Loading...
HomeMy WebLinkAboutContract 62925CONTRACT FOR THE CONSTRUCTION OF PAVING, DRAINAGE, ILLUMINATION, TRAFFIC SIGNAL AND WATER IMPROVEMENTS GOLDEN TRIANGLE BOULEVARD (MISTY REDWOOD TRAIL TO INTERSTATE HIGHWAY 35W) City Project No. 101013 Mattie Parker David Cooke Mayor City Manager Lauren Prieur, P.E. Director, Transportation and Public Works Department Chris Harder, P.E. Director, Water Department Michael Owen, P.E. City Engineer, Transportation and Public Works Department Prepared for The City of Fort Worth Transportation & Public Works Department Capital Delivery Division October, 2024 Wier & Associates, Inc. 2201 E. Lamar Boulevard, Suite 200E Arlington, Texas 76006-7440 Tel: 817-467-7700 Fax: 817-467-7713 www.wierassociates.com 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 9 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FROM MISTY REDWOOD TRAIL TO I-35W Revised June 7, 2024 CITY PROJECT No. 101013 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 00 05 10 Mayor and Council Communication 07/01/2011 00 05 15 Addenda 07/01/2011 00 11 13 Invitation to Bidders 02/08/2024 00 21 13 Instructions to Bidders 01/17/2024 00 35 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 00 43 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 00 45 11 Bidders Prequalifications 08/13/2011 00 45 12 Prequalification Statement 09/30/2021 00 45 13 Prequalification Application 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 06/07/2024 00 52 43 Agreement 3/08/2024 00 61 13 Performance Bond 12/08/2023 00 61 14 Payment Bond 12/08/2023 00 61 19 Maintenance Bond 12/08/2023 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 03/08/2024 00 73 00 Supplementary Conditions 03/08/2024 Division 01 - General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 31 20 Project Meetings 07/01/2011 01 32 16 Construction Schedule 10/06/2023 01 32 33 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Signage 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 9 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FROM MISTY REDWOOD TRAIL TO I-35W Revised June 7, 2024 CITY PROJECT No. 101013 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project’s Contract Documents Division 02 - Existing Conditions Date Modified 02 41 13 Selective Site Demolition 02 41 14 Utility Removal/Abandonment 02 41 15 Paving Removal Division 03 -Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 26 - Electrical 26 05 00 Common Work Results for Electrical 5/17/2024 26 05 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31 - Earthwork 31 10 00 Site Clearing 31 23 16 Unclassified Excavation 5/17/2024 31 23 23 Borrow 5/17/2024 31 24 00 Embankments 9/30/2024 31 25 00 Erosion and Sediment Control 31 36 00 Gabions 31 37 00 Riprap Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 32 01 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 32 11 37 Liquid Treated Soil Stabilizer 32 12 16 Asphalt Paving 32 12 73 Asphalt Paving Crack Sealants 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 9/30/2024 32 13 73 Concrete Paving Joint Sealants 32 14 16 Brick Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 32 17 25 Curb Address Painting 32 31 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 9 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FROM MISTY REDWOOD TRAIL TO I-35W Revised June 7, 2024 CITY PROJECT No. 101013 32 32 13 Cast-in-Place Concrete Retaining Walls 32 91 19 Topsoil Placement and Finishing of Parkways 32 92 13 Sodding 32 92 14 Non-Native Seeding 32 92 15 Native Grass and Wildflower Seeding 32 93 43 Trees and Shrubs Division 33 -Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems 33 04 10 Joint Bonding and Electrical Isolation 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 33 05 10 Utility Trench Excavation, Embedment, and Backfill 33 05 12 Water Line Lowering 33 05 13 Frame, Cover and Grade Rings-Cast Iron 33 05 13.01 Frame,Cover and Grade Rings-Composite 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 05 16 Concrete Water Vaults 33 05 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 11 05 Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 33 12 10 Water Services 1-inch to 2-inch 5/17/2024 33 12 11 Large Water Meters 33 12 20 Resilient Seated Gate Valve 33 12 21 AWWA Rubber-Seated Butterfly Valves 33 12 25 Connection to Existing Water Mains 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 10/23/2024 33 12 40 Fire Hydrants 33 12 50 Water Sample Stations 33 12 60 Standard Blow-off Valve Assembly 10/23/2024 33 31 12 Cured in Place Pipe (CIPP) 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 9 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FROM MISTY REDWOOD TRAIL TO I-35W Revised June 7, 2024 CITY PROJECT No. 101013 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 33 31 22 Sanitary Sewer Slip Lining 33 31 23 Sanitary Sewer Pipe Enlargement 33 31 50 Sanitary Sewer Service Connections and Service Line 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 30 Fiberglass Manholes 33 39 40 Wastewater Access Chamber (WAC) 33 39 60 Epoxy Liners for Sanitary Sewer Structures 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 33 41 12 Reinforced Polyethylene (SRPE) Pipe 33 41 13 Polypropylene Pipe for Storm Drain 33 46 00 Subdrainage 33 46 01 Slotted Storm Drains 33 46 02 Trench Drains 33 49 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 - Transportation 34 41 10 Traffic Signals 34 41 10.01 Attachment A –Controller Cabinet 34 41 10.02 Attachment B –Controller Specification 34 41 10.03 Attachment C –Software Specification 34 41 11 Temporary Traffic Signals 34 41 13 Removing Traffic Signals 34 41 15 Rectangular Rapid Flashing Beacon 34 41 16 Pedestrian Hybrid Signal 34 41 20 Roadway Illumination Assemblies 34 41 20.01 Arterial LED Roadway Luminaires 34 41 20.02 Freeway LED Roadway Luminaires 34 41 20.03 Residential LED Roadway Luminaires 34 41 30 Aluminum Signs 34 71 13 Traffic Control 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 9 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FROM MISTY REDWOOD TRAIL TO I-35W Revised June 7, 2024 CITY PROJECT No. 101013 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City’s website at: http://fortworthtexas.gov/tpw/contractors/ or https://apps.fortworthtexas.gov/ProjectResources/ Division 02 - Existing Conditions Last Revised 02 41 13 Selective Site Demolition 03/11/2022 02 41 14 Utility Removal/Abandonment 12/20/2012 02 41 15 Paving Removal 02/02/2016 Division 03 -Concrete 03 30 00 Cast-In-Place Concrete 03/11/2022 03 34 13 Controlled Low Strength Material (CLSM)12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 26 05 00 Common Work Results for Electrical 03/11/2022 26 05 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 26 05 50 Communications Multi-Duct Conduit 02/26/2016 Division 31 - Earthwork 31 00 00 Site Clearing 03/22/2021 31 23 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 31 24 00 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 04/29/2021 31 36 00 Gabions 12/20/2012 31 37 00 Riprap 12/20/2012 Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 12/20/2012 32 01 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 11 23 Flexible Base Courses 12/20/2012 32 11 29 Lime Treated Base Courses 12/20/2012 32 11 33 Cement Treated Base Courses 06/10/2022 32 11 37 Liquid Treated Soil Stabilizer 08/21/2015 32 12 16 Asphalt Paving 6/07/2024 32 12 73 Asphalt Paving Crack Sealants 12/20/2012 32 13 13 Concrete Paving 06/10/2022 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 12/09/2022 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32 14 16 Brick Unit Paving 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 12/09/2022 32 17 23 Pavement Markings 06/10/2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 9 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FROM MISTY REDWOOD TRAIL TO I-35W Revised June 7, 2024 CITY PROJECT No. 101013 32 17 25 Curb Address Painting 11/04/2013 32 31 13 Chain Fences and Gates 12/20/2012 32 31 26 Wire Fences and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/20/2012 32 32 13 Cast-in-Place Concrete Retaining Walls 06/05/2018 32 91 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022 32 92 13 Sodding 05/13/2021 32 92 14 Non-Native Seeding 05/13/2021 32 92 15 Native Grass and Wildflower Seeding 10/06/2023 32 93 43 Trees and Shrubs 12/20/2012 Division 33 -Utilities 33 01 30 Sewer and Manhole Testing 09/07/2018 33 01 31 Closed Circuit Television (CCTV) Inspection –Sanitary Sewer 03/11/2022 33 01 32 Closed Circuit Television (CCTV) Inspection –Storm Drain 12/08/2023 33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33 04 10 Joint Bonding and Electrical Isolation 12/20/2012 33 04 11 Corrosion Control Test Stations 12/20/2012 33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Pipes 03/11/2022 33 05 10 Utility Trench Excavation, Embedment, and Backfill 04/02/2021 33 05 12 Water Line Lowering 12/20/2012 33 05 13 Frame, Cover and Grade Rings 09/09/2022 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 03/11/2022 33 05 16 Concrete Water Vaults 12/20/2012 33 05 17 Concrete Collars 03/11/2022 33 05 20 Auger Boring 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 33 05 23 Hand Tunneling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 12/09/2022 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/09/2022 33 11 11 Ductile Iron Fittings 09/20/2017 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 09/09/2022 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 12/20/2012 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 12 11 Large Water Meters 12/20/2012 33 12 20 Resilient Seated Gate Valve 05/06/2015 33 12 21 AWWA Rubber-Seated Butterfly Valves 04/23/2019 33 12 25 Connection to Existing Water Mains 02/06/2013 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 12 40 Fire Hydrants 01/03/2014 33 12 50 Water Sample Stations 12/20/2012 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 9 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FROM MISTY REDWOOD TRAIL TO I-35W Revised June 7, 2024 CITY PROJECT No. 101013 33 12 60 Standard Blow-off Valve Assembly 06/19/2013 33 31 12 Cured in Place Pipe (CIPP)12/20/2012 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 04/23/2019 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 09/09/2022 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 12/20/2012 33 31 22 Sanitary Sewer Slip Lining 12/20/2012 33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012 33 39 10 Cast-in-Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fiberglass Manholes 12/20/2012 33 39 40 Wastewater Access Chamber (WAC)12/20/2012 33 39 60 Liners for Sanitary Sewer Structures 04/29/2021 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012 33 41 12 Reinforced Polyethylene (SRPE) Pipe 11/13/2015 33 41 13 Polypropylene Pipe for Storm Drain 06/10/2022 33 46 00 Subdrainage 12/20/2012 33 46 01 Slotted Storm Drains 07/01/2011 33 46 02 Trench Drains 07/01/2011 33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 03/11/2022 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - Transportation 34 41 10 Traffic Signals 03/11/2022 34 41 10.01 Attachment A –Controller Cabinet 12/18/2015 34 41 10.02 Attachment B –Controller Specification 02/2012 34 41 10.03 Attachment C –Software Specification 01/2012 34 41 11 Temporary Traffic Signals 11/22/2013 34 41 13 Removing Traffic Signals 03/11/2022 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 34 41 50 Single-Mode Fiber Optic Cable 02/26/2016 34 71 13 Traffic Control 03/22/2021 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 8 of 9 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FROM MISTY REDWOOD TRAIL TO I-35W Revised June 7, 2024 CITY PROJECT No. 101013 GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION 2/17/25, 10:59 AM CITY COUNCIL AGENDA F��T �'�o�ri i -��- Create New From This M8�C REFERENCE *"M&C 25- 20GOLDEN TRIANGLE DATE: 2/11/2025 NO.: 0118 LOG NAME: BOULEVARD FROM I-35W TO MISTY REDWOOD TRAIL CODE: G TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 4 and CD 10) Authorize Execution of a Contract with McMahon Contracting and Construction, LLC, d/b/a McMahon Contracting, L.P. in the Amount of $10,824,277.43 for the Golden Triangle Boulevard from Interstate-35W to Misty Redwood Trail Project, Adopt Appropriation Ordinances, and Amend the Fiscal Years 2025-2029 Capital Improvement Program (2018 Bond Program) RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with McMahon Contracting and Construction, LLC, d/b/a McMahon Contracting, L.P., in the amount of $10,824,277.43, for the construction of the Golden Triangle Boulevard from Interstate-35W to Misty Redwood Trail project (City Project No. 101013); 2. Adopt the attached appropriation ordinance adjusting appropriations in the 2018 Bond Program Fund, by increasing appropriations in the Golden Triangle Boulevard from Interstate-35W to Misty Redwood Trail project (City Project No. 101013) in the amount of $5,636,956.59, and decreasing appropriations in the Authorized - Not Appropriated project (City Project No. U34018) by the same amount; 3. Adopt the attached appropriation ordinance adjusting appropriations in the 2018 Bond Program Fund, by increasing appropriations in the Golden Triangle Boulevard from Interstate-35W to Misty Redwood Trail project (City Project No. 101013) in the amount of $963,043.41, and decreasing appropriations in the Harmon Road Design ROW project (City Project No. 100459) by the same amount; and 4. Amend the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: This Mayor and Council Communication (M&C) recommends authorization for execution of a contract with McMahon Contracting and Construction, LLC, d/b/a McMahon Contracting, L.P., in the amount of $10,824,277.43, for the construction of the Golden Triangle Boulevard from Interstate-35W to Misty Redwood Trail project. The project will widen the existing 2-lane asphalt road to a 4-lane concrete arterial road, which will include traffic signals, drainage and water improvements, 10 foot shared use paths, and a concrete median. The following table demonstrates the total budget for the project: Capital Fund Name 34018 - 2018 Bond Program 30108 - Transportation Impact Fee Cap 30104 - Developer Contribution 34017 - TaxNote2017 Project Name 101013 - Golden Triangle 135-MistyRwood 101013 - Golden Triangle 135-MistyRwood 101013 - Golden Triangle 135-MistyRwood 101013 - Golden Triangle 135-MistyRwood apps.cfwnet.org/council_packet/mc_review.asp?ID=32982&councildate=2/11 /2025 M&C Review Existing Additional project Total Funding Funding $2,870,000.00 $6,600,000.00 $9,470,000.00 $2,973,967.49 $353,801.00 $200,000.00 $0.00 $2,973,967.49 $0.00 $353,801.00 $0.00 $200,000.00 1/3 2/17/25, 10:59 AM Capital Fund Name Project Name 39008 - Trans Impact Fee 101013 - Golden Triangle Cap Legacy 135-MistyRwood Project Total M&C Review Existing Funding $1,526,032.51 $7,923,801.00 Additional project Total Funding $0.00 $1,526,032.51 $6,600,000.00 $14,523,801.00 The project was advertised for bid on October 9, 2024 and October 16, 2024 in the Fort Worth Star-Telegram. On November 21, 2024, the following bids were received: Bidders Amount McMahon Contracting, L.P. � $10,824,277.43 McClendon Construction Co., Inc. � $10,971,977.55 DDM Construction Corp. � $11,395,703.74 Jackson Construction, Ltd. � $11,415,968.00 Tiseo Paving $11,473,436.85 Construction for this project is expected to start in early 2025. Funding for this project was not included in the FY2025-2029 Capital Improvement Program (CIP) because construction cost estimates were not complete at the time of CIP development. The action in this M&C will amend the FY2025-2029 Capital Improvement Program. Funding is budgeted in the Authorized, Not Appropriated and Harmon Rd Design ROW projects within the 2018 Bond Program Fund and in the Transportation Impact Fee Cap, Developer Contribution and Trans Impact Fee Cap Legacy Funds for the purpose of funding the Golden Triangle 135-MistyRwood project. Business Equity Office - The Business Equity Division placed a 9.22\% business equity goal on this solicitation/contract. McMahon Contracting, L.P., has agreed/committed to utilize 9.22\% 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. The project is located in COUNCIL DISTRICTS 4 and 10. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are currently available in the Authorized, Not Appropriated and Harmon Rd Design ROW projects within the 2018 Bond Program Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the 2018 Bond Program, Transportation Impact Fee Cap, Developer Contribution and Trans Impact Fee Cap Legacy Funds for the Golden Triangle 135-MistyRwood project to support the above recommendations and execution of the contract. Prior to an expenditure being incurred, the Transportation and Public Works Department has the responsibility of verifying the availability of funds. TO Fund I Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference # Amount ID � ID � � Year �(Chartfield 2) � Submitted for City Manager's Office by_ Originating Department Head: Additional Information Contact: Jesica McEachern (5804) Lauren Prieur (6035) Monty Hall (8662) apps.cfwnet.org/council_packet/mc_review.asp?ID=32982&councildate=2/11 /2025 2/3 ADDENDUM No. 1 To:Date: From:CPN: Email:Project: Subject: This addendum forms part of the Contract Documents for the City Project listed above and modifies the original Contract Documents. Note receipt of this addendum in the Bid Proposal. � � WIER & A55�CIATES E13GiNE£R5 I Sl1HVEYORS i LAN� PLANNERS 4 Construction Plan Revisions 2201 E. Lamar Blvd., Suite 200E Arlington, Texas 76006 (817) 467-7700 Fax(817)467-7713 The revised plan sheets 02, 06, 07, 16, 17, 18, 19, 20, 21, 22, 23, 24, 25, 26, 27, 28, 30, 34, 37, 38, 39, 40, 41, 50, 51, 53, 54, 55, 56, 60, 61 and 106 contained under Attachment "A" replace the plan sheets in Original Bid Issue plan set. An additional detail plan sheet 34A has been added to the construction plan set under Attachment "A". 5. Proiect Manual The following sections of the Project Manual contained under Attachment "B" shall replace those sections in the Project Manual: Section 00 00 00 Section 00 21 13 Section 00 41 00 Section 00 42 43 Section 00 45 12 Section 00 45 13 Section 00 52 43 Section 01 70 00 Section 33 12 10 Table of Contents Instructions to Bidders Bid Form Proposal Form Unit Price Prequalification Statement Prequalification Application Agreement Mobilization and Remobilization Water Services 1-inch to 2-inch The following sections contained under Attachment "B" have been added to the Project Manual: Section 03 80 00 Section 33 04 11 Section 33 04 12 Section 33 04 30 Section 33 05 13 Section 33 05 14 Section 33 05 17 Section 33 11 11 Section 33 12 20 Section 33 12 25 Section 33 12 30 Section 33 12 40 Section 33 12 60 Modifications to Existing Concrete Structures Corrosion Control Test Station Magnesium Anode Cathodic Protection System Temporary Water Services Frame, Cover and Grade Rings-Cast Iron Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade Concrete Collars Ductile Iron Fittings Resilient Seated Gate Valve Connection to Existing Water Mains Combination Air Valve Assemblies for Potable Water Systems Fire Hydrants Standard Blow-off Valve Assembly Page 1 of 2 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FROM MISTY REDWOOD TRAIL TO I-35W Revised September 14, 2022 CITY PROJECT No. 101013 CITY OF FORT WORTH Transportation and Public Works Department Golden Triangle Boulevard From Misty Redwood Trail to Interstate Highway No. 35W FY 2018 Bond Roadway Improvements Project City Project No. 101013 ADDENDUM NO. 2 Addendum No. 2: Issued Tuesday, November 5, 2024 Bid Open Date: Thursday, November 21st, 2024 This Addendum forms part of the Specifications & Contract Documents for the above-referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, and in the proposal (SECTION 00 41 00). Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specification documents for Golden Triangle Boulevard from Misty Redwood Trail to Interstate Highway No. 35W, FY 2018 Bond Roadway Improvements, City Project No. 101013, are hereby revised by Addendum No. 2 as follows: SPECIFICATIONS & CONTRACT DOCUMENTS: a. SECTION 00 11 13 – Replace Page 1 of 3 of the INVITATION TO BIDDERS in its entirety with the attached Page 1 of 3 revising the Bid Opening Date to 2:00 P.M. CST, Thursday, November 21st, 2024. This Addendum No. 1 forms part of the Specifications and Contract Documents for the above- referenced project and modifies the original Project Manual and Contract Documents of the same. Acknowledge your receipt of Addendum No. 2 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. 2 should be included in the submitted 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. Page 2 of 2 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FROM MISTY REDWOOD TRAIL TO I-35W Revised September 14, 2022 CITY PROJECT No. 101013 Addendum No. 2 RECEIPT ACKNOWLEDGEMENT: Lauren Prieur, P.E. Director, Transportation and Public Works By: By: Bereket Birhane, P.E. Company: Engineering Manager, TPW Address: City: State: Page 1 of 4 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FROM MISTY REDWOOD TRAIL TO I-35W Revised September 14, 2022 CITY PROJECT No. 101013 CITY OF FORT WORTH Transportation and Public Works Department Golden Triangle Boulevard From Misty Redwood Trail to Interstate Highway No. 35W FY 2018 Bond Roadway Improvements Project City Project No. 101013 ADDENDUM NO. 3 Addendum No. 3: Issued Tuesday, November 12, 2024 Bid Open Date: Thursday, November 21st, 2024 This Addendum forms part of the Specifications & Contract Documents for the above-referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, and in the proposal (SECTION 00 41 00). Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specification documents for Golden Triangle Boulevard from Misty Redwood Trail to Interstate Highway No. 35W, FY 2018 Bond Roadway Improvements, City Project No. 101013, are hereby revised by Addendum No. 3 as follows: SPECIFICATIONS & CONTRACT DOCUMENTS: a. SECTION 00 41 00 – Replace the BID FORM in its entirety with the attached revised BID FORM. b. SECTION 00 42 43 – Replace the PROPOSAL FORM UNIT PRICE in its entirety with the attached revised PROPOSAL FORM UNIT PRICE. c. SECTION 00 52 43 – Replace the AGREEMENT in its entirety with the attached revised AGREEMENT. d. SECTION 02 41 13 – Add the attached SECTION 02 41 13 SELECTIVE SITE DEMOLITION. e. BIDTABLE (BT-02EZ) – The bidtable has been revised in Bonfire to reflect the changes made to the proposal form. f. BIDTABLE (BT-38IN) – The bidtable has been revised in Bonfire to reflect the changes made to the proposal form. g. BIDTABLE (BT-12BR) – The bidtable has been revised in Bonfire to reflect the changes made to the proposal form CONSTRUCTION PLANS: a. Replace the following plan sheets with the attached revised plan sheets. Sheets 06, 07, 38 and 40. Page 2 of 4 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FROM MISTY REDWOOD TRAIL TO I-35W Revised September 14, 2022 CITY PROJECT No. 101013 The following questions have been posted on Bonfire. The City of Fort Worth’s responses are below. Question 1: Will existing trash/dirt piles be removed by others prior to construction beginning? If not, how will this work be paid? Piles are at Golden Triangle Boulevard and Harmon Road, South of Harmon Road and Graham Cracker Drive. Response 1: City of Fort Worth is contacting the property owner to address the trash / dirt pile located at Graham Cracker Drive to have it removed as it was a result of that site development. The trash / dirt pile located at Golden Triangle Boulevard and Harmon Road will be removed as part of the franchise utility relocations. If these parties do not remove the trash / dirt piles, they will be by Bid Item 37 added by this Addendum No. 3 Question 2: Will the contractors survey have to be RPLS? Response 2: Per Section 01 71 23, Paragraph 1.7, the “As-built Redline Drawing” shall be signed and sealed by a Registered Professional Land Surveyor (RPLS). Question 3: Can “As-Built” be provided electronically on PDF format? Or will the “As-Built” have to be hand drawn in? Response 3: Contractor will be required to provide redlines and water / sanitary sewer coordinates for the as-built to the City’s consultant. The consultant will be responsible for providing the as-built / record drawings to the City in PDF format. Question 4: Does the city allow Batch Plants? If so, what is the distance requirement the batch plant must be from an occupied dwelling? Response 4: Temporary batch plants are typically subject to a 6-month operation limit and cannot be less than 600-feet away from residential homes. For additional detail, contact the Development Services Department. Question 5: Is this bid based off a point system? Or is it lowest qualified bidder? Response 5: Lowest qualified bidder. Question 6: Will a construction schedule have to be provided with the bid? Response 6: No, but it has to be provided at the project pre-construction meeting. Question 7: Item 518 – 4” Combo Air Valve: The plans show this to be existing and relocated 4”. Can the existing 4” Combo Air Valve be reused or does this have to be a new valve assembly? Response 7: This Bid Item was modified and clarified by Addendum No. 1. Only the above ground vent is being relocated and vent piping extended. The air release valve and air release valve manhole are remaining in place. The manhole rim is being adjusted and paid for through Bid Item 521. Question 8: What is the engineer’s estimate? Response 8: This was provided in Addendum No. 1. Estimated to be around 10 million. Question 9: We need a select fill item for the storm drain. It is rocky on that side of town. Response 9: A bid item for Imported Embedment / Backfill, Select Fill has been added with Addendum No. 3. Question 10: Where is the temporary water item located? We have not been able to find any locations that need temporary water on it. It is a lump sum item, so we need to have a quantity to be able to bid it properly. If you don’t know where it is, you could bid it by the foot, and we could bid it like that. Response 10: Temporary water bid item provided to ensure domestic water supply is maintained for the properties where water meters are being relocated. Golden Triangle Boulevard Street Stations 40+20 and 58+20. Page 3 of 4 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FROM MISTY REDWOOD TRAIL TO I-35W Revised September 14, 2022 CITY PROJECT No. 101013 Question 11: The RCCP 24" water line is that pipe 301 or 303? Response 11: Per the referenced City of Fort Worth Specification 33 11 13, it is AWWA C303. Question 12: Do we really need an 8" blow off on a 24" water line on sheet 23? Response 12: Yes, according to the City of Fort Worth Standard Blow-off Assembly Detail 33 12 60-D105 provided on plan sheet 29. Water lines 24” and larger require 8” blow-off size. Question 13: 6" blow off valve relocations has a note to Remove MH and backfill void with CLSM. That will be very costly to the city because of the amount of CLSM that would be used. Why not just compact it like we compact all of a ditches we do? Response 13: CLSM backfill is required by the City of Fort Worth Water Department, Question 14: On the air release valve item, do you want to just extend the 4" pipe and a new vent riser or do you want a new complete air release valve with everything inside? Response 14: : This Bid Item was modified and clarified by Addendum No. 1. Only the above ground vent is being relocated and vent piping extended. The air release valve and air release valve manhole are remaining in place. The manhole rim is being adjusted and paid for through Bid Item 521. Question 15: Does the Golden Triangle Boulevard reconstruction plan include stabilization of the subgrade below the pavement? Response 15: Yes, lime stabilization is required. Question 16: Will the bids be read online, since the bid is to be submitted online? If so, can you provide a link to where bids will be read? Response 16: No, the bid opening will be held at 2:00 PM at Fort Worth City Hall, 100 Fort Worth Trail, Fort Worth, Texas, Mezzanine, Room CH_MZ10_12 on November 21. The bid results are usually posted on Friday after bid opening at the bottom of the following link under the "Listen to City of Fort Worth bid openings or a summary of opened bids" drop down menu. https://www.fortworthtexas.gov/departments/finance/bids Question 17: Will the pre-bid sign in sheet be made available to all bidders? Response 17: Pre-bid sign in sheet is available on Bonfire. Question 18: Does the contractor need to be pre-qualified with the City of Fort Worth? Response 18: Please refer to the public notice on the bid listing for the response to your question. Question 19: It appears the construction plans have not been added to the Supporting Documents section. When will the plans be available? Response 19: Construction plans and Project Manual are available on Bonfire. Question 20: When will you be posting the plans for this project? Also, do you have a name & contact info for the FTW project manager. Please furnish. Response 20: The project manager is Bereket Birhane. Please continue to submit your questions via Bonfire. Construction plans and Project Manual are available on Bonfire. This Addendum No. 3 forms part of the Specifications and Contract Documents for the above- referenced project and modifies the original Project Manual and Contract Documents of the same. Acknowledge your receipt of Addendum No. 3 by completing the requested information in the space provided in Section 00 41 00, Bid Form, Page 3 of 3 Page 4 of 4 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FROM MISTY REDWOOD TRAIL TO I-35W Revised September 14, 2022 CITY PROJECT No. 101013 A signed copy of Addendum No. 3 should be included in the submitted sealed bid at the time of bid submittal. Failure to acknowledge the receipt of Addendum No. 3 could cause the subject bidder to be considered “NONRESPONSIVE,” resulting in disqualification. Addendum No. 1 RECEIPT ACKNOWLEDGEMENT: Lauren Prieur, P.E. Director, Transportation and Public Works By: By: Bereket Birhane, P.E. Company: Engineering Manager, TPW Address: City: State: Page 1 of 2 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FROM MISTY REDWOOD TRAIL TO I-35W Revised September 14, 2022 CITY PROJECT No. 101013 CITY OF FORT WORTH Transportation and Public Works Department Golden Triangle Boulevard From Misty Redwood Trail to Interstate Highway No. 35W FY 2018 Bond Roadway Improvements Project City Project No. 101013 ADDENDUM NO. 4 Addendum No. 4: Issued Monday, November 18, 2024 Bid Open Date: Thursday, November 21st, 2024 This Addendum forms part of the Specifications & Contract Documents for the above-referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, and in the proposal (SECTION 00 41 00). Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specification documents for Golden Triangle Boulevard from Misty Redwood Trail to Interstate Highway No. 35W, FY 2018 Bond Roadway Improvements, City Project No. 101013, are hereby revised by Addendum No. 4 as follows: CONSTRUCTION PLANS: a. Replace the following plan sheets with the attached revised plan sheets. Sheets 260, 261, 262, 263, 264 and 265. b. Add Plan Sheets 266 and 267. The following questions have been posted on Bonfire. The City of Fort Worth’s responses are below. Question 1: Cathodic Protection Item #5-13 Is this item for the lowering of the existing RCCP line? If so, is this item still required if the RCCP alternate is chosen? Response 1: The cathodic protection items are for the lowering of the 24” water line, but also covers relocation of a few cathodic protection test stations on the existing 48” steel water line. The bid alternates for the 24” RCCP pipe lowering are for ductile iron or steel which also require cathodic protection. Question 2: Will we need to lime stabilize if the top of the proposed subgrade is rock? Response 2: When rock is encountered, it is to be over-excavated to the BOTTOM of the proposed subgrade layer. On-site excavated earthen materials are to placed over the rock, lime stabilized and compacted to meet the required specifications. This Addendum No. 4 forms part of the Specifications and Contract Documents for the above- referenced project and modifies the original Project Manual and Contract Documents of the same. Page 2 of 2 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FROM MISTY REDWOOD TRAIL TO I-35W Revised September 14, 2022 CITY PROJECT No. 101013 Acknowledge your receipt of Addendum No. 4 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. 4 should be included in the submitted sealed bid at the time of bid submittal. Failure to acknowledge the receipt of Addendum No. 4 could cause the subject bidder to be considered “NONRESPONSIVE,” resulting in disqualification. Addendum No. 4 RECEIPT ACKNOWLEDGEMENT: Lauren Prieur, P.E. Director, Transportation and Public Works By: By: Bereket Birhane, P.E. Company: Engineering Manager, TPW Address: City: State: 00 11 13 INVITATION TO BIDDERS Page 1 of 3 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT FROM MISTY REDWOOD TRAIL TO I-35W Revised 2/08/24 CITY PROJECT No. 101013 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of Golden Triangle Boulevard (from approximately 500 feet Northeast of Misty Redwood Trail to Interstate Highway No. 35W) Paving, Drainage, Illumination, Traffic Signal and Water Improvements, City Project No. 101013 (“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 until 2:00 P.M. CST, Thursday, November 21st, 2024. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST at Fort Worth City Hall, 100 Fort Worth Trail, Fort Worth, Texas, Mezzanine, Room CH_MZ10_12. Your submissions must be uploaded, finalized and submitted prior to the Project’s posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non-responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. 00 11 13 INVITATION TO BIDDERS Page 2 of 3 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT FROM MISTY REDWOOD TRAIL TO I-35W Revised 2/08/24 CITY PROJECT No. 101013 SUPPORT For technical questions, visit Bonfire’s help forum at https://vendorsupport.gobonfire.com/hc/en- us Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission [VIDEO] – Bonfire Vendor Support (gobonfire.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Arterial Thoroughfare construction from approximately 500-feet north of Misty Redwood Trail to Interstate Highway No. 35W, including paving, pavement marking, signage, storm drainage, illumination and water line adjustments. 19,990 SY 11” Concrete Pavement; 63,998 SF Concrete Shared Use Path; 678 LF 60” RCP; 432 LF 42” RCP; 433 LF 36” RCP; 584 LF 27” RCP; 503 LF 24” RCP; 776 LF 21” RCP 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=openOpportunities,under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting “yes” under the Intent to Bid section. All Addenda will be posted in the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities,under the respective Project. PREBID CONFERENCE – Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE:Monday, October 21st, 2024 TIME:2:00 P.M Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. 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. 00 11 13 INVITATION TO BIDDERS Page 3 of 3 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT FROM MISTY REDWOOD TRAIL TO I-35W Revised 2/08/24 CITY PROJECT No. 101013 CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. FUNDING Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from revenues generated from 2018 bonds and reserved by the City for the Project. ADVERTISEMENT DATES October 9, 2024 October 16, 2024 END OF SECTION 00 21 13 INSTRUCTIONS TO BIDDERS Page 1 of 9 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT FROM MISTY REDWOOD TRAIL TO I-35W Revised/Updated 1/17/24 CITY PROJECT No. 101013 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making electronic Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre-qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and documentation are available by accessing all required files through the City’s website at: https://apps.fortworthtexas.gov/ProjectResources/ 00 21 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT FROM MISTY REDWOOD TRAIL TO I-35W Revised/Updated 1/17/24 CITY PROJECT No. 101013 3.1.1. Paving – Requirements document located at: https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving %20Contractor%20Prequalification%20Program/PREQUALIFICATION%20REQ UIREMENTS%20FOR%20PAVING%20CONTRACTORS.pdf 3.1.2. Roadway and Pedestrian Lighting – Requirements document located at: https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/TPW%20Roadwa y%20and%20Pedestrian%20Lighting%20Prequalification%20Program/STREET% 20LIGHT%20PREQUAL%20REQMNTS.pdf 3.1.3. Water and Sanitary Sewer – Requirements document located at: https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/Water%20and%2 0Sanitary%20Sewer%20Contractor%20Prequalification%20Program/WSS%20pre qual%20requirements.pdf 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1.Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre-qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City’s assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 00 21 13 INSTRUCTIONS TO BIDDERS Page 3 of 9 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT FROM MISTY REDWOOD TRAIL TO I-35W Revised/Updated 1/17/24 CITY PROJECT No. 101013 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. OMITTED. 4.1.5.Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.6. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.7. Should perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 00 21 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT FROM MISTY REDWOOD TRAIL TO I-35W Revised/Updated 1/17/24 CITY PROJECT No. 101013 4.1.8. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima-facie evidence that the Bidder has made the investigations, examinations and tests herein required. 4.1.9. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.1.10. Indicate their intent to bid by selecting “yes” in the Procurement Portal under the Intent to Bid section. You must indicate your intent to bid to be able to submit a bid to the City. 4.2. Reference is made to Section 00 73 00 – Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4.Standard insurance requirements, coverages and limits. 00 21 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT FROM MISTY REDWOOD TRAIL TO I-35W Revised/Updated 1/17/24 CITY PROJECT No. 101013 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 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, 10 days 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. 00 21 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT FROM MISTY REDWOOD TRAIL TO I-35W Revised/Updated 1/17/24 CITY PROJECT No. 101013 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=openOpportunities 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or-equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 01 25 00 of the General Requirements. 00 21 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT FROM MISTY REDWOOD TRAIL TO I-35W Revised/Updated 1/17/24 CITY PROJECT No. 101013 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City’s Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non- responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. 12.2. All blanks on the Bid Form must be completed and the Bid Form signed electronically or signed in ink and scan. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice- president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 00 21 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT FROM MISTY REDWOOD TRAIL TO I-35W Revised/Updated 1/17/24 CITY PROJECT No. 101013 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 – Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities. 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 00 21 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT FROM MISTY REDWOOD TRAIL TO I-35W Revised/Updated 1/17/24 CITY PROJECT No. 101013 17.2. In addition to Bidder’s relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder’s bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident’s principal place of business is located. 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 00 35 l3 CONFLICT OF INTEREST APFIDAVIT Page l 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 coinplete a Conflict of Interest Questionnaire or certify that one is current and on iile with the City Secretary's Office ptu�suant 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 exercises discretion in the planning, recoinmending, selecting or contracting with a bidder, offeror or respondent is afiiliated 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 Govermnent Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. https://www.cthics.state.t�.us/data/for�ns/conf7ict/CIQ.pdf htt�s://www.ethics.state.tx.us/data/forms/conflict/CIS.pdf � CIQ Form is on iile with City Secretary 0 0 0 0 CIQ Form is being provided to the City Secretary CIS Form does not apply CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: G�� o�, ��,�-� ' L.�' Company ��� � �� �� y Address � ��P �� 7��� City/State/Zip By: ��0� `--� M �,�1 (Please Print) Signature: �Z � Title: ��� tQl�� (Please Print) END OF SECTION CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 GOLDEN TRIANGLE BOULEVARD �ROM MISTY REDWOOD TRAIL TO I-35W CITY PROJ�CT No. 1010 ] 3 0o a� o0 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: GOLDEN TRIANGLE BOULEVARD (Approximately 500-ft Northeast of Misty Redwood Trail to Interstate Highway No. 35W) City Project No.: 101013 Units/Sections: UNIT 1-DEMOLITION, UNIT 2-PAVING, UNIT 3-PAVEMENT MARKING & SIGNAGE UNIT 4-DRAINAGE, UNIT-5 WATER, UNIT-6 SANITARY SEWER, UNIT 7-ILLUMINATION, UNIT 8-TRAFFIC SIGNAL IMPROVEMENTS 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FROM MISTY REDWOOD TRAIL TO I-35W Revised 9/30I2021 CITY PROJECT No. 101013 00 41 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Pavement Construction b. Street Light Construction c. Traffic Signal Construction d. Water Transmission, Urban Renewel, 24" and Smaller e. Sanitary Sewer Collection System, Urban Renewal, 12" and Smaller f. g. - � 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 575 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FROM MISTY REDWOOD TRAIL TO I-35W Revised 9/30/2021 CITY PROJECT No. 101013 00 41 00 BID FORM Page3of3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items Total Base Bid Alternate Bid #1 Alternate Bid #2 Total Bid 7. Bid Submittal This Bid is submitted on � I�� �� Z. �' Respectfully submitted, e : �T � (Signature) �Go � �CMr��� (Printed me) Title: ! /�eS t(/l�/`+� Company: MG /� �G;�4N C�N��wg � L. � Address: 30�� RD a/Y' �j `i� C7/'� ��ai/'�P� //� %�d.s� / State of Incorporation: �eyClj' Email: .�LO�G �i�'lG/%'4! /NLd�v�/`q�j�/NOJ '�,tN� Phone: C�7�J LO�-4�07 END OF SECTION /�, $Z�l�Z7) �.3 1�, SL4,z7�, �3 by the entity named below. Corporate Seal: CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FROM MISTY REDWOOD TRAIL TO I-35W Revised 9I30/2021 CITY PROJECT No. 101013 00 42 43 BID PROPOSAL Page 1 of 6 1 0241.0100 Remove Sidewalk 02 41 13 SF 816 $1.81 $1,476.96 2 0241.0401 Remove Concrete Drive 02 41 13 SF 24,268 $1.28 $31,063.04 3 0241.0800 Remove Rip Rap (Rock)02 41 13 SF 515 $0.89 $458.35 4 0241.0800 Remove Rip Rap (Concrete)02 41 13 SF 3,824 $1.78 $6,806.72 5 0241.1000 Remove Concrete Pavement 02 41 15 SY 1,072 $21.28 $22,812.16 6 0241.1100 Remove Asphalt Pavement 02 41 15 SY 15,519 $9.32 $144,637.08 7 0241.0550 Remove Barricade / Guardrail 02 41 13 LF 28 $38.10 $1,066.80 8 0241.0500 Remove Fence 02 41 13 LF 1,321 $3.50 $4,623.50 9 0241.0600 Remove Wall <4'02 41 13 LF 83 $68.52 $5,687.16 10 0241.0700 Remove Mailbox 02 41 13 EA 1 $455.28 $455.28 11 0241.1012 Remove 6" Water Line 02 41 14 LF 16 $125.30 $2,004.80 12 0241.1015 Remove 12" Water Line 02 41 14 LF 50 $55.52 $2,776.00 13 0241.1019 Remove 24" Water Line 02 41 14 LF 28 $249.55 $6,987.40 14 0241.1300 Remove Concrete Curb & Gutter 02 41 15 LF 100 $13.13 $1,313.00 15 0241.1302 Remove 6" Water Valve 02 41 14 EA 2 $912.20 $1,824.40 16 0241.1510 Remove/Salvage Existing Fire Hydrant 02 41 14 EA 4 $911.51 $3,646.04 17 0241.3013 Remove 18" Storm Line 02 41 14 LF 829 $33.16 $27,489.64 18 0241.3014 Remove 21" Storm Line 02 41 14 LF 23 $32.92 $757.16 19 0241.3015 Remove 24" Storm Line 02 41 14 LF 200 $33.15 $6,630.00 20 0241.4401 Remove Headwall/SET 02 41 14 EA 12 $745.39 $8,944.68 21 3217.4301 Remove 6" Pvmt Marking 32 17 23 LF 2,398 $2.34 $5,611.32 22 3217.4304 Remove 12" Pvmt Marking 32 17 23 LF 117 $7.59 $888.03 23 3217.4307 Remove Raised Marker 32 17 23 EA 27 $6.42 $173.34 24 3441.4110 Remove Sign Panel and Post 34 41 30 EA 19 $286.04 $5,434.76 25 Remove Existing Box Culvert Parallel Headwall 02 41 14 EA 1 $13,536.02 $13,536.02 26 Remove Existing Street Light Pole, Foundation & Luminaire 26 05 10 EA 2 $2,958.45 $5,916.90 27 0241.1510 Remove & Salvage Existing Fire Hydrant 02 41 14 EA 4 $911.51 $3,646.04 28 0241.1512 Remove and Salvage Existing 1" Water Meter & Box 02 41 14 EA 1 $1,571.81 $1,571.81 29 0241.1512 Remove and Salvage Existing 2" Water Meter & Box 02 41 14 EA 3 $1,573.15 $4,719.45 30 Remove Existing Backflow Preventer & Box 02 41 14 EA 2 $912.20 $1,824.40 31 Remove & Salvage Existing 4" Air Release Valve Vent Riser 02 41 14 EA 2 $912.20 $1,824.40 32 Remove and Salvage Existing 6" Blow-off Valve 02 41 14 EA 1 $1,367.61 $1,367.61 33 Remove and Salvage Existing 8" Blow-off Valve 02 41 14 EA 1 $1,367.61 $1,367.61 34 Remove and Salvage Existing 6" Gate Valve 02 41 14 EA 4 $911.51 $3,646.04 35 Remove Existing Irrigation Control Valve 02 41 14 EA 3 $911.74 $2,735.22 36 3471.0001 Traffic Control 34 71 13 MO 19 $12,941.75 $245,893.25 $581,616.37 201 0241.0703 Relocate Mailbox - Brick 02 41 13 EA 1 $2,959.43 $2,959.43 202 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 15,347 $24.75 $379,838.25 203 3124.0101 Embankment by Plan 31 24 00 CY 6,104 $7.62 $46,512.48 204 3211.0502 8" Lime Treatment 32 11 29 SY 23,677 $6.67 $157,925.59 SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidder's Proposal UNIT PRICE BID Bidder's Application Unit 2 - PAVING IMPROVEMENTS Sub-Total Unit 1 - Demolition: Bidlist Item No.Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value Bidlist Item No.Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value Unit 1 - DEMOLITION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 PAVING, DRAINAGE, ILLUMINATION, TRAFFIC SIGNAL WATER IMPROVEMENTS GOLDEN TRIANGLE BOULEVARD CITY PROJECT No. 101013 00 42 43 BID PROPOSAL Page 2 of 6 SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidder's Proposal UNIT PRICE BID Bidder's Application 205 3211.0400 Hydrated Lime (48 lbs/SY Application Rate) 32 11 29 TON 568.0 $300.00 $170,400.00 206 3212.0302 2" Asphalt Pvmt Type D 32 12 16 SY 615 $28.60 $17,589.00 207 3212.0505 8.5" Asphalt Base Type B 32 12 16 SY 602 $113.54 $68,351.08 208 3213.0103 8" Conc Pvmt 32 13 13 SY 1,588 $99.95 $158,720.60 209 3213.0105 11" Conc Pvmt 32 13 13 SY 19,990 $114.00 $2,278,860.00 210 3213.0401 6" Concrete Driveway 32 13 20 SF 26,308 $12.96 $340,951.68 211 3213.0502 Barrier Free Ramp, Type U-1 32 13 20 EA 2 $3,736.00 $7,472.00 212 3213.0504 Barrier Free Ramp, Type M-2 32 13 20 EA 5 $3,327.38 $16,636.90 213 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 18 $3,093.88 $55,689.84 214 3213.0301 4" Conc Sidewalk 32 13 20 SF 63,998 $6.83 $437,106.34 215 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 424 $42.68 $18,096.32 216 3216.0102 7" Conc Curb and Gutter 32 16 13 LF 308 $50.80 $15,646.40 217 Stamped Concrete Median Cap 32 13 20 SF 2,778 17.51 $48,642.78 218 Decomposed Granite Median Fill (6" Depth) 31 24 00 CY 7.0 297.71 $2,083.97 219 3231.0133 6' Wrought Iron Fence 32 31 13 LF 242 86.40 $20,908.80 220 3231.0113 6' Chain Link, Steel 32 31 13 LF 1,034 40.28 $41,649.52 221 3231.0302 6' Gate, Steel (40' Cantilever Slide Gate) 32 31 26 EA 1 25,626.63 $25,626.63 222 3232.0100 Conc Ret Wall Adjacent to Sidewalk 32 32 13 SF 505 75.50 $38,127.50 223 3291.0100 Topsoil 32 91 19 CY 3,265 67.72 $221,105.80 224 3292.0100 Block Sod Placement 32 92 13 SY 13,347 7.85 $104,773.95 225 3292.0400 Seeding, Hydromulch 32 92 13 SY 10,699 2.00 $21,398.00 226 3211.0111 4" Flexible Base, Type A, GR-1 32 11 23 SY 1,100 16.81 $18,491.00 227 3212.0201 2" Asphalt Pvmt Type C 32 12 16 SY 1,100 70.05 $77,055.00 $4,792,618.86 301 3217.0102 6" SLD Pvmt Marking HAS (Y) 32 17 23 LF 1,618 3.33 $5,387.94 302 3217.0103 6" BRK Pvmt Marking HAS (W) 32 17 23 LF 1,780 3.33 $5,927.40 303 3217.0104 6" DOT Pvmt Marking HAS (W) 32 17 23 LF 34 16.35 $555.90 304 3217.0201 8" SLD Pvmt Marking HAS (W) 32 17 23 LF 1,713 4.09 $7,006.17 305 18" SLD Pvmt Marking HAS (Y) 32 17 23 LF 30 14.59 $437.70 306 3217.0401 18" SLD Pvmt Marking HAE (W) 32 17 23 LF 242 14.59 $3,530.78 307 3217.0501 24" SLD Pvmt Marking HAE (W) 32 17 23 LF 201 16.35 $3,286.35 308 3217.0502 Preformed Thermoplastic Contrast Markings - 24" 32 17 23 LF 400 75.30 $30,120.00 309 3217.1002 Lane Legend Arrow 32 17 23 EA 11 262.69 $2,889.59 310 3217.1004 Lane Legend Only 32 17 23 EA 9 262.69 $2,364.21 311 3217.2102 REFL Raised Marker TY I-C 32 17 23 EA 72 11.68 $840.96 312 3217.2103 REFL Raised Marker TY II-A-A 32 17 23 EA 19 11.68 $221.92 313 3217.2104 REFL Raised Marker TY II-C-R 32 17 23 EA 180 11.68 $2,102.40 314 3441.4003 Ground Mount Speed Limit Sign R2-1 34 41 30 EA 3 858.11 $2,574.33 315 3441.4003 Ground Mount Keep Right Sign R4-7 34 41 30 EA 3 858.11 $2,574.33 316 3441.4003 Ground Mount Keep Right Sign R4-7C 34 41 30 EA 3 858.11 $2,574.33 317 3441.4003 Ground Mount Left Turn Only Sign R3-5L 34 41 30 EA 3 858.11 $2,574.33 318 3441.4003 Attach to Light Pole Left Turn Only Sign R3-5L 34 41 30 EA 2 277.29 $554.58 Bid Quantity Unit Price Bid Value Unit 3 - PAVEMENT MARKING & SIGNAGE IMPROVEMENTS Bidlist Item No.Description Specification Section No. Sub-Total Unit 2 - Paving Improvements: Unit of Measure CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 PAVING, DRAINAGE, ILLUMINATION, TRAFFIC SIGNAL WATER IMPROVEMENTS GOLDEN TRIANGLE BOULEVARD CITY PROJECT No. 101013 00 42 43 BID PROPOSAL Page 3 of 6 SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidder's Proposal UNIT PRICE BID Bidder's Application 319 3441.4003 Ground Mount Private Drive No Thru Street Sign 34 41 30 EA 2 858.12 $1,716.24 320 3441.4110 Remove & Reinstall Sign Panel & Post 34 41 30 EA 2 $928.17 $1,856.34 $79,095.80 401 3301.0011 Pre-CCTV Inspection of Storm Drain 33 01 32 LF 85 $8.93 $759.05 402 3301.0012 Post-CCTV Inspection of Storm Drain 33 01 32 LF 3,772 $16.35 $61,672.20 403 3304.0203 Clean Storm Pipe Ahead of Condition Assessment - 57" Diameter and Over 33 04 50 LF 85 $8.93 $759.05 404 3341.0201 21" RCP, Class III 33 41 10 LF 776 $117.25 $90,986.00 405 3341.0205 24" RCP, Class III 33 41 10 LF 503 $170.85 $85,937.55 406 3341.0208 27" RCP, Class III 33 41 10 LF 584 $194.34 $113,494.56 407 3341.0309 36" RCP, Class III 33 41 10 LF 433 $226.13 $97,914.29 408 3341.0402 42" RCP, Class III 33 41 10 LF 432 $285.44 $123,310.08 409 3341.0602 60" RCP, Class III 33 41 10 LF 678 $456.07 $309,215.46 410 3341.0605 66" RCP, Class III 33 41 10 LF 50 $607.11 $30,355.50 411 3341.1103 4x4 Box Culvert 33 41 10 LF 20 $461.11 $9,222.20 412 3341.1202 5x4 Box Culvert 33 41 10 LF 58 $885.67 $51,368.86 413 3341.1303 6x4 Box Culvert 33 41 10 LF 24 $1,045.71 $25,097.04 414 3341.1501 8x4 Box Culvert 33 41 10 LF 166 $1,195.00 $198,370.00 415 3341.2001 10x4 Box Culvert 33 41 10 LF 48 $1,161.66 $55,759.68 416 3349.1000 Headwall, Box Culvert 33 49 40 CY 25 $1,618.16 $40,454.00 417 3349.6001 10' Recessed Inlet 33 49 20 EA 6 $9,923.75 $59,542.50 418 3349.8001 10' Type 2 Inlet 33 49 20 EA 6 $13,601.38 $81,608.28 419 3349.7002 5' Drop Inlet 33 49 20 EA 1 $10,741.00 $10,741.00 420 3349.7003 6' Drop Inlet 33 49 20 EA 1 $15,002.38 $15,002.38 421 3349.7004 7' Drop Inlet 33 49 20 EA 1 $17,746.00 $17,746.00 422 3349.4104 21" SET Headwall, 1 pipe 33 49 40 EA 1 $2,335.00 $2,335.00 423 3349.4116 66" SET Headwall, 1 pipe 33 49 40 EA 1 $10,799.38 $10,799.38 424 3349.0001 4'x4' Junction Box 33 49 10 EA 3 $6,654.75 $19,964.25 425 3349.0002 5'x5' Junction Box 33 49 10 EA 1 $7,880.63 $7,880.63 426 3349.000X 10'x4' Junction Box 33 49 10 EA 2 $14,827.25 $29,654.50 427 Type PR11 Pedestrian Rail Per Detail LF 58 $204.58 $11,865.64 428 3137.0101 Concrete Riprap 31 37 00 SY 145 $175.13 $25,393.85 429 3137.0102 Remove & Replace Large Stone Riprap, Dry 31 37 00 SY 64 $173.04 $11,074.56 430 Replace Rock Retaining Wall Per Plan Note LF 10 $5,837.50 $58,375.00 431 3305.0109 Trench Safety 33 05 10 LF 3,772 $1.46 $5,507.12 432 3305.0207 Imported Embedment/Backfill, Select Fill 33 05 10 CY 2,793 $79.65 $222,462.45 $1,884,628.06 501 3311.0161 6" PVC Water Pipe (DR-14) 33 11 12 LF 44 $101.70 $4,474.80 502 3311.0261 8" PVC Water Pipe (DR-14) 33 11 12 LF 42 $117.05 $4,916.10 503 3311.0461 12" PVC Water Pipe (DR-14) 33 11 12 LF 28 $180.97 $5,067.16 504A*3311.0651 24" DIP Water 33 11 10 LF 28 $1,013.15 $28,368.20 504B*3311.0671 24" Steel Water 33 11 14 LF 28 Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value Sub-Total Unit 3 - Pavement Marking & Signage Improvements: Unit 4 - DRAINAGE IMPROVEMENTS Bidlist Item No.Description Sub-Total Unit 4 - Drainage Improvements: Unit 5 - WATER IMPROVEMENTS (BASE BID) Bidlist Item No.Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 PAVING, DRAINAGE, ILLUMINATION, TRAFFIC SIGNAL WATER IMPROVEMENTS GOLDEN TRIANGLE BOULEVARD CITY PROJECT No. 101013 00 42 43 BID PROPOSAL Page 4 of 6 SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidder's Proposal UNIT PRICE BID Bidder's Application 504C*3311.0671 24" RCCP Water 33 11 13 LF 28 505A*3311.0001 Ductile Iron Fittings w/Restraint 33 11 11 TON 3.0 $9,361.88 $28,085.64 505B*3311.0011 Steel Fittings 33 11 14 LS 1 505C*3311.0021 C303 Fittings 33 11 13 LS 1 506 3312.0001 Fire Hydrant 33 12 40 EA 4 $7,539.82 $30,159.28 507 3312.0108 Connection to Existing 24" Water Main 33 12 25 EA 2 $14,317.17 $28,634.34 508 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 7 $6,521.88 $45,653.16 509 3304.0002 Cathodic Protection 33 04 12 LS 1 $11,675.00 $11,675.00 510 3305.0102 Cathodic Protection Test Station Adjustment 33 05 14 EA 4 $2,918.75 $11,675.00 511 3312.2001 1" Water Service, Meter, Reconnection 33 12 10 EA 1 $3,638.04 $3,638.04 512 3312.2004 1" Private Water Service 33 12 10 LF 30 $182.46 $5,473.80 513 3312.2201 2" Water Service, Meter, Reconnection 33 12 10 EA 3 $4,619.16 $13,857.48 514 3312.2204 2" Private Water Service 33 12 10 LF 35 $215.10 $7,528.50 515 3312.3002 6" Gate Valve 33 12 20 EA 3 $2,443.50 $7,330.50 516 3312.6002 6" Blow Off Valve (Relocated) 33 12 60 EA 2 $10,717.30 $21,434.60 517 3312.6003 8" Blow Off Valve 33 12 60 EA 1 $19,824.89 $19,824.89 518 3312.1004 4" Combination Air Valve Assembly for Water (Vent Piping & Riser Only)33 12 30 EA 2 $13,355.27 $26,710.54 519 3305.0110 Utility Markers 33 05 26 LS 1 $4,718.72 $4,718.72 520 3305.0111 Valve Box Adjustment (Water) 33 05 14 EA 9 $551.55 $4,963.95 521 3305.0107 Manhole Adjustment, Minor (Water) 33 05 14 EA 1 $4,025.65 $4,025.65 522 3305.0114 Manhole Adjustment, Major w/Cover (Water) 33 05 14 EA 5 $3,825.70 $19,128.50 523 3305.0117 Concrete Collar for Valve / Test Station 33 05 17 EA 7 $524.96 $3,674.72 524 Install Salvaged Backflow Preventor 33 05 14 EA 1 $1,775.64 $1,775.64 525 Adjust Existing Backflow Preventor to Finished Grade 33 05 14 EA 1 $1,775.64 $1,775.64 526 3304.0101 Temporary Water Services (2") 33 04 30 LS 1 $7,528.34 $7,528.34 527 3305.0109 Trench Safety 33 05 10 LF 142 $1.46 $207.32 528 0171.0101 Construction Staking 01 71 23 LS 1 $46,700.00 $46,700.00 529 0171.0102 As-Built Survey 01 71 23 LS 1 $17,512.50 $17,512.50 $416,518.01 601 3305.0107 Manhole Adjustment, Minor (Sanitary Sewer) 33 05 14 EA 2 $3,792.13 $7,584.26 602 3305.0114 Manhole Adjustment, Major w/Cover (Sanitary Sewer)33 05 14 EA 5 $8,770.06 $43,850.30 603 3305.0110 Utility Markers 33 05 26 LS 1 $4,718.72 $4,718.72 604 3305.0112 Concrete Collar for Manhole 33 11 13 LF 3 $525.16 $1,575.48 605 0171.0101 Construction Staking 01 71 23 LS 1 $46,700.00 $46,700.00 606 0171.0102 As-Built Survey 01 71 23 LS 1 $17,512.50 $17,512.50 $121,941.26 Sub-Total Unit 5 - Water Improvements: Unit 6 - SANITARY SEWER IMPROVEMENTS Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value Sub-Total Unit 6 - Sanitary Sewer Improvements: * Contractor to provide Unit Price / Bid Value for only one of the pipe material alternatives for Items 504 and 505 DO NOT PROVIDE UNIT PRICE / BID VALUE FOR EACH ALTERNATIVE Bidlist Item No. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 PAVING, DRAINAGE, ILLUMINATION, TRAFFIC SIGNAL WATER IMPROVEMENTS GOLDEN TRIANGLE BOULEVARD CITY PROJECT No. 101013 00 42 43 BID PROPOSAL Page 5 of 6 SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidder's Proposal UNIT PRICE BID Bidder's Application 701 2605.3118 Furnish/Install Conduit-Schedule 80 PVC 2 Inch Open 26 05 33 LF 3,879 29.19 $113,228.01 702 2605.3119 Furnish/Install Conduit-Schedule 80 PVC 2 Inch Bore 26 05 33 LF 34 40.86 $1,389.24 703 3441.1401 No. 4 Triplex OH insulated Elec Condr 34 41 10 LF 555 5.78 $3,207.90 704 3441.1405 No. 2 Insulated Elec Condr 34 41 10 LF 11,739 5.84 $68,555.76 705 3441.1501 Ground Box Type B 34 41 10 EA 13 1,350.80 $17,560.40 706 3441.1645 Furnish/Install Type 33A Arm 34 41 20 EA 30 672.48 $20,174.40 707 3441.1646 Furnish/Install Type 33B Arm 34 41 20 EA 2 672.48 $1,344.96 708 3441.1772 Furnish/Install 240-480 Volt Single Phase Transocket 34 41 20 EA 1 12,536.62 $12,536.62 709 3441.3201 LED Lighting Fixture 34 41 20 EA 38 685.32 $26,042.16 710 3441.3301 Rdwy Illum Foundation TY 1,2, and 4 34 41 20 EA 2 1,872.67 $3,745.34 711 3441.3302 Rdwy Illum Foundation TY 3,5,6, and 8 34 41 20 EA 19 2,352.51 $44,697.69 712 3441.3323 Furnish/Install 8' Wood Light Pole Arm 34 41 20 EA 2 611.77 $1,223.54 713 3441.3351 Furnish/Install Rdway Illum TY 11 Pole 34 41 20 EA 2 3,651.94 $7,303.88 714 3441.3352 Furnish/Install Rdway Illum TY 18 Pole 34 41 20 EA 19 4,800.76 $91,214.44 $412,224.34 801 2605.0111 Furnish/Install Elec Serv Pedestal 26 05 00 EA 2 $11,901.50 $23,803.00 802 2605.3015 2" CONDT PVC SCH 80 (T) 26 05 33 LF 335 $29.19 $9,778.65 803 2605.3016 2" CONDT PVC SCH 80 (B) 26 05 33 LF 815 $40.86 $33,300.90 804 2605.3025 3" CONDT PVC SCH 80 (T) 26 05 33 LF 490 $36.19 $17,733.10 805 2605.3033 4" CONDT PVC SCH 80 (T) 26 05 33 LF 65 $39.70 $2,580.50 806 2605.3034 4" CONDT PVC SCH 80 (B) 26 05 33 LF 710 $53.71 $38,134.10 807 3441.1001 Furnish/Install 3-Sect Signal Head Assmbly 34 41 10 EA 19 $1,823.64 $34,649.16 808 3441.1002 Furnish/Install 4-Sect Signal Head Assmbly 34 41 10 EA 5 $2,298.81 $11,494.05 809 3441.1012 Furnish/Install Ped Signal Head Assmbly 34 41 10 EA 12 $938.67 $11,264.04 810 3441.1031 Furnish/Install Audible Pedestrian Pushbutton Station 34 41 10 EA 12 $2,068.81 $24,825.72 811 3441.1209 Furnish/Install BBU System EXT Mounted 34 41 10 EA 2 $12,645.20 $25,290.40 812 3441.1215 Furnish/Install Hybrid Detection Device 34 41 10 APR 7 $12,924.23 $90,469.61 813 3441.1220 Furnish/Install Model 711 Preemption Detector 34 41 10 EA 6 $7,805.91 $46,835.46 814 3441.1224 Furnish/Install Preemption Cable 34 41 10 LF 1,257 $3.50 $4,399.50 815 3441.1250 Furnish/Install PTZ Camera 34 41 10 EA 2 $6,055.83 $12,111.66 816 3441.1255 Furnish/Install Communication Modem 34 41 10 EA 2 $3,203.62 $6,407.24 817 3441.1260 Furnish/Install CAT 5 Ethernet Cable 34 41 10 LF 1,632 $2.34 $3,818.88 818 3441.1311 5/C 14 AWG Multi-Conductor Cable 34 41 10 LF 1,275 $3.21 $4,092.75 819 3441.1312 7/C 14 AWG Multi-Conductor Cable 34 41 10 LF 1,153 $3.44 $3,966.32 820 3441.1314 10/C 14 AWG Multi-Conductor Cable 34 41 10 LF 50 $4.90 $245.00 821 3441.1315 20/C 14 AWG Multi-Conductor Cable 34 41 10 LF 1,115 $8.93 $9,956.95 822 3441.1322 3/C 14 AWG Multi-Conductor Cable 34 41 10 LF 1,815 $2.51 $4,555.65 823 3441.1408 NO 6 Insulated Elec Condr 34 41 10 LF 290 $2.57 $745.30 824 3441.1410 NO 10 Insulated Elec Condr 34 41 10 LF 2,440 $1.52 $3,708.80 825 3441.1414 NO 8 Bare Elec Condr 34 41 10 LF 2,405 $2.10 $5,050.50 826 3441.1502 Furnish/Install Ground Box Type B, w/Apron 34 41 10 EA 6 $1,684.70 $10,108.20 827 3441.1503 Furnish/Install Ground Box Type D, w/Apron 34 41 10 EA 2 $2,891.90 $5,783.80 828 3441.1506 Furnish/Install Ground Box Type D 34 41 10 EA 2 $2,229.93 $4,459.86 829 3441.1601 Furnish/Install 5' Pedestrian Push Button Pole 34 41 10 EA 1 $1,336.79 $1,336.79 Sub-Total Unit 7 - Illumination Improvements: Unit 8 - TRAFFIC SIGNAL IMPROVEMENTS Bidlist Item No.Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value Unit 7 - ILLUMINATION IMPROVEMENTS Bidlist Item No.Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 PAVING, DRAINAGE, ILLUMINATION, TRAFFIC SIGNAL WATER IMPROVEMENTS GOLDEN TRIANGLE BOULEVARD CITY PROJECT No. 101013 00 42 43 BID PROPOSAL Page 6 of 6 SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidder's Proposal UNIT PRICE BID Bidder's Application 830 3441.1603 Furnish/Install 10'-20' Ped Pole Assembly 34 41 10 EA 9 $1,690.54 $15,214.86 831 3441.1611 Furnish/Install Type 41 Signal Pole 34 41 10 EA 4 $18,994.06 $75,976.24 832 3441.1615 Furnish/Install Type 45 Signal Pole 34 41 10 EA 3 $26,355.15 $79,065.45 833 3441.1623 Furnish/Install Mast Arm 16' - 36' 34 41 10 EA 4 $7,386.77 $29,547.08 834 3441.1625 Furnish/Install Mast Arm 52' - 60' 34 41 10 EA 3 $19,166.85 $57,500.55 835 3441.1701 TY 1 Signal Foundation 34 41 10 EA 9 $1,572.62 $14,153.58 836 3441.1703 TY 3 Signal Foundation 34 41 10 EA 4 $5,807.15 $23,228.60 837 3441.1705 TY 5 Signal Foundation 34 41 10 EA 3 $9,317.82 $27,953.46 838 3441.1709 Ped Pole (10'-14') Spread Footing Foundation 34 41 10 EA 1 $2,893.07 $2,893.07 839 3441.1715 Signal Cabinet Foundation - 352i & BBU 34 41 10 EA 2 $7,697.33 $15,394.66 840 3441.1725 Furnish/Install ATC Signal Controller 34 41 10 EA 2 $8,383.82 $16,767.64 841 3441.1741 Furnish/Install 352i Controller Cabinet Assembly 34 41 10 EA 2 $33,430.20 $66,860.40 842 3441.4001 Furnish/Install Alum Sign Mast Arm Mount 34 41 10 EA 19 $890.80 $16,925.20 $892,386.68 901 0170.0100 Mobilization 01 71 23 LS 1 $540,137.42 $540,137.42 902 0171.0101 Construction Staking (Paving / Drainage) 01 71 23 LS 1 $46,700.00 $46,700.00 903 0171.0102 As-Built Survey (Paving / Drainage) 01 71 23 LS 1 $17,512.50 $17,512.50 904 3125.0101 SWPPP 31 25 00 LS 1 $32,398.13 $32,398.13 905 9999.XXXX Landscape Irrigation System Adjustment Allowance EA 6,500 $1.00 $6,500.00 906 9999.XXXX Construction Allowance EA 1,000,000 $1.00 $1,000,000.00 $1,643,248.05 $581,616.37 $4,792,618.86 $79,095.80 $1,884,628.06 $416,518.01 $121,941.26 $412,224.34 $892,386.68 $1,643,248.05 $10,824,277.43 END OF SECTION Bid Quantity Unit Price Total Base Bid Base Bid Bid Summary Total Unit 6 - Sanitary Sewer Improvements: Sub-Total Unit 9 - Miscellaneous: Total Unit 9 - Miscellaneous: Total Unit 4 - Drainage Improvements: Total Unit 5 - Water Improvements: Total Unit 7 - Illumination Improvements: Total Unit 8 - Traffic Signal Improvements: Sub-Total Unit 8 - Traffic Signal Improvements: Total Unit 1 - Demolition: Total Unit 2 - Paving Improvements: Total Unit 3 - Pavement Marking & Signage Improvements: Bidlist Item No.Description Specification Section No.Bid ValueUnit of Measure Unit 9 - MISCELLANEOUS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 PAVING, DRAINAGE, ILLUMINATION, TRAFFIC SIGNAL WATER IMPROVEMENTS GOLDEN TRIANGLE BOULEVARD CITY PROJECT No. 101013 00 43 13 BID BOND Page 1 of 2 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, McMahon Contractinq, LP , known as "Bidder" herein and Westfield 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%) 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 GOLDEN TRIANGLE BOULEVARD 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 7th day of November , 2024. ATf EST � �` Witness as P incipal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 PRINCIPAL: McMahon Contractin , LP BY: �i � Signatur�e �� C G�� i�� , �� Name and itl GOLDEN TRIANGLE BOULEVARS FROM MISTY REDWOOD TRAIL TO I-35W CITY PROJECT No. 101013 004313 BID BOND Page 2 of 2 Address: 3019 Rov Orr Blvd Grand Prairie. TX 75050 �� �� WIf112SS 2S f0 SU�@tY Parker Zucha, Sr Operations Coordinator Attach Power of Attorney (Surety) for Attorney-in-Fact SURETY: Westfield Insurance Company r BY: Sig ture Jade Porter, Attorney-in-Fact Name and Title Address: 2255 Ridge Road, Suite 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 SCCTION CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FROM MISTY REDWOOD TRAIL TO I-35W Revised 9/30/2021 CITY PROJECT Na. 101013 TI�IS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 70/10/24, FOR ANY PERSON OR PERSONS NAMED BELOW. General Power of Attorney CERTIFIED COPY Westfield National Insurance Co. Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a"Company" and collectively as "Coil�panies," ciuly organized and existing �uider the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents il�ake, constit�rte and appoint TONY FIERRO, JOHNNY MOSS, JAY JORDAN, JEREMY BARNETT, JADE PORTER, ROBERT G. KANUTH, JARRETT WILLSON, JACK NOTTINGHAM, BRADY WILSON, BRENNAN WILLIAMSON, JAROD JAGGERS, CALEB HALE, RYAN COX, JOINTLY OR SEVERALLY of ROCKWALL and State of TX its true aiid lawful Attorney(sj-in-Fact, with full power and authority hereby conferred in its name, place ancl stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instrwnents or contracts of suretyship in any penal limit, and to bind any of the Companies thereby as fully and to the same extent as if such bonds were siyned by the Pi�esi<lent; sealed with the corporate seal of the applicable Company anci duly attested by its Sea�etary, hereby ratifying and confirming all that the saicl Attorney(s)-in-Fact may do in the premises. Said appointi7�ent is rnade under and by authority of the following resolution adopted by the Boai�d of Directors of each of tlie WESTFIELD INSURANCE COMPANY; WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved, that the President, any 5enior Executive; any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full powei� and authority to appoint any one or inore suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following F>rovisions: The Atta�ney-in-Fact may be �iven full power and ai.ithority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recoynizances, contracts, agreements of indemnity and other conditianal or obliyatory under-tal<ings and any and all notices and doc�nnents canceliny or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be as bindiny upon the Company as if siyned by the President and sealed and attested by the Corpoi�ate Secretary." "Be it Further Resolved, that the siynature 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 powei� of attorney or certificate beariny facsimile siynatures or facsimile seal shaU be valid and bindiny upon the Company with respect to any bond or underta4:ing to which it is attached." (Each adopted at a meeting helcl on February 8, 2000). It� Witness Wher�eof, WESTFIELD INSURANCE COMPANY; WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY liave caused these presents to be signeci by tiieir National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 10th ciay of OCTOBER A.D., 2024 . Corporate ,,.N��""'•��+,,,� Seals ,�rP'�aS��A�j�;'•�. Afflxed ,{ `O . � �"''til� �i ? �; . n ? �t ►7��L •�ro _ �'�;,, :��' �, �7i� .f �.,z . •.�....r' ..i` State of Ohio ""w��""" County of Medina ss.: POWER NO. 4220012 14 Westfield Insurance Co. ;,•°�K;r;v,t���;� �.,, =tci \>> ,$Gy;.— r: SE�1L T = .o_ ..* . ����,�,�,,,,., �,,, ,,��,�c,111SUR,��;c,'a, .. � •..l� =�:�H�RiEqf�:.�� =o; :�_ =��. ��4� .�a: �4 0 'q�: .,;����„���•'' WESTFIELD INSURANCE COMPANY WESTFIELD NATIONAL INSURANCE COMPANY OHIO FARMERS INSURANCE COMPANY z, ;� A I ., ' BYGary W.'Stumper, National Surety Leader and Senior Execut�ve On this 10th day of OCTOBER R.D., 2024 , before me personally came Gary W. Stumper to me known, who, I�eing by me cluly sworn, ciid ciepose 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 cumpanies clesa�ibed in and which executed the above instru��ient; that he knows the seals of said Cornpanies: that the seals affixed to said instrument are such corporate seals; that they wei�e so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial ,,,,�.����u�,,,,�,,, Seal .��`����� A � S �•. ///��� Affixed �P'• "I�/ F "= // 0:�� �j:.9' ' // z �: r� . __• r v� state of ohio :�p ;r �'�+�o David A. Kotnik, Attorney at Law, Notary Puhlic County of Medina ss.: =:, y •��5�,- My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) ..rEof�• I, Frank A. Carrino, Sea�etary 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, exec��ted hy 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 Ti�ll force and effect. � !n Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this % k day of i�oUG�bG( A.D., aoaH � .N�' �����Nlile��� �i��� ir p``agV}T���C•�� �•�,,��•'1�i<('1in �'. �v • •�ra•� •�„�� :`l��' •• �:s�:n'. � , •'O I ,1��� � �7r� N � ��.�.� f � � ' � : SE�1L : � = ��• �� �"''��� ,�� ..*.. ':� ; ''''"w.,�.��«��N'`' ,,,,,,,, .• 9 o: :.a_ :ah:, 184� :a= q •. .� � q�: ��'''•-� �; � � � �, � ,,,,,•�•. �i�� � � s«retary Frank A. Carrino, Secretary BPOAC2 (cornbined) (05-24) 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, andlor 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(cr�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 PO�ICY: 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(a7tdi.texas.qov 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) 1 Rios, Leonel From:Muni Rabah <Muni.Rabah@baldwin.com> Sent:Monday, February 17, 2025 4:05 PM To:Rios, Leonel Cc:Parker Zucha Subject:McMahon Contracting, L.P.- Bond #460078W Verification- This message is from an external organization. This message came from outside your organization. Report Suspicious Yes, please accept this email as verification of Bond # 460078W issued to the McMahon Contracting, LP as being valid and in force and effective 2.6.25 to Obligee City of Fort Worth , contract date 02/11/2025 on project Golden Triangle Boulevard (from approximately 500 feet Northeast of Misty Redwood Trail to Interstate Highway No. 35W) – Paving, Drainage, Illumination, Traffic Signal and Water Improvements, City Project No. 101013. in the amount of $10,824,277.43, written by Westfield Insurance Company Thanks! Muni Rabah Client Experience Leader, Surety O: 972 771 4071 D: 972 772 7263 Muni.Rabah@baldwin.com 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 certs2.southwest@baldwin.com Click here to make an online payment. Disclaimer From:Rios, Leonel <Leonel.Rios@fortworthtexas.gov> Sent:Friday, February 14, 2025 5:07 PM To:Muni Rabah <Muni.Rabah@baldwin.com> Subject:Bond #460078W Verification McMahon Contracting, L.P. CAUTION: External Message. Beware any links or attachments Good afternoon, 2 The City of Fort Worth requires bond verification before a contract can be executed. We have received the following bonds from McMahon Contracting, L.P.: Bond #460078W, in the amount of $10,824,277.43, issued by Westfield Insurance Company for the Golden Triangle I35 MistyRwood Contract. Please confirm that the bonds and corresponding amounts are valid so we can proceed with awarding the contract to McMahon Contracting, L.P. Thank you, Leonel J. Rios Contract Compliance Specialist Transportation Public Works 817-392-7233 (office) 100 Fort Worth Trail, Fort Worth, Texas 76102 leonel.rios@FortWorthTexas.gov Working together to build a strong community Please note: Our department will be relocating to a new address on December 15, 2024. The new address will be 100 Fort Worth Trail, Fort Worth, Texas 76102. Until further notice, please continue sending all mail to our current address listed above. 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 specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business o ur company or our parent company or majority owner is in the State of Texas. BIDDER: Bv� �1Go� �MM ��s �. < (Si nature) f '�" � �,p Title: �/�2S( t�c/i 'P �� Q�t/�av�Y'c�,��ty'�L./• �ate: � � �Z � �Z �' END OF SECTION CITY OF FORT WORTH PAVING, DRAINAGE, ILLUMINATION, TRAFFIC SIGNAL WATER IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GOLDEN TRIANGLE BOULEVARD Revised 9/30/2021 CITY PROJECT No. 101013 00 45 11 - 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 CITY PROJECT No. 101013 SECTION 00 45 11 1 BIDDERS PREQUALIFICATIONS 2 3 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or4 have applied for prequalification by the City for the work types requiring prequalification 5 prior to submitting bids. To be considered for award of contract the Bidder must submit 6 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 7 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 8 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 9 the requirements below. The information must be submitted seven (7) days prior to the 10 date of the opening of bids. Subcontractors must follow the same timelines as contractors 11 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 12 the time bids are opened and reviewed may cause the bid to be rejected. 13 14 15 The prequalification process will establish a bid limit based on a technical evaluation and 16 financial analysis of the contractor. For example, a contractor wishing to submit bids on 17 projects to be opened on the 7th of April must file the information by the 31st day of March 18 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder’s 19 Prequalification Application, the following must accompany the submission. 20 a. A complete set of audited or reviewed financial statements.21 (1) Classified Balance Sheet22 (2) Income Statement23 (3) Statement of Cash Flows24 (4) Statement of Retained Earnings25 (5) Notes to the Financial Statements, if any26 b. A certified copy of the firm’s organizational documents (Corporate Charter, Articles27 of Incorporation, Articles of Organization, Certificate of Formation, LLC28 Regulations, and Certificate of Limited Partnership Agreement).29 c. A completed Bidder Prequalification Application.30 (1) The firm’s Texas Taxpayer Identification Number as issued by the Texas31 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification32 number visit the Texas Comptroller of Public Accounts online at the33 following web address www.window.state.tx.us/taxpermit/ and fill out the34 application to apply for your Texas tax ID.35 (2) The firm’s e-mail address and fax number.36 (3) The firm’s DUNS number as issued by Dun & Bradstreet. This number37 is used by the City for required reporting on Federal Aid projects. The DUNS38 number may be obtained at www.dnb.com.39 d. Resumes reflecting the construction experience of the principles of the firm for firms40 submitting their initial prequalification. These resumes should include the size and41 scope of the work performed.42 e. Other information as requested by the City.43 44 2. Prequalification Requirements45 a.Financial Statements. Financial statement submission must be provided in46 accordance with the following:47 (1) The City requires that the original Financial Statement or a certified copy48 be submitted for consideration.49 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 CITY PROJECT No. 101013 (2) To be satisfactory, the financial statements must be audited or reviewed1 by an independent, certified public accounting firm registered and in2 good standing in any state. Current Texas statues also require that3 accounting firms performing audits or reviews on business entities within4 the State of Texas be properly licensed or registered with the Texas State5 Board of Public Accountancy.6 (3) The accounting firm should state in the audit report or review whether7 the contractor is an individual, corporation, or limited liability company.8 (4) Financial Statements must be presented in U.S. dollars at the current rate9 of exchange of the Balance Sheet date.10 (5) The City will not recognize any certified public accountant as11 independent who is not, in fact, independent.12 (6) The accountant’s opinion on the financial statements of the contracting13 company should state that the audit or review has been conducted in14 accordance with auditing standards generally accepted in the United15 States of America. This must be stated in the accounting firm’s opinion.16 It should: (1) express an unqualified opinion, or (2) express a qualified17 opinion on the statements taken as a whole.18 (7) The City reserves the right to require a new statement at any time.19 (8) The financial statement must be prepared as of the last day of any month,20 not more than one year old and must be on file with the City 16 months21 thereafter, in accordance with Paragraph 1.22 (9) The City will determine a contractor’s bidding capacity for the purposes23 of awarding contracts. Bidding capacity is determined by multiplying the24 positive net working capital (working capital = current assets – current25 liabilities) by a factor of 10. Only those statements reflecting a positive26 net working capital position will be considered satisfactory for 27 prequalification purposes.28 (10) In the case that a bidding date falls within the time a new financial29 statement is being prepared, the previous statement shall be updated with30 proper verification.31 b.Bidder Prequalification Application. A Bidder Prequalification Application must be32 submitted along with audited or reviewed financial statements by firms wishing to be33 eligible to bid on all classes of construction and maintenance projects. Incomplete34 Applications will be rejected.35 (1) In those schedules where there is nothing to report, the notation of36 “None” or “N/A” should be inserted.37 (2) A minimum of five (5) references of related work must be provided.38 (3) Submission of an equipment schedule which indicates equipment under39 the control of the Contractor and which is related to the type of work for40 which the Contactor is seeking prequalification. The schedule must41 include the manufacturer, model and general common description of42 each piece of equipment. Abbreviations or means of describing43 equipment other than provided above will not be accepted.44 45 3. Eligibility for Award of Contract46 a. The City shall be the sole judge as to a contractor’s prequalification.47 b. The City may reject, suspend, or modify any prequalification for failure by the48 contractor to demonstrate acceptable financial ability or performance.49 c. The City will issue a letter as to the status of the prequalification approval.50 00 45 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 GOLDEN TRIANGLE BOULEVARD CITY PROJECT No. 101013 d. If a contractor has a valid prequalification letter, the contractor will be eligible to 1 perform the prequalified work types until the expiration date stated in the letter. 2 3 4 5 6 7 END OF SECTION 8 9 00 �s �z - � PREQUALIFICATION STATEMENT Page 1 of 1 1 SECTION 00 45 12 2 PREQUALIFICATION STATEMENT 3 Each Biddec for a City procurement is requi��ed to complete the information below by 4 identifying the prequalified contractors and/oi• subcontracto�s whom they intend to utilize for the 5 major work type(s) listed. C� Major Work Type Contractor/Subcontractoi• Company Name PI•equaliiication Ex iration Date Pavement L �oN i W � - ' b /J� ! �� Street Light Construction � I��- �� 3/ � Ti•affic Signal Construction � N �, ` j/ �� Water Line Construction MG �N �� �� . � ��3DlZs 9 The undeisigned hereby cei�tifies that the contractors and/or subcontractors described in 10 the table above are currently prequalified for the work types listed. 11 12 BIDDER: 13 14 15 �� 17 18 1� 20 21 22 23 24 25 26 G h 0 �-�JN� Gif/�IN L.� � � �.T N Company .� KO �rr ��� D�� y � Address l�Gi I/►!t° /�( �Q�i City/State/Zip By: ��� �-GtM�,h I�v � (Please Print) , Signatu � • Title: �/� C��(� �� (Please Print) Date: ` � /,z( � � END OF S�CTION CITY OP FORT WORTH GOLD�N TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FROM M[STY REDWOOD TRAIL TO I-SW Revised September 30, 2021 CITY PROJECT No. 101013 00 45 26 - I CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of I �a 3 4 5 6 7 8 9 lo 11 12 13 14 15 i6 i� 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 Laboi• Code Section 406.096(a), as amended, Contractoi• ce��tifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 101013. Contractor further certifies that, puisuant 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: /'� `G/ "'Q � ��1 l .� Company 3D a D,^ � v� �� � v � / Address r�.�� / r i/�ie �S� City/State/Zip THE STATE OF TEXAS COUNTY OFTARRANT 0 0 : �GO � C�Lt.� wr��J (Please Print) " Signa�� � Title: / / � �1 �V � (Please Print) BEFO ME, the undersigned authority, on this day personally appeared �GO� GUMM li✓ .5 , known to me to be the person whose name is subscribed to the foregomg instrument, nd acknowl dged o me that h/she executed the same as the act and deed of � , for the purposes and consideration therein expressed and in the capacity the�•ein state . GIVEN LINDER MY HAND AND SEAL OF OFFICE this 2,�'Y� day of 1�It�vcmbG- , 2o�y Notaiy Pub c in and for' the State of Texas EMILY K HINOJOSA ,roS��c NOTARY PUBLIC * * STATE OF TEXAS ���OFt�Py MY COMM. EXP. 08/30/27 NOTARY ID 134533316 C17'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised Jidy I, 201 1 END OF SECTION GOLDEN TRIANGLE BOULEVARD FROM MISTY REDWOOD TRAIL TO I-35W CITY PROJECT No. 101013 00 45 40 - 1 Business Equity Goal Page 1 of 2 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FROM MISTY REDWOOD TRAIL TO I-35W Revised October 27, 2021 CITY PROJECT No. 101013 SECTION 00 45 401 Business Equity Goal2 APPLICATION OF POLICY3 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable.4 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises5 (M/WBEs).6 7 POLICY STATEMENT8 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity9 Firms when applicable, in the procurement of all goods and services. All requirements and regulations10 stated in the City’s Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11-11 2020 (codified at:https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593) apply to12 this bid.13 14 BUSINESS EQUITY PROJECT GOAL15 The City's Business Equity goal on this project is 9.22% of the total bid value of the contract (Base bid16 applies to Parks and Community Services).17 18 METHODS TO COMPLY WITH THE GOAL19 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's20 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the21 ordinance through one of the following methods:1. Commercially useful services performed by a22 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination23 of Business Equity prime services and Business Equity subcontracting participation, 4. Business24 Equity Joint Venture/Mentor-Protégé participation, 5. Good Faith Effort documentation, or 6.25 Prime contractor Waiver documentation.26 27 SUBMITTAL OF REQUIRED DOCUMENTATION28 Applicable documents (listed below) must be received by the Purchasing Division, OR the offeror shall29 EMAIL the Business Equity documentation to the assigned City of Fort Worth Project Manager or30 Department Designee. Documents are to be received no later than 2:00 p.m., on the third City31 business day after the bid opening date, exclusive of the bid opening date.32 33 The Offeror must submit one or more of the following documents:34 1.Utilization Form and Letter(s) of Intent, if the goal is met or exceeded;35 2.Good Faith Effort Form and Utilization Form, including supporting documentation, if36 participation is less than stated goal, or no Business Equity participation is accomplished;37 3.Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform38 all subcontracting/supplier opportunities; or39 4.Joint Venture/Mentor-Protégé Form,if goal is met or exceeded with a Joint Venture or Mentor-40 Protégé participation.41 42 These forms can be found at:43 Business Equity Utilization Form and Letter of Intent44 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Business Equity Utilization45 Form_DVIN 2022 220324.pdf46 47 00 45 40 - 2 Business Equity Goal Page 2 of 2 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FROM MISTY REDWOOD TRAIL TO I-35W Revised October 27, 2021 CITY PROJECT No. 101013 Letter of Intent1 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Letter of Intent_DVIN2 2021.pdf3 4 Business Equity Good Faith Effort Form5 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Good Faith Effort6 Form_DVIN 2022.pdf7 8 Business Equity Prime Contractor Waiver Form9 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor10 Waiver-220313.pdf11 12 Business Equity Joint Venture Form13 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/MWBE Joint14 Venture_220225.pdf15 16 17 FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL18 RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON-RESPONSIVE AND THE BID19 REJECTED.20 21 22 FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUTY DOCUMENTATION OR OTHERWISE23 COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON-24 RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS25 AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE.26 27 For Questions, Please Contact The Business Equity Division of the Department of Diversity and28 Inclusion at (817) 392-2674.29 END OF SECTION30 31 00 52 43 - 1 Agreement Page 1 of 6 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FROM MISTY REDWOOD TRAIL TO I-35W Revised March 3, 2024 CITY PROJECT No. 101013 SECTION 00 52 43 AGREEMENT THIS AGREEMENT,authorized on February 11, 2025, 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 McMahon Contracting, L.P., 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: GOLDEN TRIANGLE BOULEVARD (from approximately 500-feet Northeast of Misty Redwood Trail to Interstate Highway No. 35W) – PAVING, DRAINAGE, ILLUMINATION, TRAFFIC SIGNAL AND WATER IMPROVEMENTS CITY PROJECT No. 101013 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of Ten Million Eight Hundred Twenty Four Thousand Two Hundred Seventy Seven and 43/100 Dollars ($10,824,277.43). 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 575 calendar days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City One Thousand Two Hundred and 00/100 Dollars ($1,200.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. 00 52 43 - 2 Agreement Page 2 of 6 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FROM MISTY REDWOOD TRAIL TO I-35W Revised March 3, 2024 CITY PROJECT No. 101013 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance Certification Form (ACORD or equivalent) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker’s Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project’s Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 00 52 43 - 3 Agreement Page 3 of 6 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FROM MISTY REDWOOD TRAIL TO I-35W Revised March 3, 2024 CITY PROJECT No. 101013 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor’s respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 00 52 43 - 4 Agreement Page 4 of 6 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FROM MISTY REDWOOD TRAIL TO I-35W Revised March 3, 2024 CITY PROJECT No. 101013 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time-employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms “boycott Israel” and “company” shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code.By signing this contract, Contractor certifies that Contractor’s signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms “boycott energy company” and “company” have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code.To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor’s signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms “discriminate,” “firearm entity” and “firearm trade association” have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code.To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor’s signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 00 52 43 - 5 Agreement Page 5 of 6 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FROM MISTY REDWOOD TRAIL TO I-35W Revised March 3, 2024 CITY PROJECT No. 101013 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services.CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR’S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third-Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third-party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on-site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. 00 52 43 - 6 Agreement Page 6 of 6 CITY OF FORT WORTH GOLDEN TRIANGLE BOULEVARD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FROM MISTY REDWOOD TRAIL TO I-35W Revised March 3, 2024 CITY PROJECT No. 101013 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City’s designated Assistant City Manager (“Effective Date”). Contractor:McMahon Contracting, L.P.City of Fort Worth By:By: Signature Jesica McEachern Assistant City Manager Scott Cummings (Printed Name) President Date Title Attest: 3019 Roy Orr Boulevard Address ,City Secretary Grand Prairie, Texas 75050 City/State/Zip (Seal) M&C: ________________ Date Date: _________________ Approved as to Form and Legality: Douglas W. Black Sr. Assistant City Attorney ORGI 13- 1 P[:R�'OittifANCE: [30ND Page I o62 I 2 3 4 5 6 7 8 S�CTION 00 61 13 �460078W P�RFORMANCE BOND THE STAT� OF TEXAS § § KNOW ALL BY THES� PRES�NTS: COUNTY OF TARRANT § That «�e, McMal�an Contractin L.P. , k»own as "Principal" f�erein and Westfeid ]nsurancc Company , a coE•�o�•ate 9 surety(sureties, if more than one} dE�ly autl�orizecf to do b�isii�ess in the State of Taxas, known as EO "Surety" her�i�� (whether one or more), are I�efd and �rmly bound ��nto the City of Fo��t Woi�l�, a I 1 municipal caE•poeation created �ursuant to the laws of TeYas, k��own as "Ciiy" herein, in tiie penal 12 sum of, "Ten Million Ei�ht H�u�dred TwentXFaur Tl�ousa��d Two liundred Sevenn� Seve�i a►�d 13 �3/100 Dolla�s ($10,824,2'77.43_}, lawfiil n3oney of tl�e Un►ted States, to be �aid i�� Foa�E Wortf�, 14 Tari•ant CounEy, Texas fo�' the payment of which su�n welf a��d tr��fy to be made, we bind ou�selves, 15 ouE• i�eirs, exect�to�•s, administrators, su€ccessors and assigns, jaintly and seve►•ally, firEnly E�y these iG preseE�ts. f 7 WHEl2EAS, tl�e f'rincipai l�as ente�•ed i�ito a cei�tai�t writteii contract ��vith tk�e City awa�'ded t 8 the 1 lth day of Febr��ar , 2025, ��hich Cont�•act is hereby R•eferred to a��d made a part 14 hereof fo�- all p�it•poses as if fully set fo��tl� iierein, ta fiu'nish all materials, eq��ip�nei�t labar a»d othcr 20 accessories defined hy laru, i» tl-►e prosec�ition of ttae WaE•k, i��cfuding any Change ��'ders, as 21 �rovided far in said Contract desig,nated as Colden 'E'riangle Bouievard (fi•oir� app�•oYimately 500- 22 feet NnE'tileast of Misty Redwood 'T�'ail to Interstate Highway No. 3SW) — Pa�ing, Drainage, 23 Ill�����ination, Traffic Si��la[ a3�d Water lmpro��me��#s, City Project No. ]01013. 24 NOW, TH�REFORE, tl�e condition of this obligation is suci� that if tl�e said Prinei�ai 25 shall faithfi�lly �e�'fo►•m it obligations �Ende�' tl�e Contract a��d shall in all respects duly a�3d faitliftilly 2G perform the Work, includi�ig Ciiange Orders, tmder tEie Contract, accat•dir►g to tlte plans, 27 specificatio�is, and cont�'act doc��ne�its thei•ein refe��►�ed to, artd as wefi d����ing any period of 28 extension of the Co��t�•act that �nay be granted on tize pa��t of the City, thet� tliis obligation sltiall be 29 and becoT�e ►��ill and void, oti�erwise to ��err�ai�� in fE►ll force and effect. 3D PROVIDED I'URTHER, that if any legal acfio�i be filed on tifis Bo��d, venue shall lie i« 31 Taa'a�anE County, Texas or the U��ited States Uistrict Cou��t for the NortlteE'n District of Texas, Fart 32 Wo��ti� Divisio��. Cl'E�Y OE' FORT �V{)R'i�H GOL€3EN 'I�k2iA3VG[.E E�Ol1LGVARD ST"ANDARI3 C0T�5TRUC'I'€OIJ Si'TiC[F[CATl01� t70CUtv1f:NT5 FR[3M ivfISTY FtED41'OOD'I'RA[l. Tt3 I-351V Revised llecembe€ 8, 2023 CCCY i'E20JE:C'i' No. 101013 00G1 13-2 Pf:Rf ORA7ANCE EiOND Page 2 oC2 2 3 4 5 6 7 8 9 10 11 12 13 ]4 15 i6 i� l8 19 2fl 21 22 23 24 25 2G 27 28 29 30 3l 32 33 34 35 3G 37 38 39 40 4l 42 43 4�3 This bond is made and executed i�i compliance with ti�e provisio�3s of Cl�apter 2253 of the Texas Government Cade, as ame►�ded, and all liabilities o�� tf�is bond shall be deteE�i7�i��ed in accordance �vitl� the provisions of said statue. IN WjTN�SS WHER�OF, the P�•incipal and the Sur�ty llave SIGNED and SEAI.ED t��is instrtnnent by duly atrtf�arized ager�ts and officers on th�s the llth �ay nf February , 2025. ATTES : , (Principal} Secretary � Witness as t rincipal PRINGIPAL: McMahon Contracting, LP I3Y: r c I � Signature cJLD� ��( I%I�N S � ' ° �f� Naiue ajid Ti Address: 3Q 19 Roy Ori• Blvti Grand Prairie, 'I'X 75050 SURETY: Westfield Ins►u�a��ce Con�pa»y �� r . BY: � ' ignature .Eade Porter, Attorncy-in-E'acf Name and Title � ..--_> - � •,-- %�.;... � �.�;3, �—`� - 1�Vitness as fo Surety p�'�°' 7°�h1 Sr 0{xrations Coardiauoc AvdCess: 2255 Ridge [Zoad, Suile 333 Rock��al�, TX 75087 Tele�hone Nun�ber: ��z-��z-n?o E117�I� l�C�dCC55: l��v',portcrrobaldwin.com *Note: If signed by an officer of the Surety Company, there mt�st be oi� file a cei-�ified estract fron3 the by-Ea��vs showing that flfis person Ezas autltarity to sig�3 such obligation. lf Surety's physical addsess is different from its mailing address, botii must be pf•ovided. Ti�e date of t��e bo��d shall not be prior to the date tE�e Contract is a�vaeded. crr�� or ec,RT wo�z ��E� co��EN T�i�nr�GLH� HouL[:v�aa S'f'ATJnARDCONSTRIiCflO�l SPGC[FICATION UOCUMENTS PROM i�fISTY RED�VOO[J'CRA[L"1'O I-35L4' Ite��ised Oecember 8, 2023 C[TI' Pit01EC7� No. 101013 oo�� ia-� PAl'M1�NT i30ND Pagc 1 af 2 1 2 3 4 5 G 7 $ 9 ]0 11 TH� STAT� OF T�XAS COUNTY OF TARRANT SECTION 00 G1 14 �460078W PAYM�N�f' BOND § § KNOW ALL BY THESE PR�SENTS: § Thak we, � McMaf�on CoE�t��actiil�, L..P. , know�� as "Pri�3cipal" herein, a►�d �'estfcldlnsura€�ceCo€npnny , a cor•parate surety (sur�ties), duly autho�•ized to do business i►� the State of Texas, know�� as "Surety" hereii� (��fiett�er one or n�o��e), are held atld firn�ly bound ►�nto the City of Fo��t Woi�tf�, a mu�zicipal corpo�•atioc� created p�►�•s�zant to the laws of the State of Texas, fcno�vn as "City" tlerein, i�� the penal 12 sum of Te�� Million Fi,��tt Hund�'ed Twe��t_y Faut• Thousand Two H��ndred Se�entY Seven and 13 431100 Dollars ($10,824,277.43), la�vful n�pney of the UE�ited States, to be paid in Fo�•t Wortf�, 1� Tar�'ant County, Texas, for #lye payn�e�rt of which stm� weil a»d t�•uly be ���ade, we bi��d ou►selves, 15 1G our heia�s, execE�tars, adtninistrators, suceessors aE�d assigns, joi��tly aild sevec•ally, f rinly by tl»se presents: l7 WHEREAS, Principal has e�rtered into a certain wz'itt�tt Contract �vi#h City, awa�•ded ti�e 1 S �1_1 tl�_ day of _Febi�ua�-v , 2025, �vhich Coa3tract is l�ere6y a'eferred to aiid v�ade a 19 part l�e�•eof far all purposes as if fuily set fq�•tl� l�erei�i, to fu�•nish all materials, eq�►ipment, labor and 20 otfter accessories as defi��ed by law, ii� ti�e prosecutiaEi of tl�e Wo��k as provided for in said Contract 21 and designated as Galden T►•iangl� Ba�ilevard {f��o�n appro�in�ately S40-feet No��k�east of Misty 22 Redwood T�•ail to Inte��state Higltway No. 35W) — Paving, Drainage, Illu�t�i��ation, Traffic Signal 23 and Water iinprove�t�ents, City PE�oject Na. ] OIOl3. 24 NOW, TH�I2�TORE, THE CONDITION OF THiS OBLIGATION is such tl�at if 25 Principal sl�all pay all monies owing ta a��y (a��d all) paymei�t hond 6eneficiary (as defined ii� 26 Cha�ter 2253 of tfle Texas Gove►7�ment Code, as amended) in the proseciition of ti�e Work ur�der 27 the Contract, tl�en ti�is obligation shall be a�id becorne null and void; athel7vise to remain in full 28 fo�•ce a��d effect. 29 30 31 32 This bond is made and e�ecuted iEf campliance �vitit the provisions of Chapter 2253 oftlie Texas Govemn�ent Code, as amended, and all ]iabiiities on this bo�td shall 6e deter�nined i�s aceordance ivitll klie pro�isio��s nf said statute. Ct'C'Y OF CORT WOEt'I'H GOLIIEN "['RIANGF,F E30UI.T:VARD 57'AIVf)ARt] C()NS'TRUC']�iON SPI:CIP1CIt7�i0i�I uOCUMEN7�S F[tOM MES'C1' !tEl��U�OD'fKAIL ��O 1-35W lievised [)eccmherS, 2623 Cl'CY f'ROJECE' No. ]O1€1!3 O�G] ld-2 PAYMEN1' IlOND Page 2 of2 0 2 IN WITN�SS WH�RCOF, the Princi��al and Surety have each SIGN�D a��d SEALED this instrument by duly authorized age��ts and office��s on tl�is the 1�tf' day of � February 2025. , 4 ATTEST: (P�'incipal) 5ec�•eta�y ��- �r�.��� Wit��ess as to P �' �cipal ATTEST: �1 A (Surety) Secreta�y ! ...'�'�. /��1� .' .._ —. 5 6 7 8 9 10 m i2 Witness as to S�irety Paz��;���h� Sr (mera�ions Coordinator PRINCIPAL: McMahon Contracting, LP . �l Signature -i� r�,`dea� � � �,m�,�d 5 Name and Title Address: 3019 Roy Orr Blvd Grand Prairie, TX 75050 SURETY: Westfie[d Insurance Company sv: �� ���I Signat ��e ]ade Porter, Attome��-in-Facl Name and Title :1('�C11'eSS: 2255 Ridgc Rand, Suite 333 Rock���all, "I;C 75087 Telepha�ze Num6er: `"Z-"Z-"z° Elllal� f�C�dl'�55: 11dc.porterrcbatdtiain.cam Note; Ifsigned by an officer of the Surety, there must be o�l fte a certified extract fi•o�7� the byla«�s sl�o�ving tl�at this person has authority to sign such obligation. If Surety's physical address is diffe�-e��t fi•om its mailing addr�ss, both must be provided. The date of tl�e bond shall not be prior to the date the Contract is ativarded. �ND OI' SECTION eiTv or rori� �vo��r� co�arn �e�inNu��: �ou�.r-.vnRo STANDARU CONSTRUC'I'lON SP�C[f7CA7�lON DOCUMENi'S FROA4 M15'I'Y R�D�VQOD'CRAIL "i0 I-3511' Re�'ised Decembcr S, 2423 CITY PROJEC'i' l�o. 141 D13 00 G1 19 - 1 MAINi'ENA1+fCE E30NI) i'age 1 oC3 1 2 3 4 5 G 7 g 9 10 THE STAT� Or TEXAS COUNTY OF TARRANT S�CTION 00 G1 19 �a6oa�sw MAINTENANCE BOND § § KNOW ALL BY THCSE PRES�NTS: § Tltat �ve McMal�o�i Contt•actin I,.P. , kno�vE� as "Principal" herein aitd �Vestfield[nsuranceCompiny , a carpo►�ate surety {suE•eties, if more tha�� one) duly a�Etlaorized ta do business in the State of Texas, kno«n as "Sw•ety" Elerein (whether one or ►nore), are held a��d fir��i}z bo«nd t���to tEze City of Fo►-t Woi�th, a�mmicipa! 1 l corpo�•atioc� created ��w•sua�t to the la�vs of 11�e State of Texas, kita4vtt as "City" he�•ein, in the sui�� 12 c�f Te» Miflion F.,i�ht Hundred "�went�Four Thousand T��ro Hundred Seventy Sever� and �3/100 13 Dollars ($1�,824,277.43), lawful ���oney of the United States, to be paid iE� Fort Worth, Ta�•rai�t ] 4 County, '1"exas, for �aymej�t of ��lyich s��m well ai�d t��uEy b� made utito tiie City and its successors, IS �ve bind ourselves, au�' heirs, executors, adn�i�jistratcs�•s, s��ccessors and assigns, jointly anc� 1 G severally, %rmly by these peesents. 17 18 WHERCAS, the Principal l�as entered into a certain wi�itten co3rtE•act «�ith the City awarded 19 tl�e _1 lt��_ ciay of Feb��uar , 2025, wf�ich Conteact is ]�ereby referred 20 ta and a made part I�ereof for all purposes as if fiilly set fort}t �terein, to furnish a!I materiais, 2] eq��ipme►�t labor and other accessnries as defined by law, i�� ihe prosec��tio�� ofthe Wo�'k, including 22 any Work resufting fi-o�n a duly autktorized Change Order {collectiveiy hereii�, the "Wo��k"} as 23 prt'avided for in sa'td contract and designated as Golden Triangie BouEevaE•d {fi•on� a�proximately 24 500-feet Northeast of Misty Redwood T�•aif Eo Interstate High«ay Na. 35W) —['aving, Drai�lage, 25 Illumiilat[o�t, Traffic Signal and Wate�• Improvernents, City Project No. 10 i O13; a►�d 2G 27 28 29 3d 31 32 33 34 WHER�AS, PrincipaE 6inds itself ta use sucEi materials and to so construct the Warf� i�� accot'dance with tl�e plans, specifications and Contract Docuttte��ts t13at t13e 1�Vo�•k is a��d will re�nair� f�-ee fi-om defects ir� �naterials or worki��ai�ship fae a��d duc•ing the �eriod af h�o (2} yeaa•s after the date of �'inal Accepta�ice of ti�e Woa'k by the City ("Mai��te��ance Pe�•iad"); a��d WHEREAS, Principal binc�s itselfto ��epair' oa' recanst�'uct the Wark in w�3ole or in pa�•t upaE� a'ec�ivin� ��otice fram ti�e City of the ��eed il�e��efor at any time witl�in tk�e Mai►�tenance Period. C[TY OF ['OR'C �'�'OEi7'N GO[,T3GN "T'�t1AIVGi.E I30EJLEVARD STANDAR� CONS"I'EiUC7'ION SPf;C[f ICAIION DOCiJM[�N'i'S FROM MI57'Y RG[]It'OOE3 TEtAIL TO 1-35W Rc��ised [lecemF�er S, 2623 CI']'1' I'ROJi.:C[' No. i(�1013 1 2 3 �t 5 6 7 8 9 ia 3E 12 13 14 15 1G 17 18 i9 OOGi [9-2 MAIiV'i�ENANCL ROND Page 2 o F 3 NOW THI:REF4RC, tl�e conditio�� oftl�is obli�ation is suclt tEtat if Pri►lcipal sl�al! remedy a��y defective Work, for whicE� ti�nely ��otice was provided by City, ta a co�np]etio�a satisfacto�•y to the City, tl�e�� this obligation shall become null and vaid; otl�erwise to re��lai�� iE� full fo�•ce and effect. PROVIDI:D, HOWEV�R, if Pri��ci�al sl�all fail so to repair or ��econstre�ct a��y tiineEy noticed defecti�e Work, it is agreed that ihe City �nay cause any a��d all sucl� defective Wark to be repaired ai�d/or reconstr�ctecl with all associatecl costs tf�ereof t�ei�ig borne by d�e Principal and tlte Su�•ety �►��der this Maiijtenance bond; and PROVIDED FURTHER, ti�at if any legal action be filec� an tflis Boi�d, ve��ue sl�all lie in Tar�'ant Gounty, Texas o�� the U��ited States Dist�'ict Caua•t for the NaE�ther�� Disfrict of Te�as, Fart Wo�tl� Di�isia��; and �'ROVID�D FURTHER, tl�at this obligatio�� sl3all be continuoias in natu►-e and s�tccessir�e �•ecove��ies may be ltad he�•eon for successive breaches. CI7'Y OF P(3Ri WOR7'i� CiOE,fJi:N '1"RIANGI.,G 130[JLEVARD S"1'AN�ARD CDhiS'!'KUC"[�fON SPEGF'iCA'C[ON DOCUM�IV'CS PROM tvI15"I'Y KE1711�00i) TRAEL TO 1-35W Revised Decei3iber $, 2423 C17'Y PROJGC"C tYo. i01013 0061 19-3 MAINTT:NANC[ 130ND Pagc 3 of 3 ia 3 4 5 6 7 S 9 ]0 ll ia 13 14 15 I6 l7 is l9 20 21 22 23 24 25 26 27 za 29 30 i� 32 33 34 35 36 37 38 39 44 41 42 IN WITN�SS WHCR�Or, H�e Principal and t1�e Surety have �ach SIGN�D a�id SEALGD this instrun�e��t by d«ly authorized agents antl officers on tkiis the lltn day of Fea��ary , 20 25 . ATTEST: (Principal) Secretary u ra e � Witness as Pi7ncipal ATTEST: N/A (Surecy) Secreta�y ��,� f'--.�,�.�_._. < i: G-� C.. �Vititess as to Surety �'���rZoc1i Sr Opz�aLons Caordinator PlZINC[PAL,: McMahon Contracting, LP \ BY: � Signature Jc.o-� L m m 5��r�a.�—� Nanze and Titl Address: 3019 Roy Orr Bfvd Gra��d Prairie, Ta 75050 SURETY: West�iieEd insurance Company ! � _ " BY: , ,1 , ���'� . 5 nature � Jade Porter, AtFomey-in-Pacl Narne and Title t�[�dl'eSS: 225� Ridge Road. Sui1c 333 Rock�vall,'];\ 75487 'I'elephoiie Number: �7z-77z-7zzo , El]]all f�.C�C�CeSS: lade.portcrubaldwin.coue *Note: If signed by an oificer of the Surety Company, tl�ere miist be oc� tile a ce�-�ified exEract fi•om the by-la�vs showing titat tl�is person has aiEthority to sig�� sucti obligation. [f Su►•ety's physical address is differe�it from its inailing address, botl� �nust be �i•o�ided. The date of the bond shall not be prior to the date the Contract is a4�rarded. CCCY O� P02T �tfOR'!'H GOLD�.N 'fR[A�1GI.f: I30L)I,CVAE2D 5"I'ANDARl7 CONSTRUC'C[ON Sl'IiC[f ICATIC3N DL)CL3A9E:N ]'S F'itONE MISTY R£b1VOOD TRAI l, TO L351V [ie��fsed Deceici6er8, 2023 Cl"CY I�KOJr.:cr r�o. ioioi� �` ��HIS P01NER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING 7HiS SAME ROWER �} AND ISSUED PRIOR T� 90119/24, FOR ANY R�RSON dR PERSONS NAMED BELOW. General Power of Attorney CERTIFIED C�PY POWER NO. 4220012 14 Westfield Insurance Co. Westfield National Insurance Co. �hio Farmers Insurance Co. Westfeld Center, Ohia Kno�v A!! Iv1en f>y These Preser�ts, �hat WESTFIELD INSURRNCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARA�ERS INSURRNCE COMPANY, cor{�orations, her'e.inafIer r�Fel'r'ec1 to individually as a"ComE3ar�y` anc� eoliecEively as "Cont;�anias," cttfly o�c�anizec4 and existing i�nder the lativs of tl�e State of Ohio: and having Its prfncipal oltfce in Westfieici Center, Medina Counky, Ohio, do hy these presents r»ake, constitute and a����oint TONY FIERRO, JOHNNY NiOSS, JAY ,1dRQAH, JEREMY SARNETT, 3ADE PCyRTER, ROBERF G. KANUTH, JARR�Ti WILLSON, JACK NOTTIHGHAM, SRADY WILSdN, BRENNAH WILLIAMSON, JAROD JAGGERS, CALEB HAL�, RYAN COX, JOINTLY OR SEVERALLY of ROCKWALL a�d 5tate of TX its irue ai�d lawTul Attori�ey(sj-in-Fact, vaith full F�oaver aixi autlzority hereE�y canferreci in its name, place aizd ste.�c#, to execute, acknowlerJge ancl deliver any and �II bonds, recagnizaEices, undertakings, or other i�tstriuneitts or contracfs of suretyship in any pehal limit, ancl to bfnd ar�y of the Con�panies tlzereby as fully and to the san�e exterit as ff such boncis were sigr7ecl hy the Presider�t, seaiecl wfti� the cor��arate seal of tlie applicabla Company anci d�ily attested by its Secretary, herehy ratifyin� a�u1 coizFirmiriy a1! t�iat the said Attorneyls)-in-Fact may do in th� pre�rEises. Sairl eppof��tme�it fs rt�ade unUer ai�r� by auti�ority of the followiny resolution adopted 3�y the Board of Direc#ors of each of tl�e WESTFIELD INSURANCE COMPANY. WESTFIELD NRTIONAL INSURANCE COMPAhJY ancS OHlO FARMERS iNSURANC� COMPANY: "'Be !t ResolveU, tl�at the Presicieiit, any 5e�iior ExeCutive; any Secretary or ai�y Ffcfelib,+ & 5urety Operations Executive or ot4ier Executive si�all be ai�cl is here4�y vested with full �ower and autlzority to ap��oint any oi�e or more suitabie persons as Aitor�i�ey(s)-iiz-Fact to represant and act for ai�d ori I�l�alf of ihe Company sub}e�t to tl�e fol�o�vii�c� provisfor�s: The Affo� ney-in-Fact may he givei� full ��avee�� and autl�ority for and in the name of and on bei�alf of tl�e Company, to exe�ute, acknowled�e and deliver, any anr.l all boncls, recognizances, contracts, agreeiz�eizts oi indemniry a�ul other conditioi�al or obligatory underEa4!ings ai�ci any arid ali notices and documents canceliny or termiriating if�e Com��ar�y's Ifabflfty thereuncier, and any sud7 instrurnents so executeci by any such Attor�ney-in-Fact si�all be as hinding uf�on the Co�lipany as if sigr�ed k�y the Presideni anci sealed ancS attestecl by tlle Corporate Secretaiy." "Be it Farther Resolved, that the siynature of any such desigriated persoi3 aF�cl U�� seal of the Com��any 17ereto€ore or hereafter affixed to ar�y powar of attori�ey or any ceirtfticate relatir�g thereto by #acsin�il�, and any pcawe�� of attorney or certificate hearing iacsiit�ile sigRat��res or facsir�iile seal shall I�e valiU arid bindinc� u��on tl�e Company 4vith respect to any bond or uncieirtaking to v✓iiich it is attaci�ed." (EaCI� ac�optec� at a meetirx� helcf on February 8, 2000). ]n WitrTBss WheF�eo% WESTFIELD INSURANCE COMPANY, VJ�STFIE�D i�ATIOPlAL INSURANCE COMPANY and OHlO FARMERS INSURAIVCE COMPRNY I�ave causecl these presents to be Siyl�ed by tl�eir National S��rety Leader ar�d Senior Executive anct their cor��ar�ate Seals t0 be hereto aTfixeci this 1�th day ot OCTOSER A,D„ 2024 . Coepor2te ,,,�.,•^",���,,,. Seals A'���gUnA//t;•'-, Affixed ? �� . � �y"'•ti� �'c ' u�"i � �7 Errk�.� ': v ' y4• :}� �,� ' 'x` �, .f Y � S[ate Of OhlO '""+��m++d"� Courity of Medina ss.: „ „�„ � �.•`'.�y(�Fi�'�[. f.,��''., .'� �'� `�CGf : =��i; . .,;�: _ '• "� ; � �� � S��I� `' "I °;�:, �,� _ .,. ;`,,,, , �����. WESTFIELD INSURANCE COMPANY 111SU��"'•••., WESTFIELD NATIONAL I�lSURANCE CQMPANY �'"4'''•:YC'�:3 OHIO FARMERS INSURANCE COMPANY � ; 1��4��i� , - � r �f . ¢ , � .6�'.= i,''' - . ' � � . �'''���;����,,, �' : SyGary W.'Stumper, National Surety Leader and Senror Fxecutive On this 70th day of OCTOBER A.D., 2024 , I�efore r��� personally came Gary W. Stumper to r�ie known, who, laeinc3 hy n�e difly sb^�orn, tiid de��ose and say, that he resides in Medii�a, OH; that he is [�ational Surefy f.eader and 5enior Executive o# W�57f=1ELD IN5URANCE COMPANY, WESTFIELD f�lATIONAL INSURRNCE COMPANY and OHIO FARMERS INSURANCE COMPA�JY, ti�e companies described in ai�ci �aliich executed tlle aL�ove inst� ument: that I�e F,nows the seals of said Cornpanfes; ttiat the seals affixecf to sai<! ins3rurrzei�t ar� su�h corporate seals, [hat tl�ey were so affixed Y�y order� of the Boar�cis of Directors af said Cornpanfes; and that 13e sigi�ecl his name thereto by like orcle��. Notariai Seal Affi xed state at ol,io CoLiriiy oE Medina p p'�\��i��//j �: $?� /! ._ • � --� • .� ss.: � 4n�' '� . �►.���� Q.�e Of �, � David A. Kotnik, Attorney at Law, �lotary Public My Comn�ission i�oes l�aot E;c�ire (Sec. 1�17.03 Otiio Revised Cocie) I, Frank A. Carrino, Secretary of WESTFiELO tNSURANCE COMPANY, W�STFI�LD NATIONAL INSUi2A�fCE CO�flPANY anU Ohi[C> FARNi�RS It�SURAt�CE COMPAhfY; clo he3�elay ceirtify that the ahovB and foregoing is a true and cor;�ect copy oF a Power of AttorE�ey, executed by saici Companfes, 4vhich is still in fuli forc� and effect; and fu�thermore, the resalutfoi�s of the E3oarcis of Directors, set au� in t��e Povte�� of Attorney are in iuli force anci efiect. fn Witness Whereai, I have herei3i�ta set iny hai�U and afifxed tl�e seals af said Con�panias at Vl+estfield Center, Ohio, this'���� cfay of �'1�'. �:�r�� A.D., " . � • A��ntg��iA��r����,' t` ����lfvFllrlr�/�.. Rt ,�.., f�f •, , •,;.5'�`.. • ��4 . � �� . E` as �:• � ; ' '9� �': � : �� ` L'� �.�' .= �� ��.�.� :� �¢ = � ;� SF�1L ;� : �y �' �x'. Y�i �:7 � ',��H91mMf1M"�j .il�e��i�� . ir�r., ��iiisui�,�y��� /�� � � ;'C/{ARfFRF �' �' r �.�r,�p secretar}� ; D��� Frank A. Carrino, Secretar�y y. ��a� :R � 4• �. •a' BPOAC2 (carnE�ined) (45-24) FoRT WoRTH� Routing and Transmittal Slip Transportation & Public Worl;s Department DOCUMENT TITLE: Golden Trianale Blvd M&C: 25-0118 CPN: 101013 Date: 02/24/25 To: 1. 2. 3. 4. 5. 6. 7 8 9 10. Name Donnette Murph3 Patricia Wadsack Lauren Prieur ��i�'I�R�amirez RS Doug Black Jesica McEachern Ronald Gonzales Jannette Goodall Allison Tidwell TPW Coatracts CSO: D�artment Initials :isk Appmver ��.� PW A mver �L1N' TPW-Sil?ner Signed in Agiloft . CSCO-Form Filler �w DOC#: Date Out 25/25 04/25 03/05/25 03/05/25 03/10/25 03/10/25 03/10/25 03/11 /25 CC: Program Manager, 3r. CPO, TPW HSPAP Recon Team, TPW Records Room, TPW Contracts DOCUMENTS FOR C1TY MANAGER'S SIGNATURE: All docucnents received from any and all City Depathnents requesting City Manager's signature for approval MUST BE ROUTED TO Tf� APPROPRIATE ACM for approval first Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES �No RUSH: ❑YES �No SAME DAY: ❑YES �No ROUTIIVG TO CSO: �YES ❑No Action Reguired: ❑ As Requested ❑ For Your Information � Signature/Routing and or Recording o ���t n F11C Link to general conditions & specifications NEXT DAY: ❑YES ONo ❑ Attach Signature, Initial and Notary Tabs Return To: Please notify TPWContracts a�fortworthteaas.�ov for pickup when complete. Call eat. 7Z33 or eaw 8363 with que9tions. Thank you! FORT ��RTH� Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Golden Trianale 135-MistvRwood M&C: Date: 02/05/25 To: 1. 2. 3. 4. 5. 6. 7 8 9 10. Name Scott Cumming; Berekit Birhane Leonel Rios Department Vendor-Signer TPW-Signer TPW-Review Initials DOC#: Date Out 02/12/25 02/13/25 02/19/25 CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW Contracts DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents ►-eceived from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES �No RUSH: ❑YES �No SAME DAY: ❑YES ❑No ROUTING TO CSO: �YES ❑No Action Required: ❑ As Requested ❑ For Your Information � Signature/Routing and or Recording ❑ Comment ❑ File NEXT DAY: ❑YES ❑No ❑ Attach Signature, Initial and Notary Tabs Return To: Please notify TPWContracts(a�fortworthtexas.�ov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you! � Bond Verification CPN: 101013 CSO: � M&C