Loading...
HomeMy WebLinkAboutContract 63170CSC No. 63170 FORTWORTH. CONTRACT FOR THE CONSTRUCTION OF FY25 Guardrails and ERB City Project No. 105907 Mattie Parker David Cooke Mayor City Manager Lauren Prieur Director, Transportation and Public Works Department Prepared for The City of Fort Worth Transportation and Public Works 2024 Kimley-Horn and Associates, Inc. Abhishek Acharya, P.E. 801 Cherry Street, Unit 11, Suite 1300 Fort Worth, Texas 76102 817-335-6511 TBPE Firm No. F-928 10/29/2024 ° 9 *®B® *° *® p ABHISHEK ACHARYA O'o '124094���� ®0®0ENs�po NAL OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH, City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 TABLE OF CONTENTS Page 1 of 5 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 0011 13 Invitation to Bidders 02/08/2024 0021 13 Instructions to Bidders 01/17/2024 0035 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 0043 13 Bid Bond 09/11/2017 00 43 37 nno n�z Vendor Compliance to State Law Nonresident Bidder 06/27/2011 not nno n�3 00 45 26 Pr-eg alifieatie St 4emeflt Pr-eg alifieatio -App, e—at e Contractor Compliance with Workers' Compensation Law nQ ii�21 07/01/2011 00 45 40 Business Equity Goal 06/07/2024 00 52 43 Agreement 3/08/2024 0061 13 Performance Bond 12/08/2023 0061 14 Payment Bond 12/08/2023 0061 19 Maintenance Bond 12/08/2023 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 03/08/2024 00 73 00 Supplementary Conditions 03/08/2024 Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 31 20 Project Meetings 07/01/2011 01 32 16 Construction Schedule 10/06/2023 01 32 33 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 0135 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 03/22/2021 0157 13 Storm Water Pollution Prevention Plan 07/01/2011 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 CITY OF FORT WORTH FY25 Guardrails and ERB STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105907 Revised June 7, 2024 00 00 00 TABLE OF CONTENTS Page 2 of 5 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents None Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httn:Hfortworthtexas.2ov/tuw/contractors/ or httDs:HaDDs.fortworthtexas.gov/Proi ectResources/ Division 02 - Existing Conditions Last Revised rr1�3 Solo ti„e Site PeME)460 0311�22 02 41 14 Utility v o.,,,.ya /Alan r., e 12/�tz 0241 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 34 16 Genefets Jai a 1-\iT. e -;..1 f ,- T,-oneh Rep.,;,- 1 2 /7zzr20QO 12 Division 26 - Electrical 260500 ommen.rorl- P_omLs 260510 Tlo,,.,ol;tion for- Eleet..;,..,1 Systems 12/zz�-20aOl') 'i�3 U-nder-gr-eund Duets and Raee,, ays f .- Qeetfieal Systems 07/no.,.,. 1�n Division 31- Earthwork 31 0000 Site Clearing 03/22/2021 312323 Borro n1/0 4zz 013 l n1 /�Q/ O 21�00 E"il'A�''Il�lii��tC oz,-z-�,-�B 31�no GabiAfis 11 /�12 31�0 Ripr-ap 171 /7 z Division 32 - Exterior Improvements 3-2-0-�7 efma-nef c1'., t,!'V.' 37�3 (`o. en4 T.-ea4e l Base r.,,,, n6llvvrry 2022 Z7�T Liquid Trea4e l Se l Stab 08/7 -5 32 1216 6/n'7�T �z-i�[Ya'l.Ilt Itl.iiig 32 1273 4olJ.-zalt f 12/20a012 Z7�3 r fef:ete Paving n6/1�i CITY OF FORT WORTH FY25 Guardrails and ERB STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105907 Revised June 7, 2024 32 1320 32 13 73 3 G�� 4�6 32 1613 3 7�3 32 1725 3231 13 3'�6 32 3129 3232 13 3291 19 32 92 13 3292 14 32 3293 43 reaefetePa�ngjonte�alafAs �?� B6A Urit g Concrete Curb and Gutters and Valley Gutters Curb adz Topsoil Placement and Finishing of Roadway Right-of-ways Sodding P.. r N.at4zw-&eeding l e Grxv,xn Wild ewe . Seeding Trees and Sl..ubs 00 00 00 TABLE OF CONTENTS Page 3 of 5 11 /n�22 12/2tQO12 ' 12/ 12/09/2022 n6/1�22 1 1 /n� n�3 11 /�12 11 /�12 11 /�12 86/05,L201$ 03/ 11 /2022 05/ 13/2021 nvlo�z 1 n1 /n� 11 /�12 Division 33 - Utilities 33 0130 Sewer- and Manhole hole Tesfing nn /07420iv 3301 31 Closed Gi -eu t Television (CCT37) hispe..tior. Sarxtar;-Sewer 03/lmr114202-2 3301 �32 Closed Gi r�'t Television (CCT37) hispeet1en S cv�r�x 12/08/2023 33 04-10 Te;..t Beading and Eleet ie.,l isel..tie.. 12/7rc�-20/iviz 33 04-11 reffes;e.. refit..,.l Test St.,t;,,..0 12/�Q 33 04-40 Cleaning and A e epta- ee Testing ,.fWater- 1, airs 02/no�13 33 04-50 Cleaning of Pipes03/10 lei 3305 10 UtA t., T e..et L'. ea-,.,ti.,. Ew.bad,.,epA and Back4;11 nn /n�21 Adjtisfiag 0�0, InlMs, �� 1-ad Othe�t�Etl�ests ��z n z / lv�rriTi'vzz Grade 33 05 20 11 /�12 330521 Tu -nil lift ar- Pla4e 11 /�12 33 05 22 Stool Casing -Pipe 12/�12 33 05 24 hista l.,tie.. f Cafr-ier-Pipe iff Casing Tunnel Liner- Ula4-e 12/0z 33 05 30 r ee.,tien E)f Existing Utilities 12/"fez 33 1105 05 Belt Nu4s era !`_.,stets- 12/20A204- �-� r-v� , , r�rzvrzvzz 33 ! 1 10 D et:le ifen Pipe 12/0i -zy 1 1 11 rl,�n(\'1 Fitri.sgS nn/v�r20,9017 .,-3 11 12 , Ppoomr—e-P-tpe o�z ✓� 11 13 Ceaer-et3 Pr000uro Pira, Baf W,-appe,l Steel !4,lin of Type 11 /�12 1 1 11 u,,.;e,l Steel Pipe and >~44in.s 11 /�12 22� T a fge Wa4e,- Mete, 12/7 z 33 1229 Resilient Sea4e,l Gate Vl.,e 05/no�15 CITY OF FORT WORTH FY25 Guardrails and ERB STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105907 Revised June 7, 2024 00 00 00 TABLE OF CONTENTS Page 4 of 5 ZZ�T 33 �5 2Z� AWW-A D„1•.1•.e,- Seated u„tte.fl., V nn/gin ono o�� Ge.,.,l.iam e.. n;,- Va4ye Assemblies for Potable xx7.,te,- System 12/zzr20QO12 33 1240 ZZ�v 33 12 60 L';+�s 01 /n T w-atON Eam& ,2/2n/2n12 Ftat✓ins �� et.,..dai-7,1 Blow Valve Assembly 06/13 33 31 17 �zC�7� off D;..e (!`TDDI 12/20QO12 ed �� ✓� 3, 13 �i�����ilr �+ Fib -g-4\L V P ainf ,-ee Pipe for- G -.,.,;tom, ftoitGr'.1;-Sewtfs 12/20QO12 ✓� 3, 15 333120 20 High Deal ty Polyethylene (uDPE) Pipe fe f Sa-a t, ,.., rewe, nn /�9 Polyvinyl !''l.le,.;,le (PVC) !`_,.ay t., e. -ait., -y Sewe,- Pipe nn/n i P-; P1 31 Polyvinyl!''l.lefi a (PVC) Close,l Profile !`-.,..;ty C`.,*; Sewer- afy , � /�12 P- > 33 or Pip liming ZZ�3 333150 50 Sanitar-ye rPipo Enlargement ,-1/�12 e.,r;t&Fy Sewe,. Setwiee refmeetiers era Se -vice r 0 4 /2 6A2� 333170 CcmnV1mt1.af n;,- Valve Eanitar Sewe.--,�� 12/20QO12 33-39 10 333920 rate t in Plase Gone .ete Manholes 12/20QO12 ✓ Preeast Gene -ete T R..nhel , 7 /'frrrzvriviz 333930 33 3940 Fite, -glass Manholes 12/r�20,2viz xx astewa4e. ne^ess U. oN ) ,2/'%12 33 39 60 33-44 10 1 inef c F/anitar; ce.,,e,. ct, ,^t ,,.ems nn /o n�z Dei fefee,l re..e,.ete Ste,..,., SewerD;..e/CiAyet4s n�/no 1�,o�n 22� High Deal ty Del„ethylene (i7DPE) D;«e fe f S o Drain 12/rLr20,20iz 33 17 De;..fef:ee.l Pe1yetl...lef.^ (ERDE) Pipe 1/1 5 l 33 1 13 .,., 'I � �., Del....,-e.�...1 ., D' m n6/10Q0 s�-� � 1{� �.� Ft� ��in o�z 33 4H00 FlAIJFaima-ge 12 /�12 33 -4�H-A� �/n1 01n1 �OY �'a1I:S onw 33 4602 T-Fenoh Dmir.,j n�/n�1 33 49 10 �o D 1 t' 12/20 201- Gast in � l��'C�nl�zo��3 Jl�1�v��1 des �� 33 4920 t 03/11 022 33 4940 Storm Drainag�u11cand AWngwa4S n�/no 1�1 Division 34 - Transportatio77n��, Z�-41- 10 3n n�01 T�j E%gm V 03 /iv �rr!Q022 At4aehmEat-DA �E+6�fAfel1Cfmet 1�/�/�1��(�W 5 AtCaehmeat B Gentfellervpeei 02QO12 34 ^�-�z-i 002 3 n n�v3 iera4ien Attaelmeat r c ef+.. a fe Spee f e t: e,. n,�2 Removing T,-.,fF;e C`;...,al 03//1!Q022 34P-41 13 24 4120 � Assemblies 12/20QO12 �� lllun7irrat% ^" 34 n�01 r r n6/1c/2n,c A�torial �D P.��� .�an�inaires �� 3n n�02 Freeway LED De.,dw .. 1-i sawnsaiwo n6/1�1-5 3n n120.03 r �t%�al. �D � D -&�, r �armirwroas 06/15/2015 34 4130 � 2�1� 34 71 13 A1umxur� &gns 1 1 /12QO13 Single Nie,le Fiber- Optie Cable 02/7vzr�6QO16 Tfa ff;e Cent" nz /�24 CITY OF FORT WORTH FY25 Guardrails and ERB STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105907 Revised June 7, 2024 00 00 00 TABLE OF CONTENTS Page 5 of 5 The following are governing TxDOT specifications for the project. All specifications applicable to construction for this project are identified as follows: TxDOT Standard Specifications: Adopted by the Texas Department of Transportation September 1, 2024. Standard specifications are incorporated into the contract by reference. Item 401 Flowable Backfill Item 450 Railing Item 540 Metal Beam Guard Fence Item 542 Removing Metal Beam Guard Fence Item 752 Tree and Brush Removal Item 770 Guard Fence Repair httvs://www.txdot.2ov/content/dam/docs/specifications/2024/spec-book-0924.pdf Appendix GG4-.91 Availaylib,- e GG 4.02 F/aSvar&se . *a Physie 4 Conditions GG 4.04 Ui Fib- .06 Lai detis Eavi .,,rmen4 ! Condition , 4 Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GG-6 09 Nrmits. -eJ U4ihfies GG-6,21 GR 01 60 00 rL�n n,.,,auet nequ -emer s END OF SECTION CITY OF FORT WORTH FY25 Guardrails and ERB STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105907 Revised June 7, 2024 2/28/25, 4:45 PM M&C Review ACITY COUNCIL AGEND Create New From This M&C DATE: 2/25/2025 REFERENCE NO.: CODE: G TYPE: Official site of the City of Fort Worth, Texas FoRWox'11�rH **M&C 25- LOG NAME: 20ON-CALL GUARDRAIL AND 0181 END -OF -ROAD BARRICADES CONSENT PUBLIC NO NO SUBJECT: (ALL) Authorize Execution of a Unit Price Contract with Van/Elli Inc. in an Amount Up to $750,000.00 for Task Order Construction Services for Projects Relating to Guardrails and End -of -Road Barricades RECOMMENDATION: It is recommended that the City Council authorize execution of a unit price contract with Van/Elli Inc. in an amount up to $750,000.00 for task order construction services for the installation of guardrail and end -of -road barricades, (City Project No. 105907), with up to two renewals for the same amount. DISCUSSION: This contract will provide for construction services on an as -needed (task order) basis for projects related to guardrail and end -of -road barricade installations. Guardrail projects include removal and installation of guardrails and end -of -road barricades to improve overall safety within the City limits of Fort Worth. The contract amount is capped at $750,000.00. The contract duration is based on the expenditure of funds and may be renewed up to two additional times under the same terms, conditions, and unit prices. The project was procured in a low bid format to determine unit prices to be paid when task orders are issued. Notice of bids was published in the Fort Worth Star -Telegram on November 13 and November 20, 2024. On December 19, 2024, two companies submitted bids: CONTRACTOR GSI Highway Products BID $184,387.50 Van/Elli Inc. $2,192,096.31 GSI Highway Products was deemed non -responsive because all bid items were not submitted. The unit prices were compared to similar projects and were determined to be fair and competitive. Task orders will be paid at the established unit prices. Projects identified initially include: Guardrails and end -of -road barricades. The contract is paid with available City PayGo funding. This task order contract will serve current and future capital projects as needed, and a funds availability verification will be performed by the Transportation & Public Works Contract Compliance Managers prior to task order assignment. The Business Equity Division placed a 18.20\% business equity goal on this contract. Vann/Elli, Inc., submitted a Good Faith Effort (GFE) with supporting documentation, which is in accordance with the City's Business Equity Ordinance. The work will be located in ALL COUNCIL DISTRICTS. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the General Capital Projects Fund for the FY25 Guardrails and ERB project to support approval of the above recommendation and execution of the contracts. Prior to any expenditure being incurred, the Transportation and Public Works Department has the responsibility to validate the availability of funds. apps.cfwnet.org/cou nciI_packet/mc_review.asp? I D=33046&counciIdate=2/25/2025 1 /2 2/28/25, 4:45 PM M&C Review TO Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) Submitted for City Manager's Office by_ Originating Department Head: Additional Information Contact: Jesica McEachern (5804) Lauren Prieur (6035) Martin Phillips (7861) Shammi Rahman (8771) ATTACHMENTS 20ON-CALL GUARDRAIL AND END -OF -ROAD BARRICADES 1 fund avail.docx (CFW Internal) City of Ft Worth. 2024 Guardrail and ERB. Form 1295.pdf (CFW Internal) Citv of Ft Worth.2024 Guardrail and ERB.CPN1015195.Good Faith Effort Form.pdf (CFW Internal) Compliance Memo 02.05.25.pdf (CFW Internal) FID Table - Guardrail and ERB.xlsx (CFW Internal) apps.cfwnet.org/cou nciI_packet/mc_review.asp? I D=33046&counciIdate=2/25/2025 2/2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 0005 15- 1 ADDENDA Page 1 of 1 SECTION 00 0515 ADDENDA END OF SECTION CITY OF FORT WORTH FY25 Guardrails and ERB STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105907 Revised July 1, 2011 00 11 13 INVITATION TO BIDDERS Page 1 of 3 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of FY25 Guardrails and ERB ("Project") will be received by the City of Fort Worth via the Procurement Portal https:Hfortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project until 2:00 P.M. CST, Thursday, December 19, 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:Hfortworthtexas.bonfirehub. com/portal/?tab=openOpportunitie s Failure to submit all completed required infonnation listed in the respective Solicitation will be grounds for rejection of a bid as non -responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. SUPPORT For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en- us Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. CITY OF FORT WORTH FY25 Guardrails and ERB STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105907 Revised 2/08/24 00 11 13 INVITATION TO BIDDERS Page 2 of 3 To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: removal and installation of guardrails and end road barricades on a task order basis. PREQUALIFICATION There are no prequalifications required for this contract. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal httl)s:Hfortworthtexas.bonfirehub.com/portal/?tab=ol)en0i)Dortunities, 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 httDs:Hfortworthtexas.bonfirehub.com/_Dortal/?tab=oDenODDortunities, 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: Tuesday, November 26, 2024 TIME: 9:00 AM, CST Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City may award contracts to more than one qualified bidder, lowest to highest, but is not required to award to any bidders. RENEWALS This Contract may be renewed up to two (2) additional terms at the earlier of the expiration of contract funds or contract time under the same terms, conditions, and unit prices. CITY OF FORT WORTH FY25 Guardrails and ERB STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105907 Revised 2/08/24 00 11 13 INVITATION TO BIDDERS Page 3 of 3 FUNDING Any Contracts awarded under this INVITATION TO BIDDERS are expected to be funded from revenues generated from bonds and reserved by the City for the Project. ADVERTISEMENT DATES Thursday, November 14, 2024 Thursday, November 21, 2024 END OF SECTION CITY OF FORT WORTH FY25 Guardrails and ERB STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105907 Revised 2/08/24 0021 13 INSTRUCTIONS TO BIDDERS SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms Page 1 of 9 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. 3.1. Bidders or- their- designa4ed subeentfaeter-s are required to be pr-equalified for- the we types r-eqttir-iag pr-e"a4ifieatiea as per- J 1 f 11 B;DDERE nn EQ T A I Ivry A •rIONS a 00 4 5 12 nn EQ T A I Ivry A r ION STATE TET TENT. Fim n seekin p o alit ,., ief must smk.sxt the a,,,.,,men4a4ier iden4 r;oa i Seetio 00 45 11 ealendaF days pFioF to Bid opening fer- review a -ad, if d, a000p%lJe „1..,epAr-aet, .s listed by a Bidder- n 00 45 12 be p o uaoa f the a��ryr towef-k t)Tes. SubeepAr-aeter-s ffmst fellew the same timelines as Bidders for- obt i i g as zanta Oar. aaxz. CITY OF FORT WORTH FY25 Guardrails and ERB STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105907 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 0 of 20r.,.,+-.,.,+.,,.0%70D,-o.,,,.,oa��-iO/,2nD -ee-afpWPR-EO T A T IFIC A TION-07 20P 1E 1 UIRE RIB1 ITE%7nF-nn of 2nn A A lDIG07i 2000NT- A CTO c 3d aoo�mesn/n�o- o,;2OCenstmetionO,eeffmepAs/Contfaeter--O,;2OPr-eEitialifieatiefb'TPW0,;2ORead-w Y-0Q0a-ad-0 Qnno loctria11%29:JnIttiri^oi2nn,.o,,,,.lifiea4 „oi2nn.,,er-a i, STREEToi 20T rnuToi 20PP EEO T A I of 20R-EQ 4NTe i3df 0 - -- o - o 0 0 0&-,t3it ,oi 2nc ewe .oi 2OCe ,+,.. ete .oi 2nn .o,,,,, ifieatienoi 2nn,.,.er-a ., /Aare coi 2%r-e 3-.2. Bach Bidder-, d, mu\ctmit to City at least seven (7) , BIPPERF, PREQI T A T IFIG A TIONS 3-.2.1.F/jbrvr36ar. ofand/or- qttes roka�odtepr-equalification should the City , r aet ;,led ix 1;ragraph 6. 1. t�r✓.� Alt , of'o l:o wc�gned a-&zj Wjoot, ,-ad „s+metien she „le to assist the City ift evaluating a -ad assessing the ability of the appafefft law biddef: te tho ctilm— j j up- nt a f the stib .,:+infefma4ion+o l , City Go -ii. FcOuFa to submi! the additional infefmatieff, if requested, may be gr-aun r^r -eje fiag tiro DMam t 1 i .F fISiSSS�:I��:I:Klir!!EfIII I 3.5. OMITTED. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: CITY OF FORT WORTH FY25 Guardrails and ERB STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105907 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 9 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 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. 4.1.8. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima -facie evidence that the Bidder has made the investigations, examinations and tests herein required. CITY OF FORT WORTH FY25 Guardrails and ERB STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105907 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 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. 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. CITY OF FORT WORTH FY25 Guardrails and ERB STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105907 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 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 htti3s://fortworthtexas.bonfirehub.com/portal/?tab=ol3en0pportunities on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.2. A ddenda 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 httt)s:Hfortworthtexas.bonfirehub.com/portal/?tab=oDen0unortunities 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. CITY OF FORT WORTH FY25 Guardrails and ERB STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105907 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 7. Bid Security 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non- responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: https://codelibrary.amleizal.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. CITY OF FORT WORTH FY25 Guardrails and ERB STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105907 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 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. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal httns:Hfortworthtexas.bonfirehub.com/portal/?tab=onen0nnortunities. 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. CITY OF FORT WORTH FY25 Guardrails and ERB STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105907 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 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. 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. CITY OF FORT WORTH FY25 Guardrails and ERB STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105907 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 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 httiDs://www.ethics.state.tx.us/data/forms/1295/1295.iDdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH FY25 Guardrails and ERB STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105907 Revised/Updated 1/17/24 00 35 13 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. Form CIQ (Conflict of Interest Questionnaire) (state.tx.us) httt)s://www.ethics.state.tx.us/data/forms/conflict/CIS.i)df ❑ CIQ Form does not apply ❑ CIQ Form is on file with City Secretary IV 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: Vann/Elli Inc. END OF SECTION By: Bohn Davis SignatV e: Title: President CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 2025 Guardrails and ERB CPN 105907 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: 2024 Guardrails and ERB City Project No.: 105195 Units/Sections: Base Bid 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2024 Guardrails and ERB Revised 9/30/2021 CPN 105195 0041 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. None 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within the number of days specified in each work order. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary e. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Total Bid CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 $2,192,096.31 2024 Guardrails and ERB CPN 105195 0041 00 BID FORM Page 3 of 3 7. Bid Submittal This Bid is submitted on by the entity named below. Respec y submitted, Receipt is acknowledged of the Initial following Addenda: B ' _ r� �/t-tlyCr Addendum No. 1: (Signature) jAddendum No. 2: jAddendum No. 3: Bonnie Davis jAddendum No. 4: (Printed Name) Title: President Company: Vann/Elli, Inc. Coppt�i�"Stt/�j����f,� `.�-.��,� Address: PO Box 1060 O' Joshua, TX 76058 SEALS *. 19890 %, • �'Ex!�•' State of Incorporation: Texas '''����►► Email: bonniedavis anvann-elli.com ► ► ►1 �����\`` Phone: 817-558-4052 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2024 Guardrails and ERB Revised 9/30/2021 CPN 105195 00 42 43 BID PROPOSAL Page 1 of 2 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Unit 1 - Base Bid Bidlist Item No. Description TxDOT Specifications Unit of Measure Bid Quantity Unit Price Bid Value 1 REMOVE CONCRETE DRIVE 241.0101 SF 1 $500.00 $500.00 2 SITE CLEARING 3110.0101 SY 1 $500.00 $500.00 3 CONCRETE CURB AND GUTTER (ALL TYPES) 3216.0101 LF 1 $2,500.00 $2,500.00 4 TOPSOIL 3291.01 CY 1 $500.00 $500.00 5 BLOCK SOD. PLACEMENT 3292.01 SY 1 $270.00 $270.00 6 FLOWABLEBACKFILL 401 CY 1 $1,330.75 $1,330.75 7 RAIL (HANDRAIL)(TY A) 450 LF 100 $360.00 $36,000.00 8 RAIL (HANDRAIL)(TY B) 450 LF 100 $379.98 $37,998.00 9 RAIL (HANDRAIL)(TY C) 450 LF 100 $461.83 $46,183.00 10 RAIL (HANDRAIL)(TY D) 450 LF 100 $471.65 $47,165.00 11 RAIL (HANDRAIL)(TY E) 450 LF 100 $536.00 $53,600.00 12 RAIL (HANDRAIL)(TY F) 450 LF 100 $510.45 $51,045.00 13 RAIL (HANDRAIL)(TY W) 450 LF 100 $120.65 $12,065.00 14 MTL W-BEAM GD FEN (TIM POST) 540 LF 1,000 $42.66 $42,660.00 15 MTL W-BEAM GD FEN (STEEL POST) 540 LF 200 $47.99 $9,598.00 16 MTL THRIE-BEAM GD FEN (TIM POST) 540 LF 50 $65.61 $3,280.50 17 MTL THRIE-BEAM GD FEN (STEEL POST) 540 LF 25 $75.86 $1,896.50 18 MTL BEAM GD FEN TRANS (THRIE-BEAM) 540 EA 1 $3,935.00 $3,935.00 19 MTL BEAM GD FEN TRANS (TL2) 540 EA 1 $1,333.00 $1,333.00 20 MTL BEAM GD FEN TRANS (T101) 540 EA 1 $1,441.00 $1,441.00 21 MTL BEAM GD FEN TRANS (TO 540 EA 1 $1,245.00 $1,245.00 22 MTL W-BEAM GD FEN ADJUSTMENT 1 540 LF 251 $25.001 $625.00 23 MTL THRIE-BEAM GD FEN ADJUSTMENT 1 540 LF 251 $25.001 $625.00 24 TERMINAL ANCHOR SECTION 1 540 EA 101 $1,618.001 $16,180.00 25 TERMINAL ANCHOR SECTION ADJUSTMENT 1 540 EA 11 $1,500.001 $1,500.00 26 TRANSITION ADJUSTMENT 1 540 EA 11 $2,500.001 $2,500.00 27 SHORT RADIUS (28") 1 540 LF 501 $72.481 $3,624.00 28 DRIVEWAY TERMINAL ANCHOR SECTION 1 540 I EA 5 1 $2,254.001 $11,270.00 29 DOWNSTREAM ANCHOR TERMINAL SECTION 1 540 I EA 101 $2,371.001 $23,710.00 30 MTL W-BEAM GD FEN (SPECIAL) 1 540 1 LF 1 1 $90,861 $90.86 31 MTL W - BEAM GD FEN (LOW FILL CULVERT) 540 1 LF 1 50 1 $143.251 $7,162.50 32 MTL THRIE-BEAM GD FEN (TIM POST) 540 1 EA 1 25 1 $3,735.001 $93,375.00 33 MTL THRIE-BEAM GD FEN (STEEL POST) 540 1 EA 1 25 1 $4,108.001 $102,700.00 34 MTL BEAM GD FEN TRANS(THRIE BEAM) 540 1 EA 1 5 1 $3,567.001 $17,835.00 35 MTL BM GD FEN (LONG SPAN SYSTEM) 540 EA 5 $2,703.00 $13,515.00 36 MTL BM GD FEN TRANS (31"-28") 540 EA 5 $1,125.00 $5,625.00 37 MTL BM GD FEN TRANS (ANCHOR PLATE) 540 1 EA 1 5 1 $1,171.001 $5,855.00 38 CONNECTOR PLATE FOR THRIE BEAM 540 1 EA 1 5 1 $728.001 $3,640.00 39 MTL BM GD FEN TRANS (31"-28")(25') 540 1 EA 1 5 1 $1,125.001 $5,625.00 40 MTL W-BEAM GD FEN (NESTED)(TIM POST) 540 1 LF 1 5 1 $44.591 $222.95 41 TL-3 3 1 " SHORT RADIUS (END ANCHOR) 540 1 EA 1 5 1 $40,108.001 $200,540.00 42 TL-3 31" SHORT RADIUS (POSTS 2 THRU 7) 540 1 EA 1 5 1 $40,400.001 $202,000.00 43 TL-3 31" SHORT RADIUS (TRANSITION) 540 1 EA 1 5 1 $24,615.001 $123,075.00 44 TL-2 3 1 " SHORT RADIUS (COMPLETE) 540 1 EA 1 5 1 $51,697.001 $258,485.00 45 TL-2 31" SHORT RADIUS (W/O DAT) 540 1 EA 1 5 1 $49,097.001 $245,485.00 46 MTL W-BEAM GD FEN (NESTED)(STEEL POST) 540 1 LF 1 5 1 $64.701 $323.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2024 Guardrails and ERB Revised 9/30/2021 CPN 105195 00 42 43 BID PROPOSAL Page 2 of 2 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Unit 1 -Base Bid Bidlist Item' No. I Description TxDOT Specifications Unit of Measure Bid Quanti ty Unit Price Bid Value 47 TL-3 3 1 " SHORT RADIUS (COMPLETE) 540 EA 5 I $60,604.00 $303,020.00 48 REMOVE METAL BEAM GUARD FENCE 1 542 LF 50 $10.001 $500.00 49 1REMOVE TERMINAL ANCHOR SECTION I 542 EA 1 5 $500.001 $2,500.00 50 1REMOVE DOWNSTREAM ANCHOR TERMINAL I 542 1 EA 5 $500.001 $2,500.00 51 ARM MTL BM GD FENCE TRANS (THRIE-BEAM) 1 542 EA 5 $500.001 $2,500.00 52 1RM MTL BM GD FEN TRANS (T101) I 542 EA 5 $300.001 $1,500.00 53 ARM MTL BM GD FENCE TRANS (TL-2) 1 542 EA 5 $300.001 $1,500.00 54 TREE REMOVAL (4" - 12" DIA) I 752 EA 1 $3,312.501 $3,312.50 55 ITREE REMOVAL (12" - 18" DIA) I 752 EA 1 $3,462.501 $3,462.50 56 1TREE REMOVAL (18" - 24" DIA) I 752 EA 1 $5,125.001 $5,125.00 57 ITREE REMOVAL (24" - 30" DIA) I 752 EA 1 $6,187.501 $6,187.50 58 ITREE REMOVAL (30" - 36" DIA) I 752 EA 1 $7,500.001 $7,500.00 59 ITREE REMOVAL (36" - 42" DIA) I 752 EA 1 $9,812.501 $9,812.50 60 ITREE REMOVAL (42" - 48" DIA) I 752 EA 1 $13,500.001 $13,500.00 61 ]TREE REMOVAL (48" - 60" DIA) I 752 EA 1 $15,750.001 $15,750.00 62 ITREE REMOVAL (60" - 72" DIA) I 752 EA 1 $20,000.001 $20,000.00 63 REPLACE RAIL ELEMENT (W-BEAM) 1 770 LF 25 $37.231 $930.75 64 REPLACE RAIL ELEMENT (THRIE-BEAM) I 770 LF 251 $94.001 $2,350.00 65 IREPL RAIL ELMNT(THRIE-BM TRANS TO W-BM 1 770 1 EA 11 $660.001 $660.00 66 REPLACE TIMBER POST W/O CONC FND 1 770 1 EA 11 $83.001 $83.00 67 REPLACE STEEL POST W/O CONC FND I 770 1 EA 1 $117.001 $117.00 68 REPLACE TIMBER POST W/ CONC FND I 770 EA 1 $98.001 $98.00 69 REPLACE STEEL POST W/ CONC FND I 770 EA 1 $132.001 $132.00 70 IREALIGN POSTS I 770 EA 101 $75.001 $750.00 71 IREPAIR OF TERMINAL ANCHORS POSTS I 770 EA 1 $700.001 $700.00 72 IREPLACE TERMINAL ANCHOR POSTS I 770 EA 1 $994.001 $994.00 73 1REM OBSOLETE GET & REPL W/ SGT I 770 EA 1 $5,419.001 $5,419.00 74 REPL SINGLE GDRAIL TERM IMPACT HEAD 1 770 EA 1 $1,424.001 $1,424.00 75 REPLACE SINGLE GDRAIL TERMINAL RAIL I 770 LF 1 $64.001 $64.00 76 IREPLACE SINGLE GDRAIL TERMINAL POST I 770 1 EA 1 $101.001 $101.00 77 REPLACE BLOCKOUT 1 770 EA 1 $28.001 $28.00 78 REPAIR STEEL POST WITH BASE PLATE I 770 EA 1 $566.001 $566.00 79 BRAISE RAIL 1 770 LF 25 1 $15.001 $375.00 80 1CONCRETE PAVEMENT (ALL THICKENSS) 1 9999 Sy 101 $3,900.001 $39,000.00 81 1ASPHALT PAVEMENT (ALL TYPES) I 9999 TON 101 $3,900.001 $39,000.00 Total Bid 1 $2,192,096.31j END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2024 Guardrails and ERB Revised 9/30/2021 CPN 105195 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 0043 13 BID BOND Page 1 of 2 That we, Vann/Elli , known as "Bidder" herein and Travelers Casualty and Surety Company of America a corporate surety duly authorized to do business in the State of Texas, known as'Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as 2025 Guardrails and ERB 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. � 1 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrumer`rt'b�y�`�` duly authorized agents and officers on this the 21st day of November . 2024. C' Q 0 �01� �• 1 PRINCIPAL: �C A`�'• Vann/Elli BY: A-n . .... Signature ATTEST ICL Witness as to Principal Name and Title CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 20245Guradrails and Revised 9/3012021 ERB CPN 105907 0043 13 BID BOND Page 2 of 2 Address: P.O. Box 1060 Joshua, TX 7605 8 SURETY. Travelers Casualty and Surety Company of America BY: Signature Sophinie Hunter, Attorney -In -Fact - Name and Title Address: One Tower Square, S 102A Hartford, CT 06183 Witness as to Surety Telephone Number: 214-989-0000 Attach Power of Attorney (Surety) for Attorney -in -Fact '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 dale of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2025 Guradraft and Revised 9/302021 ERB CPN 105907 Travelers Casualty and Surety Company of America AW TRAVELERS 1� Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Sophinie Hunter of DALLAS , Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. tiwssrt 7 tiurriar egr(PE*im. e 5CONIC " State of Connecticut By: City of Hartford ss. Robert L. Rane enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal My Commission expires the 30th day of June, 2026 s, i3C17AiiY � aAn,��P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 21st day of November , 2024 rW •eyAflp Jpy,1Y gseb� G lllrrr tin 34RTfCiG }IAA7PdF�, [S+R�1" CONK, ff. Kevin�E Hughes, Ass�cretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached. AAW TRAVE'L.E'RS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualtv and Suretv Comuanv of America , for information or to make a complaint at: Travelers Bond Attn: Claims One Tower Square, S 102A Hartford, CT 06183 1-800-328-2189 You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. Rios, Leonel From: Sent: To: Cc: Subject: Attachments: Russell, Pete <PMRUSSEL@travelers.com> Wednesday, March 19, 2025 12:46 PM Rios, Leonel; Russell, Pete Lupacchino, Joan; Paradis, Ann FW: Bond #107968703 Verification-Vann/Elli, Inc - bond # changed via rider to 107968708 107968703.pdf, 107968703 - 107968708 rider.pdf This message is from an external organization. This message came from outside your organization. Hello Leonel: Report Suspicious Please allow this e-mail to verify the bond you referenced in your e-mail below — a copy of which is attached. Please note that due to a clerical error, the bond number has been revised via a rider, also attached. The bond number going forward is 107968708. Please amend your office's records to reflect this change. Please also advise if you need any additional information on this bond. Best Regards, Pete Pete Russell, AFSB Travelers Bond & Specialty Insurance Construction Services Account Executive — Officer 1301 E. Collins Blvd., Suite 300 Richardson, TX 75081 (214)570-6428 (800) 842-0612, ext. 570-6428 Fax: (214) 570-6405 Cell (214) 738-6921 i)eter.m.russell@travelers.com � + y 8 A r RA E+ ERS J From: Rios, Leonel<Leone1.Rios @fortworthtexas.gov> Sent: Tuesday, March 18, 2025 4:53 PM To: Lupacchino, Joan <JLUPACCH@travelers.com> Subject: [External] RE: Bond #107968703 Verification-Vann/Elli, Inc 1 CAUTION: This email came from outside of the company. Please exercise caution when opening attachments, clicking links or responding to this email. The original sender of this email is Leonel.Rios(a�fortworthtexas.gov. Good afternoon, Could you help me with my request below? Thank you, Leonel From: Rios, Leonel Sent: Wednesday, March 12, 2025 2:56 PM To: APARADIS(cDtravelers.com Subject: Bond #107968703 Verification-Vann/Elli, Inc Good afternoon, The City of Fort Worth requires bond verification before a contract can be executed. We have received the following bonds from Vann/Elli, Inc.: Bond #107968703, in the amount of $750,000.00, issued by Travelers Casualty and Surety Company of America for City Project #105907, FY25 Guardrails and ERB. Please confirm that the bonds and corresponding amounts are valid so we can proceed with awarding the contract to Vann/Elli, Inc Thank you, Leone[ J. Rios Contract Compliance Specialist Transportation Public Works 817-392-7233 (office) 100 Fort Worth Trail, Fort Worth, Texas 76102 leonel.rios(&FortWorthTexas.2ov FORTWORTH. Working together to build a strong community This message (including any attachments) may contain confidential, proprietary, privileged and/or private information. The information is intended to be for the use of the individual or entity designated above. If you are not the intended recipient of this message, please notify the sender immediately, and delete the message and any attachments. Any disclosure, reproduction, distribution or other use of this message or any attachments by an individual or entity other than the intended recipient is prohibited. 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 nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of are not required to underbid resident bidders. , our principal place of business, B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. 0 BIDDER: Vann/Elli, Inc. By: Bonnie Davis —T (Signature) Title: President Date: IQ— — IC2 " C�U a L/ END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2025 Guardrails and Revised 9/30/2021 ERB CPN 105907 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 105195. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Vann/Elli, Inc. By: Bonnie Davis Company (Please P PO Box 1060 Sig re: Address Joshua, Texas 76058 Title: President City/State/Zip (Please Print) THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared — a f► n 1' e— 1�a V %. S , known to me to be the person whose name is subscribed to the foregoi instrument, and acknowledged to me that he/she executed the same as the act and deed of 1,rf. Vt for the purposes and consideration therein expressed and in the capacity therein stated. GIVE DER MY HAND AND SEAL OF OFFICE this �� day of 2c e..v , kO-e r , 20aq Notary Public in a for th ate of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SHIRLEY ROGERS My Notivy ID # Expires Ma35460 March 187 2024 Guardrails and ERB CPN 105195 ti. 00 45 40 - 1 Business Equity Goal Page 1 of 2 1 SECTION 00 45 40 2 Business Equity Goal 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. 5 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 6 (M/WBEs). 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 10 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 11 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11- 12 2020 (codified at: https://codelibrga.amleaal.com/codes/ftworth/latest/ftworth tx/0-0-0-225931 apply to 13 this bid. 14 15 BUSINESS EOUITY PROJECT GOAL 16 The City's Business Equity goal on this project is 18.2% of the total bid value of the contract (Base bid 17 applies to Parks and Community Services). 18 19 METHODS TO COMPLY WITH THE GOAL 20 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 21 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 22 ordinance through one of the following methods: 1. Commercially useful services performed by a 23 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination 24 of Business Equity prime services and Business Equity subcontracting participation, 4. Business 25 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. Prime 26 contractor Waiver documentation. 27 28 SUBMITTAL OF REOUIRED DOCUMENTATION 29 Applicable documents (listed below) must be submitted electronically with the other required bidding 30 documents at the time of the bid under the respective Project via the Procurement Portal: 31 httr)s://fortworthtexas.bonf"irehub.com/Dortal/?tab=oDenODDortunities 32 OR received no later than 2:00 p.m., on the third City business day after the bid opening date, 33 exclusive of the bid opening date with the respective Project via the Procurement Portal by 34 responding to the message sent within Bonfire to all the bidders. It is highly encouraged that bidders 35 submit required documentation at the time of bid submission. 36 37 The Offeror must submit one or more of the following documents: 38 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 39 2. Letter of Intent, for all M/WBE Subcontractors; 40 3. Good Faith Effort Form and Utilization Form, including supporting documentation, if 41 participation is less than stated goal, or no Business Equity participation is accomplished; 42 4. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform 43 all subcontracting/supplier opportunities; or 44 5. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor- 45 Prot6g6 participation. 46 47 These forms can be accessed at: 48 Business Equity Utilization Form and Letter of Intent CITY OF FORT WORTH FY25 Guardrails and ERB STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105907 Revised June 7, 2024 004540-2 Business Equity Goal Page 2 of 2 1 httDs://anus.fortworthtexas.2ov/Pro_iectResources/ResourcesP/60 - MWBE/Business Equity Utilization 2 Form DVIN 2022 220324.Ddf 3 4 Letter of Intent 5 httDs://aDDs.fortworthtexas.2ov/ProiectResources/ResourcesP/60 - MWBE/Letter of Intent DVIN 6 2021.Ddf 8 Business Equity Good Faith Effort Form 9 httns://anus.fortworthtexas.2ov/ProlectResources/ResourcesP/60 - MWBE/Good Faith Effort 10 Form DVIN2022.Ddf 11 12 Business Equity Prime Contractor Waiver Form 13 httns://anus.fortworthtexas.2ov/ProiectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor 14 Waiver-220313.Ddf 15 16 Business Equity Joint Venture Form 17 httr)s://anus.fortworthtexas.2ov/ProiectResources/ResourcesP/60 - MWBE/MWBE Joint 18 Venture 220225.Ddf 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON -RESPONSIVE AND THE BID REJECTED. FAILURE TO SUBMIT THE REOUIRED BUSINESS EOUITY DOCUMENTATION OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON- RESPONSIVE. THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. For Questions, Please Contact the Business Equity Division of the Access and Opportunity Services Department at (817) 392-2674. END OF SECTION CITY OF FORT WORTH FY25 Guardrails and ERB STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105907 Revised June 7, 2024 00 52 43 - I Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on 02/25/2025 , 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 Van/Elli, Inc. , authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: FY25 Guardrails and ERB CPN 105907 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 Seven Hundred Fifty Thousand and 00/100 Dollars ($750,000.00). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1. Final Acceptance. The Work shall be complete for Final Acceptance within the number of days stated in each task order. 4.2. Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Six Hundred Fifty and 00/100 Dollars ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. 4.3. Renewals This Contract may be renewed up to two (2) additional terms at the earlier of the expiration of contract funds or contract time under the same terms, conditions, and unit price. CITY OF FORT WORTH FY25 Guardrails and ERB STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105907 Revised March 3, 2024 00 52 43 - 2 Agreement Page 2 of 6 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 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 onerate and be effective even if it is alleized or proven that all or some of the damases being sought were caused, in whole or in part, by anv act, omission or ne2liLyence 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. CITY OF FORT WORTH FY25 Guardrails and ERB STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105907 Revised March 3, 2024 00 52 43 - 3 Agreement Page 3 of 6 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by anv act. omission or negligence of the citv. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non -appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. CITY OF FORT WORTH FY25 Guardrails and ERB STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105907 Revised March 3, 2024 005243-4 Agreement Page 4 of 6 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time -employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. CITY OF FORT WORTH FY25 Guardrails and ERB STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105907 Revised March 3, 2024 00 52 43 - 5 Agreement Page 5 of 6 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. CITY OF FORT WORTH FY25 Guardrails and ERB STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105907 Revised March 3, 2024 005243-6 Agreement Page 6 of 6 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: 1B- ignature ^ (Printed Name) -�t-esl J-e- a Title �0 �c IO✓o0 Address JOslouo 1 X `7 6o City/State/Zip ©s/&6 bi jc Date City of Fort Worth By: C�4� Jesica McEachern Assistant City Manager Apr25,2025 aovvap Date F FORrnoadd o. Attest: °a°o o=� pCP'f 444 aEza5b4p Jannette Goodall, City Secretary (Seal) M&C: 25-0181 Date: 2/25/2025 Approved as to Form and Legality: Douglas Black (Apr 17, 202517:33 CDT) Douglas W. Black Sr. Assistant City Attorney OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH FY25 Guardrails and ERB STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105907 Revised March 3, 2024 Bond #107968708 0061 13- 1 PERFORMANCE BOND Page I of 2 I SECTION 00 61 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Vann/Elli, Inc. known as 8 "Principal" herein and Travelers Casualty and Surety Company of America a corporate 9 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a I I municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal 12 sum of SCVC11 Hundred Fifty Thousand and 00/100 Dollars ($750,000.00), lawful money of the 13 United States, to be paid in Fort Worth, Tarrant County, Texas for the payment ofwhich sum well 14 and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and 15 assigns,jointly and severally, firmly by these presents. 16 WHEREAS, the Principal has entered into a certain written contract with the City awarded 17 the_25th day of _February ___ 20 25 , which Contract is hereby referred to and made apart 18 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 19 accessories defined by law, in the prosecution of the Work, including any Change Orders, as 20 provided for in said Contact designated as FY25 Guardrails and ERB, CPN 105907. 21 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 22 shal I faithfully perform it obligations under the Contact and shall in all respects duly and faithfully 23 perform the Work, including Change Orders, under the Contract, according to the plans, 24 specifications, and contact documents therein referred to, and as well during any period of 25 extension of the Contact that may be granted on the part of the City, then this obligation shall be 26 and I)ec0111e 11u11 and void, otherwise to remain in full force and effect. 27 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 28 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 29 Worth Division. 30 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 31 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 32 accordance with the provisions of said statue. CITY OF FORT WORTH FY25 Guardrails and ERB STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CI'N 105907 Revised December B, 2023 0061 13-2 PERFORMANCE BOND Page 2 of 2 I IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 5th day of March 3 20 25 . 4 5 6 7 8 9 10 ATTEST: 12 13 (Principal) Secretary 14 15 16 17 18 19 Witness as, to Principal 20 21 22 2.3 24 25 26 27 28 29 30 31 32 \ — 33 C1•rt`p 34 Witness as to Surety 35 36 PRINCIPAL: Vann/Elli, Inc. BY: as�De Signature Bonnie Davis -President ---- .......... .._. Name and Title Address: P.O.-Box 1060 _._. Joshua, TX 76058 _ SURETY: Travelers Casualty and Surety Company of America _ BY: - - Si nature `- _Sophin_ie_Hunter,, Attorney-ln-Fact Name and Title Address: One Tower 5quare,_S102A Hartford, CT 06183 Telephone Number: .214-989.-0000_.............. _ Email Address: Soohie.hunter(a)aen.(= 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH FY25 Guardrails and ERB STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105907 Revised December 8, 2023 Bond #107968708 0061 14 - 1 PAYMENT BOND Page I of 2 I SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Vann/Elli, Inc. known as 8 "Principal" herein, and Travelers Casualty and Surety Company of America , a 9 corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" 10 herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 1 I corporation created pursuant to the laws of the State of "Texas, known as "City" herein, in the penal 12 sum of Seven Hundred fifty Thousand and 00/100 Dollars ($750,000.00), lawful money of the 13 United States, to be paid in Fort Worth, TarrantCounty, Texas, for the payment of which sum well 14 and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, 15 jointly and severally, firmly by these presents: 16 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 17 2.5th day of February 20 25 , which Contract is hereby referred to and made 18 a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor 19 and other accessories as defined by law, in the prosecution of the Work as provided for in said 20 Contract and designated as FY25 Guardrails and ERB, CPN 105907, 21 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 22 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 23 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 24 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 25 force and effect. 26 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 27 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 28 accordance with the provisions of said statute. 29 CITY OF FORT WORT'11 FY25 Guardrails and F,R6 STANDARD CON STRUC'IION SPGCIFICATTON DOCUMr NFS CPN 105907 Revised December 9. 2023 0061 14-2 PAYMENT BOND Page 2 of 2 I IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 5th day of 3 March 2025___ 4 ATTEST: (Principal) Secretary Witness as to Principal ATTEST: (Surety) Secretary Witness as to Surety PRINCIPAL: Vann/Elli, Inc. Senni Daw.i BY: Signature Bonnie Davis -President Name and Title Address: P.O. Box 1060 Joshua, TX 76058 SURETY: Travelers Casualty and Surety Company of America Signat Ire Sophinie Hunter, Attorney -In -Fact Name and Title Address: One Tower Square, S102A Hartford, CT 06183 Telephone Number: 214-989-0000 Email Address: sophie.hunter(a).aon.com 5 6 Note: I f signed by an officer of the Surety, there must be on file a certi fled extract from the bylaws 7 showing that this person has authority to sign such obligation. If Surety's physical address is R different from its mailing address, both must be provided. 9 10 The date of the bond shal I not be prior to the date the Contract is awarded. 1 1 END OF SECTION 12 CITY OF FORT WORTH FY25 Guardrails and FRB STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105907 Revised December 8, 2023 Bond #107968708 0061 19- 1 MAINTENANCE BOND Pagel of3 1 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Vann/Elli, Inc, known as 9 "Principal" herein and Travelers Casualty and Surety Company of America a corporate surety 10 (Sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" 11 herein (whether one or snore), are held and firmly bound unto the City of Fort Worth, a municipal 12 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum 13 of Seven Hundred Fifty Thousand and 00/100 Dollars ($750,000.00), lawful money of the United 14 States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly 15 be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, 16 successors and assigns, jointly and severally, firmly by these presents. 17 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the 25th day of February . 20 25 , which Contract is hereby 20 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, 21 equipment labor and other accessories as defined by law, in the prosecution of the Work, including 22 any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as 23 provided for in said contract and designated as FY25 Guardrails and ERB, CPN 105907; and 24 25 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 26 accordance with the plans, specifications and Contract Documents that the Work is and will remain 27 free from defects in materials or workmanship for and during the period of two (2) years after the 28 date of Final Acceptance of the Work by the City ("Maintenance Period"); and 29 30 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 31 receiving notice from the City of the need therefor at any time within the Maintenance Period. 32 CITY OF FORT WORTI-1 FY25 Guardrails and ERB STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105907 Revised December 8, 2023 4 El 0061 19.2 MAINuNANCE BOND Page 2 of 3 I NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy 2 any defective Work, for which timely notice was provided by City, to a completion satisfactory to 3 the City, then this obligation shall become null and void; otherwise to remain in full force and 4 effect. 5 6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to be 8 repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the 9 Surety under this Maintenance bond; and 10 I 1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 12 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 13 Worth Division; and 14 15 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive 16 recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH FY25 Guardrails and ERB STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105907 Revised December 9, 2023 0061 19-3 MAINTENANCE BOND Page 3 of3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 5th day of 3 March 20 25 5 6 7 8 9 10 11 A 12 13 14 (Principal) Secretary 15 16 17 18 19 �/�/ 20 Witness as to Pri i al 21 22 23 24 25 26 27 28 29 ATTEST: 30 31 32 (Sur a -. 33 34 35 Witn ss as Surety 36 37 PRINCIPAL: Vann/Elli, Inc. �11►Illiii� BY _. E a ignature Y2� �````` L'41 Name and Title Address: P.O, Box 1060 Joshua. TX 76058 _ SEFAL'fim: - itil11111 SURETY: Travelers Casualty and Surety Company ofAmerica BY: _ Signat re Sovhinie Hunter, Attornev-In-Fact Name and Title Address: One Tower Square, S102A Hartford, CT 06183 Telephone Number: 214-989_0000 _ Email Address: soghie.hunter0,aon,com 38 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 39 from the by-laws showing that this person has authority to sign such obligation. If 40 Surety's physical address is different from its mailing address, both must be provided. 41 The date of the bond shall not be prior to the date the Contract is awarded. 42 CITY OF FORT WORTH FY25 Guardrails and ERB STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105907 Revised December8, 2023 AW TRAVELERV Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Sophinie Hunter of DALLAS , Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21at day of April, 2021. w, KW State of Connecticut City of Hartford ss. By: aert L. Rane enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal My Commission expires the 30th day of June, 2026 19GYASY f/ P1M;M Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 5th day of March , 2025 evin E. Hughes, Ass�cretary To verify the authenticity of this Power of Attorney, please calf us at 1-800-421-3880. Please refer to.the above -named Attorneys) -in -fact and the details of the bond to which this PowerofAttorney is attached. TRAVELERSJ~ IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty and Suretv Comnanv of America , for information or to make a complaint at: Travelers Bond Attn: Claims One Tower Square, S 102A Hartford, CT 06183 1-800-328-2189 You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-34 39 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. Travelers Casualty and Surety Company of America Aft. Travelers Casualty and Surety Company TRAVELERSJ St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Sophinie Hunter of DALLAS , Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. State of Connecticut City of Hartford ss. By. Y.. Robert L. Rane 2enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 V tAM � �`'c Anna P. Nowik, Notary Public 4�,Ya�,k NNW This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct, copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated thls` 5th day of March 2026 1 Kevin E. Hughes, Ass, tant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorney(s)-in-Pact and the details of the bond to which this Power ofAttorney is attached. "TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT:, You may contact Travelers Casualty and Surety Companv of America , for information or to make a complaint at: Travelers Bond Attn: Claims One Tower Square, S102A Hartford, CT 06183 1-800-328-2189 You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. AMPA TRAVELERS) .11113 - To be attached to and form part of Bond No. 107968703 Issued on behalf of Vann/Elli, Inc. It is agreed that Travelers Casualty and Surety Company of America ❑ 1. The Surety hereby gives its consent to change the Name: from: to: ❑ 2. The Surety hereby gives its consent to change the Address: from: to: ❑X 3. The Surety hereby gives its consent to change the bond number from: 107968703 to: 107968708 This rider shall become effective as of March 5, 2025 as Principal, and in favor of as Obligee. PROVIDED, however, that the liability of the Surety under the attached bond as changed by this rider shall not be cumulative. Signed, sealed and dated March 13, 2025 Travelers Casualtv and Suretv Comaanv of America _ By: gdu;,'� Sophin{e Hunter Attorney -in -Fact Accepted: or Vann/Elli, Inc. Obligee Principal By: By: S-411 I (8/66) TRAVELERSJ Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Sophinie Hunter of DALLAS , Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies it their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. IV AN, br �'>•� COWLK cow SIX State of Connecticut By: *beL. City of Hartford ss. rRane enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 a� Rkwr 01* PU#P.16 N.� Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows - RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in he nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the Pres• ert, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under sear if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: Presider; any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary. any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 13th day of March , 2026 evin E. Hughes, Assistant Secretary To verify the authenticity of this Power ofAttorney, please call us at 1-800-421-3880. Please refer to the above -named Attorney(s)-in-Fact and the details of the bond to which this Power ofAttorney is attached. /-7--\ TRAVELERSJ IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty and Surety Companv of America , for information or to make a complaint at: Travelers Bond Attn: Claims One Tower Square, S102A Hartford, CT 06183 1-800-328-2189 You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. FORT WORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: FY25 Guardrails and ERB M&C: 25-0181 Date: 03/21 /25 To: Name 1. Donnette Murphy 2. Patricia Wadsack 3. Lauren Prior 4. Lorita Lyles 5. Doug Black 6. Jesica McEachern 7 Ronald Gonzales g Jannette Goodall 9 Allison Tidwell 10. TPW Contracts CPN: 105907 CSO: Department Initials Risk -Approver DM TPW Approver PLW TPW-Signer Signed in Agiloft Legal -Approver LL LL Legal -Signer PoaeBlack ACM -Signer CSCO-Approver K';r1111P P11, o,a CSCO-Signer CSCO-Form Filler tT— TPW DOCM Date Out 03/24/25 03/25/25 03/27/25 Apr 17, 2025 Apr 25, 2025 Apr 25, 2025 Apr 25, 2025 Apr 25, 2025 CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW Contracts DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: []YES ®No RUSH: []YES ®No SAME DAY: ❑YES ❑No NEXT DAY: ❑YES ❑No ROUTING TO CSO: ®YES ❑No Action Re uired: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File Link to general conditions & specifications ❑ Attach Signature, Initial and Notary Tabs Return To: Please notify TPWContracts a@fortworthtexas. qvv for pickup when complete. Call eat. 7233 or eat. 8363 with questions. Thank you! FORT WORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: FY25 Guardrails and ERB M&C: 25-0181 CPN: 105907 CSO: DOC#: Date: 03/06/25 To: Name Department Initials Date Out I. Bonnie Davis Vendor -Signer aD 03/11/25 2. Clint Hoover TPW-Signer 03/11 /25 3. Leonel Rios TPW-Review 03/19/25 4. 5. 6. 7 8 9 10. CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW Contracts DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES ❑No RUSH: []YES ®No SAME DAY: ❑YES ❑No NEXT DAY: ❑YES ❑No ROUTING TO CSO: ®YES ❑No Action Reauired: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return To: Please notify TPWContracts(&,fortworthtexas.2ov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you! 0Bond Verification MM&C