HomeMy WebLinkAboutContract 63487CSC No. 63487
FORTWORTH,
CONTRACT
FOR
THE CONSTRUCTION OF
2025 CONCRETE RESTORATION CONTRACT 4
City Project No.106091
Mattie Parker Jesus "Jay" Chapa
Mayor City Manager
Lauren Prieur
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
TRANSPORTATION AND PUBLIC WORKS
2025
OF TF,r�s1�1
IRETOMIWA SEYON OTUYELU j
.............................
•., 154477
11�Z
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
09/30/2021
00 45 26
Contractor Compliance with Workers' Compensation Law
07/01/2011
00 45 40
Business Equity Goal
06/07/2024
00 52 43
Agreement
3/08/2024
0061 13
Performance Bond
12/08/2023
0061 14
Payment Bond
12/08/2023
0061 19
Maintenance Bond
12/08/2023
00 61 25
Certificate of Insurance
07/01/2011
00 72 00
General Conditions
03/08/2024
00 73 00
Supplementary Conditions
03/08/2024
Division 01-
General Requirements
Last Revised
01 1100
Summary of Work
12/20/2012
01 25 00
Substitution Procedures
07/01/2011
01 31 19
Preconstruction Meeting
08/17/2012
01 31 20
Project Meetings
07/01/2011
01 32 16
Construction Schedule
10/06/2023
01 32 33
Preconstruction Video
07/01/2011
01 33 00
Submittals
12/20/2012
01 35 13
Special Project Procedures
03/11/2022
01 45 23
Testing and Inspection Services
03/09/2020
01 5000
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
0158 13
Temporary Project Signage
07/01/2011
01 60 00
Product Requirements
03/09/2020
01 66 00
Product Storage and Handling Requirements
07/01/2011
01 70 00
Mobilization and Remobilization
11/22/2016
01 71 23
Construction Staking and Survey
02/14/2018
01 74 23
Cleaning
07/01/2011
01 77 19
Closeout Requirements
03/22/2021
01 78 23
Operation and Maintenance Data
12/20/2012
01 78 39
Project Record Documents
07/01/2011
CITY OF FORT WORTH 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106091
Revised June 7, 2024 Addendum No. 1
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
Division 32 - Exterior Improvements
32 1123 I Flexible Base Courses
99 99 00 — Special Specifications
99 99 00 1 Additional Specifications
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
httD:Hfortworthtexas.2ov/tDw/contractors/
or
https:Happs.fortworthtexas.gov/Proi ectResources/
Division 02 - Existing Conditions Last Revised
0241 13 Selective Site Demolition 03/11/2022
117�4 Utility l; ty D o,v.,,ya / n L..,n.1..ftmen4 1 '1 /7izraOQW —2
0241 15 Paving Removal 02/02/2016
Division 03 - Concrete
03 30 00 Cast -In -Place Concrete 03/11/2022
03 80 00 Modifications to Existing Concrete Structures 12/20/2012
Division 31- Earthwork
31 00 00 Site Clearing 03/22/2021
3123 16 Unclassified Excavation 01/28/2013
31�3 BOFF0 n1 W2013
r 1M.2--ntsn 1 /o Q�14
31�no Erosion and Sedimeftt Goatfol 0 /o o�z
3 1�0 Gabion$ !X20,L2012
3 1�1 3700 00 RipFap 1 '1 /'fr�-svnviz
Division 32 - Exterior Improvements
3201 17 gcr%,K=z3mt-AE)r6alt lV- -ice 12/20/2012
3201 �o t0rkhalt I\r
37�9 !`.,n e -ete Pa-y ng D 1'f/'fez
3l 11 19 L;Am Troatoa Brio r,,,,fs 12/�1-2
CITY OF FORT WORTH 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106091
Revised June 7, 2024 Addendum No. 1
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 6
13212
AOrh.alt ram-'- -4"
6/noro7/2024
27�
A&,A. c)t
11 /204-2
32 13 13
Concrete Paving
06/10/2022
32 1320
Concrete Sidewalks, Driveways and Barrier Free Ramps
12/09/2022
3322
Concrete Paving Joint Sealants
12/20/2012
'1 ^3 ,7`3
37
Brick Unit Paving
12/7r QO/2vri
32 1613
Concrete Curb and Gutters and Valley Gutters
12/09/2022
32 1723
Pavement Markings
06/10/2022
32 �5
3231 13
2'�
C;ttr-b Ad A-4iWzlrzg
Chain Fenees d Gates
Wire Fenees Gates
11,104,12013
12/�lz
1 �/�lz
27�
3232 13
and
Wood Fo, ees and Gates
Ga&t, Yn Plaou Go -ete Retaining Walls
12/'l�,z0/2012
06/0a
3291 19
Topsoil Placement and Finishing of Roadway Right-of-ways
03/11/2022
32 92 13
32292 14
Sodding
No Native Seeding
05/13/2021
n543,Q02
3292 15
37�3•
Native G,-.,c�ss and Wildflower coed;„.
d 9& G'g
10/023
11 zz90/20i2
Division 33 - Utilities
Testip,.
d 1\ R.,fAiel
2�o
/nvT
3
33 0131
�
Sewer- a- e
Closed r; -eu t Television (GGT-V, � �
�oc�izn Ec�r�+i."n
09 071/20Iry
n�
�/1 11202�
-
330132
�
Closed r;,-ett t Television (CGT-V � �
) c�o i-�n fho� ���
17/2023
�108�
22�0
22�o
B3pasC Dl.mj3 img of&&sting Sewer- Syste
TeifA, Be ding and Eleetfieal isol.,tio
117/7�12
QQ0,12012
22�=
33 04 12
22�no
CE)F.osio,, CefA e Tort St.,tiefis
Magnooidm Anode r. thedie Pr-eteeti .n Syste....
To.v.pe -., -y Water- Servi .
17/7 z
12/�lz
0�/n�n
22�
2 2�
Clo.,..;ng a -ad A,.,.c�.=6 i u Tav ,,,..,stiF�7 a4e- Mainss
Cleaning g of Pipes 1
n�/n 3
03 /lv�r1 1/2022
33 05 10
TJ--vTry
�--.
3305 1Tz 7
Utility, T-eneb. L'.,,..,y do Embedment, �d BaekF;11
, ,
��1�1 �T/�i �T/J72fii�g
04/02 /202
VTTVZTLCTLT
12Q0/2017
3305 13
Frame, Cover and Grade Rings
09/09/2022
3305 14
Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
03/11/2022
Grade
3305 16
Concrete Water Vaults
12/20/2012
3305 17
32�0Auger-1
ZZ�i
Concrete Collars
T
03/11/2022
/Q0,4012
12/7
22�z
22�3
Tunnel ineF Plate
Stool Casing -Pipe
Handu��c�lixg
z
12/7 z
12QO/2012
��
33 0524
hwkla 1.tio f Caf fie - -Pipe i Casing E)r- T,,,,,, T t
�. o of s��r Plate
T T
-ke -s lT .,...,
1'l/09,Ll022
��
1 'f /'fez
330526
2 2�v
44 y a ef:
Leea4ion �r�,�i n�• Utilities12/7z
RT Tu4s
QO/2012
12/7
33 11-05
33 it
Belt`
and Gaskets
DttetGla l : P*,o
z
1 � /n�22
1 1 1 1
�n0:4
Duetil e T« Fitting-,09
/20 /201 �7
vT-=vrLvz-r
1 1 12
Pelyviftyl Chlef de wvr) Pfessufe Pipe
09 n�22
CITY OF FORT WORTH 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City
Project No. 106091
Revised June 7, 2024
Addendum No. 1
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 6
33 1 1 1 3
T1-".,
Coznciiv� iWw Pipo, Bari �x 7,-.,., pe.1 Steel !`ylif ,1e,- Type
,'f/'l z
33 1 1 11
22�
>zuf e.1 Steel Pipe a -a Fitting
12/20,12012
3- 1211
Water- Services linch to 2 e
Large Water Meters
02/to n�117
11 /�12
33 1220
33�T
Ria:L"int F//dtoa G to A7 l.,e
n v;/ra/ n -f1.,
05/0642�
nn /gin
33 12 25
Trrrz�
Rubber- Seated BtA4e V
Ge��eet; F d �aT.,te,. r ain
cvraxcccron t0 ...111�1'�I^
021 0612013
vzrvvravz�
32 1.7 2no
23
GornNymtlia A;.. Valve Assemblies for- Potable Water- Systems
F;,�
1 7/7Q0//20i2
n, /n
Q 40
33 1250
2 2260
t'
��7tlJr E�'��1r� F���s
St.,.,,1.,
Blow e ff �Valve Assembly
T
1242042012
06/1 3
2 P. 12
f
1 Pipe (CIPP4
Cod in I1ae
1 � 0,'
�12012�
P- P. 13
Fibe fgl ass Rein f .,-ee Pipe for Gravity Sewers
, 7 r�/7Q0,12012
P.Sanitary
15
22�0
Dial, Density Polyethylene (HPPF) Pipe for &anitar
Pel.e,;f„l Chloride (PVC) G -a-y y San tafy Sewer- Pipe
Pel.e,;fiy Chloride (PVC) Closed P-ef;le Gravity Sa-n tarry Sewe,
nA/'f�9
09,09/20
333,121
Pipe
22�i
SanitarySe --T Flip :mining
12/ z
33 3,1 23
�*o 1—kI.l�rgemertt
12,L20/-2012
33 34 so
Sewer- ,.,,,-, Se ee roLU1JnizzoYS,l co,.ee Line n
nn /� 13
�0
lc�,',,.itafy
<.V.�� T.�Itlan— n;,-
ValveSanitary Sewer- For.o Mains
Q0Q02
22�0
22�0
Cast iPl,ee !,oe-eto Nanl-.31vS
-ete
Dreeeast��l��`,,ffT
12/20/2012
22�0
e Maiil.ele.,
Fi[,og.�. z Manholes
12420,12012
1242012012
22�0
Wastewater- n eves U of (WAG)
1 � N�n0L
�39 6o
33n
22�0
Qewe,- C F etufes
rs�ar Fani�:,
Pei fe-ee,l re,.e,.ete Storm Sewe- Piro/C lwfts
0429/2021
n�/n�4
33 11 1 1
HighDensity Polyethylene (NDPE) Pip Dias
12/20/2012
22�2
Dei fe-ee.7 Polyethylene (ERPE) Plr,e
1
1111 /1 5
33 41 13
��
Pelyp -epy r
rmypxvpyr0� P1�0 9I`-�t�'I �'IAein
ntin n/2rn2
vrn�vr�v�
33 46 00
Subdrainage
12/20/2012
33 46 01
Slotted Storm Drains
07/01/2011
3� 4602
Tnym�h Drc0. ,m
n7 /no 1/2
33 49 10
Cast -in -Place Manholes and Junction Boxes
12/20/2012
33 49 20
Curb and Drop Inlets
03/11/2022
3J-3J--4 9-40
C* T ,] 1 .1 W lls
r.7t�.``�SS .J.�' F1�g�&.A`/!� �, �'1�
0WOW2n11
mTv�rsvzz
Division 34 - Transportation
3� 41-10 T+950 ✓1 � s 03 n�22
a�
34 41 10.01 n n r t 12n4/2n1c
�v-r rrtt&c�1me��A i~�atf9aei'Zz'�Iacc �z-rrvrrvz�
34 n�o2 Atttaehment Erae 0 2
?il 11 11 Te, ,.efar- , T -af e Signals 1 1 /�13
?il 11 13 Removing T.,.ffie Signals n3n�22
34 4120 2n 1 n &semb1ie& , X204n12
�-rrzv �i�' ��1.'¢li��"' r�ravravzz
34 4120.01 r r 0
� �:ariri�l..T.1D ��, .�a6/15/2n1crril�irrs ��
34 4120.02 Ffeew .. LED Poad-., r ., , 0
� .�ar�rxvs 6/15/2n1e��
34 n�o3 r
Resi�l�ntial �D P_aadw r�� .�arigir.aipoo 0645,12015
24 41 30 „n2/
��41uri��nuri� � �, �20Pn
CITY OF FORT WORTH 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106091
Revised June 7, 2024 Addendum No. 1
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
3471 13
Appendix
GC-4.02
GC-6.06.D
GC-6.07
GN-1.00
SD-1.00
SL-1.00
SM-1.00
Traffic Control
Subsurface and Physical Conditions
Minority and Women Owned Business Enterprise Compliance
Wage Rates
General Notes
Standard Construction Details
Street List and Quantities
Street Maps
END OF SECTION
Page 5 of 6
03/22/2021
CITY OF FORT WORTH 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106091
Revised June 7, 2024 Addendum No. 1
ACITY COUNCIL AGEND
Create New From This M&C
DATE: 6/10/2025 REFERENCE
NO..
CODE: C TYPE:
Official site of the City of Fort"/orth, Texas
FORT WORT11
**M&C 25- LOG NAME: 202025 CONCRETE
0530 RESTORATION CONTRACT 4
CONSENT PUBLIC NO
NO
SUBJECT: (CD 2) Authorize Execution of a Contract with Vernara, LLC, in the Amount of
$2,149,650.00 for the 2025 Concrete Restoration Contract 4 Project at Various Locations
RECOMMENDATION:
It is recommended that the City Council authorize execution of a contract with Vernara, LLC, in the
amount of $2,149,650.00 for the 2025 Concrete Restoration Contract 4 project at Various Locations
(City Project No.106091).
DISCUSSION:
In the Fiscal Year 2025 Pay -Go Contract Street Maintenance Program, various types of street
maintenance projects are grouped into specific contract packages. The recommended construction
contract outlined in this Mayor and Council Communication (M&C) will provide the replacement of
failing concrete pavement panels on the street sections below, under the 2025 Concrete Restoration
Contract 4 project (City Project No. 106091).
Street
Gold Spike Drive
Railhead Road
Robert W Downing
Drive
From To
Meacham Boulevard Railhead Road
Northeast Loop 820 SR Blue Mound
EB Road
Western Center Cedar Tree Drive
Boulevard
This project was advertised for bid on March 5, 2025 and March 12, 2025, in the Fort Worth Star -
Telegram. On April 3, 2025, the following bids were received:
Bidders
Vernara, LLC
Capko Concrete Structures,
LLC
XIT Paving and
Construction, Inc.
Urban Infraconstruction
Base Bid Time of
Amount Completion
$2,149,650.00 180 Calendar Days
$2,497,284.00
$2,690,873.00
$2,706,480.00
In addition to the contract amount, $279,965.00 is required for project management, material testing
and inspection, and $214,965.00 is provided for project contingencies. Funding is budgeted in the
General Capital Projects Fund for the Transportation and Public Works Department for the purpose of
funding the 2025 Concrete Restoration Contract 4 project.
Construction of this project is expected to start in July 2025 and be completed by February 2026.
Upon completion of the project there will be no anticipated impact on the General Fund operating
budget.
DVIN/Business Equity —The Business Equity Division placed a 7.18\% business equity goal on this
solicitation/contract. Vernara, LLC, will be exceeding the goal at 10.70\%, meeting the City's Business
Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division.
This project is located in COUNCIL DISTRICT 2.
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 2025 Concrete Restoration 4 project to support
the above recommendation and execution of the contract. Prior to any expenditure being incurred, the
Transportation and Public Works Department has the responsibility to validate the availability of funds.
TO
Fund Department Account Project Program Activity Budget Reference # Amount
ID ID Year (Chartfield 2)
FROM
Fund Department Account Project Program Activity Budget Reference # Amount
ID ID Year (Chartfield 2)
Submitted for City Manager's Office by_ Jesica McEachern (5804)
Originating Department Head: Lauren Prieur (6035)
Additional Information Contact: Monty Hall (8662)
ATTACHMENTS
106091 sam.gov report.pdf (CFW Internal)
106091 FID Table.xlsx (CFW Internal)
202025 CONCRETE RESTORATION CONTRACT 4 funds avail.docx (CFW Internal)
Compliance Memo.pdf (CFW Internal)
Form 1295 Certificate Citv of Fort Worth.pdf (CFW Internal)
M&C Map 2025ConcreteRestoration Contract 4.pdf (Public)
CITY OF FORT WORTH
Transportation and Public Works Department
2025 Concrete Restoration Contract 4
City Project No. 106091
ADDENDUM NO.1
Addendum No. l: Issued Wednesday, March 26, 2025
Bid Open Date: Thursday, April 3, 2025
This Addendum forms part of the Specifications & Contract Documents for the above -referenced
Project and modifies the original Specifications and Contract Documents. Bidder shall
acknowledge receipt of this addendum in the space provided below and in the proposal (SECTION
00 41 00). Failure to acknowledge receipt of this addendum could subject the bidder to
disqualification.
The Plans and specification documents for 2025 Concrete Restoration Contract 4, City Project
No. 106091, are hereby revised by Addendum No. 1 as follows:
SPECIFICATIONS & CONTRACT DOCUMENTS:
a. SECTION 00 00 00 — Replace the TABLE OF CONTENTS in its entirety with the attached
revised TABLE OF CONTENTS.
b. SECTION 00 42 43 — Replace the PROPOSAL FORM in its entirety with the attached revised
PROPOSAL FORM
c. BIDTABLE (BT-68MP) — The bid table has been revised in Bonfire to reflect the changes
made to the proposal form.
d. SECTION 32 1123 — Add the attached Flex Base Specification to the Project Manual.
e. SUBMISSION INSTRUCTIONS—25-0107 —The submission instructions have been updated
to include Addendum No. 1 under the Requested Information section.
The attendees asked the following questions during the pre -bid conference and on Bonfire. The City
of Fort Worth's responses are below.
Question 1: What is the engineer's estimate for the project?
Response 1: $2,500, 000. 00 is the approximate construction cost based on the engineer's estimate.
Question 2: When is construction expected to start?
Response 2: Work on the project is expected to begin in July 2025. The selected vendor must have
crews available and prepared to initiate work upon receipt of the Notice to proceed.
Question 3: Are there plan sheets detailing the limits of construction?
Response 3: This is a maintenance project, and there are no plan sheets. However, the project
manual includes a locations list, map, and the necessary construction details for this contract.
Question 4: Are vendors required to be prequalified for this contract?
Response 4: Prequalification is not required for this contract.
CITY OF FORT WORTH 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106091
Revised September 14, 2022 Addendum No 1
Question 5: Is excavation subsidiary to flex base and paving, or will all excavation required for this
job be paid under the excavation pay item?
Response 5: The excavation required to install flex base is subsidiary to the flex base pay item. All
other excavation required for this contract will be paid under the unclassified excavation line item.
Question 6: What average panel size is to be removed and replaced?
Response 6: Average panel size is 12' x 12' (144 SF)
Question 7: What type of concrete will be required for the 9" paving?
Response 7: Concrete class H, 4500 psi 28 Day minimum compressive strength for Hand Placed
Paving. Please refer to the specifications, SECTION 3213 13.
Question 8: Is breaking the concrete pavement allowed?
Response 8: Saw -cut full depth through the concrete pavement around the perimeter of the repair
area. Remove the concrete slab with minimum disturbance to the base materials and surrounding
concrete. Do not spall or fracture the pavement adjacent to the repair area.
Question 9: Are density tests required for the subgrade and flex base?
Response 9: Density tests are required for flex base and disturbed subgrades.
This Addendum No. 1 forms part of the Specifications and Contract Documents for the
above -referenced project and modifies the original Project Manual and Contract Documents
of the same.
Acknowledge your receipt of Addendum No. 1 by completing the requested information in the
space provided in Section 00 4100, Bid Form, Page 3 of 3
A signed copy of Addendum No. 1 should be included in the submitted sealed bid at the time
of bid submittal. Failure to acknowledge the receipt of Addendum No. 1 could cause the
subject bidder to be considered "NONRESPONSIVE," resulting in disqualification.
Addendum No. 1
RECEIPT ACKNOWLEDGEMENT:
By:
hs►t�apN act
Company:—Vi 54Z RVA, IL, L L - C.—
Address: MI SO DALL k &"'(
V E,NIJPC . -VA ZK77— t6
City: !Q1%ypa— Stater_
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 14, 2022
Lauren Prieur, P.E.
Director, Transportation and Public Works
By:
2ewet-t A a1 a
Zelalem Arega, P.E.
Engineering Manager, TPW
2025 Concrete Restoration Contract 4
City Project No. 106091
Addendum No I
0011 13
INVITATION TO BIDDERS
Page 1 of 3
�1 D[yl 1 [130[Qlf f f R3
INVITATION TO BIDDERS
RECEIPT OF BIDS
Electronic bids for the construction of 2025 Concrete Restoration Contract 4, City Project
Number 106091 will be received by the City of Fort Worth via the Procurement Portal
httDs:Hfortworthtexas.bonfirehub.com/portal/?tab=oDenODDortunities. under the
respective Project until 2:00 P.M. CST, Thursday, APRIL 3, 2025.
Bids will then be opened publicly and read aloud beginning at 2:00 PM CST at Fort Worth
City Hall, 100 Fort Worth trail, Fort Worth, Texas, Mezzanine, Room CH MZ10_12.
Your submissions must be uploaded, finalized and submitted prior to the Project's posted due
date. The City strongly recommends allowing sufficient time to complete this process (ideally a
week prior to the deadline) to begin the uploading process and to finalize your submission.
Uploading large documents may take time, depending on the size of the file(s) and your Internet
connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or
Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled.
Electronic submission is subject to electronic interface latency, which can result in transmission
delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall
not be held liable if an interested bidder or proposer is unable to submit a complete bid/response
before the published deadline due to transmission delays or any other technical issues or
obstructions. The City strongly recommends allowing sufficient time to complete the submission
process (ideally a week before the deadline) to begin the uploading process and to finalize your
submission to give adequate time in the event an issue arises.
All submissions must be submitted electronically prior to the close date and time under the
respective Project via the Procurement Portal:
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities
Failure to submit all completed required information listed in the respective Solicitation will be
grounds for rejection of a bid as non -responsive. No late bids/proposals shall be accepted. Bids
delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be
accepted or considered.
If, upon being opened, a submission is unreadable to the degree that material conformance to the
requirements of the procurement specifications cannot be ascertained, such submission will be
rejected without liability to the City, unless such bidder provides clear and convincing evidence
(a) of the content of the submission as originally submitted and (b) that the unreadable condition
of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform
(Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not
constitute and shall not be considered an error or malfunction of the Bonfire Platform
(Procurement Portal). Bidders are encouraged to fully review each page of every document within
their submission prior to submitting to ensure all documents are clear, legible, and complete.
SUPPORT
For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en-
us
Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010.
CITY OF FORT WORTH 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Cityproject No. 106091
Revised 2/08/24
0011 13
INVITATION TO BIDDERS
Page 2 of 3
To get started with Bonfire, watch this five-minute training video:
Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com)
1940M►13;71w1]DMI1;7191Y10eto] OIi.Ye)S"I
The major work will consist of the (approximate) following:
13,000 SY 7" Concrete Pavement Removal
13,000 SY 9" Concrete Pavement
800 CY Unclassified Excavation
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract Documents may be examined or obtained via the Procurement Portal
httDs://fortworthtexas.bonfirehub.com/Dortal/?tab=ODenODDOrtunities, under the respective
Project. Contract Documents may be downloaded, viewed, and printed by interested contractors
and/or suppliers.
EXPRESSION OF INTEREST
To ensure potential bidders are kept up to date of any new information pertinent to this project, all
interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes"
under the Intent to Bid section. All Addenda will be posted in the Procurement Portal
httDs://fortworthtexas.bonfirehub.com/Dortal/?tab=ODenODDOrtunities, under the respective
Proj ect.
PREBID CONFERENCE — Web Conference
A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO
BIDDERS at the following date, and time via a web conferencing application:
DATE: Tuesday, March 18, 2025
TIME: 11:30 AM
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 will award a contract to the Bidder presenting the lowest price, qualifications and
competencies considered.
FUNDING
Any contract awarded under this INVITATION TO BIDDERS is expected to be funded from
revenues generated from user fees, bonds, grants, etc, and reserved by the City for the Project.
CITY OF FORT WORTH 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Cityproject No. 106091
Revised 2/08/24
0011 13
INVITATION TO BIDDERS
ADVERTISEMENT DATES
March 5, 2025
March 12, 2025
END OF SECTION
Page 3 of 3
CITY OF FORT WORTH 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Cityproject No. 106091
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:
httl)s://apl2s.fortworthtexas.gov/ProjectResources/
CITY OF FORT WORTH 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Cityproject No. 106091
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 2 of 9
3.1.1. Paving — Requirements document located at:
httns://aDDs.fortworthtexas. aov/Proi ectResources/ResourcesP/02%20-
%20Construction%2ODocuments/Contractor%2OPreaualification/TPW%2OPavin2
%20Contractor%2OPreaualification%2OProjzram/PREOUALIFICATION%20REO
UIREMENTS%20FOR%2OPAVING%2000NTRACTORS.Ddf
3.1.2. Roadway and Pedestrian Lighting — Requirements document located at:
httDs://aDDS.fortworthtexas. aov/Proi ectResources/ResourcesP/02%20-
%20Construction%2ODocuments/Contractor%2OPrecivalification/TPW%2ORoadwa
v%20and%2OPedestrian%2OLiahtina%2OPreaualification%2OProaram/STREET%
20LIGHT%20PREOUAL%20REOMNTS.Ddf
3.1.3. Water and Sanitary Sewer — Requirements document located at:
httDs://aDDS.fortworthtexas. aov/Proi ectResources/ResourcesP/02%20-
%20Construction%2ODocuments/Contractor%2OPreaualification/Water%20and%2
OSanitarv%2OSewer%2OContractor%2OPreaualification%2OProaram/W S S%2ODre
aual%20reauirements.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.
3.5. OMITTED
4. Examination of Bidding and Contract Documents, Other Related Data, and Site
4.1. Before submitting a Bid, each Bidder:
CITY OF FORT WORTH 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Cityproject No. 106091
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 3 of 9
4.1.1. Shall examine and carefully study the Contract Documents and other related data
identified in the Bidding Documents (including "technical data" referred to in
Paragraph 4.2. below). No information given by City or any representative of the
City other than that contained in the Contract Documents and officially
promulgated addenda thereto, shall be binding upon the City.
4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general,
local and site conditions that may affect cost, progress, performance or furnishing
of the Work.
4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost,
progress, performance or furnishing of the Work.
4.1.4.OMITTED
4.1.5. Shall study all: (i) reports of explorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions relating to existing
surface or subsurface structures at the Site (except Underground Facilities) that
have been identified in the Contract Documents as containing reliable "technical
data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any,
at the Site that have been identified in the Contract Documents as containing
reliable "technical data."
4.1.6. Is advised that the Contract Documents on file with the City shall constitute all of
the information which the City will furnish. All additional information and data
which the City will supply after promulgation of the formal Contract Documents
shall be issued in the form of written addenda and shall become part of the Contract
Documents just as though such addenda were actually written into the original
Contract Documents. No information given by the City other than that contained in
the Contract Documents and officially promulgated addenda thereto, shall be
binding upon the City.
4.1.7. Should perform independent research, investigations, tests, borings, and such other
means as may be necessary to gain a complete knowledge of the conditions which
will be encountered during the construction of the project. For projects with
restricted access, upon request, City may provide each Bidder access to the site to
conduct such examinations, investigations, explorations, tests and studies as each
Bidder deems necessary for submission of a Bid. Bidder must fill all holes and
clean up and restore the site to its former conditions upon completion of such
explorations, investigations, tests and studies.
4.1.8. Shall determine the difficulties of the Work and all attending circumstances
affecting the cost of doing the Work, time required for its completion, and obtain all
information required to make a proposal. Bidders shall rely exclusively and solely
upon their own estimates, investigation, research, tests, explorations, and other data
which are necessary for full and complete information upon which the proposal is
to be based. It is understood that the submission of a proposal or bid is prima -facie
evidence that the Bidder has made the investigations, examinations and tests herein
required.
CITY OF FORT WORTH 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Cityproject No. 106091
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 4 of 9
4.1.9. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or
between the Contract Documents and such other related documents. The Contractor
shall not take advantage of any gross error or omission in the Contract Documents,
and the City shall be permitted to make such corrections or interpretations as may
be deemed necessary for fulfillment of the intent of the Contract Documents.
4.1.10. Indicate their intent to bid by selecting "yes" in the Procurement Portal
under the Intent to Bid section. You must indicate your intent to bid to be able
to submit a bid to the City.
4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification
o£
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 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Cityproject No. 106091
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
https:Hfortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or before 2
p.m., the Monday, 10 days prior to the Bid opening. Questions received after this day
may not be responded to. Interpretations or clarifications considered necessary by City
in response to such questions will be issued by Addenda. Only questions answered by
formal written Addenda will be binding. Oral and other interpretations or clarifications
will be without legal effect.
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
httr)s://fortworthtexas.bonfirehub.com/Dortal/?tab=oDenODDortanities
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
CITY OF FORT WORTH 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Cityproject No. 106091
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 6 of 9
7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of
five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent,
issued by a surety meeting the requirements of Paragraph 5.01 of the General
Conditions.
7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice
of Award have been satisfied. If the Successful Bidder fails to execute and return the
Contract Documents within 14 days after the Notice of Award conveying same, City
may consider Bidder to be in default, rescind the Notice of Award and act on the Bid
Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to
have defaulted.
8. Contract Times
The number of days within which, or the dates by which, Milestones are to be achieved in
accordance with the General Requirements and the Work is to be completed and ready for
Final Acceptance is set forth in the Agreement or incorporated therein by reference to the
attached Bid Form.
9. Liquidated Damages
Provisions for liquidated damages are set forth in the Agreement.
10. Substitute and "Or -Equal" Items
The Contract, if awarded, will be on the basis of materials and equipment described in the
Bidding Documents without consideration of possible substitute or "or -equal" items.
Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or -
equal" item of material or equipment may be furnished or used by Contractor if acceptable to
City, application for such acceptance will not be considered by City until after the Effective
Date of the Agreement. The procedure for submission of any such application by Contractor
and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General
Conditions and is supplemented in Section 01 25 00 of the General Requirements.
11. Subcontractors, Suppliers and Others
11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City
has goals for the participation of minority business and/or women business
enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the
M/WBE Project Goals and additional requirements. Failure to comply shall render
the Bidder as non -responsive.
Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance
No. 24534-11-2020), codified at:
https://codelibrar.amlegal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593
11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person
or organization against whom Contractor or City has reasonable objection.
12. Bid Form
12.1. The Bid Form is included with the Bidding Documents.
CITY OF FORT WORTH 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Cityproject No. 106091
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 7 of 9
12.2. All blanks on the Bid Form must be completed and the Bid Form signed
electronically or signed in ink and scan. A Bid price shall be indicated for each Bid
item, alternative, and unit price item listed therein. In the case of optional
alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered.
Bidder shall state the prices for which the Bidder proposes to do the work
contemplated or furnish materials required.
12.3. Bids by corporations shall be executed in the corporate name by the president or a
vice-president or other corporate officer accompanied by evidence of authority to
sign. The corporate seal shall be affixed. The corporate address and state of
incorporation shall be shown below the signature.
12.4. Bids by partnerships shall be executed in the partnership name and signed by a
partner, whose title must appear under the signature accompanied by evidence of
authority to sign. The official address of the partnership shall be shown below the
signature.
12.5. Bids by limited liability companies shall be executed in the name of the firm by a
member and accompanied by evidence of authority to sign. The state of formation of
the firm and the official address of the firm shall be shown.
12.6. Bids by individuals shall show the Bidder's name and official address.
12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated
on the Bid Form. The official address of the joint venture shall be shown.
12.8. All names shall be typed or printed in ink below the signature.
12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of
which shall be filled in on the Bid Form.
12.10. Postal and e-mail addresses and telephone number for communications regarding the
Bid shall be shown.
12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of
Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance
to State Law Non Resident Bidder.
13. Submission of Bids
Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form,
provided with the Bidding Documents, prior to the time indicated in the Advertisement or
INVITATION TO BIDDERS.
14. Withdrawal of Bids
14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening
via the Procurement Portal
httDs://fortworthtexas.bonfirehub.com/Dortal/?tab=oDenODDortunities.
CITY OF FORT WORTH 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Cityproject No. 106091
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 8 of 9
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.
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.
CITY OF FORT WORTH 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Cityproject No. 106091
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 9 of 9
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.pdf
17.8. Failure or refusal to comply with the requirements may result in rejection of Bid.
18. Signing of Agreement
18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied
by the required number of unsigned counterparts of the Project Manual. Within 14
days thereafter, Contractor shall sign and deliver the required number of counterparts
of the Project Manual to City with the required Bonds, Certificates of Insurance, and
all other required documentation.
18.2. City shall thereafter deliver one fully signed counterpart to Contractor.
END OF SECTION
CITY OF FORT WORTH 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Cityproject No. 106091
Revised/Updated 1/17/24
003513
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)
httos://www.ethics.state.tx,us/data/forms/conflict/CIS.D-d-f
® CIQ Form does not apply
❑ CIQ Form is on file with City Secretary
❑ CIQ Form is being provided to the City Secretary
�j CIS Form does not apply
❑ CIS Form is on File with City Secretary
❑ CIS Form is being provided to the City Secretary
BIDDER:
END OF SECTION
By: PtSH\cfJ S"}a1�hlTl
Signature:�
Title:
CITY OF FORT WORTH 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106091
Revised February 24, 2020 Addendum No. 1
00 41 00
BID FORM
Page 1 of 3
SECTION 00 41 00
BID FORM
TO: The Purchasing Manager
c/o: The Purchasing Division
200 Texas Street
City of Fort Worth, Texas 76102
FOR: 2025 Concrete Restoration Contract 4
City Project No.: 106091
Units/Sections:
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.
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.
CITY OF FORT WORTH 2O25 Concrete Restoration Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4 City Project No. 106N1
Revised 9130/2021 Addendum No. 1
00 41 00
BID FORM
Page 2 of 3
3. Prequalification
The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors:
a. NONE
b. -
C.
d.
e.
4. Time of Completion
4.1. The Work will be complete for Final Acceptance within 180 days after the date when the
the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions.
4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work
{and/or achievement of Milestones} within the times specified in the Agreement.
5. Attached to this Bid
The following documents are attached to and made a part of this Bid:
a. This Bid Form, Section 00 41 00
b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the
General Conditions.
c. Proposal Form, Section 00 42 43
d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37
e. MWBE Forms (optional at time of bid)
f. Prequalification Statement, Section 00 45 12
g. Conflict of Interest Affidavit, Section 00 35 13
`If necessary, CIQ or CIS forms are to be provided directly to City Secretary
h. Any additional documents that may be required by Section 12 of the Instructions to Bidders
6. Total Bid Amount
6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space
provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the
bid opening.
6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to
verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities
CITY OF FORT WORTH 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106091
Revised 9/30/2021 Addendum No. 1
shown in this proposal and then totaling all of the extended amounts.
6.3. Total Bid
Total Bid
7. Bid Submittal
This Bid is submitted on
Respec4�z�
By:
(Signature)
(Printed Name)
Title: Cfc0
Company:
Address:
l� RCS c "[X
State of Incorporation: q6:C\'Nrs
Email: f�S��cc�nQ \%tYYVa • �a ~^
Phone: 3 OS ---�6 d --RC0S
END OF SECTION
$2,149,650.00
by the entity named below.
Receipt is acknowledged of the
followinq Addenda.
Addendum No. 1:
Addendum No. 2:
Addendum No. 3:
Addendum No. 4:
Corporate Seal:
00 41 00
BID FORM
Page 3 of 3
Initial
CITY OF FORT WORTH 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106091
Revised 9/30/2021 Addendum No. 1
00 42 43
BID PROPOSAL
Page I of I
SECTION 00 42 43
PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Project Item Infortnazion Bidder's Proposal
Bidlist Item
Description
Specification
Unit of
Bid
Unit Price
Bid value
No.
Section No.
Measuro
Quantity
1
0170.0101 Specified Remobilization
01 70 00
EA
1
50,000.00
$50,000.001
2
0135.0101 Railroad Coordination
0135 13
LS
1
10,000.00
$10,000.001
3
0135.0102 Railroad Flagmen
0135 13
WD
30
1,300.00
$39,000.001
4
0241.0401 Remove Concrete Drive
0241 13
SF
2,000
2.00
$4,000.00 1
5
3213.0401 6" Concrete Driveway
32 1320
SF
2,000
8.00
$16,000.001
6
024 1. 1000 Remove Conc Pvmt
0241 15
SY
13,000
24.00
$312,000.00 1
7
3213.0104 9" Concrete Pavement
32 13 13
SY
13,000
95.00
$1,235,000.001
8
3123.0102 Unclassified Excavation by Survey
3123 16
CY
800
30.00
$24,000.00 1
9
9999.0003 Flexible base, Type A, GR-2
32 11 23
CY
1,300
50.00
$65.000.00 1
10
9999.0004 Geogrid Tensar (TRIAX 140-475) or Approved Equal
99 99 00
SY
7,800
2.00
$15,600.00 1
11
3212.0401 HMAC Transition
32 12 16
TN
30
300.00
$9,000.001
12
3292.0100 Block Sod Replacement
3292 13
SY
3,500
15.00
$52,500.00 1
13
3291.0100 Topsoil
3291 19
CY
250
43.00
$10.750.001
14
3213.0700 Joint Sealant
32 1373
LF
1,000
2.00
$2,000.001
15
0241.0300 Remove ADA Ramp
0241 13
EA
5
500.00
$2,500.00 1
16
3213.0506 Barrier Free Ramp, Type P-1
32 1320
EA
5
2,000.00
$10,000.00 1
17
0241.0100 Remove Sidewalk
0241 13
SF
400
2.00
$800.00 1
18
3213.0301 4" Conc Sidewalk
32 1320
SF
400
8.00
$3,200.001
19
3305.0107 Manhole Adjustment, Minor
3305 14
EA
10
500.00
$5,000.001
20
3217.5001 Curb Address Painting
32 1725
EA
5
250.00
$1,250.001
21
3305.0111 Valve Box Adjustment
3305 14
EA
5
250.00
$1.250.001
22
3305.0118 Meter Box Adjustment
3305 14
EA
5
500.00
$2,500.00 1
23
3217.0501 24" SLD Pvmt Marking HAE (W)
32 1723
LF
200
20.00
$4,000.00 1
24
3217.2001 Raised Marker TY W
32 1723
EA
500
20.00
$10,000.00 1
25
3217.2002 Raised Marker TY Y
32 1723
EA
300
20.00
$6,000.001
26
3217.2103 REFL Raised Marker TYII-A-A
32 1723
EA
200
20.00
$4,000.00 1
27
3217.2104 REFL Raised Marker TYII-C-R
32 1723
EA
200
20.00
$4,000.00 1
28
3217.1012 Preformed Thermoplastic Contrast Markings - Railroad Legend
32 1723
EA
4
1,600.00
$6,400.001
29
3217. 10 10 Preformed Thermoplastic Contrast Markings - Legend Single Head Curve Arrows
32 17 23
EA
6
500.00
$3.000.00 1
30
3217.1003 Preformed Thermoplastic Contrast Markings - 24" Stop Bars
32 1723
LF
300
30.00
$9,000.00 1
31
3217.1011 Preformed Thermoplastic Contrast Marking - Legend Only
32 1723
EA
2
600.00
$1,200.001
32
3217.1023 Preformed Thermoplastic Contrast markings - Legend Straight Arrows
32 1723
EA
2
600.00
$1,200.00 1
33
3217.0201 8" SLD Pvmt Marking HAS (W)
32 1723
LF
300
10.00
$3.000.00 1
34
3305.0105 Inlet Adjustment
330514
EA
3
4,000.00
$12,000.001
35
3471.0001 Traffic Control
3471 13
MO
7
3,500.00
$24,500.00 1
36
3346.0007 4" Pipe Underdrain, Type 7
33 46 00
LF
100
50.00
$5,000.00 1
37
9999.0001 Irrigation Adjustment & landscape Repair Allowance (Imgation)
99 99 00
LS
1
35,000.00
$35.000.00 1
38
9999.0002 Construction Allowance
99 99 00
LS
1
150,000.00
$150,000.00 1
Total Bid 1 $2,149,650.001
END OF SECTION
CITY OF FORT WORTH 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proles No. 106091
Revised 9/30/2021 Addendum No. 1
SECTION 00 43 13
BID BO ND
KNOW ALL BY THESE PRESENTS:
004313
810 BOND
Page 1 of 2
That we, Vernara, LLC , known as
"Bidder" herein and Western National Mutual Insurance Company a corporate surety
duly, authored to do business in the State of Texas, known as "Surety" herein, are hell 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 Cou ty, Texas for
the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and
assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project
designated as 2025 Concrete Restoration Contract 4
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 shatl 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 Principars 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 3rd day of —April , 2025.
ATTEST:
�i1��L�Yh>,n4�-,,,x
Witness as o Principal vh Njn��
Crry OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 93D=I
PRINCIPAL:
Vernara. LLC BY: Aj�_,
7
Signature
Rio CANT I -
Name and Title
2075Cm MRmuabMCoMan4
City P'Oed No. 10"I
AddwA— No 1
Witness s to Surety Angie Astran, Client Manager
Attach Power of Attorney (Surety) for Attorney -in -Fact
Address: 17250 Dallas Pkwv
Dallas, TX 75248
SURETY:
Western National Mutual Insurance Company
BY: Ii'�✓ !' ' ��
Signature
Brent M. Blonigan, Attomev-in-Fact
Name and Title
Address: P.O. Box 1463
Minneapolis. MN 55440
Telephone Number: 952-935-5350
00 43 13
BID BOND
Page 2 of 2
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that
this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both
must be provided. The date of the bond shall not be prior to the date the Contract is awarded.
:121RX11111 F1*A111t6IN
CITY OF FORT WORTH 2O25 Cowele Restoration Corawt 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106091
Revised W311 21 Addi rdan No.. 1
W
WESTERN NATIONAL
1'he rt•lafinri.hr�r rcn..1—Y
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Western National Mutual Insurance Company, a Minnesota mutual insurance company, does
make, constitute, and appoint: Debbie Palmer, Kara Pierce, Brent Blonigan
Its true and lawful Attomey(s)-in-Fact, with full power and authority for and on behalf of the Company as surety, to execute and deliver and affix the
seal of the Company thereto (if a seal is required) bond, undertakings recognizances or other written obligations in the nature thereof, (other than
bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note
guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, hazardous waste remediation bonds or
black lung bonds), as follows:
All written instruments in an amount not to exceed an aggregate of Seven Million Five Hundred Thousand and 00/100 Dollars (S7,500,000.00) for any
single obligation, regardless of the number of instruments issued for the obligation.
and to bind Western National Mutual Insurance Company thereby, and all of the acts of said Attorneys -in -Fact, pursuant to these presents, are
ratified and confirmed. This appointment is made under and by authority of the board of directors at a meeting held on September 28, 2010. This
Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of
Western National Mutual Insurance Company on September 28, 2010:
RESOLVED that the president, any vice president, or assistant vice president in conjunction with the secretary or any assistant secretary,
may appoint attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for
and on behalf of the company to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and
suretyship obligations of all kinds, and said officers may remove any such attorney -in -fact or agent and revoke any Power of Attorney
previously granted to such person.
RESOLVED FURTHER that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company
(i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any
secretary or assistant secretary; or
(ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and
sealed (if a seal be required) by a duly authorized attorney -in -fact or agent; or
(iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in -fact or agents pursuant to and within the limits of
the authority evidenced by the Power of Attorney issued by the Company to such person or persons.
RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power
of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship
obligations of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed.
IN WITNESS WHEREOF, Western National Mutual Insurance Company has caused these presents to be signed by its proper officer and
its corporate seal to be affixed this 16th day of December , 2020.
s SEA..
Jennifer A. Young, Secretary Mark S. Hewitt, Vice President, Surety
STATE OF MINNESOTA, COUNTY OF HENNEPIN
On this 16th day of December, 2020, personally came before me, Jennifer A. Young and Mark S. Hewitt and to me known to be the
individuals and officers of the Western National Mutual Insurance Company who executed the above instrument, and they each acknowledged
the execution of the same, and being by me duly sworn, did severally dispose and say; that they are the said officers of the corporation aforesaid,
and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers
were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation.
00,
EENNOURY I EDfrR1gD1NOTARI'nieucMIN ESOM
'`"""Y1onBm"" " Deena Anjali Entrikin, Notary Public
My commission expires January 31, 2029
CERTIFICATE
I, the undersigned, Secretary of the Western National Mutual Insurance Company, a Minnesota corporation, CERT!FY that the foregoing and
attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of yirecturs set forth
in the Power of Attorney, are now in force.
• 9
9;SCHL'
Signed and sealed at the City of Edina, MN this ,day of ri tna7 Jennifer A. Young, Secretary 0
Rios, Leonel
From: Tracy L. Kyle <tracy.kyle@wnins.com>
Sent: Tuesday, June 10, 2025 10:05 AM
To: Brent Blonigan; Rios, Leonel
Subject: RE: Bond #77456 Verification-Vernara LLC.
This email is from an unknown sender
Report Suspicious
This is the first time you are receiving an email from this sender. __J
Leonel,
I am the underwriter for this account. I am confirming the validity of the bonds that were provided by
Vernara, LLC.
Please let me know if you have any questions or need any further assistance.
Thank you,
Tracy L. Kyle I Surety Territory Manager
Western National Insurance Group - The Relationship Company@
Serving policyholders of Western National Mutual, Western National Assurance, Pioneer Specialty, & Umialik
4700 West 77th Street, Edina, MN 55435-4818 1 www.wnins.com
E� Email: tracv.kvlea.wnins.com
2 Direct: 952.921-5652 1 W Office: 800.862.60701 1 W Cell: 405.602.4374
g Fax: 952-921-92601
*>.
TOP
200
'NONKPLACES
2021-2024
From: Brent Blonigan <bb@grayhawkins.com>
Sent: Monday, June 9, 2025 8:29 AM
To: Rios, Leonel <Leonel.Rios@fortworthtexas.gov>
Cc: Tracy L. Kyle <tracy.kyle@wnins.com>
Subject: RE: Bond #77456 Verification-Vernara LLC.
EXTERNAL EMAIL: This email originated from outside of the organization. Do not click links or open attachments unless you
recognize the sender and know the content is safe.
Good Morning Lionel
These bonds are valid. The underwriter for Western National has been copied.
If you need anything else, please do not hesitate to reach out.
Brent M. Blonigan
i
From: Rios, Leonel<Leone1.Rios @fortworthtexas.Rov>
Sent: Monday, June 9, 2025 8:17 AM
To: Brent Blonigan <bb@Rravhawkins.com>
Subject: Bond #77456 Verification-Vernara LLC.
Caution: External
Good Morning,
The City of Fort Worth requires bond verification before a contract can be executed. We have received the
following bonds from Vernara LLC.: Bond #77456, in the amount of $2,149,650.00, issued by Western Natioinal Mutual
Insurance Company for City Project #106091, 2025 Concrete Restoration Contract 4. Please confirm that the bonds and
corresponding amounts are valid so we can proceed with awarding the contract to Vernara LLC.
Thank you,
Leond J. Rios
Contract Compliance Specialist
Transportation Public Works
817-392-7233 (office)
100 Fort Worth Trail, Fort Worth, Texas 76102
leonel.riosC&,FortWorthTexas.2ov
FORT WT
Working together to build a strong community
CAUTION: This email originated from outside of the organization. Do not click links or open attachments unless you recognize the
sender and know the content is safe.
This email has been scanned by Inbound Shield.
This email message is intended for the sole use of the intended recipient(s) and may contain confidential or privileged
information. Any unauthorized review, use, disclosure or distribution is prohibited. If you are not the intended recipient,
please contact the sender by reply email and destroy and delete all copies of the original message.
00 43 37
VENDOR COMPLIANCE TO STATE LA
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.
BIDDER:
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. F
END OF SECTION
By: ftm AA
J.,o c
(Signature)
Title: C-FO
Date: Avn\ zvpl
2d iS
CITY OF FORT WORTH 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106091
Revised 9/30/2021 Addendum No. 1
fx145 12
T'REQUAt.IEICATIiJN 19I ATEMf_NT
Page 1 of '1
SECTION 130 4512
1DREQUALIPICATION STATEMENT
Each Bidder for is 'City procurement is required to complete Ithe information bellow by iden't'Ifying the prequaiified
contractors and/or subcontrac ors whom they intend to utilize for the major work types) listed.
MajorWork Type Contractor/Subcontractor Company Name hrequaiiTication
En)'Iration (Date
Cx1 i�m IJe • 1 'rA�.On{` J N�,encco�s
INONE N'r �P�C c�+�rt,c#l;o+ '15
The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently
prequalified for the work types listed.
BIDDER:
0
0
0
0
END OF SECTION
By: 0 141< %V 1Q'St4r\1
(Signature)
Title: 0 C04-�
Date: �p�1 3� �2�
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 09/30/2021
2025 Concrete Restoration Contract 4
City Prgect No. 1D6091
Addendum No 1
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
00 45 26 - 1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of I
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
provides worker's compensation insurance coverage for all of its employees employed on City
Project No. 106091. Contractor further certifies that, pursuant to Texas Labor Code, Section
406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with
worker's compensation coverage.
CONTRACTOR:
Company
02& Pt-0-4Y
Address
By: &�* AN H T1
(Please Print)
Signature: —AJt4-U-
2'-t g Title
City/State/Zip
THE STATE OF TEXAS II
COUNTY OF TAP466 •T Cv' I Its
Q5V
(Please Print)
25 BEFORE ME, the undersigned authority, on this day personally appeared
26 Ars �km IR&GS"TV , known to me to be the person whose name is
27 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as
28 the act and deed of V eKA.. l_1L for the purposes and
29 consideration therein expressed and in the capacity therein stated.
30 1?31 GIVEN UNJDER MY HAND AND SEAL OF OFFICE this day of
32 , 20�
33
34 c
35/��^
36 oiary Public in and for the State of Texas
37 .,w
CHARISSE ESAW
38 My Notary ID # 134260707 ND OF SECTION
.a +� Fxpires March 20, 2027
39
CITY OF FORT WORTH 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City project No. 106091
Revised July 1, 2011
00 45 40 - 1
Business Equity Goal
Page 1 of 2
I 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
I I 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.amleizal.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 7.18% 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-Prot6g6 participation, 5. Good Faith Effort documentation, or 6. Prime
27 contractor Waiver documentation.
28
29 SUBMITTAL OF REOUIRED DOCUMENTATION
30 Applicable documents (listed below) must be submitted electronically with the other required bidding
31 documents at the time of the bid under the respective Project via the Procurement Portal:
32 https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities
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-Prot6g6 Form, if goal is met or exceeded with a Joint Venture or Mentor-
46 Prot6g6 participation.
47
48 These forms can be accessed at:
49 Business Equity Utilization Form and Letter of Intent
CITY OF FORT WORTH 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City project No. 106091
Revised June 7, 2024
00 45 40 - 2
Business Equity Goal
Page 2 of 2
1 httDs://apes.fortworthtexas.2ov/Pro_iectResources/ResourcesP/60 - MWBE/Business Ea_uity Utilization
2 Form DVIN 2022 220324.ndf
3
4 Letter of Intent
5 httDs://anus.fortworthtexas.aov/Pro_iectResources/ResourcesP/60 - MWBE/Letter of Intent DVIN
6 2021.Ddf
7
8 Business Equity Good Faith Effort Form
9 httDs://anus.fortworthtexas.Rov/Pro_iectResources/ResourcesP/60 - MWBE/Good Faith Effort
10 Form DVIN2022.Ddf
11
12 Business Equity Prime Contractor Waiver Form
13 httDs://anus.fortworthtexas.aov/Pro_iectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor
14 Waiver-220313.Ddf
15
16 Business Equity Joint Venture Form
17 httDs://apes.fortworthtexas.2ov/Pro_iectResources/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 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City project No. 106091
Revised June 7, 2024
00 52 43 - 1
Agreement
SECTION 00 52 43 Page 1 of 6
AGREEMENT
THIS AGREEMENT, authorized on 06/10/2025, 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 VERNARA LLC, authorized to do business in Texas, acting by and throu h 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:
2025 Concrete Restoration Contract 4
City Project Number 106091
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 Two Million, One Hundred Forty -Nine Thousand, Six
Hundred Fifty and 00/100 Dollars ($2,149,650.001. Contract price may be adjusted by change
orders duly authorized by the Parties.
Article 4. CONTRACT TIME
4.1 Final Acceptance.
The Work shall be complete for Final Acceptance within 180 days after the date when the
Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions,
plus any extension thereof allowed in accordance with Article 12 of the General Conditions.
4.2 Liquidated Damages
Contractor recognizes that time is of the essence for completion of Milestones, if any, and
to achieve Final Acceptance of the Work and City and the public will suffer from loss of
use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The
Contractor also recognizes the delays, expense and difficulties involved in proving in a
legal proceeding, the actual loss suffered by the City if the Work is not completed on time.
Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated
damages for delay (but not as a penalty), Contractor shall pay City Six Hundred Fifty and
00/100 Dollars ($650.00) for each day that expires after the time specified in Paragraph 4.1
for Final Acceptance until the City issues the Final Letter of Acceptance.
Article 5. CONTRACT DOCUMENTS
5.1 CONTENTS:
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
A.The Contract Documents which comprise the entire agreement between City and
Contractor concerning the Work consist of the following:
1. This Agreement.
CITY OF FORT WORTH 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106091
Revised March 3, 2024
00 52 43 - 2
Agreement
Page 2 of 6
2. Attachments to this Agreement:
a. Bid Form
1) Proposal Form
2) Vendor Compliance to State Law Non -Resident Bidder
3) Prequalification Statement
4) State and Federal documents (project specific)
b. Current Prevailing Wage Rate Table
c. Insurance Certification Form (ACORD or equivalent)
d. Payment Bond
e. Performance Bond
f. Maintenance Bond
g. Power of Attorney for the Bonds
h. Worker's Compensation Affidavit
i. MBE and/or SBE Utilization Form
3. General Conditions.
4. Supplementary Conditions.
5. Specifications specifically made a part of the Contract Documents by attachment or,
if not attached, as incorporated by reference and described in the Table of Contents
of the Project's Contract Documents.
6. Drawings.
7. Addenda.
8. Documentation submitted by Contractor prior to Notice of Award.
9. The following which may be delivered or issued after the Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract Documents:
a. Notice to Proceed.
b. Field Orders.
c. Change Orders.
d. Letter of Final Acceptance.
Article 6. INDEMNIFICATION
6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the city, its officers, servants and employees, from and against any and all
claims arising out of, or alleged to arise out of, the work and services to be performed
by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
under this contract. This indemnification provision is specificallv intended to operate
and be effective even if it is alleged or proven that all or some of the damages being
sought were caused, in whole or in part, by anv act, omission or negligence of the citv.
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 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106091
Revised March 3, 2024
00 52 43 - 3
Agreement
Page 3 of 6
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
the city, its officers, servants and employees, from and against any and all loss, damage
or destruction of property of the city, arising out of, or alleged to arise out of, the work
and services to be performed by the contractor, its officers, agents, employees,
subcontractors, licensees or invitees under this contract. This indemnification provision
is specifically intended to operate and be effective even if it is alleged or proven that all
or some of the damages being sought were caused, in whole or in part, by anv act,
omission or negligence of the city.
Article 7. MISCELLANEOUS
7.1 Terms.
Terms used in this Agreement which are defined in Article 1 of the General Conditions will
have the meanings indicated in the General Conditions.
7.2 Assignment of Contract.
This Agreement, including all of the Contract Documents may not be assigned by the
Contractor without the advanced express written consent of the City.
7.3 Successors and Assigns.
City and Contractor each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, in respect to all covenants, agreements and
obligations contained in the Contract Documents.
7.4 Severability/Non-Waiver of Claims.
Any provision or part of the Contract Documents held to be unconstitutional, void or
unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon City and Contractor.
The failure of City or Contractor to insist upon the performance of any term or provision of
this Agreement or to exercise any right granted herein shall not constitute a waiver of City's
or Contractor's respective right to insist upon appropriate performance or to assert any such
right on any future occasion.
7.5 Governing Law and Venue.
This Agreement, including all of the Contract Documents is performable in the State of
Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
Northern District of Texas, Fort Worth Division.
7.6 Authority to Sign.
Contractor shall attach evidence of authority to sign Agreement if signed by someone other
than the duly authorized signatory of the Contractor.
7.7 Non -appropriation of Funds.
In the event no funds or insufficient funds are appropriated by City in any fiscal period for
any payments due hereunder, City will notify Vendor of such occurrence and this Agreement
shall terminate on the last day of the fiscal period for which appropriations were received
without penalty or expense to City of any kind whatsoever, except as to the portions of the
payments herein agreed upon for which funds have been appropriated.
CITY OF FORT WORTH 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106091
Revised March 3, 2024
00 52 43 - 4
Agreement
Page 4 of 6
7.8 Prohibition On Contracts With Companies Boycotting Israel.
Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of
the Texas Government Code, if Contractor has 10 or more full time -employees and the
contract value is $100,000 or more, the City is prohibited from entering into a contract with
a company for goods or services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of
the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to
those terms in Section 808.001 of the Texas Government Code. By signing this contract,
Contractor certifies that Contractor's signature provides written verification to the
City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not
boycott Israel; and (2) will not boycott Israel during the term of the contract.
7.9 Prohibition on Boycotting Energy Companies.
Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government
Code, the City is prohibited from entering into a contract for goods or services that has a
value of $100,000 or more, which will be paid wholly or partly from public funds of the City,
with a company (with 10 or more full-time employees) unless the contract contains a written
verification from the company that it: (1) does not boycott energy companies; and (2) will
not boycott energy companies during the term of the contract. The terms "boycott energy
company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the
Texas Government Code. To the extent that Chapter 2276 of the Government Code is
applicable to this Agreement, by signing this Agreement, Contractor certifies that
Contractor's signature provides written verification to the City that Contractor: (1)
does not boycott energy companies; and (2) will not boycott energy companies during
the term of this Agreement.
7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries.
Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas
Government Code, the City is prohibited from entering into a contract for goods or services
that has a value of $100,000 or more which will be paid wholly or partly from public funds
of the City, with a company (with 10 or more full-time employees) unless the contract
contains a written verification from the company that it: (1) does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade association;
and (2) will not discriminate during the term of the contract against a firearm entity or firearm
trade association. The terms "discriminate," "firearm entity" and "firearm trade association"
have the meaning ascribed to those terms by Chapter 2274 of the Texas Government
Code. To the extent that Chapter 2274 of the Government Code is applicable to this
Agreement, by signing this Agreement, Contractor certifies that Contractor's signature
provides written verification to the City that Contractor: (1) does not have a practice,
policy, guidance, or directive that discriminates against a firearm entity or firearm
trade association; and (2) will not discriminate against a firearm entity or firearm trade
association during the term of this Agreement.
CITY OF FORT WORTH 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106091
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 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106091
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:
By:
Ashkan Beheshti (Jun 5, 2025 19:05 CDT)
Signature
Ashkan Beheshti
(Printed Name)
CEO
Title
17250 Dallas PKWY
Address
Dallas/TX/75248
City/State/Zip
06/05/2025
Date
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 3, 2024
City of Fort Worth
By:
Jesica McEachern
Assistant City Manager
06/19/2025
Date pao �nnb�
a A F FOR. *1�
O
Fo
Attest: ono
,p
ygoEX p5ao
Jannette Goodall, City Secretary
(Seal)
M&C: 25-0530
Date: 06/10/2025
Approved as to Form and Legality:
QUO—V
Douglas Black (Jun 13, 202512:53 CDT)
Douglas W. Black
Sr. Assistant City Attorney
APPROVAL RECOMMENDED:
de ..,..71a-1
Lauren Prieur (Jun 13, 2025 09:44 CDT)
Lauren Prieur, Director,
Transportation and Public Works Department
2025 Concrete Restoration Contract 4
City Project No. 106091
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Bond No. 77459
1
2
3
4
5
6
7
8
SECTION 00 6113
PERFORMANCE BOND
THE STATE OF TEXAS §
COUNTY OF TARRANT §
That we, Vemara LLC,
Western National Mutual Insurance Company
0061 13- 1
PERFORMANCE BOND
Page 1 of 2
KNOW ALL BY THESE PRESENTS:
known as "Principal' herein and
, a corporate surety(sureties, if more than
9 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
11 pursuant to the laws of Texas, known as "City" herein, in the penal sum of, Two Million, One
12 Hundred Fortv-Nine Thousand, Six Hundred Fifty and 00/100 Dollars ($2,149,650.00), lawful
13 money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of
14 which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators,
15 successors and assigns, jointly and severally, firmly by these presents.
16 WHEREAS, the Principal has entered into a certain written contract with the City awarded
17 the loth day of June, 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
19 defined by law, in the prosecution of the Work, including any Change Orders, as provided for in
20 said Contract designated as 2025 Concrete Restoration Contract 4, City Project No. 106091
21 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
22 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully
23 perform the Work, including Change Orders, under the Contract, according to the plans,
24 specifications, and contract documents therein referred to, and as well during any period of
25 extension of the Contract that may be granted on the part of the City, then this obligation shall be
26 and become null and void, otherwise to remain in full force and effect.
27 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
28 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
29 Worth Division.
30 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
31 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
32 accordance with the provisions of said statue.
CITY OF FORT WORTH 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106091
Revised December 8, 2023
2
006113-2
PERFORMANCE BOND
Page 2 of 2
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this
instrument by duly authorized agents and officers on this the 1 Oth day of .tune
3 2025 .
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
ATTEST:
(Itr ncipal) Se �.;
r
Witness as to Principal
itnes to Su
Angie Astran, Clien Manager
PRINCIPAL:
Vernara, LLC
BY:rL _
Signature
I Z r___ U
Name and Title
Address: 17250 Dallas Pkwv
Dallas, TX 75248
SURETY:
Western National Mutual Insurance Camoam
BY:
Signature L
Brent M. Blonigan, Attomev-in-F_act4
Name and Title
Address: P.O. Box 1463
Minneapolis. MN 55440
Telephone Number: 952-935-5350
Email Address: bbCa�gravhawkins.com
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract
from the by-laws showing that this person has authority to sign such obligation. If
Surety's physical address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106091
Revised December 8, 2023
W
WefTRIIIN NATIONAL
Itte ,do(in^✓uD �^D^^Y
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Western National Mutual Insurance Company, a Minnesota mutual insurance company, does
make, constitute, and appoint: Debbie Palmer, Kara Pierce, Brent Blonigan
Its true and lawful Attomey(s)-in-Fact, with full power and authority for and on behalf of the Company as surety, to execute and deliver and affix the
seal of the Company thereto (if a seal is required) bond, undertakings recognizances or other written obligations in the nature thereof, (other than
bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note
guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, hazardous waste remediation bonds or
black lung bonds), as follows:
All written instruments in an amount not to exceed an aggregate of seven Million Five Hundred Thousand and 00/100 Dollars ($7,500,000.00) for any
single obligation, regardless of the number of instruments issued for the obligation.
and to bind Western National Mutual Insurance Company thereby, and all of the acts of said Attorneys -in -Fact, pursuant to these presents, are
ratified and confirmed. This appointment is made under and by authority of the board of directors at a meeting held on September 28, 2010. This
Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of
Western National Mutual Insurance Company on September 28, 2010:
RESOLVED that the president, any vice president, or assistant vice president in conjunction with the secretary or any assistant secretary,
may appoint attomeys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for
and on behalf of the company to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and
suretyship obligations of all kinds, and said officers may remove any such attomey-in-fact or agent and revoke any Power of Attorney
previously granted to such person.
RESOLVED FURTHER that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company
(i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any
secretary or assistant secretary; or
(ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and
sealed (if a seal be required) by a duly authorized attomey-in-fact or agent; or
(iii) when duly executed and sealed (if a seal be required) by one or more attomeys-in-fact or agents pursuant to and within the limits of
the authority evidenced by the Power of Attorney issued by the Company to such person or persons.
RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power
of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship
obligations of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed.
IN WITNESS WHEREOF, Western National Mutual Insurance Company has caused these presents to be signed by its proper officer and
its corporate seal to be affixed this 16th day of December , 2020.
O:opooq�••.9� =.
zT''c a •. 'Z 5
9 s� y.SEAL-'-
Jennifer A. Young, Secretary Mark S. Hewitt, Vice President, Surety
STATE OF MINNESOTA, COUNTY OF HENNEPIN
On this 16th day of December, 2020, personally came before me, Jennifer A. Young and Mark S. Hewitt and to me known to be the
individuals and officers of the Western National Mutual Insurance Company who executed the above instrument, and they each acknowledged
the execution of the same, and being by me duly swom, did severally dispose and say; that they are the said officers of the corporation aforesaid,
and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers
were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation.
DffNANOTNtYwMJC �.�Z+����/y fi �
WIES=
1Aj0aimb" SOIn v3vwn Deena Anjali Entrikin, Notary Public
My commission expires January 31. 2029
CERTIFICATE
I, the undersigned, Secretary of the Western National Mutual Insurance Company, a Minnesota corporation, CERTIFY that the foregoing and
attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directar., set forth
in the Power of Attorney, are now in force.
Signed and sealed at the City of Edina, MN this Lday f Jennifer A. Young, Secretary
Bond No. 77456
1
2
3
4
5
6
0061 14 - 1
PAYMENT BOND
Pagel of 2
SECTION 00 6114
PAYMENT BOND
THE STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS:
COUNTY OF TARRANT §
7 That we, Vernara LLC, known as "Principal' herein, and
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
Western National Mutual Insurance Company , a corporate surety
(sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether
one or more), are held and 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 penal sum of Two
Million, One Hundred Fortv-Nine Thousand and Six Hundred Fifty and 00/100. Dollars
($2,149,650.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County,
Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents:
WHEREAS, Principal has entered into a certain written Contract with City, awarded the
1 Oth day of June, 2025, which Contract is hereby referred to and made a 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 as provided for in said Contract and designated as 2025
Concrete Restoration Contract 4, City Project No. 106091.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if
Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in
Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
the Contract, then this obligation shall be and become null and void; otherwise to remain in full
force and effect.
26 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
27 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
28 accordance with the provisions of said statute.
29
CITY OF FORT WORTH 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106091
Revised December S, 2023
0061 14 - 2
PAYMENT BOND
Page 2 of 2
1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED
2 this instrument by duly authorized agents and officers on this the 1Oth day of
3 June 120 25
4
PRINCIPAL:
Vemara, LC
ATTEST: BY:
Signature
�Q 11 ('�O
(PP1'hclpal) Sec , tary Name and Title
Address: 17250 Dallas Pkwy
Dallas, TX 75248
&ss akPrincipal
SURETY:
Western National Mutual Insurance Com?any
ATTEST: BY:Signature
Brent M. Blonigan, Attorney -in -Fact -
(Surety) Secretary Name and Title
Address: P.O. Box 1463
Minneapolis, MN 55440
fitness as to gurety
Angie Astran, Client Manager Telephone Number: 952-935-5350
Email Address: bb@grayhawkins.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 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106091
Revised December 9, 2023
W
WzsTt RN NATIONAL
Ifie mlarxrns�rp inmpuny
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Western National Mutual Insurance Company, a Minnesota mutual insurance company, does
make, constitute, and appoint: Debbie Palmer, Kara Pierce, Brent Blonigan
Its true and lawful Attomey(s) -in -Fact, with full power and authority for and on behalf of the Company as surety, to execute and deliver and affix the
seal of the Company thereto (if a seal is required) bond, undertakings recognizances or other written obligations in the nature thereof, (other than
bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note
guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, hazardous waste remediation bonds or
black lung bonds), as follows:
All written instruments in an amount not to exceed an aggregate of Seven Million Five Hundred Thousand and 00/100 Dollars ($7,500,000.00) for any
single obligation, regardless of the number of instruments issued for the obligation,
and to bind Western National Mutual Insurance Company thereby, and all of the acts of said Attorneys -in -Fact, pursuant to these presents, are
ratified and confirmed. This appointment is made under and by authority of the board of directors at a meeting held on September 28, 2010. This
Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of
Western National Mutual Insurance Company on September 28, 2010:
RESOLVED that the president, any vice president, or assistant vice president in conjunction with the secretary or any assistant secretary,
may appoint attomeys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for
and on behalf of the company to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and
suretyship obligations of all kinds, and said officers may remove any such attomey-in-fact or agent and revoke any Power of Attorney
previously granted to such person.
RESOLVED FURTHER that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company
(i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any
secretary or assistant secretary; or
(ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and
sealed (if a seal be required) by a duly authorized attomey-in-fact or agent; or
(iii) when duly executed and sealed (if a seal be required) by one or more attomeys-in-fact or agents pursuant to and within the limits of
the authority evidenced by the Power of Attorney issued by the Company to such person or persons.
RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power
of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship
obligations of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed.
IN WITNESS WHEREOF, Western National Mutual Insurance Company has caused these presents to be signed by its proper officer and
its corporate seal to be affixed this 16th day of December, 2020.
•' ��NPvo UTL ':
o i•
ZT:•G F . Z
Jennifer A. Young, Secretary Mark S. Hewitt, Vice President, Surety
STATE OF MINNESOTA, COUNTY OF HENNEPIN
On this 16th day of December. 2020, personally came before me, Jennifer A. Young and Mark S. Hewitt and to me known to be the
individuals and officers of the Western National Mutual Insurance Company who executed the above instrument, and they each acknowledged
the execution of the same, and being by me duly swom, did severally dispose and say; that they are the said officers of the corporation aforesaid,
and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers
were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation.
DEENrAM i 6NTRg1 WTARY NC
NOPUl
Mpt*s 91
�nova V3V N Deena Anjali Entrikin, Notary Public
My commission expires January 31, 2029
CERTIFICATE
I, the undersigned, Secretary of the Western National Mutual Insurance Company, a Minnesota corporation, CERTIFY t! at the fore doing and
attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directorz set forth
in the Power of Attorney, are now in force.
q E AcA'
�yy r
Signed and sealed at the City of Edina, MN thisLday f Jennifer A. Young, Secretary
Bond No.77456
2
3
4 THE STATE OF TEXAS
5
6 COUNTY OF TARRANT
7 That we Vernara
0061 19 - I
MAINTENANCE BOND
Page 1 of 3
SECTION 00 6119
MAINTENANCE BOND
§ KNOW ALL BY THESE PRESENTS:
LLC, known as "Principal' herein and
8 Western National Mutual Insurance Company , a corporate surety (sureties, if more than
9 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
11 pursuant to the laws of the State of Texas, known as "City" herein, in the sum of Two Million. One
12 Hundred Fortv-Nine Thousand. Six Hundred Fifty and 00/100 Dollars ($2.149.650.00), lawful
13 money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which
14 sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors,
15 administrators, successors and assigns, jointly and severally, firmly by these presents.
16
17 WHEREAS, the Principal has entered into a certain written contract with the City awarded
18 the 1 Oth day of June, 2025 which Contract is hereby referred to and a made part hereof for all
19 purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories
20 as defined by law, in the prosecution of the Work, including any Work resulting from a duly
21 authorized Change Order (collectively herein, the "Work") as provided for in said contract and
22 designated as 2025 Concrete Restoration Contract 4, City Project No. 106091; and
23
24 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
25 accordance with the plans, specifications and Contract Documents that the Work is and will remain
26 free from defects in materials or workmanship for and during the period of two (2) years after the
27 date of Final Acceptance of the Work by the City ("Maintenance Period"); and
28
29 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon
30 receiving notice from the City of the need therefor at any time within the Maintenance Period.
31
CITY OF FORT WORTH 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106091
Revised December 8, 2023
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
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 2O25 Concrete Restoration Contract 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106091
Revised December 8, 2023
K
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
006119-3
MAINTENANCE BOND
Page 3 of 3
IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
instrument by duly authorized agents and officers on this the 10th day of .tune
, 20 25 .
ATTEST:
(Mncipal) Secre
fM
Witness as to Principal
ATTEST:
%
(Sure ) Secretary
Y
Witness to Surety
Angie Astran, Client Manager
PRINCIPAL:
Vernara, L
BY: _.
Signature —�
_P6\tv-M Tc,
Name and Title
Address: 17250 Dallas Pkmd4
Dallas, TX 75248
SURETY:
Western National Mutual Insurance Company
BY:
�.
Signature '
Brent M. Blonigan, Attorney -it? -Fact
Name and Title
Address: P.O. Box 1463
Minneapolis, MN 55440
Telephone Number: 952-935-5350
Email Address: bbOgrayhawkins.com
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract
from the by-laws showing that this person has authority to sign such obligation. If
Surety's physical address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 8, 2023
2025 Concrete Restoration Contract 4
City Project No. 106091
W
WESTRRN NATIONAL
M. ,ekfi,w Aw
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Western National Mutual Insurance Company, a Minnesota mutual insurance company, does
make, constitute, and appoint: Debbie Palmer, Kara Pierce, Brent Bionigan
Its true and lawful Attomey(s)-in-Fact, with full power and authority for and on behalf of the Company as surety, to execute and deliver and affix the
seal of the Company thereto (if a seal is required) bond, undertakings recognizances or other written obligations in the nature thereof, (other than
bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note
guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, hazardous waste remediation bonds or
black lung bonds), as follows:
All written instruments in an amount not to exceed an aggregate of Seven Million Five Hundred Thousand and 00/100 Dollars ($7,500,000.00) for any
single obligation, regardless of the number of instruments issued for the obligation.
and to bind Western National Mutual Insurance Company thereby, and all of the acts of said Attorneys -in -Fact, pursuant to these presents, are
ratified and confirmed. This appointment is made under and by authority of the board of directors at a meeting held on September 28, 2010. This
Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of
Western National Mutual Insurance Company on September 28, 2010:
RESOLVED that the president, any vice president, or assistant vice president in conjunction with the secretary or any assistant secretary,
may appoint attomeys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for
and on behalf of the company to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and
suretyship obligations of all kinds, and said officers may remove any such attomey-in-fact or agent and revoke any Power of Attorney
previously granted to such person.
RESOLVED FURTHER that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company
(i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any
secretary or assistant secretary; or
(ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and
sealed (if a seal be required) by a duly authorized attomey-in-fact or agent; or
(iii) when duly executed and sealed (if a seal be required) by one or more attomeys-in-fact or agents pursuant to and within the limits of
the authority evidenced by the Power of Attorney issued by the Company to such person or persons.
RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power
of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship
obligations of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed.
IN WITNESS WHEREOF, Western National Mutual Insurance Company has caused these presents to be signed by its proper officer and
its corporate seal to be affixed this 16th day of December , 2020.
9 I� W€,.SEAL;;: \_ �
•
Jennifer A. Young, Secretary Mark S. Hewitt, Vice President, Surety
STATE OF MINNESOTA, COUNTY OF HENNEPIN
On this 16th day of December. 2020, personally came before me, Jennifer A. Young and Mark S. Hewitt and to me known to be the
individuals and officers of the Western National Mutual Insurance Company who executed the above instrument, and they each acknowledged
the execution of the same, and being by me duly swom, did severally dispose and say; that they are the said officers of the corporation aforesaid,
and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers
were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation.
NOTWPUNIX
'yCan i10nO°"" Deena Anjali Entrikin, Notary Public
My commission expires January 31, 2029
CERTIFICATE
I, the undersigned, Secretary of the Western National Mutual Insurance Company, a Minnesota corporation, CERTIFY that the foregoing and
attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directof set forth
in the Power of Attorney, are now in force.
•", NPL MG.,
TG ,
?•(C•�aVON� f'�':
�r
Signed and sealed at the City of Edina, MN this#day f Jennifer A. Young, Secretary
FORT WORTH.
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE: 2025 Concrete Restoration 4
M&C: 25-0530 CPN: 106091 CSO:
Date: 06/10/25
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
Department
Initials
Risk -Approver
DM
TPW Approver
TPW-signer
17
Legal -Approver
« '--
Legal-Signer
D. g�BI.,k
ACM -Signer
CM
CSCO-Approver
zo,o.....
CSCO-Signer
CSCO-Form Filler
-
TPW
DOC#:
Date Out
06/10/25
06/13/25
06/13/25
06/13/25
06/13/25
06/19/25
06/20/25
06/20/25
Jun 20, 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
❑ 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!