 00 00
TABLE OF CONTENTS
Page 2 of 5
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
None
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
http:Ufortworthtexas.gov/tpw/contractors/
or
https://apps.fortworthtexas.�ov/Proi ectResources/
Division 02 - Existin Conditions
02 41 13 Selective Site Demolition
02 41 14 Utilit Removal/Abandonment
02 41 15 Pavin� Removal
Division 03 - Concrete
Last Revised
03/11/2022
12/20/2012
02/02/2016
03 30 00 Cast-In-Place Concrete 03/11/2022
03 34 13 Controlled Low Stren th Material CLSM 12/20/2012
03 34 16 Concrete Base Material far Trench Re air 12/20/2012
9�-�9-98 , `' �''�
Division 26 - Electrical
Division 31- Earthwork
31 00 00 Site Clearin 03/22/2021
31 23 16 Unclassified Excavation O1/28/2013
31 23 23 Borrow O1/28/2013
31 24 00 Embankments O1/28/2013
31 25 00 Erosion and Sediment Control 04/29/2021
�-�--99 C�e�s , � ����
31 37 00 Ri ra 12/20/2012
Division 32 - Exterior Im rovements
�� ni i� i�i�ni�ni�
7�TT TL'2o]"�C)'�z
� 1 'i /��z
�� ni �o i�i�nnni�
7-z-v-1-z� rcrcvrzvzz
32 11 23 Flexible Base Courses 12/20/2012
�� i i �n r;,�.o rr,-o.,�o,a �„�o n,.,,,-�o., i �i�ni�ni �
�-z--r-r L7 r�-=vravzz
�'l�� (�'o.v,o,-.+ T,-o.,+o.a R.,�o !-'..,,,-�o� !l�/lvvrrv�zvzz
2'l�T !14 /���
32 12 16 As halt Pavin 6/07/2024
�� i� �� i�i�ni�ni�
�-z--rz-�� rcrcvrzmz
32 13 13 Concrete Pavin 06/10/2022
CITY OF FORT WORTH 2O24 Paving Improvements Unit Price Construction Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers
Revised June 7. 2024
00 00 00
TABLE OF CONTENTS
Page 3 of 5
32 13 20 Concrete Sidewalks, Drivewa s and Barrier Free Ram s 12/09/2022
���,�� ,����
2 7�0 1 '� /7rc�-�m�cv iz
32 16 13 Concrete Curb and Gutters and Valle Gutters 12/09/2022
32 17 23 Pavement Markin s 06/10/2022
� ��� n ��i�T�
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 Retainin Walls 06/05/2018
32 91 19 To soil Placement and Finishin of Roadwa Ri ht-of-wa s 03/11/2022
32 92 13 Soddin 05/13/2021
32 92 14 Non-Native Seedin OS/13/2021
z� a� ic inin�i�m�
�� i'vrvvl-�a�
32 93 43 Trees and Shrubs 12/20/2012
Division 33 - Utilities
� ��o ��
�� ni �i n�ii i i�m�
�--�T �,-m-��
� ��� ����i�
2 2�0 1 '� /7rcrsv�cviz
2 2�0 1 '� /7�z
22�T (�..,-,-..�;..«. (�..,�.4,-..1 To�4 C�4.,4;..«.� i%'r�'i.�rt
�� nn i� i�i�ni�ni�
T✓--v�ra r�-zvravzz
� ��o n� ino ��T
� ��no m ino ti��
���o n�iio ��i
22�v vTr��z�� Z
f �
�� nc i� i�i�ni�ni�
7Tv�-TL r�-zvravzz
�� nc i � noinoi�m�
T✓--v�-z� , m7v�rz-v�,z
33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 03/11/2022
Grade
���o r�„r,,..o�o �x�.,�o.. ��.,,,i�� i �i���
���n�� r�„r,,..o�o r,.ii.,,-� n�iio '�-,-- ��i
22 nc �n i�i�nnni�
�--�-zo �
22 nc �i rr„��oi r;ro,-ni,,.o i�i�ni�ni�
�--v�-zT �zrzvrz-v-�z
�� nc �� i�i�ni�ni�
�--�-zz �o rs
�� nc �� i�i�ni�ni�
T✓--v�-a� r�-avrzv-rc
�� nc �n i�inonm�
T✓--v�-zT �z
2 2��0 1 '� /7�z
2� nc �n i �i�ni�ni �
�--�-�o ��
��� ��� ��S �.r„+� ., � a r_., S�e�s i � i���
> >
33 11 10 Ductile Iron Pi e 12/09/2022
33 11 11 Ductile Iron Fittin s 09/20/2017
33 11 12 Polyvin 1 Chloride (PVC) Pressure Pi e 09/09/2022
� ��� � ����
> >
�� ii in i�i�ni�ni�
� J—r-r-rT r�-avravzz
33 12 10 Water Services 1-inch to 2-inch 02/14/2017
�� i� ii i�i�ni�ni�
� J—rz--rT �znvrzmz
33 12 20 Resilient Seated Gate Valve OS/06/2015
CITY OF FORT WORTH 2O24 Paving Improvements Unit Price Construction Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers
Revised June 7. 2024
00 00 00
TABLE OF CONTENTS
Page 4 of 5
� ��T nn i���
33 12 25 Connection to Existin Water Mains 02/06/2013
22 i� 2n i�i�nnni�
�✓v �zrzvrrmz
33 12 40 Fire H drants O1/03/2014
����o , � ����
���no n�ii��
33 31 12 Cured in Place Pi e CIPP 12/20/2012
���� i�i��
� ��� �z���
33 31 20 Polyvin 1 Chloride (PVC Gravit Sanita Sewer Pipe 09/09/2022
v„i... :..i r�.i,,..;ao invr� ri„�oa n,-,.f:io r,-.,,.:�., c.,r;+,,,-., co.. o
z 2�T � ��?�n�
2 2�i 1 '� /��z
�� 17/7�z
� ��✓-�i-✓v vTrz��%�T�
� ��0 1 '� /7rc�-�m�cv iz
33 39 10 Cast-in-Place Concrete Manholes 12/20/2012
33 39 20 Precast Concrete Manholes 12/20/2012
�� �n �n i�i�ni�ni�
�v r�-zvravzz
� ��0 1 7 /7r�-zvi�viz
22 2a �n r; ��,- c.,,,;r.,,-., co.:,o,- cr,-,,,.�,,,-o� nn i�oi�m i
�-�--oo �
33 41 10 Reinforced Concrete Storm Sewer Pi e/Culverts 07/O1/2011
33 41 11 Hi h Densi Pol eth lene HDPE Pi e for Storm Drain 12/20/2012
� ��z n���T�
���� n�ii�
� i�i��
� ��T n� ino ��T
zz �Iti m rr,-o.,,.t, r�,-.,;.,� n�ini i�ni i
�--Tv-vz v-n�rri.�rr
33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012
�� n� �n n�ii i i�m�
T,�o �
33 49 40 Storm Draina e Headwalls and Win walls 07/O1/2011
Appendix
CITY OF FORT WORTH 2O24 Paving Improvements Unit Price Construction Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers
Revised June 7. 2024
00 00 00
TABLE OF CONTENTS
Page 5 of 5
. �.
. �.
GC-6.06.D Minority and Women Owned Business Enterprise Compliance
GC-6.07 Wage Rates
rr � n� no,-.�,;.� .,�a rr.;i:.;o�
('�C—��24 �.r„r,a;.,e�i=��t�en
�� ni tin nn n..,,a,,,,� no,,,,;,-o..,o�.�
END OF SECTION
CITY OF FORT WORTH 2O24 Paving Improvements Unit Price Construction Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers
Revised June 7. 2024
City of Fort Worth,
Mayor and
DATE: 12/10/24
Texas
Council Communication
M&C FILE NUMBER: M&C 24-1081
LOG NAME: 202024 PAVING IMPROVEMENTS UNIT PRICE CONSTRUCTION CONTRACT
SUBJECT
(ALL) Authorize Execution of a Unit Price Contract with The Fain Group, Inc. in the Amount of $3,000,000.00 for Task Order Construction Services
for the Installation of Projects Relating to Paving Improvements at Various Locations (2018 Bond Program)
RECOMMENDATION:
It is recommended that the City Council authorize execution of a unit price contract with The Fain Group, Inc. in the amount of $3,000,000.00 for
task order construction services for installing paving improvements on an as-needed basis, with up to one renewal.
DISCUSSION:
The purpose of this Mayor Council Communication (M&C) is to authorize execution of a unit price contract with The Fain Group, Inc. This contract
will provide construction services on an as-needed (task order) basis for the construction of capital projects relating to paving improvements at
various locations across the City.
The contract amount is capped at $3,000,000.00. This contract may be renewed up to one (1) additional term based on the expiration or complete
programming of contract funds under the same terms, conditions, and unit prices. The project was bid in a low bid format to determine unit prices
to be paid when task orders are issued.
The project was advertised for bid on August 15 and August 22, 2024. On September 12, 2024, the following bid was received:
I Bidder
� The Fain Group, Inc.
Bid Amount
$2,364,351.32
The unit prices were compared to those of similar projects and determined to be fair and competitive. Task orders will be paid at the established
unit prices.
Projects initially identified include: The Fort Worth & Western Railroad (FWWR) at Mistletoe Group Quiet Zones railroad crossings project (City
Project No. 101863), the Union Pacific Railroad (UPRR) at Kellis Group Quiet Zones project (City Project No. 101866), and other projects as they
are identified.
These task order contracts will serve current and future capital projects as needed, and a funds availability verification will be performed by
Transportation & Public Works Contract Compliance Managers prior to task order assignment.
The Business Equity Division placed a 13% business equity goal on this solicitation/contract. The Fain Group, Inc., has agreed/committed to utilize
13% business equity subcontractor participation for the scope of work, meeting the City's Business Equity Ordinance. Any changes in
subcontractors will be reviewed by the Business Equity Division.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are available in the current capital budgets, as appropriated, in the 2018 Bond Program Fund and
various capital project funds to support the approval of the recommendation and execution of the contract. Prior to any expenditure being incurred,
the Transportation & Public Works Department has the responsibility to validate the availability of funds.
Submitted for City Manager's Office bk Jesica McEachern 5804
Originating Business Unit Head: Lauren Prieur 6035
Additional Information Contact: Monty Hall 8662
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
22
SECTION 00 OS 15
ADDENDA
END OF SECTION
CITY OF FORT WORTH 2O24 Paving Improvements Unit Price Construction Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers
Revised July 1, 2011
000sis-�
ADDENDA
Page I of 1
CITY OF FORT WORTH, TEXAS
Transportation and Public Works
2024 Paving Improvements Unit Price Construction Contract
Various City Project Numbers
ADDENDUM NO. 1
ADDENDUM RELEASE DATE: August 29, 2024
BID RECEIPT DATE: September 12, 2024
INFORMATION TO BIDDERS:
This Addendum forms part of the Plans, Contract Documents & Specifications for the above-
referenced Project and modifies the original Specifications and Contract Documents. Bidder shall
acknowledge receipt of this addendum in the space provided below, and in the proposal
(SECTION 00 41 00). Failure to acknowledge receipt of this addendum could subject the bidder
to disqualification.
The plans and specification documents for the 2024 Paving Improvements Unit Price
Construction Contract, Various City Project Numbers are hereby revised by Addendum No. 1 as
fol lows:
1. Questions
A question was submitted online via Bonfire:
Q: What is the engineer's estimate for this project?
A: There is no engineer's estimate available for this project. This contract intends to
establish unit prices to be used for project-specific task orders, which have yet to be
designed.
This Addendum No. 1 forms part of the Specifications & Contract Documents for the above-
referenced project and modifies the original Project Manual & Contract Documents of the same.
Acknowledge your receipt of Addendum No. 1 by completing the requested information in the
space provided in Section 00 41 00, Bid Form, page 3 of 3.
A signed copy of Addendum No. 1 should be included in the sealed bid at the time of bid
submittal. Failure to acknowledge the receipt of Addendum No. 1 could cause the subject bidder
to be considered "NONRESPONSIVE," resulting in disqualification.
RECEIPT ACKNOWLEDGED:
By: / ' i
La raz' r, President
co � any: T e Fain Group, Inc.
FNGI"N httoN
By:
Fanta Kaba, P.E., PTOE
Senior Professional Engineer
Transportation and Public Works
END OF SECTION
CITY OF FOR'i WORTH 2O24 Paving LnprovemenLs Unit Price Construclion Contracl
STANDARD CONSTRUCTION SPECIFiCATION DOCUMENTS Vlrious City Projcct Numbcrs
Revised July l, 201 I
OOOSli-1
ADDENDA
Page I of 2
CITY OF FORT WORTH, TEXAS
Transportation and Public Works
2024 Paving Improvements Unit Price Construction Contract
Various City Project Numbers
ADDENDUM NO. 2
ADDENDUM RELEASE DATE: September 4, 2024
BID RECEIPT DATE: September 12, 2024
INFORMATION TO BIDDERS:
This Addendum forms part of the Plans, Contract Documents & Specifications for the above-
referenced Project and modifies the original Specifications and Contract Documents. Bidder shall
acknowledge receipt of this addendum in the space provided below, and in the proposal
(SECTION 00 41 00). Failure to acknowledge receipt of this addendum could subject the bidder
to disqualification.
The plans and specification documents for the 2024 Paving Improvements Unit Price
Construction Contract, Various City Project Numbers are hereby revised by Addendum No. 2 as
fol lows:
1. Questions
A question was submitted online via Bonfire:
Q: Can the bid form be modified to use the quantity range, or at least the high end
of the quantity range as the bid quantity? With a quantity of 1 for each item the
unit prices will be significantly higher on the basis of spreading general conditions
to a quantity of 1 SF as opposed to a quantity of say 500 SF.
A: The bid form cannot be modified. The unit price for a particular bid item should be the
unit price for a quantity of that item falling within the specific range. For instance, the unit
price for "Remove Fence" for the quantity range of 51 — 150 LF should be the unit price
for a project that includes fence removal with a total quantity anywhere between 51 LF
and 150 LF. The bid quantity of "1" for the item is merely used to establish and compare
unit prices.
This Addendum No. 2 forms part of the Specifications & Contract Documents for the above-
referenced project and modifies the original Project Manual & Contract Documents of the same.
Acknowledge your receipt of Addendum No. 2 by completing the requested information in the
space provided in Section 00 41 00, Bid Form, page 3 of 3.
CITY OF FORT WORTH 2O24 Paving Improvemenls Unit Price ConsWction Conlracl
STANDARD CONSTRUCTION SPGCIFICATION DOCUMENTS Various City Projcct Nnmbcrs
Revised July I, 201 I
000515-2
ADDENDA
Pagc 2 of 2
A signed copy of Addendum No. 2 should be included in the sealed bid at the time of bid
submittal. Failure to acknowledge the receipt of Addendum No. 2 could cause the subject bidder
to be considered "NONRESPONSIVE," resulting in disqualification.
RECEIPT ACKAa,OWLEDGED:
�� �ti
By: � By:
L raz r, Presi ent Fanta Kaba, P.E., PTOE
�%� Senior Professional Engineer
Compa y: TH'e Fain Group, InC. Transportation and Public Works
END OF SECTION
CITY OF FORT WORTH 2O24 Paving Improvemenls Unit Price ConsWetion Conlract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Varioos City Projcct Numbcrs
Revised July I, 201 I
00 ll 13
INVITATION TO BIDDERS
Page 1 of 3
SECTION 00 11 13
INVITATION TO BIDDERS
RECEIPT OF BIDS
Electronic bids for the construction of 2024 Paving Improvements Unit Price Construction
Contract, Various City Project Numbers ("Project") will be received by the City of Fort
Worth via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the
respective Project unti12:00 P.M. CST, Thursday, September 12, 2024.
Bids will then be opened publicly and read aloud beginning at 2:00 PM CST at the Fort
Worth City Ha11,100 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—openO�portunities
Failure to submit all completed required information listed in the respective Solicitation will be
grounds for rejection of a bid as non-responsive. No late bids/proposals shall be accepted. Bids
delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be
accepted or considered.
If, upon being opened, a submission is unreadable to the degree that material conformance to the
requirements of the procurement specifications cannot be ascertained, such submission will be
rejected without liability to the City, unless such bidder provides clear and convincing evidence
(a) of the content of the submission as originally submitted and (b) that the unreadable condition
of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform
(Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not
constitute and shall not be considered an error or malfunction of the Bonfire Platform
(Procurement Portal). Bidders are encouraged to fully review each page of every document within
their submission prior to submitting to ensure all documents are clear, legible, and complete.
SUPPORT
For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en-
us
CITY OF FORT WORTH 2O24 Paving Improvements Unit Price Construction Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various City Project Numbers
Revised 2/08/24
00 ll 13
INVITATION TO BIDDERS
Page 2 of 3
Contact the Bonfire support team at Support@GoBonfi►-e.com or by calling 1-800-354-8010.
To get started with Bonfire, watch this five-minute training video:
Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com)
GENERAL DESCRIPTION OF WORK
This contract is a unit price construction contract where the City will issue work orders for specific
projects. The major work will consist of the following. minor intersection roadway improvements,
curb and gutter, medians, pavement marking and signing, railroad safety improvements, concrete
sidewalk, and curb ramps. The purpose of this invitation to bidders is to set unit prices and the
City's contract budget may be less than the bid amounts, therefore, the Ciry is not obligated to
award a contract for the full bid amount.
PREQUALIFICATION
Certain improvements included in this project must be performed by a contractor or designated
subcontractor who is pre-qualified by the City at the time of bid opening. The procedures for
qualification and pre-qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS
TO BIDDERS.
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract Documents may be examined or obtained via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openO�ortunities, 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=openO�portunities, under the respective
Proj ect.
PREBID CONFERENCE — Web Conference
A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO
BIDDERS at the following date, and time via a web conferencing application:
DATE: Tuesday, September 3, 2024
TIME: 10:00 AM, CST
Invitations with links to the web conferencing application will be distributed directly to those who
have submitted an Expression of Interest.
If a prebid conference is held, the presentation and any questions and answers provided at the
prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not
being held, prospective bidders should direct all questions about the meaning and intent of the
Bidding Documents electronically through the Vendors discussions section under the respective
Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the
Instructions to Bidders.
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
City reserves the right to waive irregularities and to accept or reject any or all bids.
CITY OF FORT WORTH 2O24 Paving Improvements Unit Price Construction Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various City Project Numbers
Revised 2/08/24
00 ll 13
INVITATION TO BIDDERS
Page 3 of 3
f�wf�RD
City may award contracts to more than one qualified bidder, lowest to highest, but is not required
to award to any bidders.
RENEWALS
This Contract may be renewed up to one (1) additional term at the earlier of the expiration of
contract funds or contract time under the same terms, conditions, and unit prices.
FUNDING
Any Contracts awarded under this INVITATION TO BIDDERS are expected to be funded from
revenues generated from bonds and reserved by the City for the Project.
ADVERTISEMENT DATES
Thursday, August 15, 2024
Thursday, August 22, 2024
END OF SECTION
CITY OF FORT WORTH 2O24 Paving Improvements Unit Price Construction Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various City Project Numbers
Revised 2/08/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 1 of 9
SECTION 00 21 13
1NSTRUCTIONS TO BIDDERS
1. Defined Terms
11. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section
00 72 00 - GENERAL CONDITIONS.
1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the
meanings indicated below which are applicable to both the singular and plural thereof.
1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting
directly through a duly authorized representative, submitting a bid for performing
the work contemplated under the Contract Documents.
1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or
corporation acting directly through a duly authorized representative, submitting a
bid for performing the work contemplated under the Contract Documents whose
principal place of business is not in the State of Texas.
1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City
(on the basis of City's evaluation as hereinafter provided) makes an award.
2. Copies of Bidding Documents
2.1. Neither City nor Engineer shall assume any responsibility for errors or
misinterpretations resulting from the Bidders use of incomplete sets of Bidding
Documents.
2.2. City and Engineer in making electronic Bidding Documents available do so only for the
purpose of obtaining Bids for the Work and do not authorize or confer a license or grant
for any other use.
3. Prequalification of Bidders (Prime Contractors and Subcontractors)
3.1. Bidders or their designated subcontractors are required to be prequalified for the work
types requiring prequalification as per Sections 00 45 11 BIDDERS
PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms
seeking pre-qualification, must submit the documentation identiiied in Section 00 45 11
on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7)
calendar days prior to Bid opening for review and, if qualified, acceptance. The
subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate
work types. Subcontractors must follow the same timelines as Bidders for obtaining
prequalification review. Bidders or Subcontractors who are not prequalified at the time
bids are opened and reviewed may cause the bid to be rejected.
Prequalification requirement work types and documentation are available by accessing all
required files through the City's website at:
https://a�ps.fortworthtexas. og v/ProjectResources/
CITY OF FORT WORTH 2O24 Paving Improvements Unit Price Conshucrion Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various City Project Numbers
Revised/Updated 1/17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 2 of 9
3.1.1. Paving — Requirements document located at:
https://a�s.fortworthtexas. ov/ProjectResources/ResourcesP/02%20-
%20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving
%20Contractor%20Prequalification%20Pro gram/PREQUALIFICATION%20REQ
UIREMENTS%20FOR%20PAVING%2000NTRACTORS.t�df
3.1.2. Roadway and Pedestrian Lighting — Requirements document located at:
https://a�ps.fortworthtexas. og v/ProjectResources/ResourcesP/02%20-
%20Construction%20Documents/Contractor%20Prequalification/TPW%20Roadwa
y%20and%20Pedestrian%20Lighting%20Prequaliiication%20Pro�ram/STREET%
20LIGHT%20PREQUAL%20REQMNTS.pdf
3.1.3. Water and Sanitary Sewer — Requirements document located at:
https://a�ps.fortworthtexas. og v/ProjectResources/ResourcesP/02%20-
%20Construction%20Documents/Contractor%20Prequalification/Water%20and%2
OSanitary%20Sewer%20Contractor%20Prequalification%20Pro�ram/WSS%20�re
qual%20requirements.pdf
3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7)
calendar days prior to Bid opening, the documentation identified in Section 00 45 11,
BIDDERS PREQUALIFICATIONS.
3.2.1. Submission of and/or questions related to prequalification should be addressed to
the City contact as provided in Paragraph 6.1.
3.3. The City reserves the right to require any pre-qualified contractor who is the apparent
low bidder for a project to submit such additional information as the City, in its sole
discretion may require, including but not limited to manpower and equipment records,
information about key personnel to be assigned to the project, and construction schedule
to assist the City in evaluating and assessing the ability of the apparent low bidder to
deliver a quality product and successfully complete projects for the amount bid within
the stipulated time frame. Based upon the City's assessment of the submitted
information, a recommendation regarding the award of a contract will be made to the
City Council. Failure to submit the additional information, if requested, may be grounds
for rejecting the apparent low bidder as non-responsive. Affected contractors will be
notified in writing of a recommendation to the City Council.
3.4. In addition to prequalification, additional requirements for qualification may be required
within various sections of the Contract Documents.
3.5. OMITTED.
4. Examination of Bidding and Contract Documents, Other Related Data, and Site
4.1. Before submitting a Bid, each Bidder:
CITY OF FORT WORTH 2O24 Paving Improvements Unit Price Conshucrion Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various City Project Numbers
Revised/Updated 1/17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 3 of 9
4.1.1. Shall examine and carefully study the Contract Documents and other related data
identified in the Bidding Documents (including "technical data" referred to in
Paragraph 4.2. below). No information given by City or any representative of the
City other than that contained in the Contract Documents and officially
promulgated addenda thereto, shall be binding upon the City.
41.2. 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.
41.3. 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 a1L• (i) reports of explorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions relating to existing
surface or subsurface structures at the Site (except Underground Facilities) that
have been identified in the Contract Documents as containing reliable "technical
data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any,
at the Site that have been identified in the Contract Documents as containing
reliable "technical data."
4.1.6. Is advised that the Contract Documents on file with the City shall constitute all of
the information which the City will furnish. All additional information and data
which the Ciry 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.
CITY OF FORT WORTH 2O24 Paving Improvements Unit Price Conshucrion Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various City Project Numbers
Revised/Updated 1/17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 4 of 9
41.9. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or
between the Contract Documents and such other related documents. The Contractor
shall not take advantage of any gross error or omission in the Contract Documents,
and the City shall be permitted to make such corrections or interpretations as may
be deemed necessary for fulfillment of the intent of the Contract Documents.
4.1.10. Indicate their intent to bid by selecting "yes" in the Procurement Portal
under the Intent to Bid section. You must indicate your intent to bid to be able
to submit a bid to the City.
4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification
of:
4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to
the site which have been utilized by City in preparation of the Contract Documents.
The logs of Soil Borings, if any, on the plans are for general information only.
Neither the City nor the Engineer guarantee that the data shown is representative of
conditions which actually exist.
4.2.2. those drawings of physical conditions in or relating to existing surface and
subsurface structures (except Underground Facilities) which are at or contiguous to
the site that have been utilized by City in preparation of the Contract Documents.
4.2.3. copies of such reports and drawings will be made available by City to any Bidder
on request. Those reports and drawings may not be part of the Contract
Documents, but the "technical data" contained therein upon which Bidder is entitled
to rely as provided in Paragraph 4.02. of the General Conditions has been identified
and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is
responsible for any interpretation or conclusion drawn from any "technical data" or
any other data, interpretations, opinions or information.
4.2.4.Standard insurance requirements, coverages and limits.
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 througb 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.
CITY OF FORT WORTH 2O24 Paving Improvements Unit Price Conshucrion Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various City Project Numbers
Revised/Updated 1/17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 5 of 9
5. Availability of Lands for Work, Etc.
5.1. The lands upon which the Work is to be performed, rights-of-way and easements for
access thereto and other lands designated for use by Contractor in performing the Work
are identified in the Contract Documents. All additional lands and access thereto
required for temporary construction facilities, construction equipment or storage of
materials and equipment to be incorporated in the Work are to be obtained and paid for
by Contractor. Easements for permanent structures or permanent changes in existing
facilities are to be obtained and paid for by City unless otherwise provided in the
Contract Documents.
5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed
in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-
of-way, easements, and/or permits are not obtained, the City reserves the right to cancel
the award of contract at any time before the Bidder begins any construction work on the
project.
53. The Bidder shall be prepared to commence construction without all executed right-of-
way, easements, and/or permits, and shall submit a schedule to the City of how
construction will proceed in the other areas of the project that do not require permits
and/or easements.
6. Interpretations and Addenda
6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to
City electrically through the Vendor Discussions section under the respective Project via
the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or before 2
p.m., the Monday prior to the Bid opening. Questions received after this day may not be
responded to. Interpretations or clarifications considered necessary by City in response
to such questions will be issued by Addenda. Only questions answered by formal
written Addenda will be binding. Oral and other interpretations or clarifications will be
without legal effect.
6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by
City.
6.3
.�
Addenda or clarifications shall be posted under the respective Project via the
Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openO�portunities
A prebid conference may be held at the time and place indicated in the Advertisement
or INVITATION TO BIDDERS. Representatives of City will be present to discuss the
Project. Bidders are encouraged to attend and participate in the conference. City will
transmit to all prospective Bidders of record such Addenda as City considers necessary
in response to questions arising at the conference. Oral statements may not be relied
upon and will not be binding or legally effective.
CITY OF FORT WORTH 2O24 Paving Improvements Unit Price Conshucrion Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various City Project Numbers
Revised/Updated 1/17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 6 of 9
7. Bid Security
7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of
five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent,
issued by a surety meeting the requirements of Paragraph 5.01 of the General
Conditions.
7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice
of Award have been satisfied. If the Successful Bidder fails to execute and return the
Contract Documents within 14 days after the Notice of Award conveying same, City
may consider Bidder to be in default, rescind the Notice of Award and act on the Bid
Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to
have defaulted.
8. Contract Times
The number of days within which, or the dates by which, Milestones are to be achieved in
accordance with the General Requirements and the Work is to be completed and ready for
Final Acceptance is set forth in the Agreement or incorporated therein by reference to the
attached Bid Form.
9. Liquidated Damages
Provisions for liquidated damages are set forth in the Agreement.
10. Substitute and "Or-Equal" Items
The Contract, if awarded, will be on the basis of materials and equipment described in the
Bidding Documents without consideration of possible substitute or "or-equal" items.
Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or-
equal" item of material or equipment may be furnished or used by Contractor if acceptable to
City, application for such acceptance wi11 not be considered by City until after the Effective
Date of the Agreement. The procedure for submission of any such application by Contractor
and consideration by City is set forth in Paragraphs 6.OSA., 6.OSB. and 6.OSC. of the General
Conditions and is supplemented in Section O1 25 00 of the General Requirements.
11. Subcontractors, Suppliers and Others
111. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City
has goals for the participation of minority business and/or women business
enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the
M/WBE Project Goals and additional requirements. Failure to comply shall render
the Bidder as non-responsive.
Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance
No. 24534-11-2020), codified at:
https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593
11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person
or organization against whom Contractor or City has reasonable objection.
CITY OF FORT WORTH 2O24 Paving Improvements Unit Price Conshucrion Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various City Project Numbers
Revised/Updated 1/17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 7 of 9
12. Bid Form
12.1. The Bid Form is included with the Bidding Documents.
12.2. All blanks on the Bid Form must be completed and the Bid Form signed
electronically or signed in ink and scan. A Bid price shall be indicated for each Bid
item, alternative, and unit price item listed therein. In the case of optional
alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered.
Bidder shall state the prices for which the Bidder proposes to do the work
contemplated or furnish materials required.
12.3. Bids by corporations shall be executed in the corporate name by the president or a
vice-president or other corporate officer accompanied by evidence of authority to
sign. The corporate seal shall be affixed. The corporate address and state of
incorporation shall be shown below the signature.
12.4. Bids by partnerships shall be executed in the partnership name and signed by a
partner, whose title must appear under the signature accompanied by evidence of
authority to sign. The off'icial 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 firtn by a
member and accompanied by evidence of authority to sign. The state of formation of
the firm and the official address of the firm shall be shown.
12.6.
12.7.
12.8.
12.9.
Bids by individuals shall show the Bidder's name and official address.
Bids by joint ventures shall be executed by each joint venture in the manner indicated
on the Bid Form. The official address of the joint venture shall be shown.
All names shall be typed or printed in ink below the signature.
The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of
which shall be fi11ed 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
CITY OF FORT WORTH 2O24 Paving Improvements Unit Price Conshucrion Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various City Project Numbers
Revised/Updated 1/17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 8 of 9
141. Bids submitted electronically may be withdrawn prior to the time set for bid opening
via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openO�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
17.1. City reseroes 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 ar 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 iinancial
ability of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Wark in accordance with the Contract
Documents to City's satisfaction within the prescribed time.
CITY OF FORT WORTH 2O24 Paving Improvements Unit Price Conshucrion Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various City Project Numbers
Revised/Updated 1/17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 9 of 9
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.
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 Paving Improvements Unit Price Conshucrion Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various City Project Numbers
Revised/Updated 1/17/24
00 35 13
CONFLICT OF INTEREST STATEMENT
Page 1 of 1
SECTION 00 35 13
CONFLICT OF INTEREST STATEMENT
Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a
Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's
Office pursuant to state law.
If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant
City Managers, or an agent of the City who exercise discretion in the planning, recommending,
selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then
a Local Government Officer Conflicts Disclosure Statement (CIS) may be required.
You are urged to consult with counsel regarding the applicability of these forms and Local
Government Code Chapter 176 to your company.
The referenced forms may be downloaded from the links provided below.
Form CIQ (Conflict of Interest Questionnaire) (state.bc.us)
https://www. eth ics. state.tx. us/datalforms/conflict/C I S. pdf
�
❑
❑
0
❑
❑
BIDDER:
CIQ Form does not apply
CIQ Form is on file with City Secretary
CIQ Form is being provided to the City Secretary
CIS Form does not apply
CIS Form is on File with City Secretary
CIS Form is being provided to the City Secretary
The Fain Group, Inc.
By: Lar Frazier
Signature:
Titl�': President
/
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2024 Paving Improvements Unit Price Construction Contract
Revised February 24, 2020 Various City Project Numbers
00 41 00
BID FORM
Page 1 of 3
SECTION 00 41 00
BID FORM
TO: The Purchasing Manager
c/o: The Purchasing Division
200 Texas Street
City of Fort Worth, Texas 76102
FOR
City Project No.:
2024 Paving Improvements Unit Price Construction Contract
Various City Project Numbers
Units/Sections: Unit 1- General Requirements
Unit 2 - Existing Conditions
Unit 3 - Earthwork
Unit 4 - Exterior Improvements
Unit 5 - Utilities
Unit 6 - Transportation
Unit 7 - Non-Standard Items
Unit 8 - TxDOT Items
1. Enter Into Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form
included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents
for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions
of the Contract Documents.
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and
INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond.
2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will
provide a valid insurance certificate meeting all requirements within 14 days of notification of award.
2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,
association, organization, or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid.
2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding.
2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract.
For the purposes of this Paragraph:
a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to
influence the action of a pubiic 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 SPECIFICATtON DOCUMENTS 2024 Paving Improvements Unit Price Construction Contract
Revised 9/30I2021 Various Cfty Project Numbers
00 41 00
BID FORM
Page 2 of 3
d. "coercive practice" means harming or threatening to harm, directiy or indirectly, persons or their
property to influence their participation in the bidding process or affect the execution of the
Contract.
3. Prequalification
The Bidder acknowledges that the following work types must be performed only by prequalified contractors and
subcontractors:
a. Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
b. Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
c. Water Transmission, Urban/Renewal, 24-inches and smaller
d. Sewer Collection System, Urban/Renewal, 12-inches and smaller
e. Sewer Interceptors, Urban/Renewal, 24-inches and smaller
4. Time of Completion
4.1. The Work will be complete for Final Acceptance within the number of days specified in each task order.
4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete
the Work �and/or achievement of Milestones} within the times specified in the Agreement.
5. Attached to this Bid
The following documents are attached to and made a part of this Bid:
a. This Bid Form, Section 00 41 00
b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph
5.01 of the General Conditions.
c. Proposal Form, Section 00 42 43
d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37
e. MWBE Forms (optional at time of bid)
f. Prequalification Statement, Section 00 45 12
g. Conflict of Interest Affidavit, Section 00 35 13
"If necessary, CIQ or CIS forms are to be provided directly to City Secretary
h. Any additional documents that may be required by Section 12 of the Instructions to Bidders
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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2024 Paving Improvements Unit Price Construction Contract
Revised 9/30/2021 Various City Project Numbers
00 41 00
BID FORM
Page 3 of 3
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.
6.3.
Total Base Bid
$
7. Bid Submittal
This Bid is submitted on 09/12/2024
Respectfully submitted,
By: / �
/ ( �gna ur )
� Larry Frazier
(Printed Name)
by the entity named below.
Receipt is acknowledged of the Initial
following Addenda:
Addendum No. 1:
Addendum No. 2:
Addendum No. 3:
Addendum No. 4:
Titie: President
company: The Fain Group, Inc.
Corporate Seal:
address: 2500 Great Southwest Pkwy.
Fort Worth, TX 76106
State of Incorporation: T2XaS
Emaii: Ifrazier@faingp.com
Phone: 817-927-4388
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2024 Paving Improvements Unit Price Construction Contract
Revised 9/30/2021 Various City Project Numbers
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID BIDDER'S APPLICATION
PROJECT ITEM INFORMATION BIDDER'S PROPOSAL
BID Specification Unit of Quantity �
ITEM Description Section No. Measu RangelE Quanti Uni[ Price Bid Value
UNIT 1 - General Requirements
1 0135.0101 Railroad Coordination 01 35 13 LS 1 1 $14,851.49 $14,851.49
2 0135.0102 RailroadFlagmen 013513 WD 15 1 $2,37624 $2,37624
BASE BID - UNIT 1- General Requiremen[s $17,227.73
UNIT 2 - Existing Conditions
3 0241.0100 RemoveSidewalk 024113 SF 1-100 1 $15.53 $15.53
101-500 1 $14.71 $14.71
501+ 1 $12.90 $12.90
4 0241.0300 RemoveADARamp 024113 EA 25 1 $2,103.06 $2,103.06
5 0241.0301 Remove Detectable Warning Surface 02 41 13 EA 10 1 $519.81 $519.81
6 0241.0401 Remove Concrete Drive 02 41 13 SF 1-100 1 $18.04 $18.04
101-500 1 $16.62 $16.62
501+ 1 $16.62 $16.62
7 0241.0402 Remove Asphalt Drive 02 41 13 SF 100 1 $9.81 $9.81
8 0241.0500 RemoveFence 024113 LF 1-50 1 $18.77 $18.77
51-100 1 $16.96 $16.96
101+ 1 $16.96 $16.96
9 0241A550 RemoveGuardrail 024113 LF 1-W 1 $62.16 $62.16
51-150 1 $55.29 $55.29
151+ 1 $55.29 $55.29
10 0241.0600 Remove Wall <4' 0241 13 LF 1-10 1 $121.20 $121.20
11-30 1 $63.20 $63.20
31+ 1 $63.20 $63.20
11 0241.0700 RemoveMailbox 024113 EA 10 1 $542.05 $542.05
12 0241.0701 Remove Multiple User Mailbox 02 41 13 EA 10 1 $813.09 $813.09
13 0241.0702 Relocate Mailbox - Traditional 02 41 13 EA 10 1 $1,202.88 $1,202.88
14 0241.0703 Relocate Mailbox - Brick 02 41 13 EA 10 1 $1J82.18 $1J82.18
15 0241.0704 Remove and Replace Mailbox - Traditional 02 41 13 EA 10 1 $2,426.36 $2,426.36
16 0241.0705 Remove and Replace Mailbox - Brick 02 41 13 EA 10 1 $4,49072 $4,49072
17 0241.0800 Remove Rip Rap 02 41 13 SF 100 1 $34.37 $34.37
18 0241.0900 Remove Misc Conc Structure 02 41 13 LS 10 1 $3,851.19 $3,851.19
1-100 1 $160.88 $160.88
101-500 1 $120.98 $120.98
19 0241.1000 Remove Conc Pvmt 02 41 15 SY
501-1000 1 $120.98 $120.98
1001+ 1 $120.98 $120.98
20 0241.1001 WaterLineGmuting 024114 CY 100 1 $561.68 $561.68
21 0241.1011 Remove4"WaterLine 024114 LF 1-150 1 $110.12 $110.12
151+ 1 $110.12 $110.12
22 0241.1012 Remove6"WaterLine 024114 LF 1-150 1 $126.48 $126.48
151+ 1 $126.48 $12648
23 0241.1013 Remove 8" Water Line 02 41 14 LF 1-1 W 1 $135.80 $135.80
151+ 1 $135.80 $135.80
24 0241.1014 Remove 10" Water Line 0241 14 LF 1-W 1 $14427 $14427
51-150 1 $144.27 $144.27
151+ 1 $14427 $14427
25 0241.1015 Remove 12" Water Line 0241 14 LF bW 1 $178.11 $178.11
51-1W 1 $178.11 $178.11
151+ 1 $178.11 $178.11
1-100 1 $36.16 $36.16
101-500 1 $31.40 $31.40
26 0241.1100 Remove Asphalt Pvmt 02 41 15 SY 501-1000 1 $28.38 $28.38
1001+ 1 $26.59 $26.59
27 0241.iN84"-12"PressurePlug 024114 EA 5 1 $3,19474 $3,19474
28 0241.1218 4"-12" WaterAbandonmentPlug 024114 EA 10 1 $4,077.93 $4,077.93
29 0241.1300 RemoveConcCurb&Gutter 024115 LF 1-100 1 $24.02 $24.02
101-500 1 $21.54 $21.54
501+ 1 $21.54 $21.54
30 0241.1301 Remove4"WaterValve 024114 EA 10 1 $2,925.77 $2,925.77
31 0241.1302 Remove6"WaterValve 024114 EA 10 1 $4,358.08 $4,358.08
32 0241.1303 Remove8"WaterValve 024114 EA 10 1 $4,358.08 $4,358.08
33 0241.1400 Remove Conc Valley Gutter 02 41 15 SY W 1 $93.41 $93.41
34 0241.1401 Abandon 4" Water Valve 02 41 14 EA 10 1 $1,896.14 $1,896.14
35 0241.1402 Abandon 6" Water Valve 02 41 14 EA 10 1 $1,896.14 $1,896.14
36 0241.1403 Abandon 8" Water Valve 02 41 14 EA 10 1 $1,896.14 $1,896.14
37 0241.1506 2" Surface Milling 02 41 15 SY 1-500 1 $11.88 $11.88
501-1000 1 $11.88 $11.88
1001+ 1 $11.88 $11.88
38 0241.1507 3" Surface Milling 02 41 15 SY 500 1 $16.34 $16.34
39 0241.1508 4" Surface Milling 02 41 15 SY 500 1 $16.34 $16.34
40 0241.1510 Salvage Fire Hydrant 02 41 14 EA 5 1 $2,201.88 $2,201.88
41 0241.1511 Salvage 3l4" Water Meter 02 41 14 EA 5 1 $1,499.15 $1,499.15
42 0241.1512 Salvage 1" Water Meter 0241 14 EA 5 1 $1,499.15 $1,499.15
UNIT 4 - Exterior Improvements
117 3211.0112 6" Rexible Base, Type A, GR-1 32 11 23 SY 1-100 1 $3127 $3127
101-1000 1 $27.90 $27.90
1001+ 1 $26.09 $26.09
118 3211.0113 8" Flexible Base, Type A, GR-1 32 11 23 SY 1-100 1 $33.17 $33.17
101-1000 1 $31.37 $31.37
1001+ 1 $30.91 $30.91
119 3211.0114 10" Flexible Base, Type A, GR-1 32 11 23 SY 100 1 $40.98 $40.98
120 3211.0115 12" Flexible Base, Type A, GR-1 32 11 23 SY 100 1 $47.93 $47.93
121 3211.0121 4" Flexible Base, Type A, GR-2 32 11 23 SY 100 1 $3127 $3127
122 3211.0122 6" Rexible Base, Type A, GR-2 32 11 23 SY 100 1 $3127 $3127
123 3211.0123 8" Flexible Base, Type A, GR-2 32 11 23 SY 100 1 $33.17 $33.17
124 3211.0124 10" Flexible Base, Type A, GR-2 32 11 23 SY 100 1 $40.98 $40.98
125 3211.0125 12" Flexible Base, Type A, GR-2 32 11 23 SY 100 1 $47.93 $47.93
126 3212.0302 2" Asphalt Pvmt Type D 32 12 16 SY 2000 1 $50.49 $50.49
127 3212.0303 3" Asphalt Pvmt Type D 32 12 16 SY 2000 1 $73.52 $73.52
128 3212.0304 4" Asphalt Pvmt Type D 32 12 16 SY 2000 1 $81.68 $81.68
129 3212.0401 HMAC Transition 32 12 16 TN 60 1 $460.40 $460.40
130 3212.0501 4" Asphalt Base Type B 32 12 16 SY 2000 1 $66.83 $66.83
131 3212.0502 5" Asphalt Base Type B 32 12 16 SY 2000 1 $7722 $77.22
132 3212.0503 6" Asphalt Base Type B 32 12 16 SY 2000 1 $103.96 $103.96
133 3212.0504 7" Asphalt Base Type B 32 12 16 SY 2000 1 $81.68 $81.68
134 3212.0505 8" Asphalt Base Type B 32 12 16 SY 2000 1 $111.38 $111.38
135 3213.0101 6" Canc Pvmt 32 13 13 SY 1-100 1 $138.92 $138.92
101-1000 1 $13325 $133.25
1001+ 1 $13325 $133.25
136 3213.0102 7" Canc Pvmt 32 13 13 SY 1-100 1 $156.58 $156.58
101-1000 1 $146.08 $146.08
1001+ 1 $146.08 $146.08
137 3213.0103 8" Canc Pvmt 32 13 13 SY 1-100 1 $168]6 $16876
101-1000 1 $163.09 $163.09
1001+ 1 $163.09 $163.09
138 3213.0104 9" Canc Pvmt 32 13 13 SY 1-100 1 $180.48 $180.48
101-1000 1 $174.80 $174.80
1001+ 1 $174.80 $174.80
139 3213.0105 10" Conc Pvmt 32 13 13 SY 1-100 1 $20373 $203.73
101-1000 1 $19722 $197.22
1001+ 1 $190.81 $190.81
140 3213.0106 11" Conc Pvmt 32 13 13 SY 1-100 1 $220.71 $220.71
101-1000 1 $217.17 $217.17
1001+ 1 $210.75 $210.75
141 3213.0107 12" Conc Pvmt 32 13 13 SY 1-100 1 $223.68 $223.68
101-1000 1 $217.17 $217.17
1001+ 1 $210.75 $210.75
142 3213A201 6" Canc Pvmt HES 32 13 13 SY 1-100 1 $15824 $15824
101-1000 1 $152.52 $152.52
1001+ 1 $146.84 $146.84
143 3213A202 7" Canc Pvmt HES 32 13 13 SY 1-100 1 $179.83 $179.83
101-1000 1 $174.10 $174.10
1001+ 1 $168.43 $168.43
144 3213A203 8" Canc Pvmt HES 32 13 13 SY 1-100 1 $189.64 $189.64
101-1000 1 $188.84 $188.84
1001+ 1 $183.16 $183.16
145 3213A204 9" Canc Pvmt HES 32 13 13 SY 1-100 1 $203.91 $203.91
101-1000 1 $192.42 $192.42
1001+ 1 $192.51 $192.51
146 3213A205 10" Conc Pvmt HES 32 13 13 SY 1-100 1 $225.39 $225.39
101-1000 1 $218.88 $218.88
1001+ 1 $212.47 $212.47
147 3213A206 11" Conc Pvmt HES 32 13 13 SY 1-100 1 $231.69 $231.69
101-1000 1 $225.19 $225.19
1001+ 1 $218.78 $218.78
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID BIDDER'S APPLICATION
PROJECT ITEM INFORMATION BIDDER'S PROPOSAL
TOTAL BASE BID $ 2,364,351.32
00 43 13
BID BOND
Page 1 of 2
SECTION 00 43 13
BID BOND
KNOW ALL BY THESE PRESENTS:
That we, The Fain Group, Inc. , known as
"Bidder" herein and West[ield Insurance Company a corporate surety
duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City
of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum
of five percent (5°/a) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth,
Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project
designated as 2024 Paving Improvements Unit Price Construction Contract
NOW, THEREFORE, the condition of this obligation is such that if the City shall award
the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions
required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the
terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute
such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the
execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or
Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's
total bid amount and the next selected bidder's total bid amount.
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County,
Texas or the United States District Court for the Northern District of Texas, Fort Worth Division.
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by
duly authorized agents and officers on this the 12th day of September , 2024.
ATTEST: ,
���
Witness as to Principal "
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
PRINCIPAL:
The Pain Group, Inc.
BY:
ig � ure
I_Q.:rr� Frazi�er, P�esi dent
-rName and Title
2024 Paving Improvements Unit Price Conslruction Contrect
Various Cily Project Numbers
'�I �1 t
Wltness as o Su�ety Jessic Almaguer, Client Manager
Attach Power of Attorney (Surety) for Attorney-in-Fact
00 43 13
BID BOND
Page 2 of 2
Address: P O Box 164308
Port Worth. TX 76161
SURETY:
Westfield�a urance ompany �
J
BY: `'�
igriature
Joh�Moss, Atto��ey-in-Fact
Name and Title �
Address: 2255 Ridge Road, Ste. 333
Rockwall, TX 75087
Telephone Number: 972-772-7220
`Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws
showing that this person has authority to sign such obligation. If Surety's physical address is different from its
mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is
awarded.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2024 Paving Improvemenls Unit Price Construclion Coniract
Revised 9/30/2021 Various City Project Numbers
IMPORTANT NOTICE
STATE OF TEXAS
COMPLAINT PROCEDURES
1. IMPORTANT NOTICE
To obtain information or make a complaint:
2. You may contact your agent.
AVISO IMPORTANTE
Para obtener informacion o para someter una queja:
Puede comunicarse con su (title) al (telephone
number).
3. You may call Westfield Insurance Company,
Westfield National Insurance Company, and/or
Ohio Farmers Insurance Company's toll-free
telephone number for information or to make a
complaint at:
1-800-243-0210
4. You may also write to Westfield Insurance
Company, Westfield National Insurance Company,
and/or Ohio Farmers Insurance Company at:
Attn: Bond Claims
One Park Circle
P O Box 5001
Westfield Center, OH 44251-5001
Fax #330-887-0840
5. You may contact the Texas Department of
Insurance to obtain information on companies,
coverages, rights or complaints at:
1-800-252-3439
6. You may write to the Texas Department of
Insurance, Consumer Protection Section (MC 111-1A):
P.O. Box 149091
Austin, TX 78714-9091
Fax: (512) 490-1007
Web: www.tdi.texas.gov
E-mail: ConsumerProtection(a�tdi.texas.qov
7. PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or
about a claim, you should contact the agent, WestField
Insurance Company, Westfield National Insurance
Company, or Ohio Farmers Insurance Company first. If
the dispute is not resolved, you may contact the Texas
Department of Insurance.
8. ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not become
a part or condition of the attached document.
Usted puede Ilamar al numero de telefono gratis de
Westfield Insurance Company, Westfield National
Insurance Company, and/or Ohio Farmers
Insurance Company's para informacion o para
someter una queja al:
1-800-243-0210
Usted tambien puede escribir a Westfield Insurance
Company, Westfield National Insurance
Company, and/or Ohio Farmers Insurance
Company:
Attn: Bond Claims
One Park Circle
P O Box 5001
Westfield Center, OH 44251-5001
Fax #330-887-0840
Puede comunicarse con el Departamento de
Sequros de Texas para obtener informacion acerca
de companies, coberturas, derechos o quejas al:
1-800-252-3439
Puede escribir al Departamento de Seguros de
Texas, Consumer Protection Section (MC 111-1A):
P.O. Box 149091
Austin, TX 78714-9091
Fax: (512) 490-1007
Web: www.tdi.texas.gov
E-mail: ConsumerProtection(a�tdi.texas.yov
DISPUTAS SOBRE PRIMAS O RECLAMOS:
Si tiene una disputa concerniente a su prima o a un
reclamo, debe comunicarse con el agente, Westfield
Insurance Company, Westfield National Insurance
Company, o Ohio Farmers Insurance Company
primero. Si no se resuelve la disputa, puede
entonces comunicarse con el departamento (TDI).
UNA ESTE AVISO A SU POLIZA: Este aviso es
solo para proposito de informacion y no se convierte
en parte o condicion del documento adjunto.
BD5430 (06-15)
THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME
POWER # AND ISSUED PRIOR TO OS/25/22, FOR ANY PERSON OR PERSONS NAMED BELOW.
General
Power
of Attorney
CERTIFIED COPY
POWER NO. 4220012 14
Westfield Insurance Co.
Westfield National Insurance Co.
�hio Farmers Insurance Co.
Westfield Center, Ohio
Know AJI Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO
FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a"Company" and collectively as "Companies," duly
organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these
presents make, constitute and appoint
TONY FIERRO, JOHNNY MOSS, JAY JORDAN, MISTIE BECK, JEREMY BARNETT, JADE PORTER, ROBERT G. KANUTH,
JARRETT WILLSON, JACK NOTTINGHAM, BRADY WILSON, BRENNAN WILLIAMSON, JOINTLY OR SEVERALLY
of ROCKWALL and State of TX its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name,
place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of
suretyship in any penal limit. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - •
LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE
GUARANTEE, OR BANK DEPOSITORY BONDS.
and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate
seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in
the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the
WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY:
"Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall
be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for
and on behalf of the Company subject to the following provisions:
The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary."
"Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any
power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile
seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting
held on February 8, 2000).
In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE
COMPANY have caused these presents to be signed by their National Surery Leader and Senior Executive and their corporate seals to be hereto
affixed this 25th day of MAY A.D., 2022 . .
�114lNI�
IIiI/IIi
corporate p.••agy}�,���•, ,,••:��nNq�'��••, '•�NSU WESTFIELD INSURANCE COMPANY
sea�s �rQ� . •• •..,�'fi:'s; ;, ��F,.••�'• ._�,pG,: .•':O,S . . Rl�jy�-, WESTFIELD NATIONAL INSURANCE COMPANY
Affixed=��+;'� .'�', :=o;� ; O;' -, z:' :s�?H�TE •.E`�� OHIO FARMERS INSURANCE COMPANY
: y«�Y 3� �: c -••. ` �f0'i�a l
' N' �M� %'1i �g � cn �, JE� : m = :o: ;'�v = f ! . �--- _.
�7j�'.,,. "°` ,rir$.l "'�' .'p ' ���, 1848 :! _' / , � _ ..__....__...,.
`'.� e..r�' � 9 .... •4 .��._.,..�- �`.-
��4�tnNa��� ..#.. � �� .� � j 1
State of Ohio '"""' '' BY� � t'
County of Medina ss.: Gary W.E tumper, NationatSurety Leader and
Senior Executive
On this 25th day of MAY A.D., 2022 , before me personally came Gary W. Stumper to me known, who, being by me duly sworn,
did depose and say, that he resides in Medina, OH; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE
COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which
executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that
they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order.
Noiarial
Seal
Affixed
State of Ohio
County of Medina ss.:
��P�\����%/j .,F9'
2i�:'I► =' r
�
:. �
� '� �����
9re oF °,
�� � � �
David A. Kotnik, Attorney at Law, Notary Public
My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code)
I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS
INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said
Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are
in full force and effect.
In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 12th day of
September A.D., 2024 .
.1 ��.. ..�.,, �„� � � � �, .,
,o•�asuf�q,�c•,,, �,.,•"�,nN�c i�;••,
�Or• .$�s , aa.,..........pG,'
�v• � �d� :o:' .•.v`
(� :� -`�-
���' :-� "`: SEAL �`�:
J�� Ja g � c~n� �m=
�'1�,� �. /7°° �rf��,}g " y'• * •'O c
`"�4.��«.a�"" , ,��,,.,
��„�,,,.
,���NSUR,�;���
_� � �NI►RTFRE� : 3 3
��:, 1848 ;�� :
' 4 • •..iiuu.a„'�4 �
�� � �
��1.A..�,rQ Secnet�ry
Frank A. Carrino, Secretary
BPOAC2 (combined) (03-22)
Rios, Leonel
From:
Sent:
To:
Subject:
Muni Rabah <Muni.Rabah@baldwin.com>
Friday, January 10, 2025 4:14 PM
Rios, Leonel
RE: Bond #446313X Verification-The Fain Group, Inc.
This email is from an unknown sender
This is the first time you are receiving an email from this sender.
Report Suspicious
Yes please accept this email as verification of Bond # 446313X issued to the Fain Group, Inc being valid and in force and
effective 1.3.25 to Obli�ee - City of Fort Worth , contract date 12.10.24 on project 2024 Pavin� Improvements Unit Price
Construction Contract, Various City Proiect Numbers in the amount of $3,000,000.00, written by Westfield Insurance
Company
Thanks!
J The
'� Baldwin
.
� Group
Muni Rabah
Client Experience Leader, Surety
O: 972-771-4071 D: 972-772-7263
Muni.Rabah@baldwin.com
K&S Insurance is now The Baldwin Group. Click here to learn more.
Send your certificate requests to certs@kandsins.com
Click here to make an online payment.
From: Rios, Leonel <Leonel.Rios@fortworthtexas.gov>
Sent: Thursday, January 9, 2025 11:29 AM
To: Muni Rabah <Muni.Rabah@baldwin.com>
Subject: Bond #446313X Verification-The Fain Group, Inc.
CAUTION: External Message. Beware any links or attachments
Good morning,
The City of Fort Worth requires bond verification before a contract can be executed. we have received the
following bonds from The Fain Group, Inc.: Bond #446313X, in the amount of $3,000,000.00, issued by Westfield
Insurance Company for the 2024 Paving Improvements Unit Price Construction Contract. Please confirm that the bonds
and corresponding amounts are valid so we can proceed with awarding the contract to The Fain Group, Inc.
Thank you,
Leov►el J. Rios
Contract Compliance Specialist
Transportation Public Works
00 43 37
VENDOR COMPLIANCE TO STATE LAW
Page 1 of 1
SECTION 00 43 37
VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER
Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law
provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside the State of Texas) bid projects for
construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident
bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in
order to obtain a comparable contract in the State which the nonresidenYs principal place of business is located.
The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet
speci�cations. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident
bidders must check the box in Section B.
A. Nonresident bidders in the State of , our principal place of business,
are required to be percent lower than resident bidders by State Law. A copy of the
statute is attached.
Nonresident bidders in the State of , our principal place of business,
are not required to underbid resident bidders.
B. The principal place of business of our company or our parent company or majority owner is
in the State of Texas. �
Bi��ER: The Fain Group, Inc.
2500 Great Southwest Pkwy.
Fort Worth, TX 76106
By. Larry Frazier
/ (Signature)
Titie: President
Date: 09/12/2024
END OF SECTION
C�TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
2024 Paving Improvements Unit Price Construction Contract
Various City Project Numbers
004511-1
BIDDERS PREQUALIFICATIONS
Page 1 of 3
1 SECTION 00 45 11
2 BIDDERS PREQUALIFICATIONS
4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or
5 have applied for prequalification by the City for the work types requiring prequalification
6 prior to submitting bids. To be considered for award of contract the Bidder must submit
7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with
8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed
9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with
10 the requirements below. The information must be submitted seven (7) days prior to the
11 date of the opening of bids. Subcontractors must follow the same timelines as contractors
12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at
13 the time bids are opened and reviewed may cause the bid to be rejected.
14
15
16 The prequalification process will establish a bid limit based on a technical evaluation and
17 financial analysis of the contractor. For example, a contractor wishing to submit bids on
18 projects to be opened on the 7th of April must file the information by the 31 st day of March
19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's
20 Prequalification Application, the following must accompany the submission.
21 a. A complete set of audited or reviewed financial statements.
22 (1) Classified Balance Sheet
23 (2) Income Statement
24 (3) Statement of Cash Flows
25 (4) Statement of Retained Earnings
26 (5) Notes to the Financial Statements, if any
27 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles
28 of Incorporation, Articles of Organization, Certificate of Formation, LLC
29 Regulations, and Certificate of Limited Partnership Agreement).
30 c. A completed Bidder Prequalification Application.
31 (1) The firm's Texas Taxpayer ldentification Number as issued by the Texas
32 Comptroller of Public Accounts. To obtain a Texas Taxpayer ldentification
33 number visit the Texas Comptroller of Public Accounts online at the
34 following web address www.window.state.tx.us/taxpermit/ and fill out the
35 application to apply for your Texas tax ID.
36 (2) The firm's �mail address and fax number.
37 (3) The firm's DLTNS number as issued by Dun & Bradstreet. This number
38
39
40
41
42
43
44
is used by the City for required reporting on Federal Aid projects. The DLTNS
number may be obtained at www.dnb.com.
d. Resumes reflecting the construction experience of the principles of the firm for firms
submitting their initial prequalification. These resumes should include the size and
scope of the work performed.
e. Other information as requested by the City.
45 2. Prequalification Requirements
46 a. Financial Statements. Financial statement submission must be provided in
47 accordance with the following:
48 (1) The City requires that the original Financial Statement or a certified copy
49 be submitted for consideration.
CITY OF FORT WORTH 2O24 Paving Improvements Unit Price Construction Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers
Revised August 13, 2021
00 45 11 - 2
BIDDERS PREQUALIFICATIONS
Page 2 of 3
1 (2) To be satisfactory, the financial statements must be audited or reviewed
2 by an independent, certified public accounting firm registered and in
3 good standing in any state. Current Texas statues also require that
4 accounting firms performing audits or reviews on business entities within
5 the State of Texas be properly licensed or registered with the Texas State
6 Board of Public Accountancy.
7 (3) The accounting firm should state in the audit report or review whether
8 the contractor is an individual, corporation, or limited liability company.
9 (4) Financial Statements must be presented in U.S. dollars at the current rate
10 of exchange of the Balance Sheet date.
11 (5) The City will not recognize any certified public accountant as
12 independent who is not, in fact, independent.
13 (6) The accountant's opinion on the financial statements of the contracting
14 company should state that the audit or review has been conducted in
15 accordance with auditing standards generally accepted in the United
16 States of America. This must be stated in the accounting firm's opinion.
17 It should: (1) express an unqualified opinion, or (2) express a qualified
18 opinion on the statements taken as a whole.
19 (7) The City reserves the right to require a new statement at any time.
20 (8) The financial statement must be prepared as of the last day of any month,
21 not more than one year old and must be on file with the City 16 months
22 thereafter, in accordance with Paragraph 1.
23 (9) The City will determine a contractor's bidding capacity for the purposes
24 of awarding contracts. Bidding capacity is determined by multiplying the
25 positive net working capital (working capital= current assets — current
26 liabilities) by a factor of 10. Only those statements reflecting a positive
27 net working capital position will be considered satisfactory for
28 prequalification purposes.
29 (10) In the case that a bidding date falls within the time a new financial
30 statement is being prepared, the previous statement shall be updated with
31 proper verification.
32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be
33 submitted along with audited or reviewed financial statements by firms wishing to be
34 eligible to bid on all classes of construction and maintenance projects. Incomplete
35 Applications will be rejected.
36 (1) In those schedules where there is nothing to report, the notation of
37
38
39
40
41
42
43
44
45
"None" or "N/A" should be inserted.
(2) A minimum of five (5) references of related work must be provided.
(3) Submission of an equipment schedule which indicates equipment under
the control of the Contractor and which is related to the type of work for
which the Contactor is seeking prequalification. The schedule must
include the manufacturer, model and general common description of
each piece of equipment. Abbreviations or means of describing
equipment other than provided above will not be accepted.
46 3. Eligibility for Award of Contract
47 a. The City shall be the sole judge as to a contractor's prequalification.
48 b. The City may reject, suspend, or modify any prequalification for failure by the
49 contractor to demonstrate acceptable financial ability or performance.
50 c. The City will issue a letter as to the status of the prequalification approval.
CITY OF FORT WORTH 2O24 Paving Improvements Unit Price Construction Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers
Revised August 13, 2021
00 45 11 - 3
BIDDERS PREQUALIFICATIONS
Page 3 of 3
1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to
2 perform the prequalified work types until the expiration date stated in the letter.
3
8 END OF SECTION
CITY OF FORT WORTH 2O24 Paving Improvements Unit Price Construction Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers
Revised August 13, 2021
004512-I
PREQUALIFICATION STATEMENT
Page 1 of I
1
2
3
4
5
6
SECTION 00 45 12
PREQUALIFICATION STATEMENT
Each Bidder for a City procurement is required to complete the information below by
identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the
major work type(s) listed.
Major Work Type Contractor/Subcontractor Company Prequalification
Name Ex iration Date
Asphalt Paving
Construction/Reconstruction
(LEss THAN 15,000 Th e Fa i n G ro u p, I nc. 09/01/2025
s uare ards
Concrete Paving
Constr ucti on/Re constructi on
(LEss THAN 15,00o The Fain Group, Inc. 09/01/2025
s uare ards
Water Transmission,
Urban/Renewal, 24-inches The Fain Group, In�. 04/30/2025
and smaller
Sewer Collection System,
Urban/Renewal, 12-inches The Fain Group, Inc. 04/30/2025
and smaller
Sewer Interceptors,
Urban/Renewal, 24-inches The Fain Group, Inc. 04/30/2025
and smaller
7
8
9
10
11
12
t�
14
15
16
17
18
19
20
21
22
23
24
25
The undersigned hereby certifies that the contractors and/or subcontractors described in
the table above are currently prequalified for the work types listed.
BIDDER:
The Fain Group, Inc.
Company
2500 Great Southwest Pkwy
Address
Fort Worth, TX 76106
City/State/Zip
gy: Larry Frazier
(Please Print)
S ignature:
e�ntTitle:
(Please Print)
Date: 09/12/2024
END OF SECTION
CITY OF FORT WORTH 2O24 Paving Improvements Unit Price Construction Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers
Revised September 30, 2021
00 45 26 - 1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of I
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
provides worker's compensation insurance coverage for all of its employees employed on City
Project No. Various City Project Numbers. Contractor further certifies that, pursuant to Texas
Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's
certificates of compliance with worker's compensation coverage.
CONTRACTOR:
The Fain Group, Inc.
Company
2500 Great Southwest Pkwy.
Address
Fort Worth, TX 76106
City/State/Zip
THE STATE OF TEXAS
COUNTY OF TARRANT
gy; Larry Frazier
(Please Print)
Signature:
/
Title: President
(Please Print)
�
§
BEFORE ME, the undersigned authority, on this day personally appeared
Larry Frazier , known to me to be the person whose name is
subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as
the act and deed of The Fain Group, Inc. for the purposes and
consideration therein expressed and in the capacity therein stated.
GNEN UNDER MY HAND AND SEAL OF OFFICE this 12th
September , 20?4.
`�"���",, KRISTI TREES
` LPStY PLP ii
_i:' �: Notary Public, State of T�
-`°-�=�•}v, Comm. Ex
, 9 . • pires 0415-�
"'�,�.o`.�,�`` Notary ID 124427334
nin��
END OF SECTION
day of
Public in and for the State of Texas
CITY OF FORT' WORTH 2O24 Paving Improvements Unit Price Construction Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers
Revised July l, 201 I
00 45 40 - 1
Business Equity Goal
Page 1 of 2
1 SECTION 00 45 40
2 Business Equity Goal
4 APPLICATION OF POLICY
5 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable.
6 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises
7 (M/WBEs).
POLICY STATEMENT
10 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity
11 Firms when applicable, in the procurement of all goods and services. All requirements and regulations
12 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11-
13 2020 (codified at: https://codelibra ..r�y amle�al.com/codes/ftworth/latest/ftworth tx/0-0-0-22593) apply to
14 this bid.
15
16 BUSINESS EOUITY PROJECT GOAL
17 The City's Business Equity goal on this project is 13°/a of the total bid value of the contract (Base bid
18 applies to Parks and Community Services).
19
20 METHODS TO COMPLY WITH THE GOAL
21 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's
22 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the
23 ordinance through one of the following methods: 1. Commercially useful services performed by a
24 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination
25 of Business Equity prime services and Business Equity subcontracting participation, 4. Business
26 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. Prime
27 contractor Waiver documentation.
28
29 SUBMITTAL OF REOUIRED DOCUMENTATION
30 Applicable documents (listed below) must be submitted electronically with the other required bidding
31 documents at the time of the bid under the respective Project via the Procurement Portal:
32 https://fortworthtexas.bonfirehub.com/portal/?tab=openO�portunities
33 OR received no later than 2:00 p.m., on the third City business day after the bid opening date,
34 exclusive of the bid opening date with the respective Proj ect via the Procurement Portal by
35 responding to the message sent within Bonfire to all the bidders. It is highly encouraged that bidders
36 submit required documentation at the time of bid submission.
37
38 The Offeror must submit one or more of the following documents:
39 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded;
40 2. Letter of Intent, for all M/WBE Subcontractors;
41 3. Good Faith Effort Form and Utilization Form, including supporting documentation, if
42 participation is less than stated goal, or no Business Equity participation is accomplished;
43 4. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform
44 all subcontracting/supplier opportunities; or
45 5. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor-
46 Protege participation.
47
48 These forms can be accessed at:
49 Business Equity Utilization Form and Letter of Intent
CITY OF FORT WORTH 2O24 Paving Improvements Unit Price Construction Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers
Revised June 7, 2024
004540-2
Business Equity Goal
Page 2 of 2
1 https://a�ps.fortworthtexas. og v/ProjectResources/ResourcesP/60 - MWBEBusiness Equity Utilization
2 Form DVIN 2022 220324.ndf
4 Letter of Intent
5 https://apps.fortworthtexas. ov/ProjectResources/ResourcesP/60 - MWBE/Letter of Intent DVIN
6 2021.pdf
8 Business Equity Good Faith Effort Form
9 htt�s://a�ps.fortworthtexas. ov�/ProjectResources/ResourcesP/60 - MWBE/Good Faith Effort
l0 Form_DVIN 2022.pdf
11
12 Business Equity Prime Contractor Waiver Form
13 https://apps.fortworthtexas. ov�/ProjectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor
14 Waiver-220313.pdf
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
Business Equity Joint Venture Form
https://a�ps.fortworthtexas. og v/ProjectResources/ResourcesP/60 - MWBE/MWBE Joint
Venture 220225.ndf
FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL
RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON-RESPONSIVE AND THE BID
I.� �Al D[�ll Y �I la
FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUITY DOCUMENTATION OR OTHERWISE
COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON-
RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS
AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE.
For Questions, Please Contact the Business Equity Division of the Access and Opportunity Services
Department at (817) 392-2674.
END OF SECTION
CITY OF FORT WORTH 2O24 Paving Improvements Unit Price Construction Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers
Revised June 7, 2024
005243-1
Agreement
Page 1 of 6
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 The Fain Group, 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 Paving Improvements Unit Price Construction Contract
Various City Project Numbers
Article 3. CONTRACT PRICE
City agrees to pay Contractor for performance of the Wark in accordance with the Contract
Documents an amount, in current funds, of Three Million and 00/100 Dollars ($3,000,000.00).
Contract price may be adjusted by change orders duly authorized by the Parties.
Article 4. CONTRACT TIME
4.1
Final Acceptance.
The Work shall be complete for Final Acceptance within the number of days specified in
each Task Order, 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 Wark and City and the public will suffer from loss of
use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The
Contractor also recognizes the delays, expense and difficulties involved in proving in a
legal proceeding, the actual loss suffered by the City if the Work is not completed on time.
Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated
damages for delay (but not as a penalty), Contractor shall pay City Five Hundred and
00/100 Dollars ($500.00) for each day that expires after the time specified in Paragraph 41
for Final Acceptance until the City issues the Final Letter of Acceptance.
4.3. Renewals
This Contract may be renewed up to one (1) additional term at the earlier of the expiration of
contract funds or contract time under the same terms, conditions, and unit prices.
�FFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CITY OF FORT WORTH 2O24 Paving Improvements Unit Price Construction Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers
Revised March 3, 2024
005243-2
Agreement
Page 2 of 6
Article 5. CONTRACT DOCUMENTS
5.1 CONTENTS:
A.The Contract Documents which comprise the entire agreement between City and
Contractor concerning the Work consist of the following:
L This Agreement.
2. Attachments to this Agreement:
a. Bid Form
1) Proposal Form
2) Vendor Compliance to State Law Non-Resident Bidder
3) Prequalification Statement
b. Current Prevailing Wage Rate Table
c. Insurance Certification Form (ACORD or equivalent)
d. Payment Bond
e. Performance Bond
£ Maintenance Bond
g. Power of Attorney for the Bonds
h. Worker's Compensation Affidavit
i. MBE and/or SBE Utilization Form
3. General Conditions.
4. Supplementary Conditions.
5. Specifications specifically made a part of the Contract Documents by attachment or,
if not attached, as incorporated by reference and described in the Table of Contents
of the Project's Contract Documents.
6. Drawings.
7. Addenda.
8. Documentation submitted by Contractor prior to Notice of Award.
The following which may be delivered or issued after the Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract Documents:
a. Notice to Proceed.
b. Field Orders.
c. Change Orders.
d. Letter of Final Acceptance.
Article 6. INDEMNIFICATION
6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the city, its 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 alle�ed or proven that all or some of the damages bein�
sought were caused, in whole or in part, bv anv act, omission or negligence of the citv.
This indemnity provision is intended to include, without limitation, indemnity for costs,
expenses and legal fees incurred by the city in defending against such claims and causes
of actions.
CITY OF FORT WORTH 2O24 Paving Improvements Unit Price Construction Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers
Revised March 3, 2024
005243-3
Agreement
Page 3 of 6
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
the city, its officers, servants and employees, from and against any and all loss, damage
or destruction of property of the city, arising out of, or alleged to arise out of, the work
and services to be performed by the contractor, its officers, agents, employees,
subcontractors, licensees or invitees under this contract. This indemnification provision
is specificallv intended to operate and be effective even if it is alleged or uroven that all
or some of the damages being sought were caused, in whole or in part, bv anv act,
omission or ne�ligence of the citv.
Article 7. MISCELLANEOUS
71 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 ar 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
7.6
7.7
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.
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.
Non-appropriation of Funds.
In the event no funds or insufficient funds are appropriated by City in any fiscal period for
any payments due hereunder, City will notify Vendor of such occurrence and this Agreement
shall terminate on the last day of the fiscal period for which appropriations were received
without penalty or expense to City of any kind whatsoever, except as to the portions of the
payments herein agreed upon for which funds have been appropriated.
CITY OF FORT WORTH 2O24 Paving Improvements Unit Price Construction Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers
Revised March 3, 2024
005243-4
Agreement
Page 4 of 6
7.8
Prohibition On Contracts With Companies Boycotting Israel.
Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of
the Texas Government Code, if Contractor has 10 or more full time-employees and the
contract value is $100,000 or more, the City is prohibited from entering into a contract with
a company for goods or services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of
the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to
those terms in Section 808.001 of the Texas Government Code. By signing this contract,
Contractor certifies that Contractor's signature provides written verification to the
City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not
boycott Israel; and (2) will not boycott Israel during the term of the contract.
��
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
veri�cation from the company that it: (1) does not boycott energy companies; and (2) will
not boycott energy companies during the term of the contract. The terms "boycott energy
company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the
Texas Government Code. To the extent that Chapter 2276 of the Government Code is
applicable to this Agreement, by signing this Agreement, Contractor certifies that
Contractor's signature provides written verification to the City that Contractor: (1)
does not boycott energy companies; and (2) will not boycott energy companies during
the term of this Agreement.
7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries.
Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas
Government Code, the City is prohibited from entering into a contract for goods or services
that has a value of $100,000 or more which will be paid wholly or partly from public funds
of the City, with a company (with 10 or more full-time employees) unless the contract
contains a written verification from the company that it: (1) does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade association;
and (2) will not discriminate during the term of the contract against a firearm entity or firearm
trade association. The terms "discriminate," "firearm entity" and "firearm trade association"
have the meaning ascribed to those terms by Chapter 2274 of the Texas Government
Code. To the extent that Chapter 2274 of the Government Code is applicable to this
Agreement, by signing this Agreement, Contractor certifies that Contractor's signature
provides written verification to the City that Contractor: (1) does not have a practice,
policy, guidance, or directive that discriminates against a firearm entity or firearm
trade association; and (2) will not discriminate against a firearm entity or firearm trade
association during the term of this Agreement.
CITY OF FORT WORTH 2O24 Paving Improvements Unit Price Construction Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers
Revised March 3, 2024
005243-5
Agreement
Page 5 of 6
711 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.
712 No Third-Party Beneficiaries.
This Agreement gives no rights or benefits to anyone other than the City and the Contractor
and there are no third-party beneficiaries.
7.13 No Cause of Action Against Engineer.
Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their
sureties, shall maintain no direct action against the Engineer, its officers, employees, and
subcontractors, for any claim arising out of, in connection with, or resulting from the engineering
services performed. Only the City will be the beneficiary of any undertaking by the Engineer.
The presence or duties of the Engineer's personnel at a construction site, whether as on-site
representatives or otherwise, do not make the Engineer or its personnel in any way
responsible for those duties that belong to the City and/or the City's construction contractors
or other entities, and do not relieve the construction contractors or any other entity of their
obligations, duties, and responsibilities, including, but not limited to, all construction
methods, means, techniques, sequences, and procedures necessary for coordinating and
completing all portions of the construction work in accordance with the Contract Documents
and any health or safety precautions required by such construction work. The Engineer and
its personnel have no authority to exercise any control over any construction contractor or
other entity or their employees in connection with their work or any health or safety
precautions.
CITY OF FORT WORTH 2O24 Paving Improvements Unit Price Construction Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers
Revised March 3, 2024
005243-6
Agreement
Page 6 of 6
IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective
as of the date subscribed by the City's designated Assistant City Manager (`Bffective Date").
Contractor: The Fain Group, Inc.
By:
Lar � ier (�n 9, 2025 0835 CST)
Signature
Larry Frazier
(Printed Name)
President
Tltle
PO Box 164308
Address
City of Fort Worth
By:
�—����v
Jesica McEachern
Assistant City Manager
Jan 31, 2025
Date oan
4FORr °aa
a�.°�°°� °�o�odAd
AtteSt: °~� �9p
a�° oo-�o
o�� o=o
�� A .�� `°d* °°� oo ° �d
( a°n nEops4pp
�
Jannette Goodall, City Secretary
Fort Worth, Texas 76161
City/State/Zip
Jan 9, 2025
Date
(Seal)
M&C: 24-1081
Date: December 10. 2024
Approved as to Form and Legality:
�����
Douglas Black (Jan P, 2025 P24 CST)
Douglas W. Black
Sr. Assistant City Attorney
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CITY OF FORT WORTH 2O24 Paving Improvements Unit Price Construction Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers
Revised March 3, 2024
00 61 13 - 1
PERPORMANCL-' I30ND
Page I of 2
I
�
;
4
5
6
7
8
9
10
11
1?
13
14
�
16
SECTION 00 61 13 Bond No. 446313X
PGRFORMANCE BOND
THE STATE OF TEXAS § �
§ KNOW ALL BY THESE PRESENTS:
COUNTY OF TARRANT §
That we, The Fain Group, Inc., known as "Principal" herein and Westfield Insurance
Company, a corporate surety duly authorized to do business in the State of Texas, known as
"Surety'° he��ein (whether one or more), are held and fir�nly bound unto the City of Fort Worth, a
m��nicipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal
sum of, Three Million and 00/100 Dollars ($3,000,000.00), lawful money of the United States, to
be paid in Fort Wort11, Tarrant County, Texas for the payment of which swn welt and truly to be
made, we l�ind ourselves, our 1leirs, executors, administrators, s��ccessors and assigns, jointly and
severally, firmly by these prese��ts.
WHEREAS, the Principal has entered into a certain written co�ltract with the City awarded
the 10''' day of December, 2024, which Contract is I�ereby referred to and made a part hereof for all
t7 purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories
18 defined by law, in the prosecution of the Work, including any Change OrdeT•s, as provided for in
19 said Contract designated as 2024 Paving Improvements Unit Price Construction Contract, Various
20 City Project Numbers.
21 NOW, THEREFORE, the condition of this obligation is sucl� that if the said Principal
22 shall faitl�fully perform it obligations under the Contract a��d shall in all respects duly and faithfully
2; perform the Work, including Change Orders, �uider the Contract, according to the plans,
24 specifications, and contract docu�nents therei�l referred to, and as wefl during any period of
25 extension of the Contract that may be granted on the part of the City, then this obligation shall be
?�
��
?g
?9
30
�1
32
and become null and void, otherwise to remain in full force and effect.
PROVIDED FURTHER, that if a��y legal action be filed on this Bo��d, venue shall lie in
Tarrant County, Texas or the United States District Cow-t for the Norther�� District of Te�as, Fort
Worth Division.
This bond is made and executed in compliance with tl�e provisio»s of Chapter 2253 o�f the
Texas Gover�vnent Code, as amended, and all liabilities on this boi�d shall be determined in
accordance with the provisions of said statue.
CITY O(' 1=0RT WORTF{ 2024 Paving hnprovements Unit Pricc Construction Contract
S'TANDARD CONSTRUC"f10N SPECIFICATION DOCUMENTS Various City Project Numbers
Revised December 8, 2023
0061 13-2
PERFORh4ANCE BONU
Page 2 of 2
IN WITNESS WHEREOF, the P►�incipal and the Surety l�ave SIGNED and SEALED this
instrument by duly authoriz_ed agents and officers on this the 10th
,2024.
4
5
6
7
8
9
10
11
�a
13
l4
IS
(6
17
18
19
20
?�
��
?3
24
?5
?6
�7
?g
�q
30
31
32
33
34
35
36
ATTES :
(Pr' cipa ) Sec' tary
��.
Wit�ness as to Principal
�-'""�,�
Muni Raba Client Experience Leader, Surety
day of December
PRINCIPAL:
The Fain Gro ip, c.
13Y:
Sign ture
t�.r �� `rr�.z� e�', P�es i d�e.n4-
ame and Tit e
Address: PO Box 164 i08
Fort Worth, Texas 76161
SURETY:
Westfield [ns nce � o pa��y
BY: '°�'
gnature
Joh y Moss, Attorney-in-Fact _
Name and Title
Address: 2355 Ridge Road, Ste. 333
Rockwall, Texas 75087
Telephone Number: 972-772-7220
Email Address: �ohnny.Moss u;baldwin.com
;7 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract
;8 from the by-laws showing that this person has authority to sign such obligation. If
39 Slirety's physical address is different fi•o�n its mailing address, both inust be provided.
40 The date of the bond shall not be �rior to the date the Contract is a�varded.
41
CITY OF FORT WOR"f}l 2024 Paving Improvemenis Unit Pricc Construction Contract
S'I'ANDARD CONSTRUCTION SI'LCIPICATION DOCUMI:NTS Various City Project Numbers
Revised December 8.3023
00(il 14- 1
PAYMENl' DOND
Pagc 1 of 2
1
�
3
4
5
6
THE STATE OF TEXAS
COUNTY OF TARRANT
SECTION 00 61 14
PAYMENT BOND Bond No. 446313X
§
§ KNOW ALL BY THESE PRESENTS:
§
7 That we, The Fain Group, Inc., knowi� as "Principal" herein, and Westfield Insurai�ce
8 Company, a cor}�orate surety, duly authorized to do business in the State of Texas, known as
9 "Surety" herein (whettler one oi� more), are ileld and firmly bound unto the City of Fort Worth, a
10 municipal corporation created pursuant to the laws of the State of Texas, know�� as "City" herei�l,
i t in the penal sum of T11►�ee Million and 00/] 00 Dolla��s ($3,000,000.00), lawf��l �noney of the United
►2
13
14
States, to be paid in Fort Worth, Tarrant County, Texas, for the pay�l�ent of which swn well and
truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,
jointly and severally, f rmly by these presents:
15 WHEREAS, Principal has entered into a certain written Contract with City, awarded the
16 10''' day of December, 2024, which Contract is heeeby referred to and made a part hereof for all
17 purposes as if fully set forth herein, to furnish all �r�aterials, equipment, labor a�1d other accessories
18 as defined by law, in tlle prosecution of t}�e Work as provided for i�� said Contract and designated
19 as 2024 Paving Improvements Unit Price Constt�uction Contract, Various City Project Numbers.
?0 NOW, THER�FORE, THE CONDITION OF THIS OBLIGATION is such that if
21 Principal shall pay all monies owing to a»y (and all) payment bo»d beneficiary (as defined in
22 Chapter 225 i of the Texas Gover�vnent Code, as amended) in the prosecutio�� of the Work uncler
23 the Contract, the�1 this obligation shall be and beco�r�e null and void; otheY•wise to remain in full
24 force and effect.
25
26
?�
�g
This bond is made and executed i» compliance with the �rovisioi�s of Chapter 2253 of the
TeYas Government Code, as amended, and all liabilities on this bond shali be determined in
accordance witl� the provisioi�s of said statute.
CITY OF PC)RT WOR"1'H 2O24 Paving lmprovements Lli�it Price Consh'uction Contract
STANDARD CONSTRUC��ION SP[:CiPICATION DOCUMENTS Various City Project Numbers
Revised Decemlxr 8, 2023
oo�i ia-z
PAYM�N"I' BOND
Page 2 of 2
I IN WITNESS WHEREOF, the Principal and Surety l�ave each SIGNED ai�d SEALED
2 this instrument by duly authorized agents and officers on this the 10th day of
; December , 2p 24 ,
4
5
6
7
8
9
t0
m
12
ATTEST:
�� �
(Surety) Secretary
./'�.,r'--.'''--"—�
Muni Raba CI"ent Experience Leader, Surety
PRINCfPAL:
"Che Fain Group, Inc.
BY:
Signat� re
� 1�-r��( �ra�_% �ces i �en�'
Na�ne���— aiid Title
Address: PO Box 164308
Fort Worth, Texas 76161
SURETY:
Westfield 1� �irane ompany
BY
Sign ure
hnny Moss, Attorney-in-Fact
Name and Title
Address: 2255 Ridge Road, Ste. 333
Rockwall, Texas 75087
Telephone Nwnber: 972-772-7220
Etlldl� ACIC�iOSS: lohnn}�.Moss a bald�vin.com
Note: If signed by an officer of the Surety, tllere must be on file a certified extract fi�onl the bylaws
showing that this person has authority to sign such obligation. If Surety's physica( address is
different from its mailing address, both tm�st be provided.
The date of tl�e bond shall 11ot be prior to the date the Contract is awardecl.
END OF S�CTION
CITY OF FOR'T' WORTf I 2024 Paving fmprovements Unit 1'rice Constniction Contract
S'T'ANDARD CONSTRUCTION SP[:CIFICATION DOCUMrNTS Various City Project Ntnnbers
Revised December 8, 202_i
#
�: f
Witness as to Principal
0061 19- i
MAINTGNANCE I3(�ND
Page 1 of 3
I SECTION 00 61 19
2 MAINTCNANCE BOND Bond No. 446313X
3
4 TH� STAT� OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we The Fain Group, Inc., know�� as "Principal" herein and Westfield Insurance
8 Co�npany, a corporate su��ety duly autl�orized to do business ii� the State of Texas, known as
9 "Surety°' herein (whether one or more), are held and firmly bound ur�to the City of Fori Worth, a
]0 municipal corporation created pursua»t to the laws of the State of TeYas, ki�own as "City" l�erein,
11 in the sum uf Three Million and 00/100 Dollars ($3,000,000.00), lawful money ofthe United States,
l2 to be paid in Fort Worth, Tarrant County, Texas, for payment of which suin wefl and truly be made
13 unto the City and its successors, we bind ourselves, our heirs, executocs, administrators, successors
14 and assigns, jointly and severally, fi�-mly by these presents.
15
l6 WHEREAS, the Principal has entered into a certain writteil contract with the City awarded
17 the 10"' day of December, 2024, which Contract is hereby 1•efer►-ed to and a nlade pa��t hereof for all
18 pu�poses as if fully set forth herein, to furnish all materials, equipment labor and other accessories
19 as defined by law, in the prosecution of the Work, including any Work resulting from a duly
20 authorized Change Order (collectively herein, the "Work") as provided for in said contract and
?l designated as 202�t Paving Improvements Unit Price Construction Cor�tract, Vai�ious City Project
?2 Numbers; a�1d
?;
24 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
25 acco��dance with the plans, specifcatio��s and Coi�tract Documents that the Work is a��d will remain
?6 free fi-om defects in materials oi� work�nanship for and duri��g the period of two (2) years after the
37 date of Fi�1al Acceptance of the Work by the City ("Maintenance Period"); and
?g
29 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon
30 receivi►�g ilotice from the City of the need theeefor at any time withiil the Maintenance Period.
31
CCfY OP POR"l� WORTt 1 2(�24 Paving lmprovements Unit Price Construction Contract
STANDARD CONSTftUCTION SPECll�LCA"I'(ON DOCUMENTS Various City Project Numbers
Revised December 3. 2023
0061 19-2
MAiNT[;NANCE BOND
Page 2 of 3
1
�
3
4
5
6
7
8
9
10
ll
12
13
14
IS
16
17
18
19
NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy
any defective Wor�l., for which timely notice was pcovided by City, to a completion satisfactory to
the City, then this obligation shall beco�ne null and void; otherwise to i�emai» in full force aild
effect.
PROVIDED, HOWEVER, if Principal sl�al) fail so to repair oi- reconstruct a�ly timely
noticed defective Work, it is agreed that the City may cause any and all such defective Work to be
eepaired and/or reconstructed with all associated costs thereof being borne by tlle Principal and t11e
Surery under this Mainte��ai�ce bond; and
PROVIDED FURTHER, that if any legal action be filed o�� this Bond, venue shall lie in
Tari�ant County, Texas or the United States Dish�ict Court for the Northecn District of Te�as, Fort
Worth Division; and
I'ROVIDED FURTH�R, that this obligation shall be continuous in nat�n�e and successive
recoveries may be had he�-eon for successive breaches.
CI"I'Y OF PORT WORTH 2O24 Paving Improvements Unit Price Construction Contract
S"CANDARD CONSTRUC'1'ION SPrCIFICATION DOCIJMLNTS Various City Project Numbers
Revised December 8_ 2023
0061 19-3
MAINTENANCE QOND
Page 3 of 3
4
5
6
7
8
9
10
11
12
13
14
IS
16
17
18
19
?0
2l
��
�;
24
25
?�
��
?g
?9
30
3l
32
»
34
35
IN WITNESS WHEREOF, the Pri�lcipal and the Surety llave each SIGNED and SEALED this
instrument by duly authorized agents and officers on this the day of December 10th , 2024.
ATTEST.
(Prin pal S retary
l �'�^.
M
Witness as to Principal
ATTEST:
�` �
(Surety) Se retary
Muni Ral3ah, Client Experie�ader, Surety
�„
Address: PO Boa ( 64308
Fort Worth, Texas 76161
SURETY:
���estfield li ranc roup
�..--
B .
�gnature
JohnnV Moss Attorney-in-Fact
Name and Title
Address: 2255 Ridge Road, Ste. 333
Rockwall, Texas 75087
Telephone Number: 972-772-7220
�illal� f�dd1'2SS: �ohnny.Mossa,baldwin.com
36
;7 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract
;8 from t11e by-laws showing that this person has authority to sign sucll obligation. If
39 Surety's physical address is different from its mailii�g address, both must be provided.
40 The date of the bond shall not be prio�• to t11e date the Contract is awai•ded.
41
CI"TY OP POR"1' WOR'I�ht 2024 Paving Improvernents Unif Price Coi�strucYion Con[ract
STANDARD CONS'I'RUCTION SPECII'ICA'T'lON DOCUMLNTS Various Cit�= Project Numbers
Revised December 8.20?3
PRINCI PAL:
The Fain Group, Inc.
THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME
POWER # AND ISSUED PRIOR TO 10/10/24, FOR ANY PERSON QR PERSONS NAMED BELOW.
General
Power
of Attorney
CERTIFIED COPY
Westfield National Insurance Ca.
Ohio Farmers Insurance Co.
Westfield Center, Ohio
Know Ali AAen Uy These Presents, That WESTFIELD INSURANCE COMPANY. WESTFIELD NATIONAL INSURANCE COMPANY and OHIO
FARMERS INSURANCE COMPANY, corporati��ns, herein�fter referrred to individualiy as a`Company" and collectively as "Cnmpanies," duly
orqanized and existinp under the lav�rs nf the State of Ohia, nnd having its princiE�al office in Westfield Center, Msdina County, Ohio, do by� tr��se
presents it�ake, constitute and a��poirit
TONY FIERRO, JOHNNY MOSS, JAY JORDAN, JEREMY BARNE7T, JADE PORTER, ROBERT G. KANUTH, JARRETT WIL�S4N,
JACK NOTTINGHAM, BRADY WILSON, BRENNAN WILLIAMSON, JAROD JAGGERS, CALEB HALE, RYAN COX, JOINTLY OR
SEVERALLY
of ROCFMIAL� and 5tate of TX its true and lawful Attarney(s)-in-Fact, with full nower and authority hereby conferi�ed in its name;
place and steaci, to execute, aci<na��✓ledge and cleliver any and all bonds, recognizances, undertakings, or other instrumei�ts or contracts of
sureryship in any penai timit, and to bind any of tr�e Companies thereby as fully and tv tl�e sarne extent as if such bonds were si�ned by the
President, sealed with the corp�rate seal of the applicable Campany and di.dy attested by its Secretary, hereby ratifying and confirming all that the
said Attor'ney(s)-in-Fact rnay do in the premises. Said appointmerit is made urider and by a�athority of the follow+ina ��esoluti�n adopted hy the
Bonrd of Direcfors of each of the bVESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS
INSURANCE COMPANY:
Be it Resolved, that the President, any Ser�ior Exer,utive, any Secr-etary ar any Fidelity & Surety O��eratior�s Executive or other Executive shall
be and is h�reby vested �vith fiall (�ovder and a�.rthority to appoint any one or rnore suitable persons as Att�mey(s)-in-Fact to represent and act for
and on behalf �f the Coi7ipany subject to the follow�ing provisions:
The Atforney-ii�-Fact may be given full �ov�ier and autl �ority fc,r and in tPie name of and an behaif of the Cornpany. to execute, acl<nowledye and
deliver, any and all bonds, recognizanres, coritracts, agreements of indernnity arid other coneiiti�rrai or obliyatory +mdertakings and am� and all
r�otice, and cloc��m�nts canr.eliny or terminating the Cornpany's liability there��nder, and any such instr�m��ents so executed by any such
Attarney-in-Fact shafl he as binrJing upon the Company as if signed by the President ancl sealec! a��d attested by the Corp�rate Secretary.'"
'"Be it Further Resolved, that the signature of any such designated person and the seal of the ComE�any heretof�re or hereafter affixed to any
po�ver of attorne}� or any certificate relating thereto by facsimile, and am,� power of attorney or certificate bearing facsimile signatures or facsimile
seai shall be valid and bindiny u�on the Company with respect to any bond or undertaking t� which it is attached." (Each adopted at a meeting
lield on February 8, 200U).
in Witress Whereo.+, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONRL INSURANCE COMPANY and OHIO FARMERS INSURANCE
COMFANY have caused these presents to be siyned by their National S�ety Leader and Senior Executive and their corporate seals to be hereto
affixed this 'IOth day of OCTOBER R.D., 2tY14 .
Gorporate ,..�•,'„'u�•�.,,,
Seals ,s �'`�tt°+U��lJ��',
Affixed �f v . ' „�y ' . �:
� w ', �]G.i`�.. 'L �a.��
.��
� ��; :
�'r,, '•,�. '�c° f.. �'�r�:
State of Ohio '"��+�^"�
County of Medirra s5.:
''.� •1i7I� „� ��,
:';%V :
..
, : 5E�1L ( -
_ .` ,
,,,,*,,,,,,,,°,
POWER NO. 4226012 14
Westfield Insurance Co.
;:! I���
9 � . �q
WESTFIELD INSURANCE COMPANY
WESTFIELD NATIONAL INSURANCE COMPANY
OHIO FARMERS INSURANCE COMPANY
By: `._ `; �
Gary W Stumper, Nationa/ Surety Leader and
Senior Executrve
On this 10t1ti day of dCTOBER A.D., 2024 , before me personalry came Gary W. Stumper to me lo�iovvn, who, being by me duly sv��orn,
did depose and say, that he resides in Medina, OH; thac he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE
COMPANY. WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY; the cornpanies described in and which
executed the above iristrument: that he kn�ws the seals of said Compariies; tf��at the seals affixed to said instrument are such corparate seals: that
they were so affixed by order of the Boards of Directors of said Coni{��ar�ies; and that he signed hIs nan7e tl}ereto by like arder.
Notarial
Seal
Affixed
State of Ohio
County of Meclina
�`'� �\ A � "' �.
O° P.,.•�ui1.,S
� �� �j'�,�y'
z�'= �.,.--'=' r
. � ,
�
ss.: �•`j'q � ..�e!��,��
,..re oF °.
�
David A. Kotnik, Attorney at Law, Noiary Public
My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code1
L Frank A. Carrino, Ser,ret�ry of bVESTFIELD INSURANCE COMFANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS
INSURANCE COMPANY, cio herehy r,ertify that the above and foregoinG is a true and correct copy of a Po�Ner ��f Attorne�/; executed by said
Companies, vvhich is still ii7 full force and effect; and furthermore, the resolutions of tf�e Boards of Dire�tors; set out in tl�e Power of Attorney �re
in full force and effect.
In Witness PVhere.of, I have hereunto set rny hand and affixed tha seals of saici Companies at Westfield Ce.nter�, Ohio, this 10th day of
December A.D., 2024 .
,����gtiR,�t��'•, .�•''_<;,,�i :�ir�l '���,.
:�',s
�o , •,.y,'• , ��'''w '`�':�••' . c<"=:
..: '' •.. i► ; � _
� t� ��.�.� � � � ;�''-�, . SE�II� � j �
� •. � � �. . �,�� ,:,,
��Nq��M/l4'"' � �i*���
, ,,,,,...
�,�c,\iiSUq,��;r, �i�� � t
.. Q .. ��
;'�,NARIERFp ; � � 5'ecrYtary
: .b . Frank A. Carrino, Secretar•y
>:, k���� ,:,a��t;
4 .... • � A .
BPOAC2 (combined) (05-24)
006125-1
CGRTIFICATG OF INSURANCE
Page 1 of 1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
SECTION 00 61 25
CERTIFICATE OF 1NSURANCE
END OF SECTION
CITY OF FORT WORTH 2O24 Paving Improvements Unit Price Construction Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers
Revised July 1, 20ll
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
GENERAL LIABILITY ELITE EXTENSION - TEXAS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
The COMMERCIAL GENERAL LIABILITY COVERAGE FORM is amended to include the following clarifications and
extensions of coverage. The provisions of the Coverage Form apply unless modified by endorsement.
A. EXPECTED OR INTENDED INJURY
Section I— Coverage A, Exclusion a. is amended
as follows:
a. "Bodily injury" or "property damage" expected
or intended from the standpoint of the insured.
This exclusion does not apply to "bodily injury"
or "property damage" resulting from the use of
reasonable force to protect persons or property.
B. NON-OWNED WATERCRAFT
The aggregate limit listed above is the most we will
pay for all damages because of "property damage"
to property in the care custody and control of or
property loaned to an insured during the policy
period.
Any payment we make for damages because of
"property damage" to property in the care, custody
and control of or property loaned to an insured will
apply against the General Aggregate Limit shown in
the declarations.
Section I— Coverage A, Exclusion g.(2) is
amended as follows:
(2) A watercraft you do not own that is:
(a) Less than 60 feet long; and
(b) Not being used to carry person(s) or
property for a charge;
C. EXTENDED PROPERTY DAMAGE COVERAGE
Section I— Coverage A, Exclusions j.(3) and (4) is
amended to add the following:
Paragraphs (3) and (4) of this exclusion do not
apply to tools or equipment loaned to you, provided
they are not being used to perform operations at
the time of loss.
SCHEDULE
Limits Of Insurance Deductible
$5,000 Each Occurrence $250 Per Claim
$10,000 Annual A re ate
a. The each occurrence limit listed above is the
most we will pay for all damages because of
"property damage" to property in the care,
custody and control of or property loaned to an
insured as the result of any one "occurrence",
regardless of the number of:
(1) insureds;
b. Our obligation to pay damages on your behalf
applies only to the amount of damages in
excess of the deductible amount listed above.
We may pay any part or all of the deductible
amount listed above. We may pay any part or
all of the deductible amount to effect settlement
of any claim or "suit" and upon notification by
us, you will promptly reimburse us for that part
of the deductible we paid.
c. If two or more coverages apply under one
"occurrence", only the highest per claim
deductible applicable to these coverages will
apply.
d. Insurance provided by this provision is excess
over any other insurance, whether primary,
excess, contingent or any other basis. Since
insurance provided by this endorsement is
excess, we will have no duty to defend any
claim or "suiY' to which insurance provided by
this endorsement applies if any other insurer
has a duty to defend such a claim or "suit". If
no other insurer defends, we will undertake to
do so, but we will be entitled to the insured's
rights against all those other insurers.
D. PROPERTY DAMAGE — ELEVATORS
Section I— Coverage A.2. Exclusions paragraphs
j.(3), j.(4), j.(6) and k. do not apply to use of
elevators.
(2) claims made or "suits" brought; This insurance afforded by this provision is excess
(3) persons or organizations making claims or over any valid and collectible property insurance
bringing "suits". (including any deductible) available to the insured
and Section IV — Commercial General Liability
Conditions Paragraph 4. Other Insurance.
CG7578.3(2-19) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 1 of 6
E. FIRE, LIGHTNING OR EXPLOSION DAMAGE
Except where it is used in the term "hostile fire", the
word fire includes fire, lightning or explosion wherever
it appears in the Coverage Form.
Under Section I— Coverage A, the last paragraph
(after the exclusions) is replaced with the following:
Exclusions c. through n. do not apply to damage by
fire, smoke or leakage from automatic fire protection
systems to premises while rented to you or
temporarily occupied by you with permission of the
owner. A separate limit of insurance applies to this
coverage as described in Section III — Limits of
Insurance.
F. MEDICAL PAYMENTS
If Section I— Coverage C. Medical Payments
Coverage is not otherwise excluded from this
Coverage Form:
The requirement, in the Insuring Agreement of
Coverage C., that expenses must be incurred and
reported to us within one year of the accident date is
changed to three years.
G. SUPPLEMENTARY PAYMENTS
Supplementary Payments — Coverages A and B
Paragraphs 1.b. and 1.d. are replaced by the
following:
1.b. Up to $5,000 for cost of bail bonds required
because of accidents or traffic law violations
arising out of the use of any vehicle to which the
Bodily Injury Liability Coverage applies. We do
not have to furnish these bonds.
1.d. All reasonable expenses incurred by the insured
at our request to assist us in the investigation or
defense of the claim or "suiY', including actual
loss of earnings up to $500 a day because of
time off from work.
H. SUBSIDIARIES AS INSUREDS
Section II — Who Is An Insured is amended to add
the following:
1.f. Any legally incorporated subsidiary in which you
own more than 50% of the voting stock on the
effective date of this policy. However, insured
does not include any subsidiary that is an insured
under any other general liability policy, or would
have been an insured under such a policy but for
termination ot tnat poiicy or tne exnaustion ot tnat
policy's limits of liability.
BLANKET ADDITIONAL INSUREDS — AS
REQUIRED BY CONTRACT
Section II — Who Is An Insured is amended to
include as an additional insured any person(s) or
organization(s) subject to provisions in Paragraph
2. below, (hereinafter referred to as additional
insured) when you and such person(s) or
organization(s) have agreed in a written contract
or written agreement that such person(s) or
organization(s) be added as an additional insured
on your policy provided that the written contract or
agreement is:
CG7578.3(2-19)
a. Currently in effect or becomes effective
during the policy period; and
b. Executed prior to an "occurrence" or
offense to which this insurance would
apply.
However, the insurance afforded to such
additional insured:
a. Only applies to the extent permitted by law;
and
b. Will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured; and
c. Applies only if the person or organization is
not specifically named as an additional
insured under any other provision of, or
endorsement added to, Section II — Who
Is An Insured of this policy.
As provided herein, the insurance coverage
provided to such additional insureds is limited
to:
a. Any Controlling Interest, but only with
respect to their liability arising out of their
financial control of you; or premises they
own, maintain, or control while you lease or
occupy these premises.
This insurance does not apply to structural
alterations, new construction and
demolition operations performed by or for
that person or organization.
b. Any architect, engineer, or surveyor
engaged by you but only with respect to
liability for "bodily injury", "property
damage" or "personal and advertising
injury" caused, in whole or in part, by your
acts or omissions or the acts or omissions
of those acting on your behalf:
(1) In connection with your premises; or
(2) In the performance of your ongoing
operations.
With respect to the insurance afforded to
these additional insureds, the following
additional exclusion applies:
This insurance does not apply to "bodily
injury", "property damage" or "personal and
advertising injury" arising out of the
rendering of or the failure to render any
professional services by or for you,
including:
(1) The preparing, approving, or failing to
prepare or approve, maps, shop
drawings, opinions, reports, surveys,
field orders, change orders or drawings
and specifications; or
(2) Supervisory, inspection, architectural or
engineering activities.
Includes copyrighted material of ISO Properties, Inc. with its permission.
Page 2 of 6
This exclusion applies even if the claims
against any insured allege negligence or
other wrongdoing in the supervision, hiring,
employment, training or monitoring of
others by that insured, if the "occurrence"
which caused the "bodily injury" or
"property damage", or the offense which
caused the "personal and advertising
injury", involved the rendering of or the
failure to render any professional services
by or for you.
c. Any manager or lessor of a premises
leased to you, but only with respect to
liability arising out of the ownership,
maintenance or use of that part of a
premises leased to you, subject to the
following additional exclusions:
This insurance does not apply to:
(1) Any "occurrence" which takes place
after you cease to be a tenant in that
premises.
(2) Structural alterations, new construction
or demolition operations performed by
or on behalf of such additional insured.
d. Any state or governmental agency or
subdivision or political subdivision, subject to
the following:
(1) This insurance applies only with respect
to the following hazards for which any
state or governmental agency or
subdivision or political subdivision has
issued a permit or authorization in
connection with premises you own, rent
or control and to which this insurance
applies:
(a) The existence, maintenance, repair,
construction, erection or removal of
advertising signs, awnings,
canopies, cellar entrances, coal
holes, driveways, manholes,
marquees, hoist away openings,
sidewalk vaults, street banners or
decorations and similar exposures;
or
(b) The construction, erection or
removal of elevators; or
(c) The ownership, maintenance or use
of any elevators covered by this
insurance.
(2) This insurance applies only with respect
to operations performed by you or on
your behalf for which any state or
governmental agency or subdivision or
political subdivision has issued a permit
or authorization.
This insurance does not apply to:
(a) "Bodily injury", "property damage" or
"personal and advertising injury"
arising out of operations performed
for the federal government, state or
municipality; or
(b) "Bodily injury" or "property damage"
included within the "products-
completed operations hazard".
e. Any vendor, but only with respect to "bodily
injury" or "property damage" arising out of
"your products" which are distributed or sold
in the regular course of the vendor's
business.
With respect to the insurance afforded to
these vendors, the following additional
exclusions apply:
(1) The insurance afforded any vendor does
not apply to:
(a) "Bodily injury" or "property damage"
for which any vendor is obligated to
pay damages by reason of the
assumption of liability in a contract or
agreement. This exclusion does not
apply to liability for damages that any
vendor would have in the absence of
the contract or agreement;
(b) Any express warranty unauthorized
by you;
(c) Any physical or chemical change in
the product made intentionally by
any vendor;
(d) Repackaging, except when
unpacked solely for the purpose of
inspection, demonstration, testing,
or the substitution of parts under
instructions from the manufacturer,
and then repackaged in the original
container;
(e) Any failure to make such
inspections, adjustments, tests or
servicing as any vendor has
agreed to make or normally
undertakes to make in the usual
course of business, in connection
with the distribution or sale of the
products;
(f) Demonstration, installation,
servicing or repair operations,
except such operations performed
at any vendor's premises in
connection with the sale of the
product;
(g) Products which, after distribution or
sale by you, have been labeled or
relabeled or used as a container,
part or ingredient of any other thing
or substance by or for any vendor;
or
CG7578.3(2-19) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 3 of 6
(h) "Bodily injury" or "property
damage" arising out of the sole
negligence of any vendor for its
own acts or omissions or those of
its employees or anyone else
acting on its behalf. However, this
exclusion does not apply to:
(i) The exceptions contained in
Subparagraphs (d) or (f); or
(ii) Such inspections, adjustments,
tests or servicing as any
vendor has agreed to make or
normally undertakes to make in
the usual course of business,
in connection with the
distribution or sale of the
products.
(2) This insurance does not apply to any
insured person or organization, from
whom you have acquired such
products, or any ingredient, part or
container, entering into, accompanying
or containing such products.
f. Any Mortgagee, Assignee Or Receiver, but
only with respect to their liability as
mortgagee, assignee, or receiver and
arising out of the ownership, maintenance,
or use of the premises by you.
This insurance does not apply to structural
alterations, new construction and
demolition operations performed by or for
that person or organization.
g. Any Owners Or Other Interests From
Whom Land Has Been Leased, but only
with respect to liability arising out of the
ownership, maintenance or use of that part
of the land leased to you.
With respect to the insurance afforded to
these additional insureds, the following
additional exclusions apply:
(1) This insurance does not apply to:
(a) Any "occurrence" which takes
place after you cease to lease that
land;
(b) Structural alterations, new
construction or demolition
operations performed by or on
behalf of such additional insured.
h. Any person or organization from whom you
lease equipment, but only with respect to
liability for "bodily injury", "property
damage" or "personal and advertising
injury" caused, in whole or in part by your
maintenance, operation or use of
equipment leased to you by such person(s)
or organization(s).
A person's or organization's status as an
additional insured under this endorsement
ends when their contract or agreement with
you for such leased equipment ends.
With respect to the insurance afforded to
these additional insureds, this insurance
does not apply to any "occurrence" which
takes place after the equipment lease
i. Any Owners, Lessees, or Contractors for
whom you are performing operations, but
only with respect to liability for "bodily
injury", "property damage" or "personal and
advertising injury" caused, in whole or in
part, by:
(1) Your acts or omissions; or
(2) The acts or omissions of those acting
on your behalf;
in the performance of your ongoing
operations for the additional insured.
A person's or organization's status as an
additional insured under this endorsement
ends when your operations for that
additional insured are completed.
With respect to the insurance afforded to
these additional insureds, the following
additional exclusions apply:
This insurance does not apply to:
(1) "Bodily injury", "property damage" or
"personal and advertising injury" arising
out of the rendering of, or the failure to
render, any professional architectural,
engineering or surveying services,
including:
(a) The preparing, approving, or failing
to prepare or approve, maps, shop
drawings, opinions, reports,
surveys, field orders, change
orders or drawings and
specifications; or
(b) Supervisory, inspection,
architectural or engineering
activities.
This exclusion applies even if the claims
against any insured allege negligence or
other wrongdoing in the supervision, hiring,
employment, training or monitoring of
others by that insured, if the "occurrence"
which caused the "bodily injury" or
"property damage", or the offense which
caused the "personal and advertising
injury", involved the rendering of or the
failure to render any professional
architectural, engineering or surveying
services.
CG7578.3(2-19) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 4 of 6
(2) "Bodily injury" or "property damage"
occurring after:
(a) All work, including materials, parts
or equipment furnished in
connection with such work, on the
project (other than service,
maintenance or repairs) to be
performed by or on behalf of the
additional insured(s) at the location
of the covered operations has been
completed; or
(b) That portion of "your work" out of
which the injury or damage arises
has been put to its intended use by
any person or organization other
than another contractor or
subcontractor engaged in
performing operations for a
principal as a part of the same
project.
j. Any Grantor of Licenses to you, but only
with respect to their liability as grantor of
licenses to you.
Their status as additional insured under
this endorsement ends when:
1. The license granted to you by such
person(s) or organization(s) expires; or
2. Your license is terminated or revoked
by such person(s) or organization(s)
prior to expiration of the license as
stipulated by the contract or
agreement.
k. Any Grantor of Franchise, but only with
respect to their liability as grantor of a
franchise to you.
I. Any Co-owner of Insured Premises, but
only with respect to their liability as co-
owner of any insured premises.
m. Any Concessionaires Trading Under Your
Name, but only with respect to their liability
as a concessionaire trading under your
name.
3. Any insurance provided to any additional
insured does not apply to "bodily injury",
"property damage" or "personal and advertising
injury" arising out of the sole negligence or
willful misconduct of the additional insured or its
agents, "employees" or any other
representative of the additional insured.
4. With respect to the insurance afforded to these
additional insureds, the following is added to
Section III — Limits of Insurance:
If coverage provided to any additional insured
is required by a contract or agreement, the
most we will pay on behalf of the additional
insured is the amount of insurance:
a. Required by the contract or agreement; or
b. Available under the applicable Limits of
Insurance shown in the Declarations;
whichever is less.
This endorsement shall not increase the
applicable Limits of Insurance shown in the
Declarations.
J. COVERAGE FOR INJURY TO CO-EMPLOYEES
AND/OR YOUR OTHER VOLUNTEER WORKERS
Section II — Who is an Insured, Paragraph 2.a. (1)
is amended to add the following:
e. Paragraphs (a), (b), and (c) do not apply to
your "employees" or "volunteer workers" with
respect to "bodily injury" to a co-"employee" or
other "volunteer worker".
Damages owed to an injured co-"employee" or
"volunteer worker" will be reduced by any
amount paid or available to the injured co-
"employee" or "volunteer worker" under any
other valid and collectible insurance.
K. HEALTH CARE SERVICE PROFESSIONALS AS
INSUREDS - INCIDENTAL MALPRACTICE
Section II — Who is an Insured, Paragraph 2.a. (1)
(d) is amended as follows:
This provision does not apply to Nurses,
Emergency Medical Technicians, or Paramedics
who provide professional health care services on
your behalf.
However this exception does not apply if you are in
the business or occupation of providing any such
professional services.
L. NEWLY FORMED OR ACQUIRED ORGANIZATIONS
Section II — Who Is An Insured, Paragraph 3.a. is
replaced by the following:
3.a. Coverage under this provision is afforded until
the end of the policy period.
This provision does not apply if newly formed
or acquired organizations coverage is
excluded either by the provisions of the
Coverage Form or by endorsements.
M. DAMAGE TO PREMISES RENTED TO YOU
Section III — Limits of Insurance, Paragraph 6. is
replaced by the following:
Subject to 5.a. above, the Damage To Premises
Rented To You Limit, or $500,000, whichever is
higher, is the most we will pay under Coverage A
for damages because of "property damage" to any
one premises, while rented to you, or in the case of
damage by fire, lightning, explosion, smoke or
leakage from automatic protection systems, while
rented to you or temporarily occupied by you with
permission of the owner.
CG7578.3(2-19) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 5 of 6
N. MEDICAL PAYMENTS — INCREASED LIMITS
Section III — Limits of Insurance, Paragraph 7. is
replaced by the following:
7. Subject to Paragraph 5. above, $10,000 is the
Medical Expense Limit we will pay under
Coverage C for all medical expenses because
of "bodily injury" sustained by any one person,
unless the amount shown on the Declarations
of this Coverage Part for Medical Expense Limit
states:
(a) No Coverage; or
(b) $1,000; or
(c) $5,000; or
(d) A limit higher than $10,000.
O. DUTIES IN THE EVENT OF OCCURRENCE,
OFFENSE, CLAIM OR SUIT
Section IV — Commercial General Liability
Conditions Paragraph 2. is amended to add the
following:
1. The requirement in Condition 2.a. that you must
see to it that we are notified as soon as
practicable of an "occurrence" or an offense
which may result in a claim, applies only when
the "occurrence" or offense is known to:
(1) You, if you are an individual or a limited
liability company;
(2) A partner, if you are a partnership;
(3) A member or manager, if you are a limited
liability company;
(4) An "executive officer" or insurance
manager, if you are a corporation; or
(5) A trustee, if you are a trust.
2. The requirement in Condition 2.b. that you
must see to it that we receive notice of a claim
or "suiY' as soon as practicable will not be
considered breached unless the breach occurs
after such claim or "suiY' is known to:
(1) You, if you are an individual or a limited
ability company;
(2) A partner, if you are a partnership;
(3) A member or manager, if you are a limited
liability company;
(4) An "executive officer" or insurance
manager, if you are a corporation; or
P. PRIMARY AND NONCONTRIBUTORY —
ADDITIONAL INSURED EXTENSION
Section IV — Commercial General Liability
Conditions Paragraph 4. Other Insurance is
amended to add the following:
This insurance is primary to and will not seek
contribution from any other insurance available to
an additional insured under your policy provided
(1) The additional insured is a Named Insured under
such other insurance; and
(2) You have agreed in writing in a contract or
agreement that this insurance would be primary
and would not seek contribution from any other
insurance available to the additional insured.
However, if the additional insured has been added
as an additional insured on other policies, whether
primary, excess, contingent or on any other basis,
this insurance is excess over any other insurance
regardless of the written agreement between you
and an additional insured.
Q. UNINTENTIONAL FAILURE TO DISCLOSE
EXPOSURES
Section IV — Commercial General Liability
Conditions Paragraph 6. Representations is
amended to add the following:
If you unintentionally fail to disclose any exposures
existing at the inception date of your policy, we will not
deny coverage under the Coverage Form solely
because of such failure to disclose. However, this
provision does not affect our right to collect additional
premium or exercise our right of cancellation or non-
renewal.
This provision does not apply to any known injury or
damage which is excluded under any other provision of
R. WAIVER OF TRANSFER OF RIGHTS OF
RECOVERY AGAINST OTHERS TO US
Section IV — Commercial General Liability
Condition Paragraph 8. Transfer Of Rights Of
Recovery Against Others To Us is amended to add
the following:
We waive any right of recovery we may have against
any person or organization because of payments we
make for injury or damage arising out of:
1. Your ongoing operations; or
2. "Your work" included in the "products-completed
operations hazard".
However, this waiver applies only when you have
agreed in writing to waive such rights of recovery in a
contract or agreement, and only if the contract or
agreement:
1. Is in effect or becomes effective during the term of
this policy; and
S. MENTAL ANGUISH
Section V— Definition 3. is replaced by the following:
"Bodily injur�!' means bodily injury, sickness or disease
sustained by a person, including mental anguish or
death resulting from bodily injury, sickness or disease.
T. LIBERALIZATION
If we revise this endorsement to provide greater
coverage without additional premium charge, we will
automatically provide the additional coverage to all
endorsement holders as of the day the revision is
effective in your state.
CG7578.3(2-19) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 6 of 6
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
AMENDMENT — AGGREGATE LIMITS OF INSURANCE (PER PROJECT)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
The General Aggregate Limit under LIMITS OF INSURANCE (Section III) applies separately to each of your projects
away from premises owned by or rented to you.
Includes copyrighted material of Insurance Services Office, Inc. with its permission.
Form CG7429 (Ed. 11-98) Copyright, Insurance Services Office, Inc., 1984
COMMERCIAL AUTO
BLANKET ADDITIONAL INSURED - PRIMARY AND NONCONTRIBUTORY -
REQUIRED IN WRITTEN CONTRACT OR AGREEMENT
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies the insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
A. Section II — Covered Autos Liability Coverage, B. With respect to the insurance afforded to these
Item A.1. Who Is An Insured is amended to additional insureds, the following is added to
include as an additional "insured": Paragraph C. Limit Of Insurance of Section II:
1
2.
Any person or organization who you become
obligated to include as an additional insured
under this "auto" Policy, as a result of any
written contract or agreement you enter into,
which requires you to furnish insurance to that
person or organization of the type provided by
this policy but only with respect to "auto" liability
arising out of your ongoing operations or
premises owned by or rented to you.
Any other person or organization you are
required to include as an additional insured
under this "auto" Policy as an additional insured
under a contract or agreement described in
Paragraph 1. above.
The most we will pay on behalf of the additional
insured is the amount of insurance:
1. Required by the contract or agreement
described in Paragraph A.1. or A.2.; or
2. Available under the applicable Limits Of
Insurance shown in the Declarations for: Auto
Liability;
whichever is less.
This endorsement shall not increase the applicable
Limits of Insurance shown in the Declarations.
C. The following is added to the Other Insurance
Condition and supersedes any provision to the
contrary:
Such person(s) or organization(s) is an additional
insured only with respect to "auto" liability for
"bodily injury", or "property damage" caused, in
whole or in part, by your acts or omissions or the
acts or omissions of those acting on your behalf:
1. In the performance of ongoing operations; or
2. In connection with your premises owned or
rented to you.
However, the insurance afforded to such additional
insured described above:
1. Only applies to the extent permitted by law;
2. Only applies if the contract or agreement is in
effect during the policy period;
3. Only applies if the "bodily injury" or "property
damage" occurs after you and such party have
executed the contract or agreement; and
4. Will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured.
Primary and Noncontributory Insurance
This insurance is primary to and will not seek
contribution from any other insurance available to
an additional insured under your policy provided
that:
(1) The additional insured is a Named Insured
under such other insurance; and
(2) You have agreed in writing in a contract or
agreement that this insurance would be primary
and would not seek contribution from any other
insurance available to the additional insured.
D. All other terms and conditions of this policy remain
unchanged.
CA7479 (2-22) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 1 of 1
NA-CNST-2024 Paving Improvements Unit
Price Construction Contract
Final Audit Report
2025-01-13
Created: 2024-12-24
By: Leonel Rios (Leonel.Rios@fortworthtexas.gov)
Status: Signed
Transaction ID: CBJCHBCAABAAMoJnybWFdtNryzZvt8sWmk4aGnmPEXiw
"NA-CNST-2024 Paving Improvements Unit Price Construction
Contract" History
Document created by Leonel Rios (Leonel.Rios@fortworthtexas.gov)
2024-12-24 - 4:54:56 PM GMT- IP address: 204.10.90.100
�=o Form filled by Leonel Rios (Leonel.Rios@fortworthtexas.gov)
Form filling Date: 2024-12-24 - 5:11:50 PM GMT - Time Source: server- IP address: 204.10.90.100
Document emailed to Ifrazier@faingp.com for signature
2024-12-24 - 5:11:54 PM GMT
Email viewed by Ifrazier@faingp.com
2024-12-24 - 9:42:19 PM GMT- IP address: 172.226.175.5
� Email viewed by Ifrazier@faingp.com
2024-12-28 - 9:34:29 AM GMT- IP address: 146.75.164.1
�'- Email viewed by Ifrazier@faingp.com
2024-12-30 - 7:11:29 PM GMT- IP address: 172.225.16.33
� Email viewed by Ifrazier@faingp.com
2025-01-02 - 7:51:42 PM GMT- IP address: 104.28.97.27
Email viewed by Ifrazier@faingp.com
2025-01-05 - 9:03:44 PM GMT- IP address: 172.225.130.62
Email viewed by Ifrazier@faingp.com
2025-01-08 - 10:00:23 PM GMT- IP address: 172.225.66.9
� Email viewed by Ifrazier@faingp.com
2025-01-09 - 2:31:21 PM GMT- IP address: 104.190.201.177
F�RT Wd[iTH, POH'eY� �'
� Adohe
Acrobat 5ign
��; Signer Ifrazier@faingp.com entered name at signing as Larry Frazier
2025-01-09 - 2:35:15 PM GMT- IP address: 104.190.201.177
� Larry Frazier (Ifrazier@faingp.com) uploaded the following supporting documents:
���; Certificate of Insurance
Contractor Compliance with Worker's Compensation Law
�� Maintenance/Warranty Bond
� Payment Bond
��� Performance Bond
�z�y�.��y Q��a�c�.n r� � �• �e� �., r r
�=o Document e-signed by Larry Frazier (Ifrazier@faingp.com)
Signature Date: 2025-01-09 - 2:35:17 PM GMT - Time Source: server- IP address: 104.190.201.177
Document emailed to Fanta Kaba (fanta.kaba@fortworthtexas.gov) for filling
2025-01-09 - 2:35:23 PM GMT
Email viewed by Fanta Kaba (fanta.kaba@fortworthtexas.gov)
2025-01-09 - 2:36:07 PM GMT- IP address: 75.32.196.26
�=�� Form filled by Fanta Kaba (fanta.kaba@fortworthtexas.gov)
Form filling Date: 2025-01-09 - 2:37:14 PM GMT - Time Source: server- IP address: 75.32.196.26
Document emailed to Leonel Rios (Leonel.Rios@fortworthtexas.gov) for approval
2025-01-09 - 2:37:18 PM GMT
C� Leonel Rios (Leonel.Rios@fortworthtexas.gov) uploaded the following supporting documents:
� Bond Verification
;�� M&C
2025-01-13 - 6:53:05 PM GMT
�;:, Document approved by Leonel Rios (Leonel.Rios@fortworthtexas.gov)
Approval Date: 2025-01-13 - 6:53:05 PM GMT - Time Source: server- IP address: 204.10.90.100
�� Agreement completed.
2025-01-13 - 6:53:05 PM GMT
F�RT Wd[iTH, POH'eY� �'
� Adohe
Acrobat 5ign
Signature:
Email: Leonel.Rios@fortworthtexas.gov
F�RTW�RTH�
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE:2024 Pavina Imarovements Unit Price Construction Contract
M&C: 24-1081
Date: 01 /14/25
To: I Name
1. Donnette Murph3
2, Patricia Wadsack
3. Lauren Prieur
4. Priscilla Ramirez
5. Doue Black
6. Jesica McEachern
7 Ronald Gonzales
8 Jannette Goodall
9 Allison Tidwell
10. TPW Contracts
Department
�w
CSCO-Form Filler
�w
Initials
�
��
Signed in Agiloft
ra
�
��
o�
,�.�
Rp�
DOC#:
Date Out
1 /15/25
1 /15/25
01/16/25
01/17/25
01 /31 /25
02/03/25
02/03/25
02/04/25
CC: Program Manager, Sr. CPO, TPW HSPAP Recon Team, TPW Records Room, TPW
Contracts
DOCUMENTS FOR C1TY MANAGER'S SIGNATURE: All document� received from any and all
City Depathnents requesting City Manager's signatare for approval MUST BE ROUTED TO TT�
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 ONo
ROUTIIVG TO CSO: �YES ❑No
Action Reguired;
❑ As Requested
❑ For Your Information
� Signature/Routing and or Recording
❑ Comment
n F11C Link to general conditions & specifications
CPN: 104759 CSO:
NEXT DAY: ❑YES �IVo
❑ Attach Signature, Initial and Notary Tabs
Return To: Please notity TPWContracts a�fortworthtezas.gov for pickup when complete. Csll eat.
7233 or eat. 8363 with questions. Thank you2
FaRT ��RTH�
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE: 2024 Pavina Imarovements Unit Price Construction Contract
M&C: 24-1081 CPN:
Date: 12/24/24
�
�
�
�
�
�
�
�
:
�
�
Name
Larry Frazier
Fanta Kaba
Contract Compliance Specia
CSO:
Department
Vendor-Signer f
TPW-Signer ,„
TPW-Review �R
Initials
DOC#:
Date Out
01/09/25
01/09/25
01/13/25
CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW
Contracts
DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all
City Departments requesting City Manager's signature far 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 '� M&C