Loading...
HomeMy WebLinkAboutContract 63172CSC No. 63172 FORTWORTH. CONTRACT FOR THE CONSTRUCTION OF 2024 On -Call Signs Contract City Project No. 104460 Mattie Parker David Cooke Mayor City Manager Lauren Prieur Director, Transportation and Public Works Department Prepared for The City of Fort Worth July 2024 PREPARED BY: BGE, Inc. 777 Main Street, Suite 1900 Fort Worth, TX 76102 TBPE Registration No. F-1046 OF `i P E..... Go GGo *o -��� Go - •.I ........o a **Goose Goo as .... E 77E JAIMES MARTINEZ ........................osoo- o �. 1 4451 1 or' Q- 1,iIf x /O *No A L . �-4+.r 07/24/2024 o BGE, Inc. F-1046 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 0011 13 Invitation to Bidders 02/08/2024 0021 13 Instructions to Bidders 01/17/2024 0035 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 0043 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 0045 12 Prequalification Statement U-egtt,l;fie tie Arri;,.ation 09/30/2021 0045 13 00 45 26 Contractor Compliance with Workers' Compensation Law 08/13,12021 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 3120 Project Meetings 07/01/2011 013216 Construction Schedule 10/06/2023 01 32 33 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Signage 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 7123 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 7839 Project Record Documents 07/01/2011 CITY OF FORT WORTH 2O24 ON -CALL SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104460 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents 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.Lyov/Proi ectResources/ Division 02 - Existing Conditions Last Revised 0241 13 Selective Site Demolition 03/11/2022 no n�4 T r,4iyy v o,,,,,ya / n i.an r,, e 12 /�tz Division 03 - Concrete 03 ✓1 13 Cef4r-elled row Strengti, >\a.,ter-i 1 (C SM4 12/2z 03-34-16 Conefet Joas 1_\1 4�k P_ormkr 12/�Iz Division 26 - Electrical 260500 Common rvr3 F: 1 � 0 LCl . 26 05 10 Demolition f Eleet,.;,..,1 Systems 12/20QO12 26 05 43 TTnde-g-.,,,n Duets an Raee,, ays f >~leet,.iea Systems n7/01 /2n11 av-v�� mrvrrsmz 'l�o t• MultiDuet (`.,,,,dt '16 /7l11 � EO:i'�'4�LL'41"^ ,,,,,su 02/ �9 Division 31- Earthwork 310000 Site Clewing 03/2242021 3123 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 31 24 00 Embankments 01/28/2013 31�no dens 11 /�12 31�0 Ripr-ap 171 /7 z Division 32 - Exterior Improvements 3201 17 �A[1'�t 1�.17. �ii 12/'frz�-20A2012 3201 18 To,v,,..,,-.ff A s,.ha t Pa-y ng Do,.ai 12/7rc�-20/i014 27� /''..n e fete Paving D o,.ai 1 71 /7zzrz0/=viz 32 1123 Flexible Base Courses 12/20/2012 3'�9 Lime e T -e tea Base Gets s 11 /�12 '27�T Liquid Treated Sol Stab l;.,o,. 08/2-5 3'�6 4cor).-Zalt l iffg ! /lY7�4 32 1273 koj!).-Zalt I12/�Iz CITY OF FORT WORTH 2O24 ON -CALL SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104460 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 12/09/2022 37�6 B-60k UrrtPa-ving 11 /�4-2 32 16 13 Gone,-ete rw-b a -a r_, #er-s ,-ad Valley G tte.s_ 12/09QO22 32 1723 Pavement Markings 06/10/2022 32 1725 Curb Address Painting 11/04/2013 '27�3 (`L.ai L'enees .,...a (`_.,tes 12/7rc�-20/iviz 3'�6 Wr, -e Fenees and Gates 12/zz zvizviz 3291 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022 32 92 13 Sodding 05/13/2021 CAroV, xzad S Division 33 - Utilities Z'2�T Close Ci-eu t Television (CCT37) 7ns,-,o,.t;on. Sarxsarj er 03/lei �s Closed Gireuit Television eetien Qterm Dr-� 12/0842 33-03 10 %Two Pkx-A0r..g ,.fE*isfiag Sewer- Syste 12/�12 33 04 10 TeipA Beading and Eleetfieal isel..tie 12/7rc�-20QO12 33 04 } r,.,..•esion r nt el Tort Stations 12/wiz 33 04-40 Cleaning and A , eepta-aee Testing of x mer- Mains 02/no�t3 33 04 50 Cleaning of Pipes 03/10 lei 33� Ut;1;t<, T.e,.e >r*ey tic n, Ewbaa,]., epA, ,-ada-ad Daekf;ll nn /n�21 Z Z�2 W.,tef: Line Lower -in 12/20,L2012 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 03/11/2022 Grade 110 (`enef:ete W.,tef: Vaults 12/'1r�-zvriviz 3 2�Aueer-1 71 /'l z 33-0521 Tur-nilline 11 /7 z 33 05 22 Stool Gasine-Nift� 12P z 3 Z�314and Ttmneling 1 'f1 /'fez ZZ�4 lasta la4io., f Gafr- er- Piye in Cass i. Tunnel Liner- Ul.,t-e 12/0z 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 l.. 1 1 1 1 Ductile 1 FIt%✓.. nn/w/20QO17 �� �� rOS .'-3 11 12 , Proomr—eRipe o�z 2'f 2 .,,.,. e Stool Cylinder- Type 1 2/'l z .� 11 1., Ee�et� ProoG�ro Pilo, Jar � x7 r , l.. 1 1 11 Buried Stool Pipe andL';t+;ng 12/2z 33 1220 Resilient Sea4ed Gate Valve 05/06QOIS CITY OF FORT WORTH 2O24 ON -CALL SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104460 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 33 1225 7C �rz� (`.,,-.,-.eeti ,., t >✓ AI to,- Aa.,; 02/n6/7n1'2 �vrr-c0 �7I1Zt1.1�1� `��L7� �rvvrcvr� �0 Combination i- V- 1.,0 Aaaom V/as for- Potable Water- Systo,.�., 12/7zzr20QO12 v n 1 /no�4 33 0 33 1250 33 12 60 `Fi;7,,.,0� �'�iCc01 : S!Miens1 2 /'1�rzvriv?z Sta- dai-7,1 Blow ffValve Assembly 06/1 3 33 3113 333120 �z Fibefg1wo POCc fee Pipe f . G -a-y t�, ��'i1����2V�er$ 12/20QO12 Polyvinyl Chler-ide Gfavity Sanitafy Sewer- Pipe 09/09,L20 2 2�} (PVC) ClosedProfile Gr-a .;ty Q.,.-.; Polyvinyl Chloride Sewer- (PNIC) afy 1 'l /'lz Pipe 34-34 Sa-aitafy Seor E'Ii* Li&rtt�g 12/20QO12 33 31 23 333150 50 C`., ..;t., y C`ewe-D;".7 �L'l�.c",'"' at 12/1rr20ri0iz s San tafy Sewer- Setwiee C rs Serwiee T ; o nn /gin 33 31 70 fmeeti and Combi:W% r Air- - Valve fay Sanloar Sewe, For-,,o Mains 12/�Iz 3339 10 C"ol r Pl ae-Gowpcio nankeles 12/20QO12 r ra,.,,t,el 12/2 333920 33 393o 33 3940 Pr-ee st ne fete z F-iborg1mr- Manholes 11 /�12 Wastewater- n r) 12/20,L2z Chamber- 333960 33 41 10 eeess (WAG) lJinef ar n4 /o 9 O21 Reinfefeed r,,. St,.,..,., SewerPipe/CiAyet4s n7/no 1�, 04 ✓3 11 11 efete High Deas;ty Polyethylene (r_TDPE) Pipe for- Stm 11 /'l z 11 17 Reifif f:ee l Pelyethylene (ERPE) Pipe 11 /1 3,L2015 l.. 11 ' 3 Pelyp-epylene Pipe for- S of vm Dimix n6lio n�i 33 4600 33 4601 Stibain e 12/20QO12 Slotted Storm Diuirlfn7/no 1�11 -46 �3-�� 33 49 10 n7/n1�/2n1 1 �arr�l! ��r� n Cast i Dlaee Manholes and 1..netion BE).ies 12/'l�-20,L2viz 3�-49 40 Storm Di1x'inage Head -walls ,.tea fix/;r,..t,.,lls n7/no 1�,-v-�v11 Division 34 - Transportation 3441 10 3n n�no.l1 Traffic Signals 03/11/2022 1 /1W5 34� n-i .02 Attaelmeat A E, fAfel�l per. et Attae ent B Gen}tf3lt1r bro 02QO12 n S fie do . n 1� /�2 rrttt'tEl�eii�—�6�t'V6zc�fcvpccrizccccivn To,v. -a -y T,-., Ff; Signals 1 11 1 /'1 3 34 41 10.03 2 A�-4z-i 1 34P-41 13 34 0 pe e Removing T,-affi. Signals 03//1!Q022 ��' n11�'43C1dt1"" Assemblies 12/20QO12 3 n n�01 Afta6al :lam R aad-w 06 /1 5 34 412002 . >~ -eeway r ED n,,.,dw ., r n6/1 c/2n1 c �7.x.'i'�,'iW il QS ovrrarsvi� 34 4120.03 � Residential LED Roadway r 06/1 c/2n1 c �ar>.si :ter.-rs �� 34 41 30 2 Aluminum Signs 11/12/2013 /7vzr�6QO Tiede �1� 3471 13 Single e Fiber- Opti e Cable n7 16 Traffic Control 03/22/2021 CITY OF FORT WORTH 2O24 ON -CALL SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104460 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 Appendix GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH 2O24 ON -CALL SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104460 Revised June 7, 2024 3/14/25, 4:21 PM M&C Review Official site of the City of Fort Worth, Texas ACITY COUNCIL AGEND FORTWQRrTH Create New From This M&C DATE: 3/11/2025 REFERENCE NO.: **M&C 25- LOG NAME: 2024 ON -CALL SIGNS 0219 CONTRACT CODE: G TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (ALL) Authorize Execution of Unit Price Contracts with Synergy Signs & Services, LLC and EAR Telecommunications, LLC Each in an Amount Up to $1,250,000.00 for Task Order Construction Services for Projects Relating to Traffic Signs at Various Locations RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a unit price contract with Synergy Signs & Services, LLC in an amount up to $1,250,000.00 for task order construction services for the traffic signs installation of FY25 PAYGO ADA and Sidewalk project (City Project No. 105931), FY25 PAYGO School Maintenance project (City Project No. 105933), FY25 PAYGO Neighborhood Safety Signs and Markings project (City Project No. 105939), and FY25 PAYGO Neighborhood Traffic Calming project (City Project No. 105940) with four additional renewal options and a maximum contract duration of five years; and 2. Authorize execution of a unit price contract with EAR Telecommunications, LLC in an amount up to $1,250,000.00 for task order construction services for the traffic signs installation of FY25 PAYGO ADA and Sidewalk project (City Project No. 105931), FY25 PAYGO School Maintenance project (City Project No. 105933), FY25 PAYGO Neighborhood Safety Signs and Markings project (City Project No. 105939), and FY25 PAYGO Neighborhood Traffic Calming project (City Project No. 105940) with four additional renewal options and a maximum contract duration of five years. DISCUSSION: These contracts will provide for construction services by issuing task orders on an as -needed basis for projects related to traffic sign installations, linked to the Sidewalk Improvements Programmable project (City Project No. P00127) and Traffic System Maintenance Programmable project (City Project No. P00021). Traffic signs projects include pavement markings, speed cushions, and flashers to improve overall traffic and pedestrian safety within the City limits of Fort Worth. Each contract amount is capped at $1,250,000.00. The contract duration is pegged to the expenditure of funds and each may be renewed up to four 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 July 25, 2024 and August 1, 2024. On August 29, 2024, three companies submitted bids: CONTRACTOR BID Synergy Signs & Services, LLC $2,422,012.25 EAR Telecommunications, LLC $3,186,109.00 Bean Electrical Inc. $7,995,523.95 Bean Electrical Inc. was deemed non -responsive because they failed to meet the MWBE goal. 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: Traffic signs for neighborhoods, school zones, and thoroughfares. apps.cfwnet.org/cou nciI_packet/mc_review.asp? I D=33084&counciIdate=3/11 /2025 1 /2 3/14/25, 4:21 PM M&C Review Funding is budgeted in the General Capital Projects Fund for the purpose of funding the FY25 PAYGO ADA & Sidewalk, FY25 PAYGO School Maintenance, FY25 PAYGO Neighborhood Safety, and FY25 PAYGO Traffic Calming projects, as appropriated. This task order contract will serve current and future capital projects as -needed, and a funds availability verification will be performed by Transportation & Public Works Contract Compliance Managers prior to task order assignment. The Business Equity Division placed a 17.47\% business equity goal on this solicitation/contract. Synergy Signs & Services, LLC, has agreed/committed to utilize 18\% business equity subcontractor participation for the scope of work, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. The Business Equity Division placed a 17.47\% business equity goal on this solicitation/contract. EAR Telecommunications, LLC, will be exceeding the goal at 83.83\% as a Business Equity Prime and self - performing the scope of the services, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. 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 PAYGO ADA and Sidewalk, FY25 PAYGO School Maintenance, FY25 PGo Nghd Sfty Sgns & Mkgs and FY25 PayGo Neighborhood Traffl projects to support the approval of the above recommendations 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. TO Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project ID ID Submitted for City Manaaer's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS Program Activity Budget Reference # Amount Year (Chartfield 2) Jesica McEachern (5804) Lauren Prieur (6035) Martin Phillips (7861) Chelsea St. Louis (7978) Namoo Han (8744) 2024 ON -CALL SIGNS CONTRACT funds availabilitv.,pdf (CFW Internal) EARTC Compliance Memo 24-104460 (2024 On -Call Sians Contract) CM-NS.pdf (CFW Internal) EARTC Form 1295 CPN104460, ON CALL STREET SIGNS CONTRACT, Certificate 101294907.pdf (CFW Internal) FID TABLE - On -Call Sions.XLSX (CFW Internal) Letter of Intent DVIN 2021 Honor Industries LLC 1-17-2025.pdf (CFW Internal) Letter of Intent DVIN 2021 Titos 1-17-2025.pdf (CFW Internal) Synergy Compliance Memo 24-0266 (104460 CON 2024 On -Call Signs Contract)CM-NS.pdf (CFW Internal) Synergy Form 1295.pdf (CFW Internal) apps.cfwnet.org/cou nciI_packet/mc_review.asp? I D=33084&counciIdate=3/11 /2025 2/2 0005 15- 1 ADDENDA Page 1 of 1 1 SECTION 00 0515 2 ADDENDUM NO. 1 3 4 2024 On -Call Signs Contract 5 City Project No. 104460 6 7 Issue Date: August 16, 2024 8 Bid Receipt Date: August 22, 2024 9 10 This addendum forms part of the Contract Documents referenced above and modifies the original 11 Contract Documents. Attach this Addendum inside the Contract Documents and note receipt of 12 this Addendum in the Bid Proposal. The submission instructions have been updated to include 13 Addendum No. 1 under the Requested Information section. 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 1) Summarized below are responses to questions asked during the pre -bid meeting: a) Q: Will a bid bond be required? A: Yes. b) Q: How many working days/ calendar days are expected for this project? A: Work will be issued on task order basis and Final acceptance of each task order will be determined as that work is completed. Time for the overall contract shall be not more than 5 years or until the amount up to $2,000,000 unless amended, has been exhausted per 00 52 43 Agreement Article 4.1. c) Q: Because this is a task order contract wouldn't the Bid Bond be by Task Order since no specific project and amount is pre -determined? A: 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 in accordance with 00 21 13 Instructions to Bidders Section 7.1. d) Q: Will a list of attendance and pre -bid meeting notes be provided on Bonfire? A: Yes. RECEIPT ACKNOWLEDGED END OF SECTION TRANSPORTATION & PUBLIC WORKS DEPARTMENT NO Companv: Synergy Signs & Services, LLC CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2017 Z V_.- , " �4 /, ",/, Namoo Han, P.E. Project Manager 2024 On -Call Signs Contract City Project No. 104460 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 0005 15- 1 ADDENDA Page 1 of 1 SECTION 00 0515 ADDENDUM NO.2 2024 On -Call Signs Contract City Project No. 104460 Issue Date: August 20, 2024 Bid Receipt Date: August 29, 2024 This addendum forms part of the Contract Documents referenced above and modifies the original Contract Documents. Attach this Addendum inside the Contract Documents and note receipt of this Addendum in the Bid Proposal. The submission instructions have been updated to include Addendum No. 2 under the Requested Information section. 1) The following modifications to the Contract Documents have been made: a) Replace Section 00 11 13 Invitation to Bidders with the attached revised Section 00 11 13 to reflect the following changes: (1) Revised Receipt of Bids Section (a) Updated bid opening date to Thursdav, August 29, 2024, at 2:00 P.M. END OF SECTION RECEIPT ACKNOWLEDGED TRANSPORTATION & PUBLIC WORKS DEPARTMENT Company: Synergy Signs & Services, LLC CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2017 /%, " �4' d4 Namoo Han, P.E. Project Manager 2024 On -Call Signs Contract City Project No. 104460 0005 15- 1 ADDENDA Page 1 of 2 1 SECTION 00 0515 2 ADDENDUM NO.3 3 4 2024 On -Call Signs Contract 5 City Project No. 104460 6 7 Issue Date: August 27, 2024 8 Bid Receipt Date: August 29, 2024 9 10 This addendum forms part of the Contract Documents referenced above and modifies the original 11 Contract Documents. Attach this Addendum inside the Contract Documents and note receipt of 12 this Addendum in the Bid Proposal. The submission instructions have been updated to include 13 Addendum No. 3 under the Requested Information section. 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 1) Summarized below are responses to questions asked after the pre -bid meeting: a) Q: Could you please confirm the contract duration, renewals, and liquidated damages? A: Section 00 11 13 Invitation to Bidders has been revised to include time period, renewal, and notice to renew information. The Agreement will be for one (1) calendar year or the expiration of the funding, whichever occurs last. Awarded contract may be renewed up to four (4) additional time periods under the same terms, conditions and unit prices. Section 00 73 00 Supplementary Conditions has been revised to include liquidated damages based on work order amount under SC-14.02D., "Liquidated Damages". b) Q: Is this a blanked bond for the full amount or are we bonding individual task orders? A: Bids are to be accompanied by a Bid Bond in an amount of five (5) percent of Bidder's maximum Bid price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2017 2024 On -Call Signs Contract City Project No. 104460 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 000515-2 ADDENDA Page 2 of 2 2) The following modifications to the Contract Documents: a) Replace Section 00 11 13 Invitation to Bidders with the attached revised Section 00 11 13 to reflect the following changes: i) Revised RENEWALS Section (1) Included time period, renewal, and notice to renew information. b) Replace Section 00 73 00 Supplementary Conditions with the attached revised Section 00 73 00 to reflect the following changes: i) Added SC-2.02-2.04., "Preliminary Matters" (1) Added language on mobilization fees. ii) Added SC-3.01413.1., "Amending and Supplementing Contract Documents" (1) Added description of work orders. iii) Revised SC-6.09A., "Contractor obtained permits and licenses" (1) Included Street Use Permit requirement. iv) Added SC- 11.04A-D., "Plans Quantity Measurement" (1) Added description of quantities. v) Added SC-14.02D., "Liquidated Damages" (1) Added language for liquidated damages. vi) Added SC-14.02E., "Payment" (1) Added description of invoices for payment. END OF SECTION RECEIPT ACKNOWLEDGED Company: Svnergv Siqns & Services LLC TRANSPORTATION & PUBLIC WORKS DEPARTMENT Bv: , 4 Namoo Han, P.E. Project Manager CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2017 2024 On -Call Signs Contract City Project No. 104460 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 000515-1 ADDENDA Page 1 of 1 SECTION 00 0515 ADDENDUM NO.4 2024 On -Call Signs Contract City Project No.104460 Issue Date: August 28, 2024 Bid Receipt Date: August 29, 2024 This addendum forms part of the Contract Documents referenced above and modifies the original Contract Documents. Attach this Addendum inside the Contract Documents and note receipt of this Addendum in the Bid Proposal. The submission instructions have been updated to include Addendum No. 4 under the Requested Information section. 1) Summarized below are responses to questions asked after the pre -bid meeting: a) Q: Can bid items be left blank on the Bid Form?? A: Per Section 12. Bid Form in 00 21 13 Instructions to Bidders, "All blanks on the Bid Form mu4 be completed." END OF SECTION RECEIPT ACKNOWLEDGED TRANSPORTATION & PUBLIC WORKS DEPARTMENT Bv: -- Bv: Namoo Han, P.E. Comnanv: Syt�z,V�� S)C)W S, 1i Project Manager CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2017 2024 On -Call Signs Contract City Project No. 104460 1A Addendum No. 2 - 08/20/2024 2A Addendum No. 3 - 08/27/2024 0 000 1 [1)\ililfffK3 0 RECEIPT OF BIDS 0011 13 INVITATION TO BIDDERS Pagel of 3 Electronic bids for the construction 2024 On -Call Signs Contract, City Project No. 104460 ("Project") will be received by the City of Fort Worth via the Procurement Portal httDs:Hfortworthtexas.bonfirehub.com/Aortal/?tab=oi)en0Uportunities, under the respective Project until 2:00 P.M. CST, Thursday, August 29, 2024 as further described below: Bids will then be opened publicly and read aloud beginning at 2:00 PM CST in Fort Worth City Hall, 100 Fort Worth Trail, Fort Worth, Texas, 7th Floor, Room 745. Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: httDs://fortworthtexas.bonfirehub.com/portal/?tab=oDenODDortunities Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non -responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. CITY OF FORT WORTH 2O24 ON -CALL SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 104460 Revised 2/08/24 0011 13 INVITATION TO BIDDERS Page 2 of 3 SUPPORT For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en- us Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: The Contractor shall furnish all materials, labor, equipment, transportation, insurance, permits and other services necessary for a complete installation of signs for the City of Forth Transportation and Public Works Department. The contractor shall provide services for City roadways and right of way per the attached specifications. Performance for any services described herein will be initiated upon acceptance by the Contractor of a work order having the authorizing signature of the Project Manager prior to commencing work at the site. Contractors will not perform against the agreement without first having received an official City of Fort Worth work order, except in emergency cases as detailed below. All installation of signs and removal services except detour marking include traffic control devices and related costs. All traffic control methods utilized by the Contractor shall meet the most current requirements as specified by the FHWA in the "Texas Manual on Uniform Traffic control Devices (TMUTCD) for Streets and Highways" and/or subsequent amendments. CONTRACT AWARD AND FUNDING This Invitation to Bidders is to establish unit prices upon which task orders will be issued. The City reserves the right to award one or more contracts to qualified bidders within its identified project budget. There is no guarantee of the amount or value of work to be ordered. PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre -qualified by the City at the time of bid opening. The procedures for qualification and pre -qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOj2portunities, 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 httr)s://fortworthtexas.bonfirehub.com/portal/?tab=o_DenOD_Dortunities, under the respective Project. CITY OF FORT WORTH 2O24 ON -CALL SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 104460 Revised 2/08/24 0011 13 INVITATION TO BIDDERS Page 3 of 3 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: Thursday, August 8, 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 bidder, lowest to highest, but is not required to award at all, or any bidders. RENEWALS The time period of this Agreement will be for one (1) calendar year or the expiration of the funding, whichever occurs last. The City reserves the right to renew the contract for up to four (4) additional time periods under the same terms, conditions and unit prices. The City shall provide at least sixty (60) days' notice to the Contractor of the City' s intent to renew. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Namoo Han, City of Fort Worth Email: Namoo.Han@fortworthtexas.gov Phone: 682-346-5965 AND/OR Attn: Enrique Jaimes, BGE, Inc. Email: EJaimes@bgeinc.com Phone: 817-872-6014 ADVERTISEMENT DATES July 25, 2024 August 1, 2024 END OF SECTION CITY OF FORT WORTH 2O24 ON -CALL SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 104460 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. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre -qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: httDS://aDDS.fortworthtexas. izov/Proi ectResources/ CITY OF FORT WORTH 2O24 ON -CALL SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 104460 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 3.1.1. Paving — Requirements document located at: httns://anns.fortworthtexas.2ov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPreaualification/TPW%2OPavin2 %20Contractor%2OPrecivalification%2OPro2ram/PREOUALIFICATION%20REO UIREMENTS%20FOR%20PAVING%2OCONTRACTORS.Ddf 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: httr)s://aDDs.fortworthtexas.2ov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrecivalification/TPW%2ORoadwa v%20and%2OPedestrian%2OLi2htin2%2OPre(ivalification%2OPro2ram/STREET% 20LIGHT%20PREOUAL%20REOMNTS.Ddf 3.1.3. Water and Sanitary Sewer — Requirements document located at: httr)s://anns.fortworthtexas.2ov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPreaualification/Water%2Oand%2 OSanitarv%2OSewer%2OContractor%2OPreaualification%2OPro2ram/W S S%2ODre qual%20requirements.Ddf 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: CITY OF FORT WORTH 2O24 ON -CALL SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 104460 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. 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. 4.1.6. 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. 4.1.7. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima -facie evidence that the Bidder has made the investigations, examinations and tests herein required. 4.1.8. 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. CITY OF FORT WORTH 2O24 ON -CALL SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 104460 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 4.1.9.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 2O24 ON -CALL SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 104460 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 httos://fortworthtexas.bonfirehub.com/portal/?tab=oi)en0ggortunities 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. Address questions to: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: Namoo Han, Transportation and Public Works Email: Namoo.Han@FortWorthTexas.Gov Phone: 682-346-5965 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications shall be posted under the respective Project via the Procurement Portal httl)s://fortworthtexas.bonfirehub.com/portal/?tab=oi)en0nnortunities CITY OF FORT WORTH 2O24 ON -CALL SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 104460 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 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: httDs://codelibrarv.amle2al.com/codes/ftworth/latest/ftworth tx/0-0-0-22593 CITY OF FORT WORTH 2O24 ON -CALL SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 104460 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. 12.2. All blanks on the Bid Form must be completed and the Bid Form signed electronically or signed in ink and scan. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 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. CITY OF FORT WORTH 2O24 ON -CALL SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 104460 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal httDs://fortworthtexas.bonfirehub.com/portal/?tab=ovenODDortunities. 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 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. CITY OF FORT WORTH 2O24 ON -CALL SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 104460 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at httus://www.ethics.state.tx.us/data/forms/1295/1295.vdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH 2O24 ON -CALL SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 104460 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) httr)s://www.ethics.state.tx.us/data/forms/conflicVCIS.i)df 7 CIQ Form does not apply ❑ CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary ❑ CIS Form does not apply ❑ CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: Synergy Signs & Services, LLC END OF SECTION By: Jeff Tumlinson Signature: ,pff T-W d, 'tt ' Title: Owner / PM CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 2024 ON -CALL SIGNS CONTRACT CITY PROJECT NO. 104460 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 ON -CALL SIGNS CONTRACT City Project No.: 104460 Units/Sections: Traffic Improvements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2024 ON -CALL SIGNS CONTRACT Revised 9/30/2021 CITY PROJECT NO. 104460 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 m st be performed only by prequalified contractors and subcontractors: a. N/A b. - C. - d. - e. - f. - g. - h. - 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued byea surety m eting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2024 ON -CALL SIGNS CONTRACT Revised 9/30/2021 CITY PROJECT NO. 104460 0041 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid 7. Bid Submittal This Bid is submitted on Respectfully submitted, By: T-ff.Gti&a '&-fV (Signature) (Printed Name) $0.00 by the entity named below. Receipt is acknowledged of the Initial following Addenda: JAddendum No. 1: JT, JAddendum No. 2: JT JAddendum No. 3: JT JAddendum No. 4: JT Title: Owner / PM Company: Synergy Signs & Services, LLC Corporate Seal: Address: 2815 Prestige Rd Fort Worth TX 76244 US State of Incorporation: Texas Email: jeff@synergysigns.com Phone: 817-745-2330 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2024 ON -CALL SIGNS CONTRACT Revised 9/30/2021 CITY PROJECT NO. 104460 00 42 43 BIDPROPOSAL Page 1 of 2 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal JUnit 1 - BidlistItem Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity 1 3441.4002 Furnish/Install Alum Sign Ground Mount TxDOT Std. 34 41 30 EA 20 $ 1,500.00 $ 30,000.001 2 3441.4003 Furnish/Install Alum Sign Ground Mount Citv Std. 3441 30 EA 750 $ 850.00 $ 637,500.001 3 3441.4004 Furnish/Install Alum Sign Ex. Pole Mount 34 41 30 EA 400 $ 300.00 $ 120,000.001 4 3441.4005 Install Alum Sign Mast Arm Mount 3441 30 EA 20 $ 950.00 $ 19,000.001 5 3441.4006 Install Alum SiIm Ground Mount 34 41 30 EA 20 $ 500.00 $ 10,000.001 6 3441.4007 Install Alum Sign Ex Pole Mount 3441 30 EA 20 $ 500.00 $ 10,000.001 7 3441.4108 Remove Sien Panel and Post 34 41 30 EA 300 $ 250.00 $ 75,000.001 8 3441.4109 Remove Sign Panel 3441 30 EA 250 $ 150.00 $ 37,500.001 9 3441.4110 Remove and Reinstall Sign Panel and Post 34 41 30 EA 50 $ 1,500.00 $ 75,000.001 10 9999.9999 Remove and Reinstall Sign Panel 3441 30 EA 50 $ 500.00 $ 25,000.001 11 3441.4001 Furnish/Install Alum Sign Mast Arm Mount 34 41 30 EA 50 $ 1,500.00 $ 75,000.001 12 9999.9999 Remove traffic related sign (other than Metro sign) 3441 30 EA 50 $ 250.00 $ 12,500.001 13 9999.9999 Furnish/Install metro signs on mast arm or on cantilever 34 41 30 EA 20 $ 500.00 $ 10,000.001 14 9999.9999 Install metro signs on mast arm or on cantilever 3441 30 EA 30 $ 350.00 $ 10,500.001 15 3217.4301 Remove 4" Pvmt Markin 32 17 23 LF 150 $ 1.22 $ 183.001 16 3217.4302 Remove 6" Pvmt Marking 32 17 23 LF 75 $ 1.82 $ 136.501 17 3217.4303 Remove 8" Pvmt Marking 32 17 23 LF 75 $ 2.43 $ 182.251 18 3217.4304 Remove 12" Pvmt Marking 32 17 23 LF 75 $ 4.05 $ 303.751 19 3217.4305 Remove 18" Pvmt Marking 32 17 23 LF 75 $ 6.08 $ 456.001 20 3217.4306 Remove 24" Pvmt Marking 32 17 23 LF 3000 $ 8.10 $ 24,300.001 21 3217.4307 Remove Raised Marker 32 17 23 EA 150 $ 1.69 $ 253.501 22 3217.4402 Remove Lane Legend Arrow 32 17 23 EA 8 $ 135.00 $ 1,080.001 23 3217.4403 Remove Lane Legend DBL Arrow 32 17 23 EA 8 $ 168.75 $ 1,350.001 24 3217.4404 Remove Lane Legend Only 32 17 23 EA 8 $ 135.00 $ 1,080.001 25 9999.9999 Prep and Seal Pavement Surface for 4" Markings (6") 32 17 23 LF 4800 $ 0.15 $ 720.001 26 9999.9999 Prep and Seal Pavement Surface for 8" Markings 32 17 23 LF 375 $ 0.15 $ 56.251 27 9999.9999 Prep and Seal Pavement Surface for 12" Markings 32 17 23 LF 150 $ 0.15 $ 22.501 28 9999.9999 Prep and Seal Pavement Surface for 18" Markings 32 17 23 LF 300 $ 0.15 $ 45.001 29 9999.9999 Prep and Seal Pavement Surface for 24" Markings 32 17 23 LF 4500 $ 0.15 $ 675.001 30 9999.9999 Prep and Seal Pavement Surface for Single Head Arrow 32 17 23 EA 15 $ 13.50 $ 202.501 31 9999.9999 Prep and Seal Pavement Surface for Double Head Arrow 32 17 23 EA 15 $ 13.50 $ 202.501 32 9999.9999 Prep and Seal Pavement Surface for ONLY 32 17 23 EA 15 $ 13.50 $ 202.501 33 9999.9999 Prep and Seal Pavement Surface for 36 x 24 Yield Svmbol 32 17 23 EA 38 $ 13.50 $ 513.001 34 3217.0101 6" SLD Pvmt Marking HAS (W) 32 17 23 LF 3000 $ 2.25 $ 6,750.001 35 3217.0102 6" SLD Pvmt Marking HAS (Y) 32 17 23 LF 1500 $ 2.25 $ 3,375.001 36 3217.0103 6" BRK Pvmt Marking HAS (W) 32 17 23 LF 75 $ 2.25 $ 168.751 37 3217.0104 6" DOT Pvmt Markin HAS (W) 32 17 23 LF 75 $ 2.25 $ 168.751 38 3217.0107 6" BRK Pvmt Marking HAS (Y) 32 17 23 LF 75 $ 2.25 $ 168.751 39 3217.0108 6" DOT Pvmt Marking HAS (Y) 32 17 23 LF 75 $ 2.25 $ 168.751 40 3217.0201 8" SLD Pvmt Marking HAS (W) 32 17 23 LF 375 $ 3.00 $ 1,125.001 41 3217.0301 12" SLD Pvmt Marking HAE (W) 32 17 23 LF 150 $ 4.75 $ 712.501 42 3217.0302 12" SLD Pvmt Marking HAE (Y) 32 17 23 LF 38 $ 4.75 $ 180.501 43 3217.0401 18" SLD Pvmt Marking HAE (W) 32 17 23 LF 150 $ 6.95 $ 1,042.501 44 3217.0403 18" SLD Pvmt Marking HAE (Y) 32 17 23 LF 150 $ 6.95 $ 1,042.501 45 3217.0502 Preformed Thermoplastic Contrast Markings - 24" Crosswalk 32 17 23 LF 3750 $ 27.00 $ 101,250.001 46 3217.0504 Preformed Thermoplastic Contrast Markings - 24" Stop Bars 32 17 23 LF 750 $ 24.00 $ 18,000.001 47 9999.9999 Furnish/Install Thermoplastic Preformed (125 mil.) (Single Arrow) 32 17 23 EA 15 $ 338.00 $ 5,070.001 48 9999.9999 Furnish/Install Thermoplastic Preformed (125 mil.) (Double Arrow) 32 17 23 EA 15 $ 607.00 $ 9,105.001 49 9999.9999 Furnish/Install Thermoplastic Preformed (125 mil.) (ONLY) 32 17 23 EA 15 $ 495.00 $ 7,425.001 50 9999.9999 Furnish/Install Thermoplastic Preformed (125 mil.) (36 x 24, Yield Svmbol) 32 17 23 EA 38 $ 70.00 $ 2,660.001 51 9999.9999 Furnish/Install 4" Reflective Marker, Tvpe II- A/A 32 17 23 EA 90 $ 5.75 $ 517.501 52 9999.9999 Furnish/Install 4" Reflective Marker, Tvne II- C/R 32 17 23 EA 150 $ 5.75 $ 862.501 53 3441.1831 School Zone Flasher Assemblv (Solar) 3441 10 EA 4 $ 8,500.00 $ 34,000.001 54 3441.1832 Relocate School Zone Flashing Assemblv (AC) 3441 10 EA 1 $ 5,000.00 $ 5,000.001 55 3441.1833 Relocate School Zone Flashing Assemblv (Solar) 3441 10 EA 4 $ 5,000.00 $ 20,000.001 56 3441.1834 Remove School Zone Flashing Assemblv (AC) 3441 10 EA 1 $ 1,500.00 $ 1,500.001 57 3441.1835 Remove School Zone Flashing Assembly (Solar) 3441 10 EA 4 $ 500.00 $ 2,000.001 58 3441.1842 Furnish/Install RRFB Assemblv Double Sided (AC) 3441 10 EA 1 $ 15,000.00 $ 15,000.001 59 3441.1843 Furnish/Install RRFB Assemblv Double Sided (Solar) 3441 10 EA 4 $ 13,500.00 $ 54,000.001 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Reused 9/30/2021 Copy of 1-00 41 00 Bid Proposal Workbook CPN 104460 00 42 43 BIDPROPOSAL Page 2 of 2 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal JUnit 1 - BidlistItem Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity 60 3441.1844 Relocate RRFB Assembly Shude Sided (AC) 3441 10 EA 1 $ 5,000.00 $ 5,000.001 61 3441.1845 Relocate RRFB Assembly Single Sided (Solar) 3441 10 EA 2 $ 5,000.00 $ 10,000.001 62 3441.1846 Relocate RRFB Assembly Double Sided (AC) 3441 10 EA 1 $ 5,000.00 $ 5,000.001 63 3441.1847 Relocate RRFB Assembly Double Sided (Solar) 3441 10 EA 2 $ 5,000.00 $ 10,000.001 64 3441.1848 Remove RRFB Assembly Single Sided (AC) 3441 10 EA 1 $ 1,500.00 $ 1,500.001 65 3441.1849 Remove RRFB Assembly Single Sided (Solar) 3441 10 EA 4 $ 1,500.00 $ 6,000.001 66 3441.1850 Remove RRFB Assembly Double Sided (AC) 3441 10 EA 1 $ 1,500.00 $ 1,500.001 67 3441.1851 Remove RRFB Assembly Double Sided (Solar) 3441 10 EA 4 $ 1,500.00 $ 6,000.001 68 0241.0100 Remove Sidewalk 0241 13 SF 100 $ 25.00 $ 2,500.001 69 0241.0300 Remove ADA Ramp 0241 13 EA 20 $ 2,500.00 $ 50,000.001 70 0241.0301 Remove Detectable Wamine Surface 0241 13 EA 20 $ 750.00 $ 15,000.001 71 0241.0401 Remove Concrete Drive 0241 13 SF 100 $ 25.00 $ 2,500.001 72 0241.0402 Remove Asphalt Drive 0241 13 SF 100 $ 25.00 $ 2,500.001 73 0241.1300 Remove Cone Curb&Gutter 0241 13 LF 100 $ 17.50 $ 1,750.001 74 3123.0101 Unclassified Excavation by Plan 3123 16 CY 50 $ 100.00 $ 5,000.001 75 3123.0103 Borrow by Plan 31 23 23 CY 50 $ 75.00 $ 3,750.001 76 3124.0101 Embankment by Plan 31 24 00 CY 50 $ 32.00 $ 1,600.001 77 3211.0122 6" Flexible Base, Type A, GR-2 32 11 23 SY 50 $ 50.00 $ 2,500.001 78 3213.0301 4" Conc Sidewalk 32 13 20 SF 12,500 $ 15.00 $ 187,500.001 79 3213.0311 4" Cone Sidewalk, Adiacent to Curb 32 13 20 SF 12,500 $ 15.00 $ 187,500.001 80 3213.0321 Conc Sidewalk. Adjacent to Ret Wall 32 13 20 SF 1,000 $ 15.00 $ 15,000.001 81 3213.0322 Cone Curb at Back of Sidewalk 32 13 20 LF 500 $ 20.00 $ 10,000.001 82 3213.0401 6" Concrete Driveway 32 13 20 SF 500 $ 15.00 $ 7,500.001 83 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 30 $ 3,800.00 $ 114,000.001 84 3213.0502 Barrier Free Ramp, Type U-1 32 13 20 EA 1 $ 5,125.00 $ 5,125.001 85 3213.0503 Barrier Free Ramp, Type M-1 32 13 20 EA 15 $ 3,250.00 $ 48,750.001 86 3213.0504 Barrier Free Ramp, Type M-2 32 13 20 EA 5 $ 3,250.00 $ 16,250.001 87 3213.0505 Barrier Free Ramp, Type M-3 32 13 20 EA 5 $ 3,250.00 $ 16,250.001 88 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 30 $ 3,250.00 $ 97,500.001 89 3213.0507 Barrier Free Ramp, Type P-2 32 13 20 EA 1 $ 3,250.00 $ 3,250.001 90 3213.0508 Barrier Free Ramp, Type C-1 32 13 20 EA 5 $ 4,100.00 $ 20,500.001 91 3213.0509 Barrier Free Ramp, Type C-2 32 13 20 EA 1 $ 3,550.00 $ 3,550.001 92 3213.0510 Barrier Free Ramp, Type C-3 32 13 20 EA 1 $ 2,850.00 $ 2,850.001 93 3216.0101 6" Cone Curb and Gutter 32 13 20 LF 1 $ 55.00 $ 55.001 94 3232.0100 Conc Ret Wall Adjacent to Sidewalk 32 13 20 SF 1 $ 75.00 $ 75.001 95 3291.0100 Topsoil 3291 19 CY 100 $ 5.00 $ 500.001 96 3292.0100 Block Sod Placement 3293 13 SY 1,000 $ 10.00 $ 10,000.001 97 3305.0106 Manhole Adjustment, Major 3305 14 EA 1 $ 6,000.00 $ 6,000.001 98 3305.0107 Manhole Adjustment. Minor 3305 14 EA 1 $ 3,000.00 $ 3,000.001 99 3305.0108 Miscellaneous Structure Adjustment 3305 14 EA 1 $ 3,000.00 $ 3,000.001 100 3305.0118 Meter Box Adjustment 3305 14 EA 1 $ 750.00 $ 750.001 101 3305.0111 Valve Box Adjustment 3305 14 EA 1 $ 750.00 $ 750.001 102 9999.9999 Install Speed Cushion 32 17 16 EA 100 $ 500.00 $ 50,000.001 103 9999.9999 Install Speed Table (10-20' width) 32 17 16 EA 5 $ 1,500.00 $ 7,500.001 104 9999.9999 Install Speed Table (21-30' width) 32 17 16 EA 1 $ 2,500.00 $ 2,500.001 Total Bid $ 2,422,012.251 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Reused 9/30/2021 Copy of 1-00 41 00 Bid Proposal Workbook CPN 104460 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 00 43 13 BID BOND Page 1 of 2 That we, Svnerqv Siqns & Services, LLC , known as "Bidder" herein and Swiss Re Corporate Solutions America Insurance Corporation a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as 2024 ON -CALL SIGNS CONTRACT City Project No. 104460 NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 22nd day of August 2024. PRINCIPAL: Synerqy Siqns & Services, LLC BY: e6a r� ATTEST: Witness as to Principal Name and Title Address 2815 Prestiqe Road Fort Worth, wrX 76244 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2024 ON -CALL SIGNS CONTRACT Revised 9/30/2021 CITY PROJECT NO 104460 0 mess as o eta Jessica pmaguer, Client Manager Attach Power of Attorney (Surety) for Attorney -in -Fact 00 43 13 BID BOND Page 2 of 2 SURETY: Swiss Re Corporate Solutions America Insurance Corporation BY q Sir�natur� Jade Porter, Attorney -in -Fact Name and Title Address: 2255 Ridge Road Suite 333 Rockwall. TX 7506 Telephone Number: (972) 772-7220 `Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the dates tale Contract is awarded. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2024 ON -CALL SIGNS CONTRACT Revised 9/30/2021 CITY PROJECT NO 104460 Rios, Leonel From: Muni Rabah <Muni.Rabah@baldwin.com> Sent: Wednesday, March 12, 2025 3:49 PM To: Rios, Leonel Subject: RE: Bond #2350228 Verification -Synergy Signs & Services, LLC This email is from an unknown sender Report Suspicious This is the first time you are receiving an email from this sender. Hi there- yes I can confirm bond # 2350228 for project 2024 ON -CALL SIGNS CONTRACT City Project No. 104460 with surety Swiss Re Corp Solutions America Ins. with contract date of 3.11.25 is valid and in force. The Baldwin Group Muni Rabah Client Experience Leader, Surety 0: 972-771-4071 D: 972-772-7263 Muni.Rabah0baldwin.com K&S Insurance is now The Baldwin Group. Click here to learn more. Send your certificate requests to certs2.southwest@baldwin.com Click here to make an online pavment. Disclaimer From: Rios, Leonel<Leonel.Rios@fortworthtexas.gov> Sent: Wednesday, March 12, 2025 3:43 PM To: Muni Rabah <Muni.Rabah@baldwin.com> Subject: Bond #2350228 Verification -Synergy Signs & Services, LLC CAUTION: External Message. Beware any links or attachments Good afternoon, I reached out for bond verification from Swiss Re Corporate Solutions America Insurance Corporation for Synergy Signs & Services, but I haven't received a response. Upon further review, I noticed the bond address listed under the Baldwin Group, and I found your emails in my records. Could you please confirm if this bond originated from Swiss Re Corporate Solutions America Insurance Corporation or if it is associated with the Baldwin Group? SURETY. Sms, Ra:Corpmato SokFbn Affv n lnyfa , torooM4 6r U JI-ft PW"r. AAQMey- F" RM. &4 Tel. Aldn l 2255 Rdr_Ra &li!l 333 i p�kw_ TX75D67 Thank you, Leonel From: Rios, Leonel Sent: Wednesday, March 5, 2025 12:21 PM To: Nassuretv businessservices@swissre.com Subject: Bond #2350228 Verification -Synergy Signs & Services, LLC Good afternoon, The City of Fort Worth requires bond verification before a contract can be executed. We have received the following bonds from Synergy Signs & Services, LLC.: Bond #2350228, in the amount of $1,250,000.00, issued by Swiss Re Corporate Solutions America Insurance Corporation for City Project #104460, 2024 On -Call Signs Contract. Please confirm that the bonds and corresponding amounts are valid so we can proceed with awarding the contract to Synergy Signs & Services, LLC. Thank you, Leone( J. Rios Contract Compliance Specialist Transportation Public Works 817-392-7233 (office) 100 Fort Worth Trail, Fort Worth, Texas 76102 leonel.riosa,FortWorthTexas. 2ov FORT WORTH., Working together to build a strong community 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. ❑ BIDDER: END OF SECTION By: (Signature) Title: Owner / PM Date: 8/27/2024 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2024 ON -CALL SIGNS CONTRACT Revised 9/30/2021 CITY PROJECT NO. 104460 00 45 12 PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type N/A Contractor/Subcontractor Company Name Prequalification Expiration Date The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: By: (Signature) Title: Owner / PM Date: 8/27/2024 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2024 ON -CALL SIGNS CONTRACT Revised 09/30/2021 CITY PROJECT NO. 104460 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 104460. Contractor further certifies that, pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 CONTRACTOR: 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 W1 37 Synergy Signs & Services, LLC Company 2815 Prestige Rd Address Fort Worth TX 76244 City/State/Zip THE STATE OF TEXAS § COUNTY OFTARRANT § By: Jeff Tumlinson (Please Print) Signature: J& f T'i11Z6K4.0fV Title: Owner / PM (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Acff 7u m U fiC d h , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of �J'nr Vq\` e C S for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this r�l day of 20 a'y— >ar: ROE ..� ; RACHEL RENF \ *: My Notary ID # 130497504 Notary Public in and for the State f Texas Expires January 28, 2028 END OF SECTION CITY OF FORT WORTH 2O24 ON -CALL SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104460 Revised July I, 2011 00 45 40 - 1 Business Equity Goal Page 1 of 2 1 SECTION 00 45 40 2 Business Equity Goal 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. 6 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 7 (M/WBEs). 9 POLICY STATEMENT 10 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 11 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 12 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11- 13 2020 (codified at: httDs://codelibrarv.amle2al.com/codes/ftworth/latest/ftworth tx/0-0-0-22593) apply to 14 this bid. 15 16 BUSINESS EOUITY PROJECT GOAL 17 The City's Business Equity goal on this project is 17.47% of the total bid value of the contract (Base bid 18 applies to Parks and Community Services). 19 20 METHODS TO COMPLY WITH THE GOAL 21 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 22 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 23 ordinance through one of the following methods: 1. Commercially useful services performed by a 24 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination 25 of Business Equity prime services and Business Equity subcontracting participation, 4. Business 26 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. Prime 27 contractor Waiver documentation. 28 29 SUBMITTAL OF REOUIRED DOCUMENTATION 30 Applicable documents (listed below) must be submitted electronically with the other required bidding 31 documents at the time of the bid under the respective Project via the Procurement Portal: 32 httDS://fortworthtexas.bonfirehub.com/Dortal/?tab=ODenODDOrtunities 33 OR received no later than 2:00 p.m., on the third City business day after the bid opening date, 34 exclusive of the bid opening date with the respective Project via the Procurement Portal by 35 responding to the message sent within Bonfire to all the bidders. It is highly encouraged that bidders 36 submit required documentation at the time of bid submission. 37 38 The Offeror must submit one or more of the following documents: 39 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 40 2. Letter of Intent, for all M/WBE Subcontractors; 41 3. Good Faith Effort Form and Utilization Form, including supporting documentation, if 42 participation is less than stated goal, or no Business Equity participation is accomplished; 43 4. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform 44 all subcontracting/supplier opportunities; or 45 5. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor- 46 Protege participation. 47 48 These forms can be accessed at: 49 Business Equity Utilization Form and Letter of Intent CITY OF FORT WORTH 2O24 ON -CALL SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104460 Revised June 7, 2024 004540-2 Business Equity Goal Page 2 of 2 1 httDs://anus.fortworthtexas.2ov/Pro_iectResources/ResourcesP/60 - MWBE/Business Eauitv 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://aDDs.fortworthtexas.2ov/ProiectResources/ResourcesP/60 - MWBE/Good Faith Effort 10 Form DVIN2022.Ddf 11 12 Business Equity Prime Contractor Waiver Form 13 httns://aDns.fortworthtexas.2ov/ProiectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor 14 Waiver-220313.ndf 15 16 Business Equity Joint Venture Form 17 httr)s://aDDs.fortworthtexas.2ov/ProiectResources/ResourcesP/60 - MWBE/MWBE Joint 18 Venture 220225.Ddf 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON -RESPONSIVE AND THE BID REJECTED. FAILURE TO SUBMIT THE REOUIRED BUSINESS EOUITY DOCUMENTATION OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON- RESPONSIVE. THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. For Questions, Please Contact the Business Equity Division of the Access and Opportunity Services Department at (817) 392-2674. END OF SECTION CITY OF FORT WORTH 2O24 ON -CALL SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104460 Revised June 7, 2024 00 52 43 - 1 Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on March 11. 2025. is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and Svner2v Signs & Services. LLC , authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: 2024 On -Call Siens Contract Citv Proiect No. 104460 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 one million two hundred fifty thousand and 00/100 Dollars ($ 1,250,000.00 ). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. Work will be issued on a task order basis and Final Acceptance of each task order will be determined as that work is completed. Time for the overall contract shall be not more than 5 years or until the amount up to $2,000,000 unless amended, has been exhausted. 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 according to provided chart per SC-14.02d each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH 2O24 ON -CALL SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104460 Revised March 3, 2024 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: 00 52 43 - 2 Agreement Page 2 of 6 A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance Certification Form (ACORD or equivalent) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 CONTRACTOR COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND, AT ITS OWN EXPENSE, THE CITY, ITS OFFICERS, SERVANTS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS ARISING OUT OF, OR ALLEGED TO ARISE OUT OF, THE WORK AND SERVICES TO BE PERFORMED BY THE CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, SUBCONTRACTORS, LICENSEES OR INVITEES UNDER THIS CONTRACT. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVENIF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. THIS INDEMNITY PROVISION IS INTENDED TO INCLUDE, WITHOUT LIMITATION, INDEMNITY FOR COSTS, EXPENSES AND LEGAL FEES INCURRED BY THE CITY IN DEFENDING AGAINST SUCH CLAIMS AND CAUSES OF ACTIONS. CITY OF FORT WORTH 2O24 ON -CALL SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104460 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 ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non -appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received CITY OF FORT WORTH 2O24 ON -CALL SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104460 Revised March 3, 2024 00 52 43 - 4 Agreement Page 4 of 6 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. 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 2O24 ON -CALL SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104460 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 2O24 ON -CALL SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104460 Revised March 3, 2024 00 52 43 - 6 Agreement Page 6 of 6 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: City of Fort Worth By: By: Jeff C�4 Signature Jesica McEachern Assistant City Manager Jeff Tumlinson (Printed Name) Apr 25, 2025 Owner / PM Date FaRt°°aa °°°�y°9oc Title Attest:% ���°°° o0=° 2815 Prestige Rd aa4�bnEXogOpd Address Jannette Goodall, City Secretary Fort Worth TX 76244 City/State/Zip (Seal) Mar 4, 2025 M&C: 25-0219 Date Date: 03/11/25 Approved as to Form and Legality: Douglas Black (Apr 17, 2025 17:30 CDT) Douglas W. Black Sr. Assistant City Attorney OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH 2O24 ON -CALL SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104460 Revised March 3, 2024 0061 13- 1 PERFORMANCE BOND Page 1 of 2 1 SECTION 00 61 13 2 PERFORMANCE BOND BOND # 2350228 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Svnerev Signs & Services. LLC known as 8 "Principal" herein and Swiss Re Corporate Solutions America Insurance Corporation , a corporate surety(sureties, if 9 more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 10 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to 11 the laws of Texas, known as "City" herein, in the penal sum of one million two hundred fiftv thousand 12 and 00/100 Dollars ($ 1,250,000.00 ), lawful money of the United States, to be paid in Fort 13 Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, 14 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 15 WHEREAS, the Principal has entered into a certain written contract with the City awarded the 16 1 Ith day of March , 2025 , which Contract is hereby referred to and made a part hereof 17 for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories 18 defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract 19 designated as 2024 On -Call Signs Contract, City Project No. 104460. 20 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall 21 faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the 22 Work, including Change Orders, under the Contract, according to the plans, specifications, and contract 23 documents therein referred to, and as well during any period of extension of the Contract that may be granted 24 on the part of the City, then this obligation shall be and become null and void, otherwise to remain in full. 25 force and effect. 26 27 28 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. CITY OF FORT WORTH 2O24 ON -CALL SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO 104460 Revised December 8, 2023 0061 13 -2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas 2 Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the 3 provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 5 instrument by duly authorized agents and officers on this the I Ith day of March 2025. 6 7 PRINCIPAL: 8 Synergy SiRns & Services, LLC 9 10 11 B Y� 12 ign ure 13 ATTEST:14 f I 15 16 (Principal) Secretary Name and Title 17 18 Address: 2815 Prestige Road 19 Fort Worth, TX 76244 20 21 22 Witness as to Principal 23 SURETY: 24 Swiss Re orp rate Solutions 25 America su> �� r p ation 26 27 BY: 28 Signa 29 30 Jade Porter, Attornev-in-Fact 31 Name and Title 32 33 Address: 2255 Ridge Road, Ste. 333 34 5087 35 36 37 qWitss as to Sure Telephone Number: (972)772-7220 38 Rhiannon Portillo Email Address: lade.porter(a)baldwin.com 39 Sr. Client Service Specialist, Surety 40 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 41 from the by-laws showing that this person has authority to sign such obligation. If 42 Surety's physical address is different from its mailing address, both must be provided. 43 The date of the bond shall not be prior to the date the Contract is awarded. 44 CITY OF FORT WORTH 2O24 ()N-CALL. SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO 104460 Revised December 8, 2023 0061 14 - 1 PAYMENT BOND Page i of 2 1 SECTION 00 6114 2 PAYMENT BOND BOND # 2350228 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Svnerev Signs & Services. LLC known as 8 "Principal" herein, and Swiss Re Coroorate Solutions America Insurance Cornoration a corporate 9 surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether 10 one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant 11 to the laws of the State of Texas, known as "City" herein, in the penal sum of one million two hundred 12 fifty thousand and 00/100 Dollars ($ 1.250.000.00 ), lawful money of the United States, to be 13 paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind 14 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 15 presents: 16 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 1 Ith 17 day of March . 2025 , which Contract is hereby referred to and made a part hereof for all 18 purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined 19 by law, in the prosecution of the Work as provided for in said Contract and designated as 2024 On -Call Signs 20 Contract, City Project No. 104460. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is 21 such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 22 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, 23 then this obligation shall be and become null and void; otherwise to remain in full force and effect. 24 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas 25 Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the 26 provisions of said statute. 27 CITY OF FORT WORTH 2O24 ON -CALL SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104460 Revised December 8, 2023 0061 14 - 2 PAYMENTBOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 11th day of March 3 2o25 4 PRINCIPAL: Svnergv Signs & Services, LLC ATTEST: BY:/� Sigr�u� (Principal) Secretary Naa fe and Title Address: 2815 Prestige Road Fort Worth, TX 76244 Witness as to Principal SURETY: Swiss Re Corn at Solutions Avierica su JJ or ion ATTEST: BY: Signatu vv N/A Jade Porter, Attornev-in-Fact (Surety) Secretary Name and Title Address: 2255 Ridge Road, Ste. 333 Rockwall, TX 75087 iA AA Wi ness as 4Suy A& Rhiannon Portillo Telephone Number: (972)772-7220 Sr. Client Service Specialist, Surety Email Address: jade.porter40a1dwin.com 5 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws 7 showing that this person has authority to sign such obligation. If Surety's physical address is 8 different from its mailing address, both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. 11 END OF SECTION 12 CITY OF FORT WORTH 2O24 ON -CALL SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO 104460 Revised December 8, 2023 .l 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 0061 19 - 1 MAINTENANCE BOND Page 1 of 3 SECTION 00 6119 MAINTENANCE BOND BOND # 2350228 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OFTARRANT § That we Svnerev Sims &. Services. LLC known as "Principal" herein and Swiss Re Corporate Solutions America Insurance Corporation , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum of one million two hundred fifty thousand and 00/100 Dollars ($ 1,250,000.00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the 1 lth day of March . 2025 , which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract and designated as 2024 On -Call Signs Contract, City Project No. 104460 and WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period. CITY OF FORT WORTH 2O24 ON -CALL SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT N0, 104460 Revised December 8, 2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 0061 19-2 MAINTENANCE BOND Page 2 of 3 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 2024 ON -CALL SIGNS CONTRACT CITY PROJECT NO. 104460 0061 19-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument 2 by duly authorized agents and officers on this the _ llth day of March 3 , 20 25 . 4 5 PRINCIPAL: 6 SVnerQv Suns & S rvices. LLC 7 Il 8 9 10 1 ure 11 ATTEST: 12 13 14 (Principal) Secretary Name and Title 15 16 Address: 2815 Prestige Road 17 Fort Worth. TX 76244 18 19 20 Witness as to Principal 21 SURETY: 22 Swiss Re Corporate Solutions 23 Ameri i I iu urdhee orporation 25 BY: �l.+l �'. - - 26 'nature 27 28 Jade Porter. Attorney -in -Fact 29 ATTEST: Name and Title 30 31 N/A Address: 2255 Ridge Road, Ste. 333 32 ty) Secretary Rockwall. TX 75087 33 34 35 Wi ness as to Sure y Telephone Number: _(972)772-7220 36 lRhiannon Portillo Email Address: iade.norter(a),baldwin.com 37 Sr. Client Service Specialist, Surety - 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 2O247N-CALL SIGNS CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJEC f NO 10,4460 Revised December 8, 2023 SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION ("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ("SRCSPIC") WESTPORT INSURANCE CORPORATION ("WIC") GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City, Missouri, and WIC, organized under the laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, each does hereby make, constitute and appoint: TONY FIERRO, JOHNNY MOSS, JAY JORDAN, JEREMY BARNETT, JADE PORTER, ROBERT G KANUTH, JARRETT WILLSON, BRADY WILSON, BRENNAN WILLIAMSON, JAROD JAGGERS, JACK NOTTINGHAM, RYAN COX AND CALEB HALE OF TEXAS JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000 00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th of November 2021 and WIC by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to anv bond. undertaking or contract of surety to which it is attached." 'Os s AfAFR��'J +,+vt�OaS PRfu/LrQ' a �Ci`;.: pPOR,j Syr '. •+'pti .•'pPOR,� iy'-, U David Satory, Senior Vice President of SRCSAIC & Senior Vice President of SRCSPIC &Senior Vice President ofRTC1973 Qa:SIgSOBV !S` r„� `", 'q,s J♦ r,``+11 Gerald Jagrowski, Vice President ofSRCSAIC& Vice President of SRCSPIC & Vice Prnldtn t or wiC IN WITNESS WHEREOF, SRCSAIC, SRCSPIC, and WIC have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 7TH day of JANUARY 20 25 Swiss Re Corporate Solutions America Insurance Corporation State of Illinois ( Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook ® Westport Insurance Corporation On this 7TH day of JANUARY 20 25 , before me, a Notary Public personally appeared David Satory , Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC and Gerald Jagrowski , Vice President of SRCSAIC and Vice President of SPCSPIC and Vice President of WIC, personally known to me, who being by me duly swom, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. rrt� ter+ . rr tr+.Lr+n nt• Karen ti - —eJo Notaiv I, Jeffrev Goldberg, the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and WIC, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC, which is still in full force lurid effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 11th day of March 2025 _. Jeffrey Goldberg, Senior Vice Presidont & Assistant Secretary of SRCSAIC nd SRCSPIC and WIC COMMERCIAL GENERAL LIABILITY CSGA 43712 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU - OPERATIONS AND COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. SECTION II - WHO IS AN INSURED is amended to include as an additional insured 2. If coverage provided to the additional in - any person or organization when you and such sured is required by a contract or agree - person or organization have agreed in writing ment, the insurance afforded to such ad - in a contract or agreement that such person or ditional insured will not be broader than organization be added as an additional insured that which you are required by the con - on your policy, but only with respect to "bodily tract or agreement to provide for such ad - injury", "property damage" or "personal and ditional linsured. advertising injury" caused, in whole or in part, B. With respect to the insurance afforded to by: these additional insureds, the following addi- 1. Your acts or omissions in the perform- tional exclusions apply: ance of your ongoing operations for the This insurance does not apply to: additional insured; 1. "Bodily injury", "property damage" or "per- 2. The acts or omissions of those acting on sonal and advertising injuryarising out of your behalf in the performance of your the rendering of, or the failure to render, ongoing operations for the additional in- any professional architectural, engineer- sured; or ing or surveying services, including: 3. "Your work" performed for the additional a. The preparing, approving, orfailing to insured and included in the "products- prepare or approve, maps, shop completed operations hazard". drawings, opinions, reports, surveys, If not specified otherwise in the written con- field orders, change orders or draw - tract or agreement, a person's or organiza- ings and specifications; or tion's status as an additional insured under this b. Supervisory, inspection, architectural endorsement ends one year after your opera- or engineering activities. tions for that additional insured are completed. The written contract or agreement must be 2. "Bodily injury" or "property damage" aris- currently in effect or become effective during ing out of "your work" for which a consoli- the term of this Coverage Part. The contract or dated (wrap-up) insurance program has agreement must be executed prior to the "bod- been provided by the prime contrac- ily injury", "property damage" or "personal and for/project manager or owner of the con - advertising injury" to which this endorsement struction project in which you are involved. pertains. 3. "Bodily injury", "property damage" or "per - However: sonal and advertising injury" to any em- ployee of you or to any obligation of the 1. The insurance afforded to such additional additional insured to indemnity another insured only applies to the extent permit- because of damages arising out of such ted by law; and injury. Includes copyrighted material of ISO CSGA437 12 13 Properties, Inc., with its permission. Page 1 of 2 4. "Bodily injury", "property damage" or "per- sonal and advertising injury" for which the Named Insured is afforded no coverage under this policy of insurance. C. With respect to the insurance afforded to these additional insureds, SECTION III - LIM- ITS OF INSURANCE is amended to include: The limits applicable to the additional insured are those specified in the written contract or agreement or in the Declarations of this Cov- erage Part, whichever is less. If no limits are specified in the written contract or agreement, the limits applicable to the additional insured are those specified in the Declarations of this Coverage Part. The limits of insurance are in- clusive of and not in addition to the limits of in- surance shown in the Declarations. D. With respect to the insurance afforded to these additional insureds, SECTION IV - COMMERCIAL GENERAL LIABILITY CON- DITIONS, 4. Other Insurance is amended to include: Any coverage provided herein will be excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent or on any other basis unless you have agreed in a written con- tract or written agreement executed prior to any loss that this insurance will be primary. This insurance will be noncontributory only if you have so agreed in a written contract or written agreement executed prior to any loss and this coverage is determined to be primary. Includes copyrighted material of ISO CSGA437 12 13 Properties, Inc., with its permission. Page 2 of 2 COMMERCIAL GENERAL LIABILITY CSGA 434 11 08 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC ADDITIONAL INSURED - SPECIFIED RELATIONSHIPS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. SECTION II - WHO IS AN INSURED is formed by or on behalf of such addi- amended to include as an insured any person tional insured. or organization described in Paragraph B. below (hereinafter referred to as additional in- sured) whom you are required to add as an you lease equipment with whom you additional insured under this Coverage Part have agreed per Paragraph A. above to by reason of a written contract or agreement provide insurance. However, this insur- is an insured, provided: ance does not apply to any "occurrence" which takes place after the equipment 1. The written contract or agreement is: lease expires. a. Currently in effect or becomes effec- 3. Any state or political subdivision with tive during the policy period; and which you have agreed per Paragraph A. above to provide insurance, subject to b. Executed prior to an "occurrence" or the following additional provision: offense to which this insurance would apply; and This insurance applies only with respect to the following hazards for which the 2. They are not specifically named as an state or political subdivision has issued a additional insured under any other provi- permit in connection with premises you sion of, or endorsement added to, this own, rent or control and to which this in - Coverage Part. surance applies: B. Only the following persons or organizations a. The existence, maintenance, repair, are additional insureds under this endorse- construction, erection, or removal of ment, but only with respect to liability caused, advertising signs, awnings, cano- in whole or in part, by your acts or omissions pies, cellar entrances, coal holes, or the acts or omissions of those acting on driveways, manholes, marquees, your behalf. Insurance coverage provided to hoist away openings, sidewalk such additional insureds is limited as provided vaults, street banners, or decorations herein: and similar exposures; or 1. The manager or lessor of a premises b. The construction, erection, or re- leased to you with whom you have moval of elevators; or agreed per Paragraph A. above to pro- vide insurance, but only with respect to c. The ownership, maintenance, or use the ownership, maintenance or use of of any elevators covered by this in - that part of a premises leased to you, surance. subject to the following additional exclu- sions: C. With respect to the insurance afforded to these additional insureds, SECTION III - LIM- This insurance does not apply to: ITS OF INSURANCE is amended to include: a. Any "occurrence" which takes place The limits applicable to the additional insured after you cease to be a tenant in that are those specified in the written contract or premises. agreement or in the Declarations of this Cov- erage Part, whichever is less. If no limits are b. Structural alterations, new construc- specified in the written contract or agreement, tion or demolition operations per- the limits applicable to the additional insured are those specified in the Declarations of this Includes copyrighted material of ISO CSGA 434 1108 Properties, Inc., with its permission. Pagel of 2 ❑ Coverage Part. The limits of insurance are in- clusive of and not in addition to the limits of insurance shown in the Declarations. D. With respect to the insurance afforded to these additional insureds, SECTION IV - COMMERCIAL GENERAL LIABILITY CON- DITIONS, 4. Other Insurance is amended to include: Any coverage provided herein will be excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent or on any other basis unless you have agreed in a written contract or written agreement executed prior to any loss that this insurance will be primary. This insurance will be noncontributory only if you have so agreed in a written contract or written agreement executed prior to any loss and this coverage is determined to be pri- mary. Includes copyrighted material of ISO CSGA 434 11 08 Properties, Inc., with its permission. Page 2 of 2 ❑ COMMERCIAL GENERAL LIABILITY CSGA 4087 12 12 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - PER CONTRACT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to Paragraph 8. Transfer of Rights of Recovery Against Others to Us of SECTION IV - CONDITIONS: If you have agreed, in a written contract or agreement, to provide a waiver of any right of recovery against a person or organization, we will waive any right of recovery we may have against that person or organization because of payments we make for injury or damage arising out of your ongoing operations or 'your work" done under a contract with that person or organization and included in the "products -completed operations hazard". This waiver applies only to that person or organization for which you have agreed to in a written contract to provide said waiver. Includes copyrighted material of Insurance CSGA 4087 12 12 Services Office, Inc., with its permission. Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CinciPlus° BUSINESS AUTO XC+° (EXPANDED COVERAGE PLUS) ENDORSEMENT, WITH POLLUTION LIABILITY FOR COVERED AUTOS This endorsement modifies insurance provided by the following: BUSINESS AUTO COVERAGE FORM With respect to the coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. A. Blanket Waiver of Subrogation SECTION IV - BUSINESS AUTO CONDI- TIONS, A. Loss Conditions, S. Transfer of Rights of Recovery Against Others to Us is amended by the addition of the following: We waive any right of recovery we may have against any person or organization because of payments we make for "bodily injury" or "property damage" arising out of the operation of a covered "auto" when you have assumed liability for such "bodily injury" or "property damage" under an "insured contract", provid- ed the "bodily injury" or "property damage" oc- curs subsequent to the execution or the "in- sured contract". B. Noncontributory Insurance SECTION IV - BUSINESS AUTO CONDI- TIONS, B. General Conditions, S. Other In- surance c. is replaced by the following: c. Regardless of the provisions of Par- agraph a. above, this Coverage Form's Liability Coverage is primary and we will not seek contribution from any other insurance for any lia- bility assumed under an "insured contract" that requires liability to be assumed on a primary noncontributo- ry basis. This provision is limited to the scope of the valid written contract. This provision does not apply unless the valid written contract has been: 1. Executed prior to the accident causing "bodily injury" or "property damage'; and 2. Is still in force at the time of the "accident" causing "bodily injury" or "property dam- age". D. Employee Hired Auto 1. Changes in Liability Coverage The following is added to the Section II - Liability Coverage, A. Coverage, 1. Who is an Insured: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. 2. Changes in General Conditions SECTION IV - BUSINESS AUTO CON- DITIONS, B. General Conditions, S. Other Insurance is amended by replac- ing Paragraph 5.b. with the following: C. Additional Insured by Contract b. For Hired Auto Physical Damage Coverage the following are deemed SECTION II - LIABILITY COVERAGE, A. to be covered "autos" you own: Coverage, I. Who is an Insured is amended to include as an insured any person or organi- (1) Any covered "auto" you lease, zation with which you have agreed in a valid hire, rent or borrow; and written contract to provide insurance as is af- (2) Any covered "auto" hired or forded by this policy. rented by your "employee under a contract in that individual "em- Includes copyrighted material of ISO AA 292 01 16 Properties, Inc., with its permission. Page 1 of 5 ployee's" name, with your per- mission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driv- er is not a covered "auto". E. Audio, Visual and Data Electronic Equip- ment SECTION III - PHYSICAL DAMAGE COV- ERAGE, C. Limit of Insurance is amended by adding the following: 4. The most we will pay for all "loss" to audio, visual or data electronic equipment and any accessories used with this equipment as a result of any one "accident" is the lesser of: a. The actual cash value of the damaged or stolen property as of the time of the "accident"; b. The cost of repairing or replac- ing the damaged or stolen prop- erty with other property of like kind and quality; or c. $2,500. Provided the equipment, at the time of the "loss" is: a. Permanently installed in or upon the covered "auto" in a housing, opening or other location that is not normally used by the "auto" manufacturer for the installation of such equipment; b. Removable from a permanently installed housing unit as de- scribed in Paragraph 2.a. above; or c. An integral part of such equip- ment. F. Pollution Liability Broadened Coverage for Covered Autos 1. Coverage a. Section II - Liability Coverage is changed as follows: (1) Paragraph a. of the "Pollutant" Exclusion (Section II - Liability Coverage, B. Exclusions) ap- plies only to liability assumed under a contract or agreement. (2) With respect to the coverage af- forded by Paragraph a.(1) above, Exclusion B.6. Care, Custody, or Control does not apply. 2. Limit of Insurance a. The Per "Accident" Limit is $25,000. The Per "Accident" Limit is the most we will pay for the total of all damag- es and "covered pollution cost or ex- pense" resulting from any one "acci- dent" covered by this endorsement. Subject to the limit for Pollution Lia- bility Broadened Coverage, the most we will pay for all "bodily injury", "property damage" and "covered pol- lution cost or expense" combined, resulting from any one "accident", is the Limit of Insurance for Liability Coverage shown in the Declarations. b. The Aggregate Limit is $25,000. The Aggregate Limit is the most we will pay for the sum of all damages and "covered pollution cost or expense" involving insurance provided by this endorsement. The Aggregate Limit applies separately to each consecu- tive annual period and to any remain- ing period of less than 12 months, starting with the beginning of the Pol- icy Period shown in the Declarations, unless the Policy Period is extended after issuance for an additional peri- od of less than 12 months. In that case, the additional period will be deemed part of the last preceding pe- riod for purposes of determining the Aggregate Limit. 3. Property Damage Liability Deductible The "Property Damage" and "Covered Pollution Cost or Expense" Liability Cov- erage Deductible is $500. The damages that would otherwise be payable under Section II - Liability Coverage for "prop- erty damage" and "covered pollution cost or expense" caused by any one "acci- dent" will be reduced by the "Property Damage" and "Covered Pollution Cost or Expense" Liability Coverage Deductible prior to the application of the Limit of In- surance provision. 4. Our Right to Reimbursement To settle any claim or "suit" we will pay all or any part of any deductible shown in this endorsement. You must reimburse us for the deductible or the part of any de- ductible we paid. Includes copyrighted material of ISO AA 292 01 16 Properties, Inc., with its permission. Page 2 of 5 5. Definitions Section V - Definitions, D. "covered pol- lution cost or expense" is deleted in its entirety and replaced by the following: D. "Covered pollution cost or expense" means any cost or expense arising out of: 1. Any request, demand, order or statutory or regulatory require- ment that any "insured" or others test for, monitor, clean up, re- move, contain, treat, detoxify or neutralize, or in any way re- spond to, or assess the effects of "pollutants"; or 2. Any claim or "suit" by or on be- half of a governmental authority for damages because of testing for, monitoring, cleaning up, re- moving, containing, treating, de- toxifying or neutralizing, or in any way responding to or as- sessing the effects of "pollu- tants". "Covered pollution cost or expense" does not include any cost or expense arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release, escape or emission of "pollu- tants": a. Before the "pollutants" or any proper- ty in which the "pollutants" are con- tained are moved from the covered "auto" to the place where they are fi- nally delivered, disposed of or aban- doned by the "insured". b. After the "pollutants" or any property in which the "pollutants" are con- tained are moved from the covered "auto" to the place where they are fi- nally delivered, disposed of or aban- doned by the "insured". Paragraphs a. and b. above do not apply to "accidents" that occur away from premises owned by or rented to an "insured" with respect to "pollu- tants" not in or upon a covered "au- to", if: caused directly by such upset, overturn or damage. G. Who is an Insured - Amended SECTION II - LIABILITY COVERAGE, A. Coverage, 1. Who is an Insured is amended by adding the following: The following are "insureds": 1. Any subsidiary which is a legally incorpo- rated entity of which you own a financial interest of more than 50% of the voting stock on the effective date of this cover- age form. However, the insurance afforded by this provision does not apply to any subsidiary that is an "insured" under any other au- tomobile liability policy, or would be an "insured" under such policy but for termi- nation of such policy or the exhaustion of such policy's limits of insurance. 2. Any organization that is newly acquired or formed by you and over which you main- tain majority ownership. The insurance provided by this provision: a. Is effective on the date of acquisition or formation, and is afforded for 180 days after such date; b. Does not apply to "bodily injury" or "property damage" resulting from an "accident" that occurred before you acquired or formed the organization; c. Does not apply to any newly acquired or formed organization that is a joint venture or partnership; and d. Does not apply to an insured under any other automobile liability policy, or would be an insured under such a policy but for the termination of such policy or the exhaustion of such poli- cy's limits of insurance. 3. Any of your "employees" while using a covered "auto" in your business or your personal affairs, provided you do not own, hire or borrow that "auto". H. Liability Coverage Extensions - Supple- mentary Payments - Higher Limits (1) The "pollutants" or any property SECTION II - LIABILITY COVERAGE, A. in which the "pollutants" are con- Coverage, 2. Coverage Extensions, a. Sup- tained are upset, overturned or plementary Payments is amended by: damaged as a result of the 1. Replacing the $2,000 Limit of Insurance maintenance or use of a covered for bail bonds with $4,000 in (2); and "auto"; and (2) The discharge, dispersal, seep- 2. Replacing the $250 Limit of Insurance for age, migration, release, escape reasonable expenses with $500 in (4). or emission of the "pollutants" is Includes copyrighted material of ISO AA 292 01 16 Properties, Inc., with its permission. Page 3 of 5 I. Amended Fellow Employee Exclusion SECTION II - LIABILITY COVERAGE, B. Ex- clusions, S. Fellow Employee is modified as follows: Exclusion S. Fellow Employee is deleted. J. Hired Auto - Physical Damage If hired "autos" are covered "autos" for Liability Coverage, then Comprehensive and Collision Physical Damage Coverages as provided un- der SECTION III - PHYSICAL DAMAGE COVERAGE of this Coverage Part are ex- tended to "autos" you hire, subject to the fol- lowing: 1. The most we will pay for "loss" to any hired "auto" is $50,000 or the actual cash value or cost to repair or replace, which- ever is the least, minus a deductible. 2. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage, or $1,000, whichever is less. 3. Hired Auto - Physical Damage coverage is excess over any other collectible insur- ance. 4. Subject to the above limit, deductible, and excess provisions we will provide cover- age equal to the broadest coverage appli- cable to any covered "auto" you own un- der this policy. Coverage includes loss of use of that hired au- to, provided it results from an "accident" for which you are legally liable and as a result of which a monetary loss is sustained by the leasing or rental concern. The most we will pay for any one "accident" is $3,000. If a limit for Hired Auto - Physical Damage is shown in the Schedule, then that limit replac- es, and is not added to, the $50,000 limit indi- cated above. K. Rental Reimbursement SECTION III - PHYSICAL DAMAGE is amended by adding the following: We will pay for rental reimbursement ex- penses incurred by you for the rental of an "auto" because of a "loss" to a covered "auto". Payment applies in addition to the otherwise applicable amount of each cov- erage you have on a covered "auto". No deductible applies to this coverage. 2. We will pay only for those expenses in- curred during the policy period beginning 24 hours after the "loss" and ending, re- gardless of the policy's expiration, with the lesser of the following number of days: The number of days reasonably re- quired to repair the covered "auto". If "loss" is caused by theft, this number of days is added to the number of days it takes to locate the covered "auto" and return it to you; or b. 30 days. 3. Our payment is limited to the lesser of the following amounts: a. Necessary and actual expenses in- curred; or b. $50 per day. 4. This coverage does not apply while there are spare or reserve "autos" available to you for your operations. 5. We will pay under this coverage only that amount of your rental reimbursement ex- penses which is not already provided for under SECTION III - PHYSICAL DAM- AGE COVERAGE, A. Coverage, 4. Coverage Extensions. L. Transportation Expense - Higher Limits SECTION III - PHYSICAL DAMAGE COV- ERAGE, A. Coverage, 4. Coverage Exten- sions is amended by replacing $20 per day with $50 per day, and $600 maximum with $1,500 maximum in Extension a. Transpor- tation Expenses. M. Airbag Coverage SECTION III - PHYSICAL DAMAGE COV- ERAGE, B. Exclusions, 3.a. is amended by adding the following: However, the mechanical and electrical breakdown portion of this exclusion does not apply to the accidental discharge of an airbag. This coverage for airbags is excess over any other collectible insurance or warranty. N. Loan or Lease Gap Coverage SECTION III - PHYSICAL DAMAGE COVERAGE, C. Limit of Insurance is deleted in its entirety and replaced by the following, but only for private passenger type "autos" with an original loan or lease, and only in the event of a "total loss" to such a private passenger type "auto": a. The most we will pay for "loss" in any one "accident" is the greater of: (1) The amount due under the terms of the lease or loan to which your covered private passenger type "auto" is subject, but will not include: Includes copyrighted material of ISO AA 292 01 16 Properties, Inc., with its permission. Page 4 of 5 (a) Overdue lease or loan pay- ments; (b) Financial penalties imposed under the lease due to high mileage, excessive use or abnormal wear and tear; (c) Security deposits not re- funded by the lessor; (d) Costs for extended warran- ties, Credit Life Insurance, Health, Accident or Disabil- ity Insurance purchased with the loan or lease; and (e) Carry-over balances from previous loans or leases, or (2) Actual cash value of the stolen or damaged property. b. An adjustment for depreciation and physical condition will be made in de- termining actual cash value at the time of "loss". 2. SECTION V - DEFINITIONS is amended by adding the following, but only for the purposes of this Loan or Lease Gap Coverage: "Total loss" means a "loss" in which the cost of repairs plus the salvage value ex- ceeds the actual cash value. O. Glass Repair - Waiver of Deductible SECTION III - PHYSICAL DAMAGE COV- ERAGE, D. Deductible is amended by adding the following: No deductible applies to glass damage if the glass is repaired in a manner acceptable to us rather than replaced. P. Duties in the Event of an Accident, Claim, Suit or Loss - Amended SECTION IV - BUSINESS AUTO CONDI- TIONS, A. Loss Conditions, 2. Duties in the Event of Accident, Claim, Suit or Loss, a. is amended by adding the following: This condition applies only when the "acci- dent' or "loss" is known to: 1. You, if you are an individual; 2. A partner, if you are a partnership; 3. An executive officer or insurance manag- er, if you are a corporation; or 4. A member or manager, if you are a lim- ited liability company. Q. Unintentional Failure to Disclose Hazards SECTION IV - BUSINESS AUTO CONDI- TIONS, B. General Conditions, 2. Conceal- ment, Misrepresentation or Fraud is amended by adding the following: However, if you unintentionally fail to disclose any hazards existing on the effective date of this Coverage Form, we will not deny cover- age under this Coverage Form because of such failure. R. Mental Anguish Resulting from Bodily Inju- ry SECTION V - DEFINITIONS, C. 'Bodily inju- ry" is deleted in its entirety and replaced by the following: "Bodily injury" means bodily injury, sickness or disease sustained by a person, including men- tal anguish and death sustained by the same person that results from such bodily injury, sickness or disease. 'Bodily injury" does not include mental anguish or death that does not result from bodily injury, sickness or disease. S. Coverage for Certain Operations in Con- nection with Railroads With respect to the use of a covered "auto" in operations for or affecting a railroad: 1. Section V - Definitions, H. "Insured con- tract', 1.c. is amended to read: c. An easement or license agreement; 2. Section V - Definitions, H. "Insured con- tract', 2.a. is deleted. Includes copyrighted material of ISO AA 292 01 16 Properties, Inc., with its permission. Page 5 of 5 --eX,qSMutuar WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All Texas operations 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 9/17/24 at 12:01 a.m. standard time, forms a part of: Policy no. 0001228741 of Texas Mutual Insurance Company effective on 9/17/24 Issued to: SYNERGY SIGNS & SERVICES LLC This is not a bill Authorized representative NCCI Carrier Code: 29939 PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 WC 42 03 04 B UnitPriceContract-CNST-2024 ON -CALL SIGNS CONTRACT Final Audit Report 2025-04-16 Created: 2025-04-09 By: Leonel Rios(Leone 1.Rios @fortworthtexas.gov) Status: Canceled / Declined Transaction ID: CBJCHBCAABAAV-v_xkk6YKey1fEtON2zeQGuO7k2t5Qs "UnitPriceContract-CNST-2024 ON -CALL SIGNS CONTRACT" History Document created by Leonel Rios(Leonel.Rios@fortworthtexas.gov) 2025-04-09 - 7:42:17 PM GMT- IP address: 204.10.90.100 =„ Form filled by Leonel Rios(Leone 1.Rios@fortworthtexas.gov) Form filling Date: 2025-04-09 - 7:56:43 PM GMT - Time Source: server- IP address: 204.10.90.100 Cy Document emailed to Donnette Murphy (donnette.murphy@fortworthtexas.gov) for filling 2025-04-09 - 7:56:48 PM GMT Email viewed by Donnette Murphy (don nette.murphy@fortworthtexas.gov) 2025-04-14 - 8:23:19 PM GMT- IP address: 208.184.124.181 6© Form filled by Donnette Murphy (don nette.murphy@fortworthtexas.gov) Form filling Date: 2025-04-14 - 8:23:26 PM GMT - Time Source: server- IP address: 208.184.124.181 Cy Document emailed to Patricia Wadsack (patricia.wadsack@fortworthtexas.gov) for approval 2025-04-14 - 8:23:30 PM GMT &Q Document approved by Patricia Wadsack (patricia.wadsack@fortworthtexas.gov) Approval Date: 2025-04-14 - 8:58:43 PM GMT - Time Source: server- IP address: 208.184.124.181 Document emailed to Lorita Lyles (Lorita.Lyles@fortworthtexas.gov) for approval 2025-04-14 - 8:58:48 PM GMT Email viewed by Lorita Lyles (Lorita.Lyles@fortworthtexas.gov) 2025-04-15 - 12:56:06 PM GMT- IP address: 208.184.124.181 &0 Document approved by Lorita Lyles (Lorita.Lyles@fortworthtexas.gov) Approval Date: 2025-04-15 - 1:34:01 PM GMT - Time Source: server- IP address: 208.184.124.181 FORT WORTHS I P°we.ed ey Adobe Acrobat Sign �-. Document emailed to Douglas Black (Douglas.Black@fortworthtexas.gov) for signature 2025-04-15 - 1:34:05 PM GMT �► Document declined by Douglas Black (Douglas.Black@fortworthtexas.gov) Decline reason: I don't know who changed it, but the Indemnity section of the Agreement must be all caps and bold. It is also mis-numbered. This should not be changed in any way without consulting Legal. Make sure it has not changed from the form found in Agiloft or other resources. 2025-04-16 - 3:15:52 PM GMT- IP address: 208.184.124.181 FORT WORTHS 1 POHeY"Y Adobe Acrobat Sign FORT WORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: 2024 ON -CALL SIGNS CONTRACT M&C: 25-0219 Date: 04/09/25 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: 104460 CSO: Department Initials Risk -Approver DM TPW Approver PLW TPW-Signer Signed in Agiloft L al - A LL eg pprover Legal -Signer 7 g ACM -Signer CSCO-Approver CSCO-Signer rA- CSCO-Form Filler ,- TPW DOCM Date Out 04/14/25 04/14/25 04/15/25 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! DOCM Date Out 04/14/25 04/14/25 04/15/25 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: On -Call Sians Contract M&C: CPN: 104460 CSO: DOC#: Date: 02/25/25 To: Name Department Initials Date Out 1. Jeff Tumlinson Vendor -Signer IT- 03/04/25 2. Namoo Han TPW-Signer N�- 03/05/25 3. Leonel Rios TPW-Review ERR 03/14/25 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 Link to general conditions & specifications ❑ Attach Signature, Initial and Notary Tabs Return To: Please notify TPWContractsnu,fortworthtexas.2ov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you! 0 Bond Verification MM&C