HomeMy WebLinkAbout064439 - Construction-Related - Contract - Road Solutions, L.L.C.CSC No. 64439
FORT WORTH
CONTRACT
FOR
THE CONSTRUCTION OF
MARINE PARK AND ALLEYWAY LIGHTING
IMPROVEMENTS
City Project No. 105005
Mattie Parker Jesus "Jay" Chapa
Mayor City Manager
Dave Lew s
Director, Park and Recreation Department
Prepared for
The City of Fort Worth
Park & Recreation Department
2025
OLSSON
<icEN5 oG\2-��� OFFICIALRECORD
� -Zf CITYSECRETARY
FT. WORTH, TX
FORT WORTH
City of Fort Worth
Standard Construction Specification
Documents
Adopted September 2011
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 -General Conditions
00 05 10
00 05 15
00 11 13
00 21 13
00 35 13
00 41 00
00 42 43
00 43 13
00 43 37
99 4S 11
00 45 12
99 4S 13
Mayor and Council Communication
Addenda
Invitation to Bidders
Instructions to Bidders
Conflict of Interest Statement
Bid Form
Proposal Form Unit Price
Bid Bond
Vendor Compliance to State Law Nonresident Bidder
-,, • .l .l � ,·~ -�
n ______ l_!,C. __ ..__• ___ c,..__..._ ______ .._ � -� n.,.,..
'<
�
- A ,. .
Page 1 of5
Last Revised
11/18/2025
08/22/2025
02/08/2024
06/13/2025
02/24/2020
09/30/2021
01/20/2012
09/11/2017
06/27/2011
98/13/3911
09/30/2021
98/13/2921
00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011
00 45 40 -,, -•-- -" TI- ,� r:<.-�1 --
00 52 43 Aj:!;reement
00 61 13 Performance Bond
00 61 14 Payment Bond
00 61 19 Maintenance Bond
00 61 25 Certificate of Insurance
00 72 00 General Conditions
00 73 00 Suoolementarv Conditions
Division 01 -General Requirements
01 11 00 Summarv of Work
01 25 00 Substitution Procedures
01 31 19 Preconstruction Meeting
01 31 20 Project Meetings
01 32 16 Construction Schedule
01 32 33 Preconstruction Video
01 33 00 Submittals
01 35 13 Special Proiect Procedures
01 45 23 Testing and Inspection Services
01 50 00 Temporary Facilities and Controls
01 55 26 Street Use Permit and Modifications to Traffic Control
01 57 13 Storm Water Pollution Prevention Plan
01 58 13 Temporary Project Si1mage
01 60 00 Product Requirements
01 66 00 Product Storage and Handling Requirements
01 70 00 Mobilization and Remobilization
01 71 23 Construction Staking and Survey
01 74 23 Cleaning
01 77 19 Closeout Requirements
01 78 23 Operation and Maintenance Data
01 78 39 Project Record Documents
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 7, 2024
06/0Y2024
09/19/2025
12/08/2023
12/08/2023
12/08/2023
07/01/2011
03/08/2024
03/08/2024
Last Revised
12/20/2012
07/01/2011
08/17/2012
07/01/2011
10/06/2023
07/01/2011
12/20/2012
03/11/2022
03/09/2020
07/01/2011
03/22/2021
07/01/2011
07/01/2011
03/09/2020
07/01/2011
11/22/2016
02/14/2018
07/01/2011
03/22/2021
12/20/2012
07/01/2011
Marine Park and Alleyway Lighting
105005
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page2 of5
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
02 41 13 Seleefr e Site Demolitioa
Division 02-Existin
�
Conditioru, I::::: i=�aedoomem
Division 03 -Concrete
03 30 00 Cast-In-Place Concrete
03 34 13 r< 11 1 T � ·• 1'K. '.-1 /r<T C1'K'\ ,
03 34 1� r< Il 1'K. �-1 1' 'T' .1 D --·---
03 80 00 1'K .J�.i":--•-•-+� r, ._.._. ___ r, n . ·--�-
Division 26 -Electrical
26 05 00 Common Work Results for Electrical
26 05 10 Demolition for Electrical Systems
26 05 19 Low-Voltage Electrical Power
26 05 33 Raceways and Boxes for Electrical Systems
Date
Modified
03/11/2022
03/11/2022
12/20/2012
01/31/2025
12/20/2022
26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011
26 05 53 Identification for Electrical Systems 01/31/2025
26 24 16 Panel boards 01/31/2025
26 27 26 Wiring Devices 01/31/2025
26 43 13 Surge Protection for Low-Voltage Electrical Power Circuits 01/31/2025
Division 31-Earthwork
31 10 00 n• r<l -
31 23 1� YHelassifiea �6ft'f8:ttoH
31 23 23 Boffo1+¥
31 24 00 Hffie8:1Htmeffi:S
31 2� 00 &osioa 8:Ha Seaimem Goaa:ol
31 3� 00 Ga:aioas
31 3+ 00 n.
Division 32 -Exterior Improvements
32 011+
32 01 18
32 01 29
32 11 23
32 1129
32 11 33
32 113+
32 12 1�
32 12 +3
32 13 13
32 13 20
32 13 +3
32 14 1�
n --·
'T'
A .
A
.1
.1 .
,1+ n --
. 1+n
• -D
• -D i ·-. i -·
r< n.• -n . -·
Fle�ele Base Gom:ses
l:,ime ttea:tea Base Gom:ses
Gemem ttea:tea Base Gom:ses
T • • .J 'T'. 1 c,_:1 n .L!l"
A . 1.
A . 1. .
r< -
r<
r< -
..
,1+n --�
,l+TI • ·- r< .
i-
n . -·
c· .J
n . -
.-
.,_11
T •
T"'1, • 'I TT • n --·-
.1 C .1 -
r\ .•.. -
C'1 ,1
·-
-.J Il -
32 1� 13 r< r<. 1 .J r< .J ,,_11 --
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 7, 2024
·-- y, .
r< ·-
.
Marine Park and Alleyway Lighting
105005
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
32 17 23
32 17 25
32 31 13
32 31 2(;
32 31 29
32 32 13
32 91 19
32 92 13
32 92 14
32 92 15
32 93 43
n_ ---l\K�-' , ___ ---
r, 1 .. .J 1 --n_•
-----" ,L -
Ghe:iH Feaees B:Ha Gates
Wife Feaees B:Ha Gates
Waaa Feaees B:Hd Gates
r, __ ,_ :_ n, ___ r<
'T' ---· -
:1 T>l .. -
Sodding
-..T -..T. . .
-..T •• r<_ ---,., -
, __
n
.1�· -
..
.l n T'.1 .l-"'
+fees B:Hd Sh."ttas
,_, __ UT .11-
• 1 .
C) -·
-,--.,, _,-
.1: __
Division 33 -Utilities
33 Ql 3Q
33 Ql 31
33 Q3 1Q
33 Q4 1Q
33 Q4 11
33 Q4 12
33 Q4 3Q
33 Q4 4Q
33 Q4 SQ
33 Q5 1Q
33 Q5 12
33 Q5 13
33 Q5 13.Ql
" , 1' ,r _,.._,_ 'T' -·-
r<l .l • 'T'-1 -
D.----n ·---,--.-, -·---
T • TI 1• -1n1
Er<r<'T"\ T"\ � ---. _.._. __ C)
• _1 T -1
-,., -·-
Gaffasiaa Gafttfal +est Statiaas
l\K---· A---.
'T' UT. -·-
r<l ___ .l .. -
£"'1 ,. ___,. C)
TT.L.!1�.L-T. _,.. -
UT
n --� -·
-·
T '.--T
r,_, ----
r, __
' -- -.a
.J r, ,1
,. . . -· -
. .J r<_
.Jr,
-
.l
1
.J"_n -·-
'T' -_l'HT -
� 1 '
U!-r, T --
n,_ r, --
'
,., -
--
_
l\,r_, __
-1 n_ .. .c.:11
Page 3 of5
05/13/2021
33 Q5 14 1A .. djestiag Menhales, lalets, Ve:rte BaN:es, end Other Stmettlfes ta
33 Q5 l(i
33 Q5 17
33 Q5 2Q
33 Q5 21
33 Q5 22
33 Q5 23
33 Q5 24
33 Q5 2(;
33 Q5 3Q
33 11 Q5
33 11 lQ
33 1111
33 1112
33 1113
33 11 14
33 12 1Q
33 12 11
33 12 2Q
Gaaerete Water lJB:tlks
Gaaerete GaUB:Fs .. .... ·-
+tlftftel l:,iaer Plate ,,. 1 r,_ • ,_ T>! --
TT. 'T'. _1• -
T .11 "r< ..... :_ r,_ -
TT;.!1!;.. l\K . 1 -· -
T _,l.'n. "-•• - TT+!l" " -· -·--
Baks,�Ms B:Hd Gaskets
T"\. :1-T ..... -- -
T"\. :1-T, y-:,• LL• --- -
n .1 1 r<t.1 ".J rn, Tr<,.,.. --·
r, .... --
-· .--
.l,., -
,-..... ·---'
-..... --
"--"'1""'1"7 .
1 ..... . .J n• --- -
Water SeFYiees 1 iaeh ta 2 iHeh
T UT ,. ... . -
Resiliem Seated Gate Ve:he
-'T' . -· -
..... --
1 ,., ' -
33 12 21 A UTUTA .,.. ' C) .l .... � ,,_, .. , . .. -1' .. -... ... --
33 12 25 r, -
33 12 3Q r,
33 12 4Q r,• -
CITY OF FORT WORTH
1 •
T� 1 ---
•-� UT. ·-.
A !-"l T -1. - A ---·--,. . _ , ___ -
,1.1.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 7, 2024
,. .... -
1 T , ___ TI1
1 r<. 1• 1 -
,1.1-UT
-
'T'. -J
C).
Marine Park and Alleyway Lighting
105005
33 12 5Q
33 12 6Q
33 3112
33 3113
33 31 15
33 31 2Q
33 31 21
33 31 22
33 31 23
33 31 5Q
33 31 +Q
33 39 1Q
33 39 2Q
33 39 3Q
33 39 4Q
33 39@
33 41 lQ
33 4111
33 4112
33 4113
33 46 QQ
33 46 Ql
33 46 Q2
33 49 lQ
33 4929
33 49 4Q
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
UT----- c, ___ �1-" --
,., -
r< --
TI:1. i•
1 1 nl -
-' ;_ n1 ... -
_, ,_ D
TT." 1 T-.
n .1. 1 r<l.1 -.
-
,.,.,,_1 A-
n• -. ,.
-·-.
l'r<Tnn'\ '- I _in• 1'. ---i.i�•
T1-L ,1 .... _.._ __ .._
1
., rn,rr<'\ r< --.
--
1 1
� �.,j_ CT C, ...
"' Tl!
� i ·r
., C
,. ,.,
- C
,. C'1
1' --YT-.&t.JI
n• -· -.
,., -·
Pel-yvifeyl ChleFiEle (PVC) CleseEl PFefile Gflwity 8BBiwy Sewef Pwe
,., ,. C,
,., - C'1 -
C,1. -·....
n· -·-T ;_; __
� .1
" -" C r< -.l C •--T • -·
r<.1 .• A;_ "\7-1. -1' C' C' .,.., -. -· -y __ ,,,,.._.._ ..L ..., ...
Cast iH :Plaee Ceaefete Maaheles
PFeeast Ceaefete MBBheles
TI:1. 1 ,_ 11s,r -
UT-A -u•-. � T ;_ ,.
u
D ,. .l r<
'·-1--
--r<t. --. L --l'UT A£""'\
C'1 -- C'1
" C -....
'
-
·--,., -·
n• -· --u
/r< •• 1. -----_..._ ......
l\K •
=: , n -'L n�l. .LL _, --L '"' n:--1'--- c,L____ n--:--
T1 -
n .1. --·--
,., , -
..L _.._1'_...._ ...
1n 1 --·_, ,_n• -.
,1 1
1'
SletteEl Stefffl Qfaifls
+feaeh Qfftifls
- .JJ....I .... -r--
-/'C'1T1T1T-,-\ Tl." -
" -..&..&..J ... -.--
n. ....
Cast iH Plaee MBBheles BBEl :J.ttHetiea 8e�fes
r< .l -,-,. T __ , ---••u ,., -,-,. TT 1 .11-.l UT." .11--....
---
Page4 of5
Division 34 -Transportation
34 41 lQ
34 41 lQ.Ql
34 41 1Q.Q2
34 41 1Q.Q3
34 4111
34 4113
34 4115
34 4116
34 41 2Q
34 41 W.Ql
34 41 W.Q2
34 41 W.Q3
34 41 3Q
34 '.7113
'T'--=-C'. --1-i•
1�AtaehmeHt 1�r. Cefftfellef Caemet
A .
A -
'T'
i
T1
D
n
i
T1
A ·-� - -
TI
A 1 .
,
, TI r< .11--,., :.c: �
, r< C' ft ,., ----
'T'. ror-_ c,• -'----i --'T'. ..,.. c,• .1---_, D • .l TI1--' •
1 --
-
TT ' • .l cs:ii -··-
. T11 .!-
• .1 T TIT'- Il
T Tin D .l -. , • .1 T r,r,, TI -
c,• -
.1
A-.
T -
T -
,._
-·~
..... -
.1.1• __
T
+faffie Cefftfel
--
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 7, 2024
Q3/11/W22
Marine Park and Alleyway Lighting
105005
City of Fort Worth, Texas
Mayor and Council Communication
DATE: 1111825 M&C FILE NUMBER: M&C 25-1088
LOG NAME: 80MARINE PARKANDALLEYWAY LIGHTING IMPROVEMENTS
SUBJECT
(CD 2) Authorize Execution of a Contract with Road Solutions, L.L.C. in the Amount of $374,336.00 for Marine Park and Mercado Plaza Park
Ughting Improvements
It is recommended that the City Council authorizeexecution or a conbactwith Road Solutions, L.LC., in the amount of $374,336.00 far Marine
Park and Mercado Plaza Park improvements (City Project No.105005).
DISCUSSION:
The purpose of this Mayor and Council Communication (M&C) is to authorize execution of a contractwith Road Solutions, L.L.C., in the amount of
$374,336.00 for the Marne Park and Mercado Plaza lighting improvement project. The base bid items include the installation of new pedestrian
light poles and fixtures at both Marne Park and Mercado Plaza Park. Additionally, the improvements at Marne Park include the installation of
underground power lines for the new secorty camems to be installed by the Fort Worth Police Department.
The Marne Park and Mercardo Plaza Park lighting improvements are part of the 2023 Neighborhood Improvement Program for the Historic
Marne Neighborhood. The lighting improvements will help fulfil the safety and security objectives of the program.
This project was advertised for bid on July 2, 2025 and July 9, 2025, in the Port Worth Star -Telegram. On September4, 2025, the following bids
were received and tabulated.
BIDDER ABASE BID U
lRoad Solutions, L.L.C. $74,33600
8,55.OHaMrire Electra Inc. O
FAR Telecommunications, LLC dba PARTC $981,2003
Contract time is 140 days, and construction is anticipated to commence in December 2025 and be completed in April 2026.
Funding is budgeted in the General Capital Projects Fund for the Park & Recreation Department for the purpose of funding the Performance Plaza
Project, as appropriated.
Madne Park and Mercado Plaza Park are located in COUNCIL DISTRICT 2.
CERTIFICATION:
The Director of Finance certifies that funds are available in the corrent capita budget, as previously appropriated, in the General Capita Projects
Fund for the Performance Plaza project to support the approval of the above recommendation and execution of the contract. Prior to any
expenditure being incurred, the Park & Recreation Department has the responsibility to validate the availability of funds.
Submitted for Citv Manaaers Office bv: Dana Burghdoff 8018
Oroinatina Business Unit Head' Dave Lewis 5717
Additional Information Contact: Joel McElhany 5745
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
Complete Nos. 1-4 and fi if there are interested! parties.
OFFICE USE ONLY
Complete Nos. 1, 2, 3, 5, and fi if Mere are no interested! parties.
CERTIFICATION OF FILING
1 Name of business entity filing form, and Me city, state and country of Me business entity's place
Certificate Number:
of business
2025-1363271
Read Solutions, LLC
Lucas, TX United States
Date Filed:
2 Name aF govemmerdal entity or state agency that ps a party M the contract for which Me roam as
--.AZN ,Wc5
being filed.
City of Fort Worth
Date Acknowledged:
3 Provide the identification number used by Me governmental entity or state agency to track or identity the contract, and provide a
description of the services, goods, or other property to be provided under the contract
CPN 105005
Marine Park and Alleyway Lighting Improvements
Name of Interested Parry
5 Check only if there is NO Interested Parry.
X
Nature of interest
City, State, Country (place of business) (check M cable)
Controlling ttemrediary
My name is �l end my date of bit is
My address ls� , _ us
(day) (atata) (i4 coda) (county)
I declare under penalty of perjury Mal the foregoing is true and correct.
1 etated in Collin rounty. state of Texas on the 15 day of Sept. ,m 25.
(month) bean
Sigreture of aulhodaetl agent of contracting business entity
(oaderent)
Forms provided by Texas Ethics Commission www.ethim.stalmor.us Version V4.1.0.f1OdOfdE
ADDENDUM #1
Marine Park and Alleyway Lighting
City Project No 105005
07/07/2025
TO ALL BIDDERS: 00 05 15 - 1 ADDENDA Page 1 of2 Please attach to your specifications. This addendum is hereby made a part of the
Contract Documents and is issued to modify, explain or correct the original
drawings and/or project manual.
PROJECT MANUAL
REFER TO "SECTION 00 11 13 INVITATION TO BIDDERS"
The bid opening date has been changed to August 28, 2025. The attached 00 11 13
Invitation to Bidders specification shall replace the original Invitation to Bidders
specification.
END OF ADDENDUM #1
Bid Opening Date: Augst 28, 2025
Acknowledge the receipt of this Addendum on your Proposal.
By:_P_CUM/L_�
Paul Land
Project Manager
Release Date: 71071202
0005 15 -1
ADDENDA
Page 2 of
the OIS com i studio
August 22, 2025
City of Fort Worth Marine Park and Alleyway Construction Documents
Addendum 2 Narrative
Summary of Plan Revisions
Plan updates per City requested removal of security cameras, data cabling, and mounting from
the scope of work.
Modifications & Additions
General
• Small Business & Minority and Woman Business Enterprise (MWBE)
Requirements
Per the City of Fort Worth, Small Business policy will not apply to this project, and
MWBE goals will not be required due to Ordinance suspension by Council action.
Project Sheets
• E101 MARINE PARK SITE LIGHTING PLAN — NORTH
Pole mounted cameras shall be provided by others. Note 2 was updated to remove
conduit for cabling.
• E102 MARINE PARK SITE LIGHTING PLAN — SOUTH
Pole mounted cameras shall be provided by others. Note 2 was updated to remove
conduit for cabling.
• E103 MARINE PARK SITE LIGHTING PLAN — EAST
Pole mounted cameras shall be provided by others. Note 2 was updated to remove
conduit for cabling.
• E301 SECURITY CAMERA SPECIFICATIONS
This sheet shall be omitted entirely.
Specifications
• 0011 13 Invitation to Bidders
The bid opening date has been changed to September 4, 2025. The attached 00 11 13
Invitation to Bidders specification shall replace the original Invitation to Bidders
specification.
• General Specification Updates
Specifications updated per City direction.
If you have any questions, please contact Brandon McBride at 816.842.8844.
1814 Main / Kansas City, MO 64108
0 816.842.814 /dwoo.com
SECTION 00 11 13
INVITATION TO BIDDERS
RECEIPT OF BIDS
00 11 13
INVITATION TO BIDDERS
Pagel of3
Electronic bids for the construction of Marine Park and Alleyway Lighting Improvements
City Project #105005 ("Project") will be received by the City of Fort Worth via the
Procurement Portal https://fortworthtexas.bonflrehub.com/portal/?tab=openOpportunities,
under the respective Project until 2:00 P.M. CST, Thursday, September 4, 2025.
Bids will then be opened publicly and read aloud beginning at 2:00 PM CST in the City
Council Chambers.
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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT
Revised 2/08/24
Marine Park and Alleyway Lighting Improvements
105005
To get started with Bonfire, watch this five-minute training video:
00 11 13
INVITATION TO BIDDERS
Page 2 of3
Vendor Registration and Submission [VIDEO] -Bonfire Vendor Support (gobonfire.com)
GENERAL DESCRIPTION OF WORK
The major work will consist of the (approximate) following: Removal (23) and installation of
light poles (2), Removal of existing Electrical Service Pedestal (1 ). Furnish and install Electrical
Service Pedestal (2). Install 1" Conduit PVC SCH 40 (2,000 LF). Install new photocells (2),
Pedestrian light fixture and poles (21), Install Parking Lot Lighting fixtures and poles (4). Install
2" Conduit PVC SCH 40 (20 LF) and 3" Conduit PVC SCH 40 (20 LF) and 2" Conduit RMC (10
LF) and 3" Conduit RMC (10 LF), Conduit Box (1), wall pack (6), block sod placement (222
SY). The project spans two locations: within the interior of Marine Park and the alleyway behind
the buildings facing Main Street, between Central Avenue and 14th Street.
QUALIFICATION
Certain improvements included in this project must be performed by a contractor or designated
subcontractor who is qualified by the City at the time of bid opening. The procedures for
qualification and pre-qualification are outlined in the Section 3 of 00 21 13 -INSTRUCTIONS
TO BIDDERS.
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract Documents may be examined or obtained via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portaV?tab=openOpportunities, under the respective
Project. Contract Documents may be downloaded, viewed, and printed by interested contractors
and/or suppliers.
EXPRESSION OF INTEREST
To ensure potential bidders are kept up to date of any new information pertinent to this project, all
interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes"
under the Intent to Bid section. All Addenda will be posted in the Procurement Portal
https://fortworthtexas.bonfirehub.com/portaV?tab=openOpportunities, under the respective
Project.
PREBID CONFERENCE -In person and Web Conference
A prebid conference will be held as discussed in Section 00 21 13 -INSTRUCTIONS TO
BIDDERS at the following date, and time:
DATE: July 16, 2025
TIME: 10:00 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 OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT
Revised 2/08/24
Marine Park and Alleyway Lighting Improvements
105005
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
00 11 13
INVITATION TO BIDDERS
Page 3 of3
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.
ADVERTISEMENT DATES
First Date of advertisement, July 2, 2025
Second Date of advertisement, July 9, 2025
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT
Revised 2/08/24
Marine Park and Alleyway Lighting Improvements
105005
00 21 13
INSTRUCTIONS TO BIDDERS
1.Defined Terms
SECTION 00 2113
INSTRUCTIONS TO BIDDERS
Pagel of9
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. Bissers or their sesigRates s1:10e0Rtraetors are req1:1ires to 00 19req1:1alifies for the work
ey19es req1:1iriRg 19req1:1alifieatioR as 19er 8eetioRs QQ 4 5 11 BIDDHR8
PRBQUA-LIFIGATION8 ORS QQ 45 12 PRBQUALIFIGATI@T 8TATB�@TT. Firms
seekiRg 19re q1:1alifieatioR, m1:1st s1:10mit the soe1:1meRtatioR iseRtifies iR 8eetioR QQ 4 5 11
OR 8eetioR QQ 45 13 PRBQUALIFIGATI@T APPLIGATI@T et leest se•1ee (7)
eeleeder deys prior to Bid opeeieg for review ORS, if q1:1alifies, aeee19t0Ree. The
s1:10e0Rtraetors listes 0�' a Bisser oR QQ 4 5 12 m1:1st 00 19req1:1alifies for the 01919ro19riate
work �'!909. 81:10e0Rtraetors ffll:lSt follo•,',' the 90ffl0 timeliROS 09 Bissers for 00taiRiRg
19req1:1alifieatioR re•1iew. Bissers or 81:10e0Rtraetors •Hfto are Rot f)req1:1alifies at the time
0iss are Of)OROS ORS revie•,11es may OOl:190 the 0is to 00 rojeetes.
Preq1:1alifieatioa req1:1iremeat work t)'f)OS ORS soe1:1meRtatioR are 01,ailaale 0y aeeessing aU
req1:1ires files thro1:1gh the Ci�,, s we0site at:
https://v,n,vw.fortworthte:x:as.gov/separtmeRts/tpw/sevelopmeRt/efw separtmeats tp•N
eoRtraetors 1:tRser DivisioR QQ Geaeral Goasitioas ORS as follows:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT
Revised/Updated June 13, 2025
Marine Park and Alleyway Lighting
105005
00 21 13
INSTRUCTIONS TO BIDDERS
3 .1.1. Paving Requirements document located at:
htt,l)s:hlapp us3 .e
Page 2 of9
builder.net/public/publicLandmg.asp:K?OS 4d00804b133b408a85a69323548dda25
3 .1.2. Roadway and Pedestrian Lighting R-equirements dooument looated at:
htt,l)s:/2iapp us3 .e
builder.net/public/.publicLanding.asp1l?O8 e43c4239775f4b2583552c029c6aled2
3 .1.3. Water and Sanitary Sev,•er R-equirements dool:lfflent looated at:
htt,l)s:hlapp us3 .e
builder.net/public/.publicLanding.aspx?OS 4 fc66ff8c3 6c4 c029d5 4 2d4 e5 5114 e8d
3 .2. Baoh Bidder, unless ourrently f)requalified, must submit to City et leest sevee (7)
eeleeder deys prior to Bid opeeieg, the dool:lfflentation identified in Seotion 00 4 5 11,
BIDDBRS PRBQUALIPICATirn-lS.
3.2.1.Submission of e.Bdfor questions related to f)requalifioation should be addressed to
the City contact as flFOvided in Paragraf)h 6.1.
3.3. The City reserves the right to require any qualified contractor who is the apparent low
bidder for a project to submit such additional information as the City, in its sole
discretion may require, including but not limited to manpower and equipment records,
information about key personnel to be assigned to the project, and construction schedule
to assist the City in evaluating and assessing the ability of the apparent low bidder to
deliver a quality product and successfully complete projects for the amount bid within
the stipulated time frame. Based upon the City's assessment of the submitted
information, a recommendation regarding the award of a contract will be made to the
City Council. Failure to submit the additional information, if requested, may be grounds
for rejecting the apparent low bidder as non-responsive. Affected contractors will be
notified in writing of a recommendation to the City Council.
3.4. In addition to prequalification, additional requirements for qualification may be required
within various sections of the Contract Documents.
4.Examination of Bidding and Contract Documents, Other Related Data, and Site
4.1. Before submitting a Bid, each Bidder:
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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT
Revised/Updated June 13, 2025
Marine Park and Alleyway Lighting
105005
00 21 13
INSTRUCTIONS TO BIDDERS
Page 3 of9
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. 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."
4.1.5. Is advised that the Contract Documents on file with the City shall constitute all of
the information which the City will furnish. All additional information and data
which the City will supply after promulgation of the formal Contract Documents
shall be issued in the form of written addenda and shall become part of the Contract
Documents just as though such addenda were actually written into the original
Contract Documents. No information given by the City other than that contained in
the Contract Documents and officially promulgated addenda thereto, shall be
binding upon the City.
4.1.6. Should perform independent research, investigations, tests, borings, and such other
means as may be necessary to gain a complete knowledge of the conditions which
will be encountered during the construction of the project. For projects with
restricted access, upon request, City may provide each Bidder access to the site to
conduct such examinations, investigations, explorations, tests and studies as each
Bidder deems necessary for submission of a Bid. Bidder must fill all holes and
clean up and restore the site to its former conditions upon completion of such
explorations, investigations, tests and studies.
4.1.7. Shall determine the difficulties of the Work and all attending circumstances
affecting the cost of doing the Work, time required for its completion, and obtain all
information required to make a proposal. Bidders shall rely exclusively and solely
upon their own estimates, investigation, research, tests, explorations, and other data
which are necessary for full and complete information upon which the proposal is
to be based. It is understood that the submission of a proposal or bid is prima-facie
evidence that the Bidder has made the investigations, examinations and tests herein
required.
4.1.8. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or
between the Contract Documents and such other related documents. The Contractor
shall not take advantage of any gross error or omission in the Contract Documents,
and the City shall be permitted to make such corrections or interpretations as may
be deemed necessary for fulfillment of the intent of the Contract Documents.
4.1.9.Indicate their intent to bid by selecting "yes" in the Procurement Portal under
the Intent to Bid section. You must indicate your intent to bid to be able to
submit a bid to the City.
4.2. Reference is made to Section 00 73 00 -Supplementary Conditions for identification
of:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT
Revised/Updated June 13, 2025
Marine Park and Alleyway Lighting
105005
00 21 13
INSTRUCTIONS TO BIDDERS Page4 of9 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.
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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT
Revised/Updated June 13, 2025
Marine Park and Alleyway Lighting
105005
00 21 13
INSTRUCTIONS TO BIDDERS
Page 5 of9
5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed
in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right
of-way, easements, and/or permits are not obtained, the City reserves the right to cancel
the award of contract at any time before the Bidder begins any construction work on the
project.
5.3. The Bidder shall be prepared to commence construction without all executed right-of
way, easements, and/or permits, and shall submit a schedule to the City of how
construction will proceed in the other areas of the project that do not require permits
and/or easements.
6.Interpretations and Addenda
6.1. 'All questions about the meaning or intent of the Bidding Documents are to be directed to
City electrically through the Vendor Discussions section under the respective Project via
the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or before 2
p.m., the Monday prior to the Bid opening. Questions received after this day may not be
responded to. Interpretations or clarifications considered necessary by City in response
to such questions will be issued by Addenda. Only questions answered by formal
written Addenda will be binding. Oral and other interpretations or clarifications will be
without legal effect.
6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by
City.
6.3. Addenda or clarifications shall be posted under the respective Project via the
Procurement Portal
https://fortworthtexas.bonfirehub.com/portaV?tab=openOpportunities
6.4. A prebid conference may be held at the time and place indicated in the Advertisement
or INVITATION TO BIDDERS. Representatives of City will be present to discuss the
Project. Bidders are encouraged to attend and participate in the conference. City will
transmit to all prospective Bidders of record such Addenda as City considers necessary
in response to questions arising at the conference. Oral statements may not be relied
upon and will not be binding or legally effective.
7.Bid Security
7 .1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of
five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent,
issued by a surety meeting the requirements of Paragraph 5.01 of the General
Conditions.
7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice
of Award have been satisfied. If the Successful Bidder fails to execute and return the
Contract Documents within 14 days after the Notice of Award conveying same, City
may consider Bidder to be in default, rescind the Notice of Award and act on the Bid
Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to
have defaulted.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT
Revised/Updated June 13, 2025
Marine Park and Alleyway Lighting
105005
8.Contract Times
00 21 13
INSTRUCTIONS TO BIDDERS
Page 6 of9
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 O 1 25 00 of the General Requirements.
11.Subcontractors, Suppliers and Others
1 I.I. 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://codelibrai:y.amlegal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593
11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person
or organization against whom Contractor or City has reasonable objection.
12.Bid Form
12.1. The Bid Form is included with the Bidding Documents.
12.2. All blanks on the Bid Form must be completed and the Bid Form signed
electronically or signed in ink and scan. A Bid price shall be indicated for each Bid
item, alternative, and unit price item listed therein. In the case of optional
alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered.
Bidder shall state the prices for which the Bidder proposes to do the work
contemplated or furnish materials required.
12.3. Bids by corporations shall be executed in the corporate name by the president or a
vice-president or other corporate officer accompanied by evidence of authority to
sign. The corporate seal shall be affixed. The corporate address and state of
incorporation shall be shown below the signature.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT
Revised/Updated June 13, 2025
Marine Park and Alleyway Lighting
105005
00 21 13
INSTRUCTIONS TO BIDDERS
Page 7 of9
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
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities.
15.Opening of Bids
Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and
major alternates (if any) will be made available to Bidders after the opening of Bids.
16.Bids to Remain Subject to Acceptance
All Bids will remain subject to acceptance for a minimum of 90 days or the time period
specified for Notice of Award and execution and delivery of a complete Agreement by
Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid
security prior to that date.
17.Evaluation of Bids and Award of Contract
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT
Revised/Updated June 13, 2025
Marine Park and Alleyway Lighting
105005
00 21 13
INSTRUCTIONS TO BIDDERS
Page 8 of9
17 .1. City reserves the right to reject any or all Bids, including without limitation the rights
to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids
and to reject the Bid of any Bidder if City believes that it would not be in the best
interest of the Project to make an award to that Bidder. City reserves the right to
waive informalities not involving price, contract time or changes in the Work and
award a contract to such Bidder. Discrepancies between the multiplication of units of
Work and unit prices will be resolved in favor of the unit prices. Discrepancies
between the indicated sum of any column of figures and the correct sum thereof will
be resolved in favor of the correct sum. Discrepancies between words and figures
will be resolved in favor of the words.
17 .1.1. Any or all bids will be rejected if City has reason to believe that collusion exists
among the Bidders, Bidder is an interested party to any litigation against City,
City or Bidder may have a claim against the other or be engaged in litigation,
Bidder is in arrears on any existing contract or has defaulted on a previous
contract, Bidder has performed a prior contract in an unsatisfactory manner, or
Bidder has uncompleted work which in the judgment of the City will prevent or
hinder the prompt completion of additional work if awarded.
17 .2. In addition to Bidder's relevant prequalification requirements, City may consider the
qualifications and experience of Subcontractors, Suppliers, and other persons and
organizations proposed for those portions of the Work where the identity of such
Subcontractors, Suppliers, and other persons and organizations must be submitted as
provided in the Contract Documents or upon the request of the City. City also may
consider the operating costs, maintenance requirements, performance data and
guarantees of major items of materials and equipment proposed for incorporation in
the Work when such data is required to be submitted prior to the Notice of Award.
17.3. City may conduct such investigations as City deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications, and financial
ability of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accordance with the Contract
Documents to City's satisfaction within the prescribed time.
17.4. Contractor shall perform with his own organization, work of a value not less than
35% of the value embraced on the Contract, unless otherwise approved by the City.
17 .5. If the Contract is to be awarded, it will be awarded to lowest responsible and
responsive Bidder whose evaluation by City indicates that the award will be in the
best interests of the City.
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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT
Revised/Updated June 13, 2025
Marine Park and Alleyway Lighting
105005
00 21 13
INSTRUCTIONS TO BIDDERS
Page 9 of9
17. 7. A contract is not awarded until formal City Council authorization. If the Contract is
to be awarded, City will award the Contract within 90 days after the day of the Bid
opening unless extended in writing. No other act of City or others will constitute
acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by
the City.
17. 7 .1. The contractor is required to fill out and sign the Certificate of Interested
Parties Form 1295 and the form must be submitted to the Project Manager
before the contract will be presented to the City Council. The form can be
obtained at https:/ /www .ethics.state.tx.us/data/forms/1295/1295.pdf
17.8. Failure or refusal to comply with the requirements may result in rejection of Bid.
18.Signing of Agreement
18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied
by the required number of unsigned counterparts of the Project Manual. Within 14
days thereafter, Contractor shall sign and deliver the required number of counterparts
of the Project Manual to City with the required Bonds, Certificates of Insurance, and
all other required documentation.
18.2. City shall thereafter deliver one fully signed counterpart to Contractor.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT
Revised/Updated June 13, 2025
Marine Park and Alleyway Lighting
105005
SECTION 00 35 13
CONFLICT OF INTEREST STATEMENT
00 3513
BID FORM
Page 1 of 1
Each bidder, offerer or respondent (hereinafter referred to as "You") to a City of Fort Worth procurement
may be required to complete a Conflict of Interest Questionnaire (the attached CIQ Form) and/or a Local
Government Officer Conflicts Disclosure Statement (the attached CIS Form) pursuant to state law. You
are urged to consult with counsel regarding the applicability of these forms to your company.
The referenced forms may be downloaded from the links provided below.
http://www. ethics.state. tx. us/forms/CIQ. pdf
http://www. ethics.state. tx. us/forms/CIS. pdf
� CIQ Form does not apply
D CIQ Form is on file with City Secretary
D CIQ Form is being provided to the City Secretary
□CIS Form does not apply
D CIS Form is on File with City Secretary
D CIS Form is being provided to the City Secretary
BIDDER:
Company Name Here Road Solutions, LLC
Address Here 1535 Snider Ln
By: Printed Name Here Hector Bass
Signature: M. .D4@---
Address Here or Space
City, State Zip Code Here Lucas, Texas 75002 Title: Principal Title Here
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 201 71109 00 41 00 _004313_00 42 43_00 43 37 _00 4512 _00 3513_Bid Proposal Workbook.xis
SECTION 00 41 00
BID FORM
00 41 00
BID FORM
Page 1 of 3
TO: The Purchasing Manager
c/o: The Purchasing Division
200 Texas Street
City of Fort Worth, Texas 76102
FOR: Marine Park and Alleyway Lighting Improvements
City Project No.: 105005
Units/Sections: UNIT 1 BASE BID ITEM -Safety Lighting
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:
CITY OF FORT WORTH
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.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021 25-08-19_Marine Park 00 41 00 Bid Proposal Workbook_02304922
OO41 m
BID FONM
Paa12 W 3
d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons a their
property to influence their participation in the bidding process or affect the execution of the
Contract.
3. Prequalification
The Bidder acknowledges that the following work types must be performed only by prequalifed contractors and
subcontractors:
a. - Illumination
b. - Street Lights
C. -
d. -
e. -
E-
g, -
h. -
4. Time of Completion
4.1. The Work will be complete for Final Acceptance within 140 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.
The following documents are attached to and made a part of this Bid:
a. This Bid Form, Section 00 41 00
L. 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
I. Prequalifcation 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 Seaetary
h. Any additional documents that may be required by Section 12 of the Instructions to Bidders
CITY OF FORT WORTR
STANMROCONSTROCTION SPECIFIC/ITION DOCUMENTS
IR MWO21 2iW 19WrIne Park M 41 M BM FYg IWorcp @304M
6.Total Bid Amount
00 41 00
BID FORM
Page 3 of 3
6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening.
6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts.
Total Bid
7.Bid Submittal
$ 374,336.00
This Bid is submitted on 9/4/2025
Respec�ully suu By: ,{)�
Title: Principal
(Signature)
Hector Bass (Printed Name)
Company: Road Solutions, LLC
Address: 1535 Snider Ln, Lucas, TX 75002
State of Incorporation: Texas
Email: hbass@roadsol.com
Phone: 214-552-4278
CITY OF FORT WORTH
END OF SECTION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
by the entity named below.
Receipt is acknowledged of the Initial followinq Addenda: Addendum No. 1: H-o Addendum No. 2: HK Addendum No. 3: N/A Addendum No. 4: N/A
Corporate Seal:
00 41 00 Bid Proposal Workbook
UNIT PRICE BID
SECTION 00 42 43 PROPOSAL FORM
00 42 43
BID PROPOSAL
Page I of2
Bidder's Application
Project Item Information Bidder's Proposal
Unit 1 -
Bidlist Description Item No.
1 Install Light Pole Footing
2 Remove Li!!ht Poles & Fixtures
3 Furnish/Install Elec Serv Pedestal
4 Remove Elec Serv Pedestal
5 1" Conduit PVC SCH 40
6 Photocell
7 Pedestrian Li!!ht Fixture and Pole
8 Parking Lot Lfo:ht Fixture and Pole
9 #3 A WG XHHW Conductor
10 #500 MCM XHHW Condcutor
11 2" Conduit PVC SCH 40
12 3" Conduit PVC SCH 40
13 2"CONDTRMC
14 3"CONDTRMC
15 Conduit Box (Type II)
16 LED Wall Pack
17 Block Sod Placement
18 Trenching & Backfill
19 #10 AWG XHHW Conductor
20 Canopy Li!!ht Fixture
21
22
23
24
25
26
27
28
Alternate A -
Al
A2
A4
Sub-Total Alternative A
Alternate B -
Bl
B2
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
Specification Unit of Bid Unit Price Bid Value Section No. Measure Quantity
033000 EA 2 $3,850.00 $7,700.00
024113 EA 31 $1 750.00 $54 250.00
260500 EA 2 $14,000.00 $28,000.00
260500 EA 1 $1 000.00 $1 000.00
260533 LF 2,000 $8.95 $17,900.00
260533 EA 2 $200.00 $400.00
260533 EA 21 $8,500.00 $178,500.00
260533 EA 4 $8 500.00 $34 000.00
260533 LF 60 $7.00 $420.00
260533 LF 60 $7.00 $420.00
260533 LF 20 $11.95 $239.00
260533 LF 20 $15.95 $319.00
260533 LF 10 $36.00 $360.00
260533 LF 10 $55.00 $550.00
260533 EA 1 $1,500.00 $1,500.00
260533 EA 6 $1 800.00 $10 800.00
329213 SY 222 $49.00 $10,878.00
260543 LF 2000 $5.95 $11 900.00
260533 LF 4,000 $2.00 $8,000.00
260533 EA 4 $1 800.00 $7 200.00
Sub-Total Unit 1-
Sub-Total Alternative B
*Total 1 = Sub-Total Unit 1 + Sub-Total Alternative A: $$374,336.00 -----------
*Total 2 = Sub-Total Unit 1 + Sub-Total Alternative B: $$374,336.00 ----------------
*Note: The City Reserves the right to select either Total 1 or Total 2.
Bid Proposal Workbook 105005
UNIT PRICE BID Unit 1 -SECTION 00 42 43
PROPOSAL FORM
Project Item Information
00 42 43
BID PROPOSAL
Page2 of2
Bidder's Application
Bidder's Proposal
Bidlist Description I Specification I Unit of I Bid Unit Price I Bid Value Item No. Section No. Measure Quantity
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
Bid Summary
Base Bid
Alternate Bid
Deductive Alternate Bid
Additive Alternate Bid
END OF SECTION
Total Base Bidl $374,33&.001
I I Total Alternate Bid�-----�
I I I Total Deductive Alternate Bid�-----�
I I I Total Additive Alternate Bid�-----�
Total Bidl $374,33&.001
Bid Proposal Workbook 105005
SECTION 00 4313
BID BOND
KNOW ALL BY THESE PRESENTS:
W 431a
BID BOND
13y 1d2
That we, Road Solutbns, LLC , known as
"Bidder" herein and West Bend Insurance Company a corporate surety
duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City
of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City' herein, in the penal sum
of five percent (59) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth,
Tarrant County, Texas far the payment of which sum Well and truly 0 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 far the following project
designated as Marine Park and Alleyway Improvements
NOW, THEREFORE, the condition of this obligation is such that if the City shall award
the Contract for the foregoing project to the Pnncipal, and the Principal shall satisfy all requirements and conditions
required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with
the terms of such same, than 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 a 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 Princpal
antl/a Surety, not to exceed the penalty hereof, and shall be used to compensate City fa the difference between
Principal's owl bid amount and the next selected bidders total bid amount.
PROVIDED FURTHER, that iF any legal action be filed an this Bond, venue shall lie in Tarrant County,
Texas or the United States District Court for the Northern District of Texas, Fat 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 4th day of September ,2025.
PRINCIPAL:
Road Solutions. LLC
BY: O
Signatae
ATTEST: �l
9i�ictaa, Saari - �ai�tC.4pG.G
Witness as to Prii{cipa Name and Title
C"OFFORTWORTH
SrMDARD CONSTRUCTION SPECIFICATION DOCUMENTS
RwA dY1d2021 0041 00&E Roil WC I[ k
W 4313
BID salvo
P, 2dz
Address. 1535 Snider Lane
Lucas, TX 75002
SURETY:
West Bend Insurance Comoanv
'°s�s�Nc'
"2OrUOPPOgyF%_
0i O
BY:
' t: SEAL /n _
"��,
i1�5 gfiaPll're/
Robert L Cox II1 Atlomev in Fact
Name and Title
Address: 1900 South 18th Avenue
West Bend WI 53095
Telephone Number: f1121135-7050
Attach Power of Attorney (Surety) for Attorney -in -Fact
'Note: If signetl by an officer of the Surety Company, there must be on (le a certied extract from the by laws
shoving that this person has authority to sign such obligation. 9 Surety's physical address is different from
its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract
is awarded.
END OF SECTION
C"OFFORTWORTH
SrMDARD CONSTR00014 SPECIFICATION DOCUMENTS
RwA dY1 Mn 0041 00ad Roil WC Id k
EST BEND"
POWER OF ATTORNEY
Bond NO. n/a
Know all men by these Presents, that West Bend Insurance Company (formerly known as West Bend Mutual Insurance Company prior to 1/112024), a
corporation having its principal office in the City of West Bend, Wisconsin does make, constitute and appoint:
Robert L Cox II, Rodney Derrieres, Kathryn E Johnson, Luke Lambert, Kame McCmrey, Julie Membarger
lawful Atiorney(s}in-fact, to make, execute, seal and deliver far and on its behalf as surety and as its act and deed any and all fronds, undertakings
and contracts of suretyship, provided that no frond or undertaking or contract of suretyship executed under this authority shall exceed in amount the
sum of. Thirty Million Dollars ($30,000,000)
This Power of Attomey is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board
of Directors of West Bend Insurance Company by unanimous consent resolution effective the lrrday of January 2024.
AppoinonentofAttorney-In-Fact Thepresidentoranyvicepresiden
w &Win certykateAtMmeys-In-Fa¢ M acton behalf cf de company
wrdtanobiWataryimoumenMcfiikemture Thesignatureofanyt
fa¢imile M any such powerofattameyor M mycenifimta relating
faceimik signatures or facsimile seal shall be validand binding upon
signatures and fa¢imik seal shall be valid andbinfAng upon the can
writing obligatory an nature tawhich it is attached. Arrysuch appoir
any time.
or any other officer of Wastl3end Insurance Company
i the execution ofand attesting ofbonds and undertal
imr authorized hereby and the corporate seal may be
�erefore and any such power ofattorney or mrdfrcare
respect in any band or undertaking or other
en cause, or without muse, by any said officer at
Any reference to West Bend Mutual Insurance Company in any Bond and al continuations thereof shall be considered a reference lu West Bend
Insurance Company.
In witness whereof, West Bend Insurance Company has caused these presents to be signed by its president undersigned and its corporate seal to be
hereto duly attested by its secretary this tat day of January 2024.
/% 50RAok ill,
xs°Ap't°ems-
Chesto her C. Za'tt _m(' i= Robert J.Jacques
SEALFti: President
State of Wisconsin
County of Washington rr'O1"P�
On the 1a day of January 2024, before me personalty came Robert Jacques, lu me known being by duly sworn, did depose and say that he is the
President of West Bend Insurance Company, the corporation described in and which executed the above instumenS that he knows the seal of the
said corporation; that the seal affixed to saki instrument is such corporate seal; that is was m affixed by order of the board of directors of saki
corporation and that he signed his name thereto by like order.
i5�'ueLwjad borporateAttomey
'...4r Nln% 1..:.�.� �.e.....a..... Co., WI
' My Commission is Permanent
The undersigned, duly elected to the officestated below, now the incumbent in West Bend Insurance Company, a Wisconsin corporation authorized
to make this certificate, Do Hereby Certify that the foregoing attached Power of AhDrney remains in full force effect and has not been revoked and that
the Resolution of the Board of Directors, set forth in the Power of Attorney is now in fame.
Signed and sealed at West Bend, Wisconsin this 4th day of Seotember 2025
d�N9URgM1,C �
m
stSF.AI.Fvo_
ChristopHet C.�
��\`� 1�ge
¢M�y,lost
klWof
1e00 S 18th Avenue I VJes[ Brnq Vw 53095 I Plane B00) z 5010 I Fax (877) si`a-2ea3 l www.lhesibedmng.mm
W 43 37
VENDOR COMPLANCE TO STATE UAW
Pagel arl
SECTION OD 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 he awarded a contract as low bidder, nonresident bidders (out-of-state conbacters
whose corporate offices or principal place of business are Outside the State of Texas) bid projects for construction,
improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the
same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a
comparable contract in the State which the nonresident's principal place of business is located.
The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet
specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders
must check the box in Section B.
A. Nonresident bidders in the State of , our principal place of business,
are required to be percent lower than resident bidders by State Law. A copy of the
statute is attached.
Nonresident bidders in the State of , our principal place of business,
are not required to underbid resident bidders.
B. The principal place of business of our company or our parent company or majority owner is
in the State of Texas. S�
lgLa:1]-4:?0
END OF SECTION
ey Hector ' Bass
�`'oAo:�6,—
(Signature)
Title: Principal
Date; 9/4/2025
CRY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFMATION DOCUMENTS
Rev W3d2021 W 41 W BW Pop i WM[
10
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
a045M-I
CONTRACTOR COMPLIANCE WITH WORKER S COMPENSATION LAW
Pate l at
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. 105005 Contractor further cerli ties that, pursuant to Texas Labor Code, Section
406.096(b), as amended, it will provide to City is subcontractor's certificates of compliance with
worker's compensation coverage.
1 sIC4i` 17CQICi7,
Road Solutions, LLC By: Hector Bass
Company (Please Print)
1535 Snider Ln Signature: �xliv/v'0
Address
Lucas, Texas 75002 Title: Prinaoal
City/State/Zip (Please Print)
THE STATE OF TEXAS
COUNTY OF'I-ARRANT
BEFORE ME, the undersigned authority, on this day personally appealed
Hamer D Bass , known to me to be the person whose name is
subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as
the act and deed of Principal for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 19th day of
Noeemuer , 2025.
6�e°eu'"x•. ANN BOGLE �(
�f' ..S Notary Puwie, State of Tex86 Notary Public m and o State of Texas
,.W Cpmm.Expires04-2g-2028
I}�a • Notary ID 130642303
D OF SECTION
CITY OF PORT WORTH
STANDARD CONSTRUCTION SPECIFICA BON room FN'rs
ReVIN4 July I, 25111
Ararrre Park aid.r(kJ'uaybIphan
Cut Prge i Nutuber 105005
SECTION 00 52 43
AGREEMENT
00 52 43 - 1
Agreement
Page 1 of6
THIS AGREEMENT, authorized on November 18, 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 Road Solutions, L.L.C. authorized to do business in Texas, acting by and through
its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as
Parties.
City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows:
Article 1. WORK
Contractor shall complete all Work as specified or indicated in the Contract Documents for the
Project identified herein.
Article 2. PROJECT
The project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
Marine Park and Mercado Plaza Park Lighting Improvements
CPN 105005
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 Three Hundred Seventy-Four Thousand, Three
Hundred Thirty-Six Dollars ($374,336.00). Contract price may be adjusted by change orders
duly authorized by the Parties.
Article 4. CONTRACT TIME
4.1 Final Acceptance.
The Work shall be complete for Final Acceptance within 140 days < One Hundred and Forty
calendar days> after the date when the Contract Time commences to run, as provided in
Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance
with Article 12 of the General Conditions.
4.2 Liquidated Damages
Contractor recognizes that time is of the essence for completion of Milestones, if any, and
to achieve Final Acceptance of the Work and City and the public will suffer from loss of
use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The
Contractor also recognizes the delays, expense and difficulties involved in proving in a
legal proceeding, the actual loss suffered by the City if the Work is not completed on time.
Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated
damages for delay (but not as a penalty), Contractor shall pay City <Seven Hundred and
Seventy Five>Dollars ($775.00) 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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 19, 2025 (effective September 1, 2025)
Marine Park and Alleyway Lighting City Project Number 105005
Article 5. CONTRACT DOCUMENTS
5.1 CONTENTS:
00 52 43 -2 Agreement
Page 2 of6
A. The Contract Documents which comprise the entire agreement between City and
Contractor concerning the Work consist of the following:
1.This Agreement.
2.Attachments to this Agreement:
a.BidForm
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
1.StttttH Bttsittess Utiliz!:ittiett Ferttt
3.General Conditions.
4.Supplementary Conditions.
5.Specifications specifically made a part of the Contract Documents by attachment or,
if not attached, as incorporated by reference and described in the Table of Contents
of the Project's Contract Documents.
6.Drawings.
7.Addenda.
8.Documentation submitted by Contractor prior to Notice of Award.
9.The following which may be delivered or issued after the Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract Documents:
a.Notice to Proceed.
b.Field Orders.
c.Change Orders.
d.Letter of Final Acceptance.
Article 6. INDEMNIFICATION
6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the city, its officers, servants and employees, from and against any and all
claims arising out of, or alleged to arise out of, the work and services to be performed
by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
under this contract. This indemnification provision is specifically intended to operate
and be effective even if it is alleged or proven that all or some of the damages being
sought were caused, in whole or in part, by any act, omission or negligence of the city.
This indemnity provision is intended to include, without limitation, indemnity for costs,
expenses and legal fees incurred by the city in defending against such claims and causes
of actions.
CITY OF FORT WORTH ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 19, 2025 (effective September l, 2025)
Marine Park and Alleyway Lighting City Project Number 105005
00 52 43 -3
Agreement
Page 3 of6
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
the city, its officers, servants and employees, from and against any and all loss, damage
or destruction of property of the city, arising out of, or alleged to arise out of, the work
and services to be performed by the contractor, its officers, agents, employees,
subcontractors, licensees or invitees under this contract. This indemnification provision
is specifically intended to operate and be effective even if it is alleged or proven that all
or some of the damages being sought were caused, in whole or in part, by any act,
omission or negligence of the city.
Article 7. MISCELLANEOUS
7.1 Terms.
Terms used in this Agreement which are defined in Article 1 of the General Conditions will
have the meanings indicated in the General Conditions.
7 .2 Assignment of Contract.
This Agreement, including all of the Contract Documents may not be assigned by the
Contractor without the advanced express written consent of the City.
7.3 Successors and Assigns.
City and Contractor each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, in respect to all covenants, agreements and
obligations contained in the Contract Documents.
7.4 Severability/Non-Waiver of Claims.
Any provision or part of the Contract Documents held to be unconstitutional, void or
unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon City and Contractor.
The failure of City or Contractor to insist upon the performance of any term or provision of
this Agreement or to exercise any right granted herein shall not constitute a waiver of City's
or Contractor's respective right to insist upon appropriate performance or to assert any such
right on any future occasion.
7 .5 Governing Law and Venue.
This Agreement, including all of the Contract Documents is performable in the State of
Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
Northern District of Texas, Fort Worth Division.
7 .6 Authority to Sign.
Contractor shall attach evidence of authority to sign Agreement if signed by someone other
than the duly authorized signatory of the Contractor.
7.7 Non-appropriation of Funds.
In the event no funds or insufficient funds are appropriated by City in any fiscal period for
any payments due hereunder, City will notify Vendor of such occurrence and this Agreement
shall terminate on the last day of the fiscal period for which appropriations were received
without penalty or expense to City of any kind whatsoever, except as to the portions of the
payments herein agreed upon for which funds have been appropriated.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 19, 2025 (effective September 1, 2025)
Marine Park and Alleyway Lighting City Project Number 105005
7 .8 Prohibition On Contracts With Companies Boycotting Israel.
00 52 43 -4
Agreement
Page4 of6
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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 19, 2025 (effective September 1, 2025)
Marine Park and Alleyway Lighting City Project Number 105005
7 .11 Immigration Nationality Act.
00 52 43 - 5
Agreement
Page 5 of6
Contractor shall verify the identity and employment eligibility of its employees who perform
work under this Agreement, including completing the Employment Eligibility Verification
Form (1-9). Upon request by City, Contractor shall provide City with copies of all 1-9 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 TIDS 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.
7-.14 �ma.U :Qysmess Uiili,ll,at,ise.
C6fttfflet6I shall tt6t ffl:alte mi, UHjusttfietl ehfl:ftges 1:6 i-1:s smttH busittess u1:iliiitt1:i6tt tts
pi:eiiellted QR tbe Small I3miReiiii IJ.tili;;i;atig11 ;Egi:m Cgllti:a�tgi:'ii :failui:e tg abide �, tbe
esmmiml,eets f)fesemee se #1,e foflB Sf �emiseal &REL'sf lraswmg misf@f)feseetatise sf
ffltt1:efia1 fttets regttrtlittg Sfflttll busittess u1:iliiitt1:i6tt shttll be tlisttll6•w•etl H"6ffl bitltliH:g 6ft fu1:ttre
City sf Fsft Wsf11::i. fll:!9lie wsfks esmfaets fof a f)8fiee eftilBe efaet less #1,&R 6He yettr.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 19, 2025 (effective September 1, 2025)
Marine Park and Alleyway Lighting City Project Number 105005
005243-6
Agree
Page 6of6
IN WITNESS WIWYEOF, 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").
Signature
Hector Bass
(Printed Name)
Principal
Title
1535 Snider Ln
Address
Lucas, Texas 75002
City/State/Zip
11/19/2025
I�r..
City of Fort Worth
By:
Dsoa Burghdo
Assistant City Manager
12/08/2025 � Qaa
grMu�
Dale
Arrest:
Jannette Goodall, City Secretary
(Seal)
M&C: 25-1088
Date. November 18, 2025
Contract Compliance Manager.
By signing, I acknowledge that I am the person
responsible for the monitoring and
administration of this coutract, including
ensuring all performance and reporting
requirements.
new. Awl
Oliver Penny
Lan&cape Architect
Approved as to Form and Legality:
m ealo.v..,ama,.a,¢9
Douglas W. Black
Sr. Assistant City Attorney
CITY OP FORT WORTH
STANDARD CONSTRUCTION SPFLa+ICATION DOCUP M'S
Revised Sept®bv 19, 2m5 (effeaave Style 1, 2m5)
APPROVAL RECONEVIENDED:
4W
Dave Lewis, Director,
Park & Recreation Department
OFFICIALRECORD
CITYSECRETARY
FT. WORTH, Tx Marie Park adNle� LWWmg
CityP je Nra'Der]05005
cc
SECTION 00 6113
PERFORMANCE BOND
00 61 13 - 1
PERFORMANCE BOND
Page 1 of2
Bond Number: 2656871
1
2
3
4
5
6
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOW ALL BY THESE PRESENTS:
7
8
9
That we, Road Solutions, L.L.C. , known as "Principal" herein and
___ W_e_s_t_B_e_nd_ln_s_u_ra_n _c_e_C_o_m..._p_a_ny,__ _____ _, a corporate surety(sureties, if more than
10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one
11 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created
12 pursuant to the laws of Texas, known as "City" herein, in the penal sum of, Three Hundred
13 Seventy-Four Thousand, Three Hundred Thirty-Six Dollars ($374,336.00), lawful money of the
14 United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum
15 well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and
16 assigns, jointly and severally, fimly by these presents.
17 WHEREAS, the Principal has entered into a certain written contract with the City
18 awarded the 18th day of November , 2025 , which Contract is hereby referred to and made a
19 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor
20 and other accessories defined by law, in the prosecution of the Work, including any Change
21 Orders, as provided for in said Contract designated as Marine Park and Mercado Plaza Park
22 Li'lhtin'l Improvements, City Proiect Number 105 005.
23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
24 shall faithfully perform it obligations under the Contract and shall in all respects duly and
25 faithfully perform the Work, including Change Orders, under the Contract, according to the plans,
26 specifications, and contract documents therein referred to, and as well during any period of
27 extension of the Contract that may be granted on the part of the City, then this obligation shall be
28 and become null and void, otherwise to remain in full force and effect.
29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
30 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
31 Worth Division.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Marine Park and Alleyway Lighting City Project Number 105005
1
2
3
4
5
6
45
006113-2
PP.RFORM UBOND
Page 2 M2
This bond is made and executed in compliance with the provisions of Chapter 2253 of the
Texas Government Code, as amended, and all liabilities on this bond shall be determined in
accordance with the provisions of said statue.
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED
this instrument by duly authorized agents and officers on this the 181h day of
No amber 20 25 .
PRINCIPAL:
Road Solution
s, LL_C
BY: Xe
goarare
ATTEST
Hector Bass /Principal
(PrincipRe Name and Title
Address: 1535 Snider Ln
Lucas. TX 75002
Monica Pavone
Witness as to Princgml
SURETY:
West Bend Insurance Company
BY:
S i
Robert L Cox II. Attorney in Fact
Name and Title
Address: 4911 S Amxahead Dr. Ste 310
r Inde°endenca. MO 54055
aNa1G
Witness as to Surety Telephone Number: 816-5253155
'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 bas 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.
MY OP PORT WORTH
STANDARD CONSTRtUnON SPP MCATION DOCLr S
Rwised July 1, 2011
=°�"'oq°J1�
°
SEAL ly;c
;
-3�; '�wro5A
.Name Pads Alleyw Dglmng
OVPjeaNmr]05005
C WEST BEND
POWER OF ATTORNEY
Bond No. 26SM71
Know all men by these Presents, that West Bend Insurance Company (fonnedy known as West Bend Mutual Insurance Company prior to 111I2024), a
corporation having its principal office in the City of West Bend, Wsconsin does make, constitute and appoint:
Robert L Cox II, Rodney Demaree, Kathryn E Johnson, Luke Lambert, Kaoee MoCmrey, Julie Messbarger
lawful Attorney(*infact, to make, execute, seal and deliver for and on its behalf as surety and as its act and deed any and al bonds, undertakings
and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the
sum of. Thirty Million Dollars ($30,000,000)
This Power of Attomey is granted and is signed and sealed by facsimile under and by the authority of the fdlowing Resolution adopted by the Board
of Directors of West Bend Insurance Company by unanimous consent resolution effective the iatday of January 2024.
AppointmentofAttorney-In-Fact Thepresidentoranywcepresiden
written certykate Atturneys-In-Fa¢ tu acton behalfnf the company
writRn obligaory insbvmeatt dike wtwe The signatureofanyt
facsimile many such pgwwgfamorney or in anycertifnmte relating
facsimile signatures or fwsimileseal shall be validand binding upon
signatures andfacsimile seal shall be solid andbinding upon the can
writing obligatory m nature tuwhich it is attached Anrysuch appoli
any time
or any other officer of Westilend Insurance Company
i the execution grand attesting ofbands and undertul
icer authorized hereby and the corpor weal may be
�erefore and any such power of attorney or certfncate
n the future with respect in any bond or undertaking or other
may be revake4 for cause, or without mum, by any said officer at
Any reference to West Bend Mutual Insurance Company in any Bond and al continuations thereof shall be considered a reference to West Bend
Insurance Company.
In witness whereof, West Bend Insurance Company has caused these presents to be signed by its president undersigned and its corporate seal to be
hereto duly attested by its secretary this 1st day of January 2024.
Atlest 'a1Al1toVhtN r. %ALA1�alLi r°'<'PpPO"~'x,� o`'_
Chrismphtt C. Zw _.9. SEAL 10 _ RobertJ. Jacques
zF 4ys
Secretary �vp�'t 'xa 11RE President
State of Wsconsin
County of Washington
On the in day of January 2024, before me personalty came Robert Jacques, to me known being by duly sworn, did depose and say that he is the
President of West Bend Insurance Company, the corporation described in and which executed the above: instrument that he knows the seal of the
said corporation; that the seal affixed to said instrument is such corporate seal; that is was so affixed by order of the board of directors of said
corporation and that he signed his name thereto by like order.
frItOTAgy ,. ? [lead C �5''�� /
Wraw AMasseeyy
"__,^, 4� // Public;Public;Washington Co., WI
�
' My Commission is Permavrnt
The undersigned, duly elected to the office stated below, now the incumbent in West Bend Insurance Company, a Wisconsin corporation authorized
to make this certificate, Do Hereby Certify that the foregoing attached Power of Attorney remains in full fauce effect and has not been revoked and that
the Resolution of the Board of Directors, set forth in the Poser of Atrorney is now in fame.
Signed and Sealed at West Bend, Wisconsin this 18th day of November 2025
N
a �o�: F :
mio.
Guigte� I y r.d
r[s SEAL `3-
Chriemp
er C.Z
seue[ayy
rr,t„r'0
laoa S 18th Avenue I West Bend. W smile I Phone (800) 23fisA1a I Fax: (877)674260 I vww.Nesiberinng.com
SECTION 00 6114
PAYMENT BOND
006114-1
PAYMENT BOND
Page 1 of2
Bond Number: 2656871
1
2
3
4
5
6
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOW ALL BY THESE PRESENTS:
7
8
That we, Road Solutions, L.L.C. known as "Principal" herein, and
West Bend Insurance Company a corporate surety
9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether
10 one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation
11 created pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of
12 Three Hundred Seventy-Four Thousand, Three Hundred Thirty-Six Dollars ($374,336.00) 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 be made, we bind ourselves, our heirs, executors, administrators,
15 successors and assigns,jointly and severally, firmly by these presents:
16 WHEREAS, Principal has entered into a certain written Contract with City, awarded the
17 18th day of November , 202.L, which Contract is hereby referred to and made a part hereof
18 for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other
19 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and
20 designated as Marine Park and Mercado Plaza Park Lighting Improvements, City Proiect Number
21 105005.
22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if
23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in
24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full
26 force and effect.
27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
29 accordance with the provisions of said statute.
30
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 8, 2023
Marine Park and Alleyway Lighting City Project Number 105005
m 6114-2
PAYAaIIJT BOND
Page 2 "2
I IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED
2 this instalment by duly authorized agents and officers on this the 18th day of
3 November 20 25
4
5
6
7
8
9
10
II
12
ATTEST:
(Principall��Y
Monica Pavone
Witness as to Principal
PRINCIPAL:
Road Solutims. LLC
BY: h kY&YY
IgIlBtllre
Hector Bass / Principal
Name and Title
Address: 1535 Snider In
Luna. TX 75002
SURETY:
Weal Band InsuranceceCompany
ATTEST: BY: Z
Signa6
Robert L Cox II, Attorney in Fad
(S ) S cretary Name and Title
Kacee McCrorey, Secretary
Witness as to Surety
Address: 4911 S Arrowhead Dr. Ste 310
Indeoendenos. MO 64055
Telephone Number: 816-525-3155
Email Address: robert.coAiiaossuredoartneracom
Note: If signed by an officer of the Surety, there most be on file a certified extract from the bylaws
showing that this person has authority to sign such obligation. If Surety's physical address is
different from its mailing address, both most be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
END OF SECTION
0`�,511ngH�k�,
OWoR \
t SSEAL gv-
F
CrTY OF PORT WORTH Mtn Pagk Alk�LgMng
STANDARD CONSTRtUrTON SPF MCAMN DOCUhffiNTS C6y ProjectN &rlmW5
Revised Dec ber8,2a73
C WEST BEND
POWER OF ATTORNEY
Bond No. 26SM71
Know all men by these Presents, that West Bend Insurance Company (fonnedy known as West Bend Mutual Insurance Company prior to 111I2024), a
corporation having its principal office in the City of West Bend, Wsconsin does make, constitute and appoint:
Robert L Cox II, Rodney Demaree, Kathryn E Johnson, Luke Lambert, Kaoee MoCmrey, Julie Messbarger
lawful Attorney(*infact, to make, execute, seal and deliver for and on its behalf as surety and as its act and deed any and al bonds, undertakings
and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the
sum of. Thirty Million Dollars ($30,000,000)
This Power of Attomey is granted and is signed and sealed by facsimile under and by the authority of the fdlowing Resolution adopted by the Board
of Directors of West Bend Insurance Company by unanimous consent resolution effective the iatday of January 2024.
AppointmentofAttorney-In-Fact Thepresidentoranywcepresiden
written certykate Atturneys-In-Fa¢ tu acton behalfnf the company
writRn obligaory insbvmeatt dike wtwe The signatureofanyt
facsimile many such pgwwgfamorney or in anycertifnmte relating
facsimile signatures or fwsimileseal shall be validand binding upon
signatures andfacsimile seal shall be solid andbinding upon the can
writing obligatory m nature tuwhich it is attached Anrysuch appoli
any time
or any other officer of Westilend Insurance Company
i the execution grand attesting ofbands and undertul
icer authorized hereby and the corpor weal may be
�erefore and any such power of attorney or certfncate
n the future with respect in any bond or undertaking or other
may be revake4 for cause, or without mum, by any said officer at
Any reference to West Bend Mutual Insurance Company in any Bond and al continuations thereof shall be considered a reference to West Bend
Insurance Company.
In witness whereof, West Bend Insurance Company has caused these presents to be signed by its president undersigned and its corporate seal to be
hereto duly attested by its secretary this 1st day of January 2024.
Atlest 'a1Al1toVhtN r. %ALA1�alLi r°'<'PpPO"~'x,� o`'_
Chrismphtt C. Zw _.9. SEAL 10 _ RobertJ. Jacques
zF 4ys
Secretary �vp�'t 'xa 11RE President
State of Wsconsin
County of Washington
On the in day of January 2024, before me personalty came Robert Jacques, to me known being by duly sworn, did depose and say that he is the
President of West Bend Insurance Company, the corporation described in and which executed the above: instrument that he knows the seal of the
said corporation; that the seal affixed to said instrument is such corporate seal; that is was so affixed by order of the board of directors of said
corporation and that he signed his name thereto by like order.
frItOTAgy ,. ? [lead C �5''�� /
Wraw AMasseeyy
"__,^, 4� // Public;Public;Washington Co., WI
�
' My Commission is Permavrnt
The undersigned, duly elected to the office stated below, now the incumbent in West Bend Insurance Company, a Wisconsin corporation authorized
to make this certificate, Do Hereby Certify that the foregoing attached Power of Attorney remains in full fauce effect and has not been revoked and that
the Resolution of the Board of Directors, set forth in the Poser of Atrorney is now in fame.
Signed and Sealed at West Bend, Wisconsin this 18th day of November 2025
N
a �o�: F :
mio.
Guigte� I y r.d
r[s SEAL `3-
Chriemp
er C.Z
seue[ayy
rr,t„r'0
laoa S 18th Avenue I West Bend. W smile I Phone (800) 23fisA1a I Fax: (877)674260 I vww.Nesiberinng.com
1
2
3
4
5
6
7
8
9
THE STATE OF TEXAS
COUNTY OF TARRANT
SECTION 00 6119
MAINTENANCE BOND 00 6119-1 MAINTENANCE BOND Page 1 of3 Bo nd Nu mber: 2656871
§
§
§
KNOW ALL BY THESE PRESENTS:
That we, Road Solutions, L.L.C. , known as "Principal" herein and
____ W_e_s_t B_e_n_d_l_n _su_r_a _n c_e_C_o_m--'-pa_n-=-y ______ _, a corporate surety (sureties, if more than
10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one
11 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created
12 pursuant to the laws of the State of Texas, known as "City" herein, in the sum of Three Hundred
13 Seventy-Four Thousand, Three Hundred Thirty-Six Dollars ($374,336.00)lawful money of the
14 United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and
15 truly be made unto the City and its successors, we bind ourselves, our heirs, executors,
16 administrators, successors and assigns, jointly and severally, firmly by these presents.
17
18 WHEREAS, the Principal has entered into a certain written contract with the City awarded
19 the 18th day of November, 2025, which Contract is hereby referred to and a made part hereof for
20 all purposes as if fully set forth herein, to furnish all materials, equipment labor and other
21 accessories as defined by law, in the prosecution of the Work, including any Work resulting from
22 a duly authorized Change Order ( collectively herein, the "Work") as provided for in said contract
23 and designated as Marine Park and Mercado Plaza Park Lighting Improvements, City Pro;ect
24 Number 105005: and
25
26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
27 accordance with the plans, specifications and Contract Documents that the Work is and will remain
28 free from defects in materials or workmanship for and during the period of two (2) years after the
29 date of Final Acceptance of the Work by the City ("Maintenance Period"); and
30
31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon
32 receiving notice from the City of the need therefor at any time within the Maintenance Period.
33 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 19, 2025 Marine Park and Alleyway Lighting City Project Number 105005
00 6119-2 MAINTENANCE BOND Page2 of3 1 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy
2 any defective Work, for which timely notice was provided by City, to a completion satisfactory to
3 the City, then this obligation shall become null and void; otherwise to remain in full force and
4 effect. 5 6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to be
8 repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the
9 Surety under this Maintenance bond; and
10
11 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
12 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
13 Worth Division; and 14 15 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive
16 recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 19, 2025 Marine Park and Alleyway Lighting City Project Number 105005
1
2
3
42
006119.3
MAINTHJANCRBOND
Peg 3 of
IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
instrument by duly authorized agents and officers on this the 18th day of
November - 20 25 .
PRINCIPAL:
Road SoluBoas, LLC
BY:
Signature
ATTEST:
Hector Bess / Principal
(Principal) Name and Title
Address: 1535 Snider In
Lures. Tx 75002
Monica Pavone
Witness as to Principal
SURETY:
West Bend Insurance Company
BY.
Robert L Cox II, Attorney in Fact
ATTEST: Name and Title
Aamesv astt s arrwheaa or. Ste 310 = '`bSEAL•I;'-
(S ) Indeoendenoe. MO 64055
Kacee McCrorev. Seaelary
Witness as tn Surety Telephone Number: 816-525-3155
Email Address: robert.wAO)assuredcartnere.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 prim to the date the Contract is awarded.
=OF FORT WORTH Mtn Park adNle� Lwvn
STANDARD CONSTRUCTION SP MCAMN DOCUhffiJTS City ProjaxN &rlmoar
Revised Seixm 19,2MS
C WEST BEND
POWER OF ATTORNEY
Bond No. 2656871
Know all men by these Presents, that West Bend InsuranceCompany (formerly known m West Bend Mutual InsuranceCompany prior to 1y1=4), a
corporation having its principal office in the City of West Bend, Wisconsin does make, constitute and appoint:
Robert L Cox II, Rodney Demame, Kathryn E Johnson, Luke Lambert, Kacee McCrorey, Julie Membarger
lawful Atnrney(*ln-fact, to make, execute, seal and deliver for and on its behalf as surety and as its act and deed any and all bonds, undertakings
and contracts ofsuretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the
sum of. Thirty Million Dollars ($30,000,000)
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board
of Directors of West Bend Insurance Canpany by unanimous consent resolution effective the 10day of January 2024.
AppointmentofAtmrney-In-Fact The presidentoranyvicepresiden4 oranyotheroJficerofWest Bendlusumnce Corwanymayappointby
written certificate Attorneys -In -Fact to act on behalfofthe companyin the execution ofandattes0ng ofbonds and undertakings and other
writtenobligamryimw mentroflikemmre Thesigmt eofanyoJfrceraudwrizedherebyand the corpomteseal maybe affixed by
facsimile marry such power ofatmrneyor marry certificate relating thereforeand anysuch power ofatmrneyor certificate bearing such
facsimile sigmmres or fasimile seal shag be valid mdbinding upon the comparry, and any such powerso executed and certlfied by facsimile
signatures andfaomimile seal shall be validandbinding upon the companyin thefuture with respect to anybond or undertaking orother
writing obligatoryin nature mwhich it's attached Anysuch appoinomntmay berevoked, forcausR orwithoutmum byanysaido)yrcer at
any time
Any reference to West Bend Mutual Insurance Company in any Bond and al continuations thereof shall be considered a reference to West Bend
Insurance Company.
In witness whereof, West Bend Insurance Company has caused these presents to be signed by its president undersigned and its corporate seal to be
hereto duly attested by its secretary this tat day of January 2024.
Arrest kgltDGYLA'/.'.%Atlsl�Ght =`��o sw°OWeF ,-
Christopher C. Zgq -o- sa SEAL : �_ Robert J. Jacques
Secretary Byx �jj President
State of Wisconsin
;3'N. Too
Countyof Washington
On the 1u day of January 2024, before me personalty came Robert Jacques, to me known being by duly sham, did depose and say that he is the
President of West Bend Insurance Company, the corporation described in and which executed the above instrument; that he knows the seal of the
said corporation; that the seal affixed to said instrument is such corporate seal; that is was so affixed by order of the board of directors of said
corporation and that he signed his name thereto by like order.
'ryRL1G, j� a Lwad Coepetaw`Atmmey
... Nhtaiy Public, Washington Co., Wl
"""'k My Commission is Permanent
The undersigned, duly elected to the office stated bebw, now the incumbent in West Bend Insurance Company, a Wisconsin corporation authorized
to make this certificate, Do Hereby Gently that the foregoing attached Power of Atnmey remains in full force effect and has not been revoked and that
the Resolution of the Board of Directors, set forth in the Poker of Attorney is now in face.
Signed and sealed at West Bend, Wisconsin this l Sth day of November 2025
� %SUaqN'C ,
_0
/ 0/c?�oN°ei %iIAIS�EV�LY P.
5r[sSEAL `3- Christop erG Zwyjak
Secretary
19005lath Avenue I West Bend, Wr 530951 Phone '(866)2W-W161 Fax: (8T/)67426631 www.thesiNeflmm9.wm
Fox_,_,
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: Road Solutions, L.L.C.
Subject ofthe Agreement: contract for the Construction of Marine Park and Alleyway Lighting Improvements
M&C Approved by the Council? * Yes ® No ❑
If so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑ No
If so, provide the original contract number and the amendment number.
Is the Contract "Permanent"? *Yes ® No ❑
If unsure, see back page for permanent contract listing.
Is this entire contract Confidential? *Yes ❑ No ® Ifonly speclic information is
Confidential, please list what information is Confidential and the page it is located
Effective Date: Expiration Date:
If differentfrom the approval date. If applicable.
Is a 1295 Form required? * Yes ® No ❑
*Ifso, please ensure it is attached to the approving M&C or attached to the contract.
Project Number: Ifapplicable. 105005
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number Yes ® No ❑
Contracts need to be routed for CSO Drocessing in the following order:
1. Katherine Cenicola (Approver)
2. Jannette S. Goodall (Signer)
3. Allison Tidwell (Form Filler)
*Indicates the information is required and if the information is not provideg the contract will be
returned to the department.