HomeMy WebLinkAbout064493 - Construction-Related - Contract - McMahon Contracting, LPCSC No. 64493
�� 1►,� �� il 1 �
PROJECT MANUAL
FOR
THE CONSTRUCTION OF
CANTRELL SANSOM ROADWAY WIDENING
City Project No. 102217
Mattie Parker Jesus "Jay" Chapa
Mayor City Manager
Lauren Prieur
Director of Transportation and Public Works
Prepared for
The City of Fort Worth
TRANSPORTATION AND PUBLIC WORKS
2025
Burgess & Niple
3950 Fossil Creek Blvd. Ste #210
Fort Worth, TX 76137
(817) 306-1444
TBPELS Firm Registration # F-10834
ELECTR4NICALLY
�EAL�[] OC12�12D�5
� �..��.,.��
r.�P.. � �
��_:' � .�'
* : `•. *
�F •` • *
................................
�lAMES h�, MULL�NS
................................
� � /�
1115�6 :��
��F�;� .��.��7� �
�FFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
��� �����
Cit of FortWorth
Y
Standard Construction Specification
Documents
Adopted September 20ll
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 5
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions
� 00 OS 10 Mayor and Council Communication
� 00 OS 15 Addenda
� 00 ll 13 Invitation to Bidders
� 00 21 13 Instructions to Bidders
� 00 35 13 Conflict of Interest Statement
� 00 41 00 Bid Form
� 00 42 43 Proposal Form Unit Price
� 00 43 13 Bid Bond
� 00 43 37 Vendor Compliance to State Law Nonresident Bidder
�e-�s-�� �:aa.,.� n.,.�wul.r.��:�..�
� 00 45 12 Prequalification Statement
� �e-�� �r���.:,...��
� 00 45 26 Contractor Compliance with Workers' Compensation Law
� 99-4�-49 D u�::���� ��, �-6ea�
� 00 52 43 Agreement
� 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 Supplementary Conditions
Division O1- General Requirements
O1 11 00 Summary of Work
O1 25 00 Substitution Procedures
O1 31 19 Preconstruction Meeting
O1 31 20 Project Meetings
O1 32 16 Construction Schedule
O1 32 33 Preconstruction Video
O1 33 00 Submittals
O1 35 13 Special Project Procedures
O1 45 23 Testing and Inspection Services
O1 50 00 Temporary Facilities and Controls
O1 55 26 Street Use Permit and Modifications to Traffic Control
O1 57 13 Storm Water Pollution Prevention Plan
O1 58 13 Temporary Project Signage
O1 60 00 Product Requirements
O1 66 00 Product Storage and Handling Requirements
O1 70 00 Mobilization and Remobilization
O1 71 23 Construction Staking and Survey
O1 74 23 Cleaning
O1 77 19 Closeout Requirements
O1 78 23 Operation and Maintenance Data
O1 78 39 Project Record Documents
Last Revised
07/O 1 /2011
07/O 1 /2011
02/08/2024
06/13/2025
02/24/2020
09/30/2021
09/30/2021
09/30/2021
09/30/2021
$s��
09/30/2021
����
07/O 1 /2011
n� in�
06/13/2025
12/08/2023
12/08/2023
12/08/2023
07/O 1 /2011
03/08/2024
03/08/2024
Last Revised
12/20/2012
07/O 1/2011
08/17/2012
07/O 1/2011
10/06/2023
07/O 1 /2011
12/20/2012
03/11/2022
03/09/2020
07/O 1/2011
03/22/2021
07/O 1/2011
07/O 1 /2011
03/09/2020
07/O 1/2011
11 /22/2016
02/14/2018
07/O 1/2011
03/22/2021
12/20/2012
07/O 1/2011
CITY OF FORT WORTH Cantrell Sansom Roadway Widening
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 102217
Revised June 13, 2025
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 5
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
Division 99 - Miscellaneous
� 99 99 00 � Non-Standard Bid Items
Date
Modified
� OS/06/2022
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
httn://fortworthtexas.�ov/tpw/contractors/
or
https://apps.fortworthtexas.gov/Proi ectResources/
Division 02 - Existing Conditions
� 02 41 13 Selective Site Demolition
� 02 41 14 Utility Removal/Abandonment
� 02 41 15 Paving Removal
Division 03 - Concrete
� 03 30 00 Cast-In-Place Concrete
� 03 34 13 Controlled Low Strength Material (CLSM)
� 03 34 16 Concrete Base Material far Trench Repair
� 03 80 00 Modifications to Existing Concrete Structures
Division 26 - Electrical
� 26 OS 00 Common Work Results for Electrical
� 26 OS 10 Demolition for Electrical Systems
� 26 OS 33 Raceways and Boxes for Electrical Systems
� 26 OS 43 Underground Ducts and Raceways for Electrical Systems
I���o E�r.il`Pqi�l'ii�„�:,,�� r�r„i.; r,,,,.� r„�a,,;�
Division 31 - Earthwork
� 31 00 00 Site Clearing
� 31 23 16 Unclassified Excavation
� 31 23 23 Borrow
� 31 24 00 Embankments
� 31 25 00 Erosion and Sediment Control
� 2 ��o �
� 31 37 00 Riprap
Division 32 - Exterior Improvements
�'��vi- rT �QY�Ii'i�.�l:�'lt A �,-.l..,lt D.,..;.�,.. Do,-..,;,-
2 `)�4o T..,�.,,....-.,,-.. 1 D ..,..,;,-
�c�npvrc�r�'10 .l�i �l.�ar
32 O1 29 Concrete Paving Repair
32 11 23 Flexible Base Courses
32 11 29 Lime Treated Base Courses
32 11 33 Cement Treated Base Courses
Last Revised
03/l 1 /2022
12/20/2012
02/02/2016
06/13/2025
03/07/2025
12/20/2012
12/20/2012
03/11/2022
12/20/2012
12/20/2012
07/O1/2011
m i���
03/22/2021
O 1 /2 8/2013
O1/28/2013
O1/28/2013
04/29/2021
i � i��i�
12/20/2012
1'�/l�z
i � /�rc�-�vii
06/13/2025
12/20/2012
12/20/2012
06/10/2022
CITY OF FORT WORTH Cantrell Sansom Roadway Widening
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 102217
Revised June 13, 2025
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 5
2 7�T
32 12 16
� 32 12 73
� 32 13 13
� 32 13 20
� 32 13 73
� ��o
32 16 13
32 17 23
� �'�',�z'�
� � ��-�i i�
I � ��o
� � ���
� ���
32 91 19
� 32 92 13
� 32 92 14
� 32 92 15
� 32 93 43
r ; ,:�Cl SLYI �i��'i�l'.�
Asphalt Paving
Asphalt Paving Crack Sealants
Concrete Paving
Concrete Sidewalks, Driveways and Barrier Free Ramps
Concrete Paving Joint Sealants
�r�,z� TJ�t�g
Concrete Curb and Gutters and Valley Gutters
Pavement Markings
�',,,.�'�^�a� ti.int-i�g
r�.,;� �o�,.o� .,�a r_.,�o�
�xT:,-„ �„r,.,,� ,.ra r,,.,,�
�x�,.,.a �,.r,.,.� .,ra r,,.,,,.
C—�t in D.l��o r,.�,..-o�o no�.,;�:�,. �x�.,n�
Topsoil Placement and Finishing of Roadway Right-of-ways
Sodding
Non-Native Seeding
Native Grass and Wildflower Seeding
Trees and Shrubs
/�Q l'iwTL1TLPi�
6/07/2024
12/20/2012
06/ 13 /2025
12/09/2022
12/20/2012
i�i��
12/09/2022
06/ 10/2022
iiin��
i�i��z
i�i��i
i � i���
96��
03/11/2022
OS/13/2021
OS/13/2021
10/06/2023
12/20/2012
Division 33 - Utilities
� 33 O1 30 Sewer and Manhole Testing
����T n�,.�oa �;r,.,,;� rro�o.,;�;,... �nr�rr�» rr��v,.�;ct: C�itce_�,�e�
�� ni 2� rt„�oa r:,.,,,,:r rr � irrrr��� r� c�
�svr�z crvaccr-c-�rcmrr2��'i S�cc�9ii--r�iG�� �i'i11Y2
I�2�0 �"�.11/d Du�'f��1Y1n „��.,:.,�;�„ co..,o.. c.,.,�o,,..,
I22�o r�;r� o�r,7:,.,. „r,7 �1,,,.�`"i:\.� TOC�I.�:�9i�
I22�T �,..-.-,...;,�,. �,.,..f.-,�l T„�� c�„�;,.,.,..
I���z ra.,,.�o�;,,.,, nr„ao r,,.�„a;,, n,-,,.o�`il�'1 �j0:�
I�A -ro,.,r,,,.,,..., �x�,,.o,- �o...,;,.o�
�-94-49 J��'»�� ara n,.,.o��.,,,,.o -ro��;r,. ,.��a�„�o,- ra.,;r�
�� nn cn rio„�;�,. „�n;,-.o�
�--�-�o
� 33 OS 10 Utility Trench Excavation, Embedment, and Backfill
� 33 OS 12 Water Line Lowering
� 33 OS 13 Frame, Cover and Grade Rings
33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
Grade
� 33 OS 16 Concrete Water Vaults
� 33 OS 17 Concrete Collars
� 33 OS 20 Auger Boring
� ���i �c'. r,i�ir P�.:e
� 22�z Q�ool !�'.,�:,-,.. D;.-.o
I�t2� i7n,,.a T,,.,,,ol,,,..
I�4 T,,��..11.,r;,.,. „4'!`.,,-,-;o,- D;,.o ;,,. !''.,�;,,.t ,.,- T,,..,.ol T; o,- Dl..�o
33 OS 26 Utility Markers/Locators
33 OS 30 Location of Existing Utilities
� 33 11 OS Bolts, Nuts, and Gaskets
� 33 11 10 Ductile Iron Pipe
� 33 11 11 Ductile Iron Fittings
� 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe
I �� , , , � Eene�e�����..,,-o�� `x�e����€��lisdo: T��
09/07/2018
n� ii�n�
i�in��
i�i��z
i�i��i
1 7 /'l�z
, � i���
n� in��
m m����
nz ii��
06/13/2025
12/20/2012
09/09/2022
03/ 11 /2022
12/20/2012
03/11/2022
12/20/2012
, � ����
1 7 /7m-�m�cviz
17/7�z
i � in��
12/20/2012
12/20/2012
12/20/2012
12/09/2022
09/20/2017
09/09/2022
n� in��
CITY OF FORT WORTH Cantrell Sansom Roadway Widening
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 102217
Revised June 13, 2025
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 5
22 �� ��
2 2�0
I�2 1 7 1 1
I� ��0
� � ��- r�r
� 33 12 25
�� i � �n
�o
2 2�0
I 3J3J ��✓v
I� ��-Tz vnv
� 2/2 2 1 1 'l
� ti� �
� � 3'. l`,
� �T �_�o
�� �i �
� �� �, ��
� �� �, ��
� � ��o
� � ���v
� 33 39 10
� 33 39 20
� �-�9-39
� � ��o
I � 2�0
� 33 41 10
� � ��_
� � �i i�
� � 11'3
�3--4-�-98
�� nti ni
SJ�'�T
I� 2�a�mvz
� 33 49 10
� 33 49 20
� 33 49 40
�,,,.:o,] C��ool D;..e ,,,�a L';+�:.,�.�
�x7.,�o.- C'o,-.,:,.o� 1 ,.1. �,. 7 , ,.1.
7 n o �xT.,+ov A/To4arn
Do�;l;e,.� Co.,+o,l !'�„ao �7.,1.,0
A�I7�x7A D„L.L.� C`,,.,�,,,7 U„��,,,-FI.,�7.,1�.,.�
Connection to Existing Water Mains
!-'.,,v.l.;.,.,�;.,,, A;,- �T.,l..o A ��o,v.l.l;o� F,- Dl.�.,l.lo �xl.,ro.- C.,�ro..,�
��,.o u.,a,. r+.,
�6� �C�17� � C'�rJ
C�.,,�a,,..l1 R1,,.�. .,4'4'�/.,1. o A��o,�,l.l..
�ed in Pl��� Dip� ,�3
���l�r� _l',:r� r,.,,a D;�„ � r r..,,.,:�., Sur�i�.�,�s
., ri
u:,.�, n„r..;�., v,.t.,,,.�..,i„r„ iunv�� v;,.,, �,- c„�:�,,.-., c,,...,.,-
n„i....:,-,.,i rt,i,.,-;ae rnvr� r_,-.,.,;.., c.,�;+.,.-., co., o,- n;�o
�
c.,�,���or EI.�� T,i.�`ng
c.,�;�,,,.., co,.,o.. n:�o �l�.l�l�ot��
ci.�«�:� E»�� ., „ r� ,..:�,... .,ra c„r.,;,.,, �;
EL�"r.�Ha`�1��. .n:.. �n,-���,'� �1'�t'�;, c�..,,.r �,.r,.,, n,r,,:r.,
Cast-in-Place Concrete Manholes
Precast Concrete Manholes
���,lcec l��e�es
�xT.,.,.o.,,,,.o.. n,.,,o.,� �1'�,�i ��
��`��' N �i:GY��t7,e�`,, co o,. C��.-.,,,�,,..o.,
Reinforced Concrete Storm Sewer Pipe/Culverts
u;,.t, n,,,...;.., n,.l.,,,.l�.,l„r„ iunn�� v;,.,,, �.- c�1221 ���`�n
Uo;,-,F .-.,o.l D..1..orL,..lo.,ol��D�l Dl'�(�`
t l�
D,,,.,�,.,,r�,,o„o D;�o � .. e:�t:� TJ�ai:�
�������
ct„««oa c+
rnvscccrvs�l°�'1� T.%'l.'�y`�
��C�S �%'1�a1�L
Cast-in-Place Manholes and Junction Boxes
Curb and Drop Inlets
Storm Drainage Headwalls and Wingwalls
7G7�7l�l�Tifi
� � �
� �
� �_ �
�i � !
1 1.
� �
� � � i
. !
�_ � �
� .
� .
�. � �
! � ��� ��
� � ._
Division 34 - Transportation
� �^�
�n n i i n ni n� �..,,o�� n r„r iio.. r.,�.;�o�
�vr rr��iEm�ic�r�-���rr�i6ncr-cccorrrcc
�n ni inm
��L
Zn n�-Ti ��v.vJ i�tzizC�riie�i+���re�:l�'�7 .Ci�',^'��ix
I�� To,.„.,,,-�.-.. T,-�#;,. C;..,,.,1�
I3J4--4-��� Do,m,,...;,..T T,-.,4'4;,. C�;.,,,.,1�
34 41 20 Roadway Illumination Assemblies
34 41 20.01 Arterial LED Roadway Luminaires
I�� ��� �,.,,,,.. „ , r �r, n,.,,,a..,,,., �ar�ir.uir�
I 2n n�� �Y'1,11. �TTJ P.�y ���11�T�
� 34 41 30 Aluminum Signs
I�n� n�o c;,,,,io ra,,,�o �;i,o,. nr.;,. r„i.ie
� 34 71 13 Traffic Control
, � ����
,����i
nn i���
i�i��i
12/13/2024
12/13/2024
,��,�
i � i���
nn i���
07/O1/2011
i�i��i
77/1��
n�ii��
i�i��
n� in��
n�in�i�
12/13/2024
03/11/2022
07/O 1 /2011
nz ii��
i�ii��
n���
!11 /�
17/7��
n� n��
12/20/2012
06/15/2015
n�iio c��
n�iio c��
11/12/2013
m i���
03/22/2021
CITY OF FORT WORTH Cantrell Sansom Roadway Widening
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 102217
Revised June 13, 2025
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 5
Appendix
GC-4.01
GG4A2
GC-4.04
�V.�
GG6.07
GC-6.09
GR-01 60 00
Availability of Lands
Subsurface and Physical Conditions
Underground Facilities
�li��Vii1.'' U�iI.I�`V1lll+ll OVYlIVI.�DUJ1l1�JJLllI\+11./IIJV V�1�11�1Q11V�
Wage Rates
Permits and Utilities
Product Requirements
END OF SECTION
CITY OF FORT WORTH Cantrell Sansom Roadway Widening
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 102217
Revised June 13, 2025
12/5/25, 10:35 AM
CITY COUNCIL AGENDA
Create New From This M&C
DATE: 12/9/2025 REFERENCE NO.: ��M&C 25-
1137
LOG NAME: 2020CANTRELL -
MCMAHON
CODE: C TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: (CD 2) Authorize Execution of a Contract with McMahon Contracting, LP, in the Amount of
$3,517,817.99 for the Cantrell Sansom Road Widening from Mark IV Parkway to
Interstate Highway 35W Southbound Frontage Road, Authorize Execution of Amendment
No. 3 to a?Contract with Burgess and Niple, Inc., in the Amount of $33,800.00 for
Additional Engineering Services for a Revised Contract Amount of $615,435.00, Adopt
Appropriation Ordinance and Amend the Fiscal Years 2026-2030 Capital Improvement
Program
RECOMMENDATION:
It is recommended that the City Council:
��RT �'�'ORTI I
-��-
1. Authorize execution of a construction contract with McMahon Contracting, LP, in the amount of $3,517,817.99 for the
construction of the roadway improvements at Cantrell Sansom Road Widening from Mark IV Parkway to Interstate Highway
35W Southbound Frontage Road project (City Project No. 102217);?
2. Authorize execution of Amendment No. 3?to City Secretary Contract No. 53330, an?engineering agreement with Burgess and
Niple, Inc., in the amount of $33,800.00?for engineering services for the design of Cantrell Sansom Roadway Widening for a
revised contract amount of $615,435.00 (City Project No. 102217);
3. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the General Capital Projects?
Fund, by increasing estimated receipts and appropriations in the Cantrell Sansom Road Widening from Mark IV Parkway to
Interstate Highway 35W Southbound Frontage Road project (City Project No. 102217) in the amount of $600,000.00, and
decreasing estimated receipts and appropriations in the Keller Hicks from Lauren Way to United States Highway 377 project?
(City Project No. 100146) by the same amount; and
4. Amend the Fiscal Years 2026-2030 Capital Improvement Program.
DISCUSSION:
This Mayor and Council Communication (M&C) is to authorize execution of a construction contract with McMahon Contracting, LP, in the
amount of $3,517,817.99, for the Cantrell Sansom Road Widening from Mark IV Parkway to Interstate Highway (IH) 35W Southbound
Frontage Road project (City Project No. 102217). The contract will be funded using the Transportation Impact Fee Fund.
The project was advertised for bid on August 20, 2025, and August 27, 2025, in the?Fort Worth Star-Telegram.
The following bids were received on September 25, 2025.
Bidders Total Bid
McMahon Contracting, LP
DDM Construction Corporation
Jackson Construction, Ltd.
Axis Contracting, Inc.
Grod Construction, LLC
Pavecon Public Works, LP
$3,517,817.99
$3,930,856.00
$3,965,259.00
$3,941,531.74
$4,299,599.15
$4,637,026.40
This M&C will also authorize execution ofAmendment No. 3 to the engineering and services agreement with Burgess and Niple, Inc., in
an amount of $33,800.00, for a revised contract amount of $615,435.00, for Right-of-Way (ROW) staking for the utility relocation and an
alternative design concept requested by Texas Department of Transportation (TxDOT) for a right turn lane from the IH35W southbound
frontage road to Cantrell Sansom.
The following table summarizes previous contract actions and amendments:
M8�C Amount Justification Authority Date
Initial Contract $481,712.00 Design contract for design, bidding, and construction services M&C 19-0421 12/17/2019
Amendment Amendment to provide for completing necessary revisions to the Administratively
No.1 $85,023.00 drainage plans due to downstream system plans not being Approved 06/26/2018
available at the time
Amendment to provide additional services related to the
Amendment $14,900.00 condemnation of the ROW owned by the North Baptist Church, Administratively 03/23/2021
No.2 including alternative sanitary sewer options for the church, and Approved
exhibits for an alternative median design
M&C Review
apps.cfwnet.org/cou ncil_packet/mc_review.asp? ID=33998&counci Idate=12/9/2025 1/2
12/5/25, 10:35 AM
M&C Review
Amendment To provide for ROW staking for utility relocation and an alternative
No.3 $33,800.00 design concept requested by TxDOT for a right turn lane from the This M&C
IH35W southbound frontage road to Cantrell Sansom
Revised
Contract $615,435.00
Amount
Funding for this project was not included in the FY2026-2030 Capital Improvement Program. The action in this M&C will amend the
FY2026-2030 Capital Improvement Program as approved in connection with Ordinance 27979-09-2025.
Funding is budgeted in the Transportation Impact Fee Cap and Street Improvement 2008 Funds for the Cantrell Sansom Rd Widening
project and in General Capital Projects Fund for the Keller Hicks Rd. (377 to Katy) project for the Transportation & Public Works
Department for the purpose of funding the Cantrell Sansom Rd Widening project.
Funding is budgeted in the TPW Dept Highway & Streets?Fund for the purpose of funding the Cantrell Sansom Road?project.
Appropriations for the Cantrell Sansom Road project are depicted below:
Fund
Existing
Appropriations
30108 - Transportation Impact Fee Cap $3,600,000.00
39008 - Transportation Impact Fee Cap
Legacy
39407 - Street Improvements 2008
30100 - General Capital Projects
Project Total
The project is located in COUNCIL DISTRICT 2.
$455,900.33
$500,000.00
$0.00
$4,555,900.33
Additional project Total
Appropriations
$0.00 $3,600,000.00
$0.00 $455,900.33
$0.00 $500,000.00
$600,000.00 $600,000.00
$600,000.00 $5,155,900.33
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are currently available in the Cantrell Sansom Rd Widening project within the Transportation
Impact Fee Cap and Street Improvements 2008 Funds and in the Keller Hicks Rd. (377 to Katy) project within the General Capital
Projects Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be
available in the General Capital Projects, Transportation Impact Fee Cap and Street Improvements 2008 Funds for the Cantrell Sansom
Rd Widening project to support the execution of the contract. Prior to any expenditure being incurred, the Transportation and Public
Works Department has the responsibility of verifying the availability of funds.
TO
Fund Department Account Project Program Activity Budget Reference #
ID ID Year (Chartfield 2)
FROM
Fund Department Account Project Program Activity Budget Reference #
ID ID Year (Chartfield 2)
Submitted for Citv Manaaer's Office bv: Jesica McEachern (5804)
Originating Department Head:
Additional Information Contact:
Lauren Prieur (6035)
Monty Hall (8662)
ATTACHMENTS
102217 Cantrell Sansom Prof Svcs Aarmnt Amendment 3-Form 1295 Certificate 101442204 sianed.�df
1295 - Cantrell Sansom CPN 102217 - McMahon Contractina.odf (CFW Internal)
2020CANTRELL - MCMAHON - M&C FID.xlsx (CFW Internal)
2020CANTRELL - MCMAHON funds availability.odf (CFW Internal)
M&C Mae CantrellSansomRd CPN102217.edf (Public)
ORD.APP 2020CANTRELL - MCMAHON 30100 A026(R31.docx (Public)
Amount
Amount
(CFW Internal)
apps.cfwnet.org/council_packet/mc_review.asp?ID=33998&councildate=12/9/2025 2/2
aaaszs-i
,anDerrDA
Page L of2
1
z
3
4
5
6
7
$
9
ia
[I
l2
l3
l4
15
16
17
1$
19
20
21
22
23
24
25
26
27
28
29
30
3l
32
33
34
35
36
SECTION 00 OS 15
ADDENDUM N0. 1
Cantrell Sansom Roadway Widening
City Project No. 102217
Issue Date: September 5, 2025
Bid Receipt Date: September 25, 2025
This addendUm forms par� of the Contract Doc��ments referenced abave and modifies the
original Contract Documents. Attach ihis Addendum inside the Cantract Documents and
note c�eceipt of this Addendum in tl�e Bid ProposaL The submission instr�ctions have
been updaied to include AcEdendum No. ] under the Requested Information section.
I) Summaeized 6elow at•e responses to ques�ians asked during the pre-bid meeting:
a) Q: Is an estimated cost available?
A: 4.I million
b) Q: When do you expect the project to starf?
A: We typical[y start 6 months after the init�al advertisement. We'll be looking to
start in Febr�a�y or early March 2026.
c) Q: Is sli�form paving required?
A: Yes, please plan on paving all main lanes with a slipfa�-m. Intersections and
small cannections, we can work with the contractor on hand pa�ing.
d) Q: Can you canfirm the machine laid concrete pre-qual?
A: It's the same p��e-qual. It's the Conc�•ete Paving Canstruction/Reconst�-uction
(Less than ] 5,000 sqLiare yards}
e} Q: Is ihe bid opeyi #o suppliers?
A; The bids are to be submitted by p��ime conh•acto�•s only. Subconti-actors and
suppliers are �o wark with pt•imes to partner for the project.
CTTY OI' FORT WORTH
Sl'r1NDARD C�NSTRUCTiON SPECLF[CA"['[O?�f DQC[�M�NTS
Reviscd Decernber 20, 20I7
Cantrell Sansom Roadrr�ay Widening
City ProjectNo. ]02217
ao os i s z
ADDENDA
Page 2 of 2
�
2
3
4
5
6
7
8
9
Eo
END OF SECTION
RECEIPT ACKNOWLEDGED TRANSPORTATrON & PUBLIC WORKS
�-� � DEPARTMENT
--. -- !�� o-gi�a�y signH nf h�i.rh ti,'rn
B � �V: Mitch Aiton �F�20259985�405'14050VCN�hqr�a�n
� �_ r' • C
n Mitcli Aiton, P.�., P.M.P.
Companv: �.���llar� C--o.�"rac.�J►,tt ��.P ProjectMana�er
U
GTY OF FOAT WORTH
51'AND�IRD COAISTRUCTION SPECtFICATIOtV I?OCI.JIvIENTS
Revis'ed IJece�nber 20, 2017
Cantrell 5ansnm Roadcvay Widenicig
City Praject No. 102217
000sis-i
ADDENDA
Page 1 of 1
2
3
4
5
6
7
8
SECTION 00 OS 15
ADDENDUM NO. 2
Cantrell Sansom Roadway Widening
City Project No. 102217
Issue Date: September 22, 2025
Bid Receipt Date: September 25, 2025
9
10 This addendum forms part of the Contract Documents referenced above and modifies the
11 original Contract Documents. Attach this Addendum inside the Contract Documents and
12 note receipt of this Addendum in the Bid Proposal. The submission instructions have
13 been updated to include Addendum No. 2 under the Requested Information section.
14
15
16
l7
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
KL�
1) Summarized below are responses to questions asked during the pre-bid meeting:
a) Q: Can you confirm which driveways are to stay open for the warehouses?
A: The three driveways on the south side between Flippin Way and Old Denton
Road are to be open as much as possible.
b) Q: Can you confirm the dates when the Old Denton Intersection is closed?
A: The warehouse's busiest times are October to December for Christmas
deliveries, and they requested that the intersection not be closed during that time.
We'll need to show that we can keep access to the driveways and an acceptable
path for large trucks back to Western Center and the 35W interchange if we close
that intersection during that time.
END OF SECTION
RECEIPT ACKNOWLEDGED TRANSPORTATION & PUBLIC WORKS
EPARTMENT
\ ��OwY ��YrcE M MLYJ� Ailon
� \ Mitch Aiton °� M��E=�.°.�'�„°�.°°°V.
Ox IFaNWoM.OU•TPW.CN=M41qiAibn
Oab: 20ZS.OB.72 11:51:70-0500'
}3V' ��l �. � . By:
Mitch Aiton, P.E., P.M.P.
Companv: 1�,�C�la1�,,,, CoN-�ra�%i,�y ��� Project Manager
CJ
CITY OF FORT WORTH Canvell Sansom Roadway Widening
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 102217
Revised December 20, 2017
0011 ]3
INVITATION TO BIDDERS
Page 1 of 3
SECTION 00 11 13
INVITATION TO BIDDERS
RECEIPT OF BIDS
Electronic bids for the construction of Cantr�ellSansom Roadway Widening ("Project") will
be received by the City of Fort Worth via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the
respective Project until 1:30 P.M. CST, Thursday, September 25, 2025.
Bids will then be opened publicly and read aloud beginning at 2:00 PM CST at I'ort Worth
City Hall, 100 Fort Worth Trail, Fort Worth, TeXas, Mezzanine Room CH MZ10 12.
Your submissions mustbeuploaded, 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 weekbefore 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 completedrequiredinformation 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 withoutliabilityto the City, unless suchbidderprovides 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 orreadable 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.gobon�'ire.com/hc/en-
us
CITY OF FORT WORTH Cantrell Sansom Roadway Widening
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Froject #102217
Revised 02/08/2024
0011 ]3
INVITATION TO BIDDERS
Page 2 of 3
Contactthe Bonf�ire support team at Support@GoBonfire.com or by calling 1-800-354-8010.
To get started with Bonfire, watch this five-minute training video:
Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com)
GENERAL DESCRIPTION OF WORK
The major work will consist of the (approximate) following:
10,500 SY 10.5" Reinforced Concrete Pavement
28,300 SF 4" Reinforced Concrete Sidewalk
1500 LF 21" RCP Storm Drain
686 LF 24" RCP Storm Drain
9 10' Curb Inlets
18 LED Light Poles
4 Water Structure Adjustments
4 Sanitary Sewer Structure Adjustments
PREQUALIFICATION
Certain improvements included in this project must be performed by a contractor or designated
subcontractor who is pre-qualified by the City at the time of bid opening. The procedures for
qualification andpre-qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS
TO BIDDERS.
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract Documents may be examined or obtained via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective
Project. Contract Documents maybe downloaded, viewed, andprinted by interested contractors
and/or suppliers.
EXPRESSION OF INTEREST
To ensure potential bidde� 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/portaU?tab=openOpportunities, under the respective
Project.
PREBID CONFERENCE —Web Conference
A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO
BIDDERS at the following date, and time via a web conferencing application:
DATE: Tuesday, September 2, 2025
TIME: 2:00 P.M. CST
Invitations with links to the web conferencing application will be distributed directly to those who
have submitted an Expression of Interest.
CITY OF FORT WORTH Cantrell Sansom Roadway Widening
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Froject #102217
Revised 02/08/2024
001] ]3
INVITATION TO BIDDERS
Page 3 of 3
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 forbids. If a prebid conference is not
being held, prospective bidders should direct all questions about the meaning and intent of the
Bidding Documents electronically through the Vendors discussions section under the respective
Project via the Procurement PortaL If necessary, Addenda will be issued pursuant to the
Instructions to Bidders.
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
City reserves the right to waive irregularities and to accept or reject any or all bids.
AWARD
City will award a contract to the Bidder presenting the lowest price, qualifications and
competencies considered.
ADVERTISEMENT DATES
Wednesday, August 20, 2025
Wednesday, August 27, 2025
END OF SECTION
CITY OF FORT WORTH Cantrell Sansom Roadway Widening
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Froject #102217
Revised 02/08/2024
00 21 13
INSTRUCTIONS TO BIDDERS
Page 1 of 9
SECTION 00 21 13
INSTRUCTIONS TO BIDDERS
1. Defined Terms
1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section
00 72 00 - GENERAL CONDITIONS.
1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the
meanings indicated below which are applicable to both the singular and plural thereof.
1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting
directly through a duly authorized representative, submitting a bid for performing
the work contemplated under the Contract Documents.
1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or
corporation acting directly through a duly authorized representative, submitting a
bid for performing the work contemplated under the Contract Documents whose
principal place of business is not in the State of Texas.
1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City
(on the basis of City's evaluation as hereinafter provided) makes an award.
2. Copies of Bidding Documents
2.1. Neither City nor Engineer shall assume any responsibility for errors or
misinterpretations resulting from the Bidders use of incomplete sets of Bidding
Documents.
2.2. City and Engineer in making electronic Bidding Documents available do so only for the
purpose of obtaining Bids for the Work and do not authorize or confer a license or grant
for any other use.
3. Prequalification of Bidders (Prime Contractors and Subcontractors)
3.1. Bidders or their designated subcontractors are required to be prequalified for the work
types requiring prequalification as per Sections 00 45 ll BIDDERS
PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms
seeking pre-qualification, must submit the documentation identified in Section 00 45 ll
on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7)
calendar days prior to Bid opening for review and, if qualified, acceptance. The
subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate
work types. Subcontractors must follow the same timelines as Bidders for obtaining
prequalification review. Bidders or Subcontractors who are not prequalified at the time
bids are opened and reviewed may cause the bid to be rejected.
CITY OF FORT WORTH Cantrell Sansom Roadway Widening
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ciry Project #102217
Revised/Updated June 13, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 2 of 9
Prequali�cation requirement work types and documentation are available by accessing all
required files through the City's website at:
https://www. fartworthtcxas. �ov/dcpartmcnts/tpw/dcvclopmcnt/cfw-dcpartmcnts-tpw-
contractors under Division 00 - General Conditions and as follows:
3.11. Paving — Requirements document located at:
https://app-us3.e-
builder.net/public/publicLandin�.aspx?OS=4d00804b133b408a85a69323548dda25
3.1.2. Roadway and Pedestrian Lighting — Requirements document located at:
https://apb-us3.e-
builder.net/public/publicLandin�.aspx?OS=e43c4239775f4b2583552c029c6a1 ed2
3.1.3. Water and Sanitary Sewer — Requirements document located at:
https://app-us3.c-
builder.net/public/nublicLandin�. aspx?Q S-4fc66fff�c3 6c4c029d542d4e5 5114e 8 d
3.2. Each Bidder, unless currently prequalifed, must submit to City at least seven ('�
calendar days prior to Bid opening, the documentation identified in Section 00 45 11,
BIDDERS PREQUALIFICATIONS.
3.21. Submission of and/or questions related to prequalification should be addressed to
the City contact as provided in Paragraph 6.1.
3.3. The City reserves the right to require any pre-qualified contractor who is the apparent
low bidder for a project to submit such additional information as the City, in its sole
discretion may require, including but not limited to manpower and equipment records,
information about key personnel to be assigned to the project, and construction schedule
to assist the City in evaluating and assessing the ability of the apparent low bidder to
deliver a quality product and successfully complete projects for the amount bid within
the stipulated time frame. Based upon the City's assessment of the submitted
information, a recommendation regarding the award of a contract will be made to the
City Council. Failure to submit the additional information, if requested, may be grounds
for rejecting the apparent low bidder as non-responsive. Affected contractors will be
notified in writing of a recommendation to the City Council.
3.4. In addition to prequalification, additional requirements for qualification may be required
within various sections of the Contract Documents.
3.5. OMITTED
4. Examination of Bidding and Contract Documents, Other Related Data, and Site
4.1. Before submitting a Bid, each Bidder:
4.11. 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.
CITY OF FORT WORTH Cantrell Sansom Roadway Widening
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project #102217
Revised/Updated June 13, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 3 of 9
4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general,
local and site conditions that may affect cost, progress, performance or furnishing
of the Work.
4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost,
progress, performance or furnishing of the Work.
4.1.4. OMITTED
4.1.5. Shall study all: (i) reports of eXplorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions relating to existing
surface or subsurface structures at the Site (except Underground Facilities) that
have been identified in the Contract Documents as containing reliable "technical
data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any,
at the Site that have been identifed in the Contract Documents as containing
reliable "technical data."
4.1.6. Is advised that the Contract Documents on file with the City shall constitute all of
the informarion 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 sha11 become part of the Contract
Documents just as though such addenda were actually written into the original
Contract Documents. No information given by the City other than that contained in
the Contract Documents and officially promulgated addenda thereto, shall be
binding upon the City.
4.1.7. Should perform independent research, investigations, tests, borings, and such other
means as may be necessary to gain a complete knowledge of the conditions which
will be encountered during the construction of the project. For projects with
restricted access, upon request, City may provide each Bidder access to the site to
conduct such examinations, investigations, explorations, tests and studies as each
Bidder deems necessary for submission of a Bid. Bidder must fill all holes and
clean up and restore the site to its former conditions upon completion of such
explorations, investigations, tests and studies.
4.1.8. Shall determine the difficulties of the Work and all attending circumstances
affecting the cost of doing the Work, time required for its completion, and obtain all
information required to make a proposal. Bidders shall rely exclusively and solely
upon their own estimates, invcstigation, research, tests, explorations, and other data
which are necessary for full and complete information upon which the proposal is
to be based. It is understood that the submission of a proposal or bid is prima-facie
evidence that the Bidder has made the investigations, examinations and tests herein
required.
4.1.9. Shall promptly notify Ciry of all conflicts, errors, ambiguities or discrepancies in or
between the Contract Documents and such other related documents. The Contractor
shall not take advantage of any gross error or omission in the Contract Documents,
and the City shall be permitted to make such corrections or interpretations as may
be deemed necessary for fulfillment of the intent of the Contract Documents.
CITY OF FORT WORTH Cantrell Sansom Roadway Widening
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project #102217
Revised/Updated June 13, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 4 of 9
4.110. Indicate their intent to bid by selecting "yes" in the Procurement Portal
under the Intent to Bid section. You must indicate your intent to bid to be able
to submit a bid to the City.
4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification
of:
4.21. 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 suffcient 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.
CITY OF FORT WORTH Cantrell Sansom Roadway Widening
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project #102217
Revised/Updated June 13, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 5 of 9
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 Wark are to be obtained and paid for
by Contractor. Easements for permanent structures or permanent changes in e�sting
facilities are to be obtained and paid for by City unless otherwise provided in the
Contract Documents.
5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed
in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-
of-way, easements, and/or permits are not obtained, the City reserves the right to cancel
the award of contract at any time before the Bidder begins any construction work on the
proj ect.
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
Ciry.
6.3. Addenda or clarifications shall be posted under the respective Project via the
Procurement Portal
https://fortworthtcxas.bonfirehub.com/portaU?tab=opcnOpportunities
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 wi11
transmit to all prospective Bidders of record such Addenda as City considers necessary
in response to questions arising at the conference. Oral statements may not be relied
upon and will not be binding or legally effective.
7. Bid Security
CITY OF FORT WORTH Cantrell Sansom Roadway Widening
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project #102217
Revised/Updated June 13, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 6 of 9
7.1. Each Bid must be accompanied by a Bid Bond made payable to Ciry in an amount of
five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent,
issued by a surety meeting the requirements of Paragraph 5.01 of the General
Conditions.
7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice
of Award have been satisfied. If the Successful Bidder fails to execute and return the
Contract Documents within 14 days after the Notice of Award conveying same, City
may consider Bidder to be in default, rescind the Notice of Award and act on the Bid
Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to
have defaulted.
8. Contract Times
The number of days within which, or the dates by which, Milestones are to be achieved in
accordance with the General Requircmcnts 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.OSA., 6.OSB. and 6.OSC. of the General
Conditions and is supplemented in Section O1 25 00 of the General Requirements.
11. Subcontractors, Suppliers and Others
1 l.l. 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://codelibrarv.amle�al.com/codes/ftworth/latest/ftworth tx/0-0-0-22593
11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person
or organization against whom Contractor or City has reasonable objection.
12. Bid Form
12.1. The Bid Form is included with the Bidding Documents.
CITY OF FORT WORTH Cantrell Sansom Roadway Widening
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ciry Project #102217
Revised/Updated June 13, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 7 of 9
12.2. All blanks on the Bid Form must be completed and the Bid Form signed
electronically or signed in ink and scan. A Bid price shall be indicated for each Bid
item, alternative, and unit price item listed therein. In the case of optional
alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered.
Bidder shall state the prices for which the Bidder proposes to do the work
contemplated or furnish materials required.
12.3. Bids by corporations shall be executed in the corporate name by the president or a
vice-president or other corporate officer accompanied by evidence of authority to
sign. The corporate seal shall be affixed. The corporate address and state of
incorporation shall be shown below the signature.
12.4. Bids by partnerships shall be executed in the partnership name and signed by a
partner, whose title must appear under the signature accompanied by evidence of
authority to sign. The official address of the partnership shall be shown below the
signature.
12.5. Bids by limited liability companies shall be executed in the name of the firm by a
member and accompanied by evidence of authority to sign. The state of formation of
the firm and the official address of the firm shall be shown.
12.6. Bids by individuals shall show the Bidder's name and official address.
12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated
on the Bid Form. The official address of the joint venture shall be shown.
12.8.
12.9
All names shall be typed or printed in ink below the signature.
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/nortal/?tab=onenOnnortunities.
CITY OF FORT WORTH Cantrell Sansom Roadway Widening
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project #102217
Revised/Updated June 13, 2025
0021 13
INSTRUCTIONS TO BIDDERS
Page 8 of 9
15. Opening of Bids
Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and
major alternates (if any) will be made available to Bidders after the opening of Bids.
16. Bids to Remain Subject to Acceptance
All Bids will remain subject to acceptance for a minimum of 90 days or the time period
specified for Notice of Award and execution and delivery of a complete Agreement by
Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid
security prior to that date.
17. Evaluation of Bids and Award of Contract
17.1. City reserves the right to reject any or all Bids, including without limitation the rights
to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids
and to reject the Bid of any Bidder if City believes that it would not be in the best
interest of the Project to make an award to that Bidder. Ciry 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 Ciry 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
abiliry of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accordance with the Contract
Documents to City's satisfaction within the prescribed time.
17.4. Contractor shall perform with his own organization, work of a value not less than
35% of the value embraced on the Contract, unless otherwise approved by the City.
CITY OF FORT WORTH Cantrell Sansom Roadway Widening
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project #102217
Revised/Updated June 13, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 9 of 9
17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and
responsive Bidder whose evaluation by City indicates that the award will be in the
best interests of the City.
17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award
contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than
the lowest bid submitted by a responsible Texas Bidder by the same amount that a
Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a
comparable contract in the state in which the nonresident's principal place of
business is located.
17.7. A contract is not awarded until formal City Council authorization. If the Contract is
to be awarded, City will award the Contract within 90 days after the day of the Bid
opening unless extended in writing. No other act of City or others will constitute
acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by
the City.
17.7.1. The contractor is required to fill out and sign the Certiftcate 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 Proj ect 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 Cantrell Sansom Roadway Widening
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ciry Project #102217
Revised/Updated June 13, 2025
00 35 13
CONFLICT OF WTEREST STATENiENT
Page 1 of 1
SECTION 00 35 13
CONFLICT OF INTEREST STATEMENT
Each bidder, offeror or respondent to a City of For# Worth procurement is required to complete a
Conflict of lnterest Questionnaire or certi'fy that one is current and an file with the City 5ecretary's
Office pursuant to state law.
If a member of the Fort Worth City Council, any one or more of the Ciiy Manager or Assistant
City Managers, or an agen# of the City who exercise discretion in the planning, recommending,
selecting or contracting with a bidder, offeror ar responden# is affiliated with yaur company, then
a Local Go�ernme�t Officer Conflicts Disclosure Statement (CIS) may be required.
You are urged ta consult with counsel regarding the applicability ofi ih�se forms and Local
Government Cade ChaptEr 176 to your company.
The referenced forms may be downfoaded from the links provided below.
Form CIQ (Canflic# of Interesi Questionnaire) (siate.tx.usl
htfns:l/www.e#hics.state.tx. us/datalformslconflictlClS.odf
■
J
■
�
■
■
B�DDER:
CIQ Form does not apply
CIQ Form is on file with City Secretary
CIQ Form is �eing pro�ided to th� City Secretary
CIS Farm does not apply
CIS Form is an File with City Secretary
CfS Form is being provided to the City Secrefary
By: Scoti Cummings a���"`� �
5ignatu��,r � ��g�
Title: President - McMahon Contraciing, L.p.
��1D OF SECTION
CITY OF FORT WORTH
STANOAftD CONSTRUCTION SPECIFICATION DOCUMENTS Cantrell 5ansom Roadway Wicfening
Revised February 24, 2020 Ci4y Project #102217
00 41 00
BID FORM
Page 1 of 3
SECTION 00 41 00
BID FORM
TO: The Purchasing Manager
c/o: The Purchasing Division
200 Texas Street
City of Fort Worth, Texas 76102
FOR: Cantrell Sansom Roadway Widening
City Project No.: 102217
Units/Sections: Unit 1 Paving Improvements
1. Enter Into Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form
included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents
for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions
of the Contract Documents.
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and
INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond.
2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will
provide a valid insurance certificate meeting all requirements within 14 days of notification of award.
2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,
association, organization, or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid.
2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding.
2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract.
For the purposes of this Paragraph:
a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to
influence the action of a public official in the bidding process.
b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the
bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive
levels, or (c) to deprive City of the benefits of free and open competition.
c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without
the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive
levels.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cantrell Sansom Roadway Widening
Revised 9/30/2021 City Project #102217
00 41 00
BID FORM
Page 2 of 3
d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their
property to influence their participation in the bidding process or affect the execution of the
Contract.
3. Prequalification
The Bidder acknowledges that the following work types must be performed only by prequalified contractors and
subcontractors:
a. Machine Laid Concrete Paving Construction/Reconstruction LESS THAN 15,000 square yards
b. Asphalt Paving Construction/Reconstruction LESS THAN 15,000 square yards
c. Roadway and Pedestrian Lighting
d. -
e. -
f. -
g. -
h. -
4. Time of Completion
4.1. The Work will be complete for Final Acceptance within 480 days after the date when the
the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions.
4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete
the Work {and/or achievement of Milestones} within the times specified in the Agreement.
5. Attached to this Bid
The following documents are attached to and made a part of this Bid:
a. This Bid Form, Section 00 41 00
b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph
5.01 of the General Conditions.
c. Proposal Form, Section 00 42 43
d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37
e. MWBE Forms (optional at time of bid)
f. Prequalification Statement, Section 00 45 12
g. Conflict of Interest Affidavit, Section 00 35 13
*If necessary, CIQ or CIS forms are to be provided directly to City Secretary
h. Any additional documents that may be required by Section 12 of the Instructions to Bidders
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cantrell Sansom Roadway Widening
Revised 9/30/2021 City Project #102217
0o ai o0
BID FORM
Page 3 of 3
6. Total Bid Amount
6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the
space provided below, please enter the total bid amount for this project. Only this figure will be read publicly
by the City at the bid opening.
6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is
subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective
estimated quantities shown in this proposal and then totaling all of the extended amounts.
6.3.
Total Base Bid
�,5/7�/��9
Total Bid
� ,� % �� � �% �t�/
7. Bid Submittal
This Bid is submitted on SB�C�m�r a5��oa5
1
Respectfully submitted, —'
..�""��'� �.
BY(__ Y� � ,� --_ _—__
� (Signature)
�Ga� C(,lMv+'i) 5
(Printed Name) �
by the entity named below.
` Receipt is acknowledged of the
following Addenda:
�Addendum No. 1:
Addendum No. 2:
Addendum No. 3:
Addendum No. 4:
Titie: President-McMahon Contracting, L.P.
company: McMahon Contracting, LP
Corporate Seal:
aadress: 3019 Roy Orr Blvd
Grand Prairie, TX 75050
State of Incorporation: T@XaS
Ema�i: scottc@mcmahoncontracting.com
Phone: 972_263-6907
�i I_�Z�7�9=C�7[�P►
Initial
� .r--
..v�'`i
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cantrell Sansom Roadway Widening
Revised 9/30/2021 City Project #102217
00 42 43
BIDPROPOSAL
Page 1 of 2
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
Unit 1 - Paving Improvements
Bidlist
Itcm No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
Project Item Infomiation
Dcscription
0171.0100 Mobilization
0171.0101 Construction Staking
0171.0102 As-Built Survey
3213.0106 10.5" Conc Pvmt
3212.0302 2" Asphalt Pvmt Type D
3212.0501 4" Asphalt Base Type B
3213.0301 4" Conc Sidewalk
3213.0403 8" Concrete Driveway
3213.0206 10.5" Conc Pvmt HES
3213.0203 8" Conc Pvmt HES (Driveway)
3216.0101 6" Conc Curb and Gutter (Slotted Curb)
3292.0100 Block Sod Placement
3291.0100 Topsoil
3110.0101 Site Clearing
3123.0101 Unclassified Excavation by Plan
3124.0101 Embankment by Plan
3123.0103 Borrow by Plan
3211.0400 Hydrated Lime (48 Ibs/SY)
3211.0502 8" Lime Treatment
3213.0506 Barrier Free Ramp, Type P-1
3213.0506 Barrier Free Ramp, Type M-2
0241.1300 Remove Conc Curb&Gutter
0241.1100 Remove Asphalt Pvmt
0241.1000 Remove Conc Pvmt
0241.0100 Remove Sidewalk
0241.0401 Remove Concrete Drive
3471.0001 Traffic Control
3125.0101 SWPPP >_ 1 acre
3305.0107 Manhole Adjustment, Minor
3305.0108 Misc Structure Adjustment (Sewer)
3305.0111 Valve Box Adjustment
3305.0108 Misc Structure Adjustment (Water)
9999.0001 Integral Colored/Textured 10" Concrete Median
9999.0002 Construction Allowance
3441.1501 Ground Box Type B(For Future Transportation�
3441.1506 Ground Box Type D(For Future Transportation)
2605.3015 2" CONDT PVC SCH 80 (T) (For Future Transp.)
� 38 2605.3016 2" CONDT PVC SCH 80 (B) (For Future Transp.)
� 39 2605.3033 4" CONDT PVC SCH 80 (T) (For Future Transp.)
40 2605.3034 4" CONDT PVC SCH 80 (B) (For Future Transp.)
Storm Drain Improvements
� 41 3305.0109 Trench Safety
� 42 3341.0201 21" RCP, Class III
� 43 3341.0205 24" RCP, Class III
� 44 3349.0001 4' Storm Junction Box
� 45 3349.6001 10' Recessed Inlet
� 46 3213.0101 6" Conc Pvmt (3' Conc. Flume)
� 47 3305.0003 8" Waterline Lowering
� 48 0241.4401 Remove Headwall/SET
� 49 0241.4001 Remove 10' Curb Inlet
� 50 0241.3104 24" Storm Abandonment Plug
Bidder's Application
Bidder's Proposal
Spccification Unit of Bid
Scctiou No. Mcasurc Quaiitity
01 17 00
01 17 23
01 17 23
32 13 13
32 12 16
32 12 16
32 13 20
32 13 20
32 13 13
32 13 13
32 16 13
32 13 20
32 91 19
31 10 00
31 23 16
31 24 00
31 23 23
32 11 29
32 11 29
32 13 20
32 13 20
02 41 15
02 41 15
02 41 15
02 41 13
02 41 13
34 71 13
31 25 00
33 05 14
33 05 14
33 05 14
33 05 14
99 99 00
99 99 00
34 41 10
34 41 10
26 05 33
26 05 33
26 O5 33
26 05 33
LS
LS
LS
SY
SY
SY
SF
SF
SY
SY
LF
SY
CY
LS
CY
CY
CY
TN
SY
EA
EA
LF
SY
SY
SF
SF
MO
LS
EA
EA
EA
EA
SY
LS
EA
EA
LF
LF
LF
LF
1
1
1
9890
178
178
28774
925
583
196
455
9472
1580
1
8750
8750
490
280
11680
8
2
640
3656
502
1970
2415
16
1
3
1
2
2
276
1
3
1
75
276
75
276
33 05 10
33 41 10
33 41 10
33 49 10
33 49 20
32 13 13
33 O5 12
02 41 14
02 41 14
02 41 14
LF
LF
LF
EA
EA
SY
EA
EA
EA
EA
2174
1488
686
4
9
8
1
4
1
5
Unit Pricn;
$298,794.00
$45,600.00
$8,550.00
$90.07
$38.17
$50.68
$5.80
$11.21
$112.82
$108.79
$44.50
$6.72
$45.60
$45,702.76
$11.91
$6.54
$6.54
$336.30
$4.91
$2,082.22
$3,707.21
$8.78
$10.26
$15.44
$1.66
$1.64
$6,411.34
$6,270.00
$2,634.16
$2,539.18
$448.14
$8,498.32
$159.27
$300,000.00
$1,901.52
$2,202.48
$30.78
$46.74
$37.62
$ 51.30
$1.65
$143.64
$166.36
$5,700.00
$7, 341.60
$169.83
$16, 778.74
$695.16
$694.07
$869.83
Bid Valuc
$298,794.00
$45,600.00
$8,550.00
$890,792.30
$6,794.26
$9,021.04
$166,889.20
$10,369.25
$65,774.06
$21,322.84
$20,247.50
$63,651.84
$72,048.00
$45,702.76
$104, 212.50
$57,225.00
$3,204.60
$94,164.00
$57,348.80
$16,657.76
$7,414.42
$5,619.20
$37,510.56
$7,750.88
$3,270.20
$3,960.60
$102,581.44
$6,270.00
$7,902.48
$2,539.18
$896.28
$16,996.64
$43,958.52
$300,000.00
$5,704.56
$2,202.48
$2,308.50
$12,900.24
$2, 821.50
$14,158.80 �
$3,587.10�
$213,736.32
$114,122.96
$22,800.00
$66,074.40
$1,358.64
$16,778.74
$2,780.64
$694.07
$4,349.15
CITY Oi iORT WORTH
SiANDARD CONSTRUCTfON SPECIFICAifON DOCUME�TS Canirell Sansom Roadw-ay W�den�ug
Rcviscd 9� 30/2021 Ciry Projcct # 102217
00 42 43
BIDPROPOSAL
Page 2 of 2
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
Project Item Infomiation
Unit 1 - Paving Improvements
Bidlist
Itcm No. Dcscription
Lighting I�nprovements
51 3441.3201 LED Lighting Fixture
� 52 3441.3301 Rdwy Illum Foundation TY 1,2, and 4
� 53 3441.3350 Furnish/Install Rdway Illum TY 8 Pole
� 54 3441.1501 Ground Box Type B
� 55 3441.1772 Furnish/Install 240-480 Volt Metered Pedestal
� 56 2605.3015 2" CONDT PVC SCH 80 (T)
� 57 3441.1405 NO 2 Insulated Elec Condr
� 58 3441.2003 Remove Signal Pole
59 3441.2004 Remove Signal Mast Arm (Lights on Power Poles)
Signage and Paveinent Markings
� 60 3441.4003 Furnish/Install Alum Sign Ground Mount City Std.
� 61 3441.4110 Remove and Reinstall Sign Panel and Post
� 62 3441.4108 Remove Sign Panel and Post
� 63 3217.1002 Lane Legend Arrow
� 64 3217.1004 Lane Legend Only
� 65 3217.0101 6" SLD Pvmt Marking HAS (W)
� 66 3217.0102 6" SLD Pvmt Marking HAS (Y)
� 67 3217.0201 8" SLD Pvmt Marking HAS (W)
� 68 3217.0402 18" SLD Pvmt Marking HAE (Y)
� 69 3217.0502 Preformed Thermoplastic Contrast Markings - 24" Crosswalk
� 70 3217.0504 Preformed Thermoplastic Contrast Markings - 24" Stop Bars
� 71 3217.2102 REFL Raised Marker TY I-C
� 72 3217.2103 REFL Raised Marker TY II-A-A
� 73 3217.2104 REFL Raised Marker TY II-C-R
CITY Oi iORT WORTH
SiANDARD C'UNSTRUC'TfON SPEC:IFIC'AifUN DOC'UME�TS
Rwiecd 9.30/2021
Bidder's Application
Bidder's Proposal
Spccification Unit of Bid
Scctiou No. Mcasurc Quautity Unit Pricc Bid VaLuc
34 41 20
34 41 20
34 41 20
34 41 10
34 41 20
26 05 33
34 41 10
34 41 13
34 41 14
34 41 30
34 41 30
34 41 30
32 17 23
32 17 23
32 17 23
32 17 23
32 17 23
32 17 23
32 17 23
32 17 23
32 17 23
32 17 23
32 17 23
EA
EA
EA
EA
EA
LF
LF
EA
EA
EA
EA
EA
EA
EA
LF
LF
LF
LF
LF
LF
EA
EA
EA
END OF SECTION
18
18
18
13
1
3102
9306
1
2
$1,136.58
$2,120.40
$5,685.18
$1,901.52
$15, 702.36
$30.78
$8.55
$1,117.20
$518.70
$20,458.44
$38,167.20
$102,333.24
$24,719.76
$15, 702.36 �
$95,479.56
$79,566.30
$1,117.20
$1,037.40
14
8
8
10
6
2360
720
2600
246
130
242
8
8
74
$564.30
$399.00
$171.00
$228.00
$228.00
$2.22
$2.22
$2.85
$6.84
$41.04
$41.04
$5.70
$5.70
$5.70
Total Bid
$7,900.20
$3,192.00
$1, 368.00
$2,280.00
$1,368.00
$5,239.20
$1, 598.40
$7,410.00
$1,682.64
$5,335.20
$9,931.68
$45.60
$45.60
$421.80
$3,517,817.99
Canirell Sansom Roadw-ay W�deniug
CiTy Pr jccr # 102217
OOR313
BID BON❑
Page 1 of 2
SECTION 00 43 13
BlD BOND
KNOW ALL BY THESE PRESENTS:
That we, McMahon Contracting, LP , known as
��Bidder'� herein and Tra�elers Casualty and Surety Company of America a corporate surety
duly authorized to do business irt the State of Texas, known as "Surety" herein, are held and firmly bound unto the City
of Fort Worth, a municipal carparation created pursuant to Fhe laws of Texas, k�own as "Cit�' herein, in the penal sum
of five percent (5%) of Biclder's maximum bid price, in lawful money of the United States, ta be paid in Fort Worth,
Tarrant County, Texas for the payment of which sum weil and truly to be made, we bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WNEREAS, the Princ�pal has submitted a bid or proposal to perform Wor� for the fol�owing projeet
designated as Cantrell Sansom Roadway WFdening
NOW, THEREFORE, the condition of this obligation is such that if the City shall award
the Contract for the foregoing project to the Principal, and the Principal shaEl satisfy all requirements and conditiar�s
required for the execution of the Contract and shall enter into the Contract in wrifing with the City in accordanee witi�
the tErms of such same, then ihis obligation shall be and became �ull and void if, f�owever, the Principal fails to
execute such Contract in accordance with the terms of same ar fails io sa#isfy all requirements and conditions required
for the exec�tion of the Contract, this bond shall become the property o# the City, without recourse of the Principaa
andbr Sureiy, r�ot to exceed the penalty hereof, and shal� be used to compensate City for the difference between
PrincipaPs tatal bid amount and the nes� selected bidders total bid amount.
PROVI�ED FURTHER, that if any legal action be filed on this Band, venue shall lie in Tarrant Caunty,
Texas or the tJnited States District Court for tF�e NorEhern District of Texas, Fort Wor#h Division.
W WITNESS WHER�OF, the Principal and the Surety have SIGNED and SEALED this instrument by
duly authorized ager�ts and officers on this the 2§fh day of September , 2025.
PRf I�CIPAL:
McMahon Contracting, LP
ATTEST: ��//�/ ��
Witness as to Principal (>,'fl /19�F C(„�r,� �sfrw��i[�/
ctry oF Fo�� waRTr+
STAN�ARD CONSTRUCTION SPECIFICATIOi+J pOCUMENTS
Revised 913QI2021
�
BY: ���p � ff/ �� `
� Signature ��
�� ,��:� 5 �����-
�ame and 7itle �
Ganlrell Sansom i�oadway Widening
City Prajec[ #102217
00 43 13
sio eor�o
Page 2 of 2
� �n � �D:��
Witness as to Surety Rhiannon Portillo, Ciient Manager, Surety
Attach Power of Attorney (Surety) for Attomey-in-Faci
Addfess: 3019 Roy Orr Blvd.
Grand Prairie, TX 75Q50
SURETY: �
Travelers CasualtyPand�Sur y Company of America
, r
BY: ��
Si�r'di r
I
Jade Porter, Attorney-in-Fact
Name and Tit�e
AddreSS: 2255 Ridge Road, Ste 333
Rockwall, TX 75087
Telephone Number: g7Z_77�-4071
"Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws
showing that ti�is persan has authority to sign such obligation. ff 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 th� Contract
is awarded.
END OF SECTEON
aTr oF �oRr woRrH
STAN�AR� CONSTRUCTION SPECIFICATlON �IOCUMENTS Cantre115ansom Roadway Widening
Revised 9/39/2021 City Projacl#i02217
Tra�elers Casualty and 5urety Company of America
�� Tra�eiers Casualty and S�rety Company
TRAVELERS J st. Paul Fire a�d Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESEN7S: That 7ravelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, aad
St Paul Fire and Marine ]nsurance Company are corporaiions duly organized under the laws of the State of Connecticuf (herein
eollective3y called the "Companies"), and that tt�e Companies do hereby make, constitute and appoint Jade Porter of
ROCKWALL , Texas , th�;ir true and lawfu! Attorney{s)-in-Fact to sfgn, execute, seal and
ackrsowledge any and alf bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behaif of
th�: Companies in their business of guaranteeing the fideliky of persons, guaranteeing the pertormance of corstracts and executing or
guaranteeing bonds and undertakings required or p�;rmitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Campanies have caused this instrument to be signed, and fheir cvrparate seals to be hereto affix�d, this 21st day af April,
2021.
�
��j5ladUg�..-� yJ�ytY Ah�d
�\ G
T ����
`T������ WxlWHYFi}f�. K �Nq4lR[
��� � C4NN. o f�4 �
� —.—� " e; �, iF
i ' 'Z �+`+ �D
5tate of Connecticut
Csty of Hartford ss.
i�
By: ,
Robert L. Rane , enior Vice Presidenf
On this the 21st day of ApriE, 2021, befare me p�rsonally appeared Robert L. Raney, who acknowledged himself to be the Senior
Vice President of each of the Companies, and that [ne, as such, baing authorized so to do, executed the foregoing instrument for the
purposes therein contained by signing on bahalf of said Companies by himself as a du3y authorizr�d of€cer.
I1� WiTNESS WHER�OF, I hereunto set my hand a�d official seal.
My Commission expires the 3Uth day of June, 2026
% ��;0.�'`vo���i ///y /�/
f f1CiYARY 's ,��/ / �Pt � /F-�
�x �,�, t�
PU��I[; t L�fL �
Anna P. Nowik, Notary Publ'sc
�x�r�
This Power of Attarney is granted under and by the authority of the follawing resolutions adopted by the Boards of DirecEors of each of
the Campanies, which resolutions are now in fu11 force and effecE, read'mg as follows:
RESOLVED, That the Chairman, the President, any Vice Chairman, any Executive Vice President, any S�nior Vice President, any Vice
President, any Secand Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary ar any Assistant 5ecretary may appqint
Attorneys-in-Fact and Agents to act for and on behaif of the Company and may give such appointee such authorify as his or her certificate of authority
may prescribe to sign witf� the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings
obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Baard of Directors at any time may
remove any such appo'sntee and revoke the power gi�en him or her; and it is
FURTHER RE50LVED, that the Chairman, the Presidenf, any Vice Chairman, any Executive Vice President, any Senior Vice President or
any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Gompany, provided
that �ach such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any i�ond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance,
or condifional undertaking shall be vafid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive
Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistanf 7reasurer, the
Corporate 5ecr�:tary or any Assistant Secretary and duly at#ested and sealed with fine Company's seal by a Secretary or Assistant Secretary;
or (b} duly executed (under seal, if required} by one or more Attorneys-in-Fact and Agents pursuant to the power prescrib�d in his or her
certificate or their certificates of authority or 6y one or more Company officers pursuant fo a written delegation of authority; and it is
FURTH�R RESOLVED, thai the signature of each of ihe foflowing officers: President, any Executive Vice President, any Senior Vice President,
any Vice President, any Assistant Vice Presidant, any Secretary, any Assistant Secretary, and the seal of the Campany may be affixed by facsimiie to
any Power af Attorney or to any certificate relating thereto appainting Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-
Fact for purposes only of executing and attesting ponds and undertakings and other wrifings obligatory in the nature fhereof, and any such Power of
Afforney or eertificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed
ar�d certified by such facsimile signature and facsimif� seal shall be �alid and bir�dirog on the Company in the future with respect to any bond or
understanding to which it is atteched.
I, Ke�in E. Hughes, the undersigned, Assistant Secrefary of each of the Companies, da hereby �ertify that the above and foregoing is a
true and correct copy of the �ower of Attorney executed by said Companies, wt�ich remains in full force and effect.
�ated this +�,m clay of � ��'��nY'�� ^i� ��?
�� Fy o- �e aNe �►!t�
�� � r� � P d' � '� �
a
� HA�ot� � a Nn�� o� . � �l
o � ��
�+�. � ��y� �b�1 F�yLC �� .�'
,CL r�'' �
L Kevin E. Hughes, Assj�stan�t 5 retary
Tn verify the authenticity of fhis Power ofAttorney, please ca11 us at I-800-471-3880.
Please ref+er ro the a6ove named Aitorney(s)in-Fact and ihe details of'the 6ond tn which this PowerafAttorney is a�itached.
Travelers' �'''
IMPQRTANT NQTICE
TO OBTAIN INFORMATION OR MAKE A COMPLAINT:
You may contact Travelers Casualty and Surety Cornpany of America, Travelers Casualty &
5urety Company, Travelers Indemnity Company, Star�dard Fire Insurance Company and/or
Farmington Casualty Company for information or to make a com}�laint at:
Travelers Bond
Attn: Claims
1500 Market Street
West Tower, 5uite 2900
Philadelphia, PA 19102
[267)675-3057
(267)675-3102 �ax
You may contact the Texas Department of Insurance to obtain the information on companies,
coverages, rights or complaints at:
Texas Departrnent of Insurance
P 0 Bax 149104
Austin, TX 78714-9104
(800j252-3439
ATTACH THIS NOTICE TO YOUR BONQ. This notice is for inforrriation only anr� does not become
a part or a condition o# the attached clocument and is gi�en to comply with Section 2253-021,
Go�ernment Code, and Section 53.202, Property Code, effecti�e September 1, 2001
00 43 37
VENDOR COMPLIANCE TD STATE LAW
Fage 'f of 1
SECTION 00 43 37
VENDOR COMPL[ANCE TO STATE LAW f�ON RESI�ENT SIDDER
Texas Government Code Chapier 2252 was adopted €or the award of contracts to nanresident bidders. This faw
provides that, in arder to be awarded a confract as fow bidder, nonresident bidders (out-of-state contractors
whase carporate offices or principal place of business are o�tsici� the State of Texas) bid projects for construction,
improvemen#s, supplies or ser�ices in Texas at an amount lower than fhe lawest �exas resident bidder by the
same amount that a Texas resident bidder wouid be required to underbid a nanresident bidder in order to abtain a
comparabls contract in the 5tate which ihe nonresident's principal p�ace of business is located.
The apprapriate blanks in Secfion A must be filled out by all nonresident bidders in order for your bid to meet
specifications. The failure of nanresident biclders to do so will automatically disquafify that bidder. Resident bidders
musf check the box in Section B.
A. Nonresident bicfders in the State of , our principai place of business,
are required to be percent lower than resident b€dders by State l.aw. A copy of the
statute is attached.
Nonresident bidders ir� the State of , our principal place of business,
are not required to underl�id resident bidders.
B. 7he principal place of business of our company or our parent company or majority owner is
in the 5tate of Texas. �
BIDDER:
sy; Scott Cummings
_� � _ � '' � `
� - � r_ , r �.,
��nature)
Ti#le: President-McMahon Contracting, L.P.
Date:
E1VD OF S�CT10N
CITY OF FOftT WO�iTFi
STANOARO CQNSTRUCTION SPECIFECA710N �OCUMENTS
Revised 9130I2021
o�-as-�oas
Canlrell Sansam Raadway Widening
City Project #102217
00 �s i 2 - i
PREQUALIFICATION STATEMENT
Page 1 of I
1
2
3
4
5
6
7
8
9
]0
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
SECTION 00 45 12
PREQUALIFICATION STATEMENT
Each Biddei• for a City procurement is requi�•ed to complete the information below by
identifying the prequalified conti•actors and/oi• subcontractors whom they intend to utilize for the
major worlc type(s) listed.
Major Work Type
Machine Laid Concrete
Paving
Construction/Reconstruction
LESS THAN 15,000 square
yards
Asphalt Paving
Construction/Reconstruction
LESS THAN 15,000 square
yards
Roadway and Pedestrian
Lighting
Conteactor/Subcontractor Company Prequalification
Name Expiration Date
McMahon Contracting, LP June 12, 2027
McMahon Contracting, LP
L. G�-H7 i i�i �I"
June 12, 2027
i1il� � 2 � �D 2 %
The undersigned hereby cei�tifies that the contractors and/or subcontracto�s described in
the table above are currently prequalified for the work types listed.
BIDDER:
McMahon Contracting, L.P.
Company
3019 Roy Orr Blvd
Address
Grand Prairie, TX 75050
City/State/Zip
By: Scott Cummings _.�-�
(Please Print) ,
� --- ,�� " � \
Signature: _� . � �.�. �
Title: President-McMahon Contracting, L.P.
(Please Print)
Date
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 30, 2021
09-�5-aoas
Cantrell Sansom Roadway Widening
City Project # 102217
OOA525- I
CONTRACTOR COMPLIANCE WITff WC3RKEl2'5 COMPENSAT[ON LAW
Yage ] of I
2
3
4
S
6
7
S
9
10
11
iz
13
14
ts
16
17
18
�9
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
3$
39
�l0
SECTION 00 4S 26
CONTRACTOR COMPLIANCE WITH W4RKER'S COMPENSATION LAW
Pursuant to TeYas Labor Code Section 406.096(a), as air�ended, Conteactor ce��tifies that it
provides ��orker's compensation insurance caverage for a]I of its employees enlployed an City
Project Na. 102217. Conkractor fi�rth�r certifes tl�at, pt�rs��ant to Texas Labo�• Code, SectEon
406,096{b), as amended, i# wil] provide to City its subcontrac#or's certificates of compEiance with
wo�•ker's campensation co�ei�age.
CONTRACTOR:
McMahon Co�tractinq, LP
Company
3a19 Roy Orr Blvd
Address
Grand Prairie, TX 75050
City/State/Zip
THE STATE OF TEXAS
COUNTY OF TARRANT
�y: Scoit Cumminqs .y��—�
(Pfease Print)
51�17aT�1ra' 'y' � • ( � �
Title: President-McMahon Contracting, L.P.
(Please Print)
�
§
BEFORE ME, the undersigned authority, on this day personally appeared
Sea� �mm; ng�.�� , ia�own lo ine to be the person whose name is
subsc��ibed to ti�e forego3hg instrument, and acl�nowledged to �ne that I�e/she executed the same as
the act and deed of M�. Meah.�, (`�sn-kac�tina i. . i� far the purposes and
consideration therein expi•essed and in the eapacit�therein stated.
GIVEN LTNDER MY HAND AND SEAL OF OFFICE this �� day of
� 20��
_ ao��YPuB� EMILY K HINOJOSA
- * �° NOTARY PUBLIC
' * STATE OF TEXAS
" ''��y MY COMM. �?CP. 08/30/27 ;
. �oF��' . ,_ .. ......345333� :
� NQTARY iD 1
. . . . . , . _... �..._._,.. !
Notaty Pub[ic in and for tl�e State of Texas
OF SECTION
crTY oF Forz i wa�Trr
S'I'ANDARD COiVS7RL1CTi0iV SPECIFICAT[ON i70CUMENT3
RevLsed J�dy l, 201 I
Cantrell Sansom Roadway Widening
City Yroject tF102217
00 52 43 - 1
Agreement
Page 1 of 7
SECTION 00 52 43
AGREEMENT
THIS AGREEMENT, authorized on 12/9/2025 , is made by and between the City of Fort
Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager,
("City"), and McMahon Contracting, LP, 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:
Cantrell Sansom Roadwav Widenin�
Citv Proiect # 102217
Article 3. CONTRACT PRICE
City agrees to pay Contractor for performance of the Wark in accardance with the Contract
Documents an amount, in current funds, of Three Million Five Hundred Seventeen Thousand
Eight Hundred Seventeen and 99/100 Dollars ($3,517,817.991. 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 480 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 Wark is not completed on time.
Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated
damagcs for delay (but not as a penalty), Contractor sha11 pay City One Thousand and
00/100 Dollars ($1,000.00) 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.
aFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CITY OF FORT WORTH Cantrell Sansom Roadway Widening
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 102217
Revised June l3, 2025
00 52 43 - 2
Agreement
Page 2 of 7
Article 5. CONTRACT DOCUMENTS
5.1 CONTENTS:
A.The Contract Documents which comprise the entire agreement between City and
Contractor concerning the Work consist of the following:
1. This Agreement.
2. Attachments to this Agreement:
a. Bid Form
1) Proposal Form
2) Vendor Compliance to State Law Non-Resident Bidder
3) Prequalification Statement
4) State and Federal documents (project specific)
b. Current Prevailing Wage Rate Table
c. Insurance Certification Form (ACORD or equivalent)
d. Payment Bond
e. Performance Bond
£ Maintenance Bond
g. Power of Attorney for the Bonds
h. Worker's Compensation Affida�it
w,rr�n ___ a i_.. c r�n T T�:i:.-,.�1"J.1 r�i�'i°l.
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
CITY OF FORT WORTH Cantrell Sansom Roadway Widening
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 102217
Revised June 13, 2025
00 52 43 - 3
Agreement
Page 3 of 7
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 speciticallv intended to operate
and be effective even if it is alleged or proven that all or some of the dama�es being
sou�ht were caused, in whole or in part, bv anv act, omission or ne�li�ence of the citv.
This indemnity provision is intended to include, without limitation, indemnity for costs,
expenses and legal fees incurred by the city in defending against such claims and causes
of actions.
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 specificallv intended to ouerate and be effective even if it is alleged or proven that all
or some of the dama�es bein� sou�ht were caused, in whole or in part, bv anv act,
omission or ne�ligence of the citv.
Article 7. MISCELLANEOUS
7.1 Terms.
Terms used in this Agreement which are defined in Article 1 of the General Conditions will
have the meanings indicated in the General Conditions.
7.2 Assignment of Contract.
This Agreement, including all of the Contract Documents may not be assigned by the
Contractor without the advanced express written consent of the City.
7.3 Successors and Assigns.
City and Contractor each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, in respect to all covenants, agreements and
obligations contained in the Contract Documents.
7.4 Severability/Non-Waiver of Claims.
Any provision or part of the Contract Documents held to be unconstitutional, void or
unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon City and Contractor.
The failure of City or Contractor to insist upon the performance of any term or provision of
this Agreement or to exercise any right granted herein shall not constitute a waiver of City's
or Contractor's respective right to insist upon appropriate performance or to assert any such
right on any future occasion.
7.5 Governing Law and Venue.
This Agreement, including all of the Contract Documents is performable in the State of
Texas. Venue sha11 be Tarrant County, Texas, or the United States District Court for the
Northern District of Texas, Fort Worth Division.
CITY OF FORT WORTH Cantrell Sansom Roadway Widening
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 102217
Revised June 13, 2025
00 52 43 - 4
Agreement
Page 4 of 7
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.
7.8 Prohibition On Contracts With Companies Boycotting Israel.
Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of
the Texas Government Code, if Contractor has 10 or more full time-employees and the
contract value is $100,000 ar 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 ar 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.
CITY OF FORT WORTH Cantrell Sansom Roadway Widening
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 102217
Revised June 13, 2025
005243-5
Agreement
Page 5 of 7
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 ar 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�rearm 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 Cantrell Sansom Roadway Widening
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 102217
Revised June 13, 2025
005243-6
Agreement
Page 6 of 7
7.11 Immigration Nationality Act.
Contractor shall verify the identity and employment eligibility of its employees who perform
work under this Agreement, including completing the Employment Eligibility Verification
Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms
and supporting eligibility documentation for each employee who performs work under this
Agreement. Contractor shall adhere to all Federal and State laws as well as establish
appropriate procedures and controls so that no services will be performed by any Contractor
employee who is not legally eligible to perform such services. CONTRACTOR SHALL
INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES,
LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY
CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS,
AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right
to immediately terminate this Agreement for violations of this provision by Contractor.
7.12 No Third-Parry 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
subcontractars, for any claim arising out of, in connection with, ar 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 safery
precautions.
CITY OF FORT WORTH Cantrell Sansom Roadway Widening
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 102217
Revised June 13, 2025
00 52 43 - 7
Agreement
Page 7 of 7
IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective
as of the date subscribed by the City's designated Assistant City Manager ("Effective Date").
Contractor: McMahon Contracting, L.P
By:
ScottCummings� SI�ST',,��
Signature
Scott Cummings
(Printed Name)
President
Title
3019 � Orr Blvd
Address
City of Fort Worth
By:
�����-�
Jesica McEachern
Assistant City Manager
12/20/2025
Date b oF�R� ��
a OF°°° °° ���d
a° �� �p.+do
l.g
Attest: goo o=g
� � .�� P°�� ��� �� �"
ddQ� nE�A54o
Jannette Goodall, City Secretary
Grand Prairie, TX, 75050
City/State/Zip
12/08/2025
Date
(Seal)
M&C: 25-1137
Date: 12/09/2025
Coniract Compliance Manager:
By signing, I acknowledge that I am the person
responsible for the monitoring and
administration of this contract, including
ensuring all performance and reporting
requirements.
Mi�cG�2GG Aiton
Mrmnell n�ro� �oec a, zms i s:oe.n csr)
Mitch Aiton, PE, PMP
Sr. Professional Engineer
Transportation and Public Works
Approved as to Form and Legality:
���G
Douglas Black (Dec P, 202516:4227 CST)
Douglas W. Black
Sr. Assistant City Attorney
APPROVAL RECOMMENDED:
��....��:.�,,,.
Lau � c� f'i icur (Dec 17, 2025 0952�.11 CSTj
Lauren Prieur, Director, OFFICIAL RECORD
Transportation and Public Works CITY SECRETARY
FT. WORTH, TX
CTfY OF FORT WORTH Cantrell Sansom Roadway Widening
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 102217
Revised June 13, 2025
5 •
1
2
3
4
5
6
7
THE STATE OF TEXAS
COUNTY OF TARRANT
SECTION 00 61 13
PERFORMANCE BOND
00G113-1
PERFORMANCE BOND
Page 1 of 2
Bond No. 108323714
§
§ KNOW ALL BY THESE PRESENTS:
§
8 That we, McMahon Contracting, L.P., known as "Principal" herein and
9 Travelers Casualty and Surety Company of America , 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
1 I or more), are held and firmly bound unto the City of Fort Warth, a municipal corporation created
I2 pursuant to the laws of Texas, known as "City" herein, in the penai sum of, Three Million Five
13 Hundred Seventeen Thousand Eight Hundred Seventeen and 991100 Dollars ($3.517.817.99),
14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment
15 of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators,
1G successors and assigns, jointly and severally, firmly by these presents.
17 WHEREAS, the Principal has entered into a certain written contract with the City
18 awarded the 9th day of December , 20 25 , which Contract is hereby referred to and
19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment
20 labor and other accessories de�ned by law, in the prosecution of the Work, including any Change
21 Orders, as provided for in said Contract designated as Cantrell Sansom Roadway Widening, City
22 Proj ect # 102217.
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 faithfully
25 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
30
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
31 Worth Division.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 8, 2023
Cantrell Sansom Roadway Widening
City Project # 102217
1
2
3
4
5
6
7
8
9
l0
I1
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
00 61 13 - 2
PERFORMANCE BOND
Page 2 of 2
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 9th day of December
, 20 25 .
PRINCIPAL:
McMahon Contracting, L.P.
�� /�
Rv� �— � L � �� `
Signature
ATTEST•
( cipa ) Secretary
i LrsT�` OrqcHe'�C �C6r�1�►^UG��11�J
Witnes�'as to Principal (✓��K4��r
� �' 1 �
yreigl, o Ass'ociate�Client Mana�er, Su�
.
Scott Cummin�s, President
Name and Title
Address: 3019 Roy Orr Blvd
Grand Prairie, TX 75050
SURETY:
Travelers C�sualty and Surety Company of America
�
/'
�� i
BY: lt ? ;� � � � ��
Sig`�ahire
' "' ` 1
Jade Porter, Attorney-in-Fact
Name and Title
Address:
2255 Ridge Road, Ste 333
Rockwall, TX 75087
Telephone Number: 972.772•7220
Email Address: jade.porter(a�baldwin.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 fi�om its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 8, 2023
Cantrell Sansom Roadway Widening
Cih,• ProjeCt # (02217
00G114-1
PAYM�NT BOND
Page 1 of 2
1
2
3
4
5
6
7
THE STATE OF TEXAS
COUNTY OF TARRANT
SECTION 00 61 14
PAYMENT BOND Bond No. 108323714
§
§ KNOW ALL BY THESE PRESENTS:
§
8 That we, McMahon Contracting, L.P., known as "Principal" herein, and
9 Travelers Casualty and Surety Company of America , a corporate surety
10 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether
11 one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation
12 created pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of
13 Three Million Five Hundred Seventeen Thousand Eight Hundred Seventeen and 99/100 Dollars
14 ($3,517,817.99), lawful money of the United States, to be paid in Fort Worth, Tarrant County,
15 Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs,
16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents:
17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the
18 9th day of December . 20 25 , which Contract is hereby referred to and made
19 a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor
20 and other accessories as defined by law, in the prosecution of the Work as provided for in said
2i Contract and designated as Cantrell Sansom Roadway Widening, City Project # 102217.
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 Gavernment 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 Cantrel Sansom Roadway Widening
STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project # 102217
Revised December 8, 2023
0061 14-2
PAYMENT BOND
Page 2 of 2
1
2
3
4
PRINCIPAL:
McMahon Contracting, L.P.
/
ATTEST: BY: ' � �/�_� \
Signature
Scott Cutnmin�s, President
(Principal) Secretary Name and Title
Address: 3019 Roy Orr Blvd
Grand Prairie, TX 75050
�t�S�V I�Y'Qe.keLL '�2�a,�S�"N�'�IaN �AN�llr
Witn�ss as to Principal
IN WITNESS `'VHEREOF, the Principal and Surety have each SIGNED and SEALED
this instrument by duly authorized agents and officers on this the 9th _ day of
December , ZO 25
ATTEST:
� (�
(Surety) �
\t.�_/-\��'� I,.J�1�`, -
Kyleigh Cory, Associatc Client Manager, Surety
SURETY:
Travelers Ca�ualtv and Suretv Company of America
� I �' J -
BY: ti I � �U �� I
�, . � �
Signat�re
�
Jade Porter, Attorney-in-i'act
Name and Title
Address:
2255 Ridge Road, Ste 333
Rock�vall, TX 75087
Telephone Number: 972•772.7220
Email Add1'ess: jade.porter a,baldwin.com
5
6
7
8
9
10
�
12
Note: lf signed by an officer of the Surety, there must 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 must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 8, 2023
Cantrel Sansom Roadway Wiucning
Cit�� Preject #102217
00 61 19 - 1
MAINTENANCE BOND
Page 1 of 3
1
2
3
4
5
6
7
THE STATE OF TEXAS
COUNTY OF TARRANT
SECTION 00 61 19
MAINTENANCE BOND
§
§ KNOW ALL BY THESE PRESENTS:
§
Eond No. 10&323? 14
8 That we McMahon Contracting, L.P., known as "Principal" herein and
9 Travelcrs Casualty and Surety Company of America , 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 Million
13 Five Hundred Seventeen Thousand Eight Hundred Seventeen and 99/100 Dollars ($3.517.817.99),
14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment
15 of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs,
16 executors, 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 9th day of December , 20 25 , which Contract is hereby
20 refen�ed to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials,
21 equipment labor and other accessories as defined by law, in the prosecution ofthe Work, including
22 any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as
23 provided for in said contract and designated as Cantrell Sansom Roadway Widening, City Project
24 # 102217; 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 worknanship 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
32
33
WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon
receiving notice from the City of the need therefor at any time within the Maintenance Period.
CITY OF �ORT WORTFI Cantrell Saosom Roadivay Widening
STANDARD CONSTRUCTION SPECIFICATION DOCiJI�1ENTS City Project �#102217
Revised Deceniber 8, 2023
00 61 19 - 2
MAINTENANCE BOND
Page 2 o f 3
1
2
3
4
5
6
7
8
9
ia
lt
12
13
14
FS
16
17
18
19
NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy
any defective Work, for which tirnely notice was provided by City, to a completion satisfactory to
the City, then this obligation shall become null and void; otherwise to remain in full force and
effect.
PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
noticed defective Work, it is agreed that the City may cause any and all such defective Work to be
repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the
Surery under this Maintenance bond; and
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
Worth Division; and
PROVIDED FURTHER, that this obligation shall be continuous in nature and successive
recoveries may be had hereon for successive breaches.
CITY OF FORT WORTH Cantrell Sansom Roadway Widening
STANDARD CONSTRUCTION SPECIFICATION DOCiIMENTS City Project # 102217
Revised December 8, 2023
00 61 19 - 3
MAINTGNANCE BOND
Page 3 of 3
2
3
4
5
6
7
8
9
l0
11
12
13
14
IS
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
IN WITNESS WHEREOF, the Principal and the St�rety have each SIGNED and SEALED this
instrument by duly authorized agents and officers on this the 9th day of December
, 20 25 .
PRINCIPAL:
McMahon Contractin . .
_ BY �-G c � �
Signature
ATTEST:
��
rmcipa ecretary
�US��/ %�^ac�(L'� _ ( r�e.Q'rl si✓'uc��?n(
Witneb�s as to Principal ,,y� ���,r
�" l
ATTEST:
� �f�
(Surety) �,.,�✓ .,
�� �"���� � ��� LJI� �
Kyleigh Cory, Associate Client Manager, urety
Scott CumminQs, President
Name and Title
Address: 3019 Roy Orr Blvd
Grand Prairie, TX 75050
SURETY:
Travele�s Gasualty and Surety Company of America
,I 'i � i t _ :U.
BY: �I(����; ;���I i
�. � �
Si�riature
Jade Porter, Attorney-in-Fact
Name and Title
Address:
2255 Ridge Road, Ste 333
Rock�vall, TX 75087
Telephone Number: 972.772.7220
Ema11 Address: iade.norter a,bald�vin.com
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract
from the by-laws showing that this person has authority to sign such obligation. If
Surety's physical address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 8, 2023
Cantrell Sansom Road•.vay �Vi�u�i�tg
City Project # 102'L 17
Flores, Sophia
From:
Sent:
To:
Cc:
Subject:
Henao, Janeth <JHENA02@travelers.com>
Monday, December 15, 2025 7:11 AM
Flores, Sophia
Fields, Nicholas S; Caycedo-Seyfert, Beatriz D.
RE: Verification of Bond#108323714
This message is from an external organization.
This message came from outside your organization.
Good morning Sophie/Nicholas,
Yes, the bond #108323714, in the amount of $3,517,817.99, is valid.
Please let me know if you have any questions.
Best regards,
Janeth Henao � Sr. Account Manager � Bond & Specialty Insurance - Construction Services
Travelers
4650 Westway Park Blvd.
Houston, TX 77041-2036
Work: 281.606.7769
Fax: 281.606.84.36
.�.
TRAVELERSJ
�oSS�D6r�
From: Caycedo-Seyfert, Beatriz D. <BCAYCEDO@travelers.com>
Sent: Friday, December 12, 2025 2:55 PM
To: Henao, Janeth <JHENA02@travelers.com>
Subject: FW: Verification of Bond#108323714
Many thanks,
Bea
Bea Caycedo-Seyfert � Project Administrator � Bond & Specialty Insurance
Travelers � Bond Express
PO Box 2905
Hartford, CT 06104-2905
�
��A11EL�'�75 J
From: Flores, Sophia <Sophia.Flores2C�fortworthtexas.�ov>
Sent: Friday, December 12, 2025 3:32 PM
To: Bond POA Verify <BondPOAVerifvC�travelers.com>
Cc: Fields, Nicholas S <Nicholas.Fields(�fortworthtexas.�ov>
Subject: [External] FW: Verification of Bond#108323714
Report Suspicious
�
CAUTION: This email came from outside of the company.
Please exercise caution when opening attachments, clicking links or responding to this
email. The original sender of this email is Sophia.Flores2(a�fortworthtexas.qov.
H e l lo,
Please see the below bond verification request below.
Thank you,
FORT WORTHo
From: Flores, Sophia
Sophia Flores
Contract Compliance Specialist
Transportation & Public Works
Office 817-392-2026
100 Fort Worth Trail, Fort Worth, TX 76102
CONNECT WITH US. 0 � O�' O
Sent: Friday, December 12, 2025 2:29 PM
To:'APARADIS@travelers.com' <APARADISC�travelers.com>
Cc: Fields, Nicholas S <Nicholas.FieldsC@fortworthtexas.�ov>
Subject: Verification of Bond#108323714
Hello,
The City of Fort Worth requires bond verification before a contract can be executed. We have received
the following bonds from McMahon Contracting , L.P.: Bond #108323714, in the amount of
$3,517,817.99, issued byTravelers Casualty and Surety Company of America for City Project #102217,
Cantrell Sansom Roadway Widening. Please confirm that the bonds and corresponding amounts are
valid so we can proceed with awarding the contract to McMahon Contracting, L.P. If this is not the right
bond verification address, please provide for Travelers Casualty and Surety Company of America.
1
2
�
�
5
6
7
THF STr1Tk: �F TE�,��
��T.J�1TY (JF T�Ll�f'�,.I�l�'�'
�
.
r
�'�i(�VY �LL �3�' Ti�F.�F P���F1�fT�;
S 'L`hat �ve, 1v�c1��[��Y�a��, C;�n#rac#in�, �,.T�., kna�vr� a� "Pri�rcipal'' licrcit� and
�} 'C'rsvelers C'�s��iKy ar�d Surciy {:omp�se�y of Arne�'i�a �� C��'poC�#� suI'��(SUI'�tke�, �i' T�`��re TYt�t]
I� oi�e� du�y �uih«��-r�d io dc� 1�u;�in�ss �n the ��ate �F T��c�s, k�inv�rn as "�u��et�„ herei�t {whether on�
E 1 or nl�re�, are F��Id and �i�-r•niy loot}��� utlto the C;ity �f F�tl V�l�rth, a it�unici�al co�-poratior� crea#�d
l� pursuan� tc� th� la,�rs oCT�x�s, kn���r� �s "�ity" h�r�i�, in thc p�nal sum c�f, T�Zree A+Iillion Fiv�
i3 �i�ndr��i �evente�� T#�ousand €�ighl ��I�lndr�c� Se�ent�cn and 9�r'�0�# Dolla�s ($�,� 17.� 17.5�9�,
1� la�rf�l inune}� �f� th� Unitc� �tates, to b� paic� it� F�rt �]l���ll�, Ta�-e�nt �o����iy, T�x�s Foe th� �a�rjYicr�i
1� of u�l��c� sul�� well �nd t�ul� t� be mad�, we bind �n�se�v�s, our k�cirs, �xec:ult���, �d�ninist�atort�s,
1C� s��cc�ss�rs �nd �ssi��, jaintl� and ��v�rally, f�nr,ly h�r thes� pre�er�ts.
17 V4'ii�RL�4�t €h�: T�rinCi�al �tas ent�rcd itxto a cert�in writt�n c�r�#��cl v�rith th� �'ilv
1� av�F���ed �1�� ��t� da� af I}�c��xn�cr , 2Q �� . whach C�ntract is ���r�by ref�rre�i ��> �n�i
19 i�adc a psrt he�eof f�r ��1 ���poses as i� ��Jf� sct farth t�er�in, tra i�rnisi� a11 uia�eria��, eyuiplr�ent
�0 la�c�r an� ot�er a�c�sso�ries de#���d b�� �{�v�+, i�i t�ie pro�e�u�ion n�`t�ti� Nforlf, in�luding ��.y ���nge
21 4t��rs, a� �r�v��ed f�r in said C'��r�tract des�gt�at�d as ��r�#r�ll �ar�sr�m ��a�v��a� V�ider��n�, �it�
2� P.raa��t # 1(}2.�.17,
Thank you,
FORT WORTH�
���'�'Y � I�] �� � 1 13 E�oa�c� ��, I��32_k� I�
YERF�RM,4�1CF F3Ci�1T�
Sophia Flores
Contract Compliance Specialist
Transportation & Public Works
Office 817-392-2026
100 Fort Worth Trail, Fort Worth, TX 76102
CONNECT WITH US. 0 � O�' O
3
This message (including any attachments) may contain confidential, proprietary, privileged and/or private information. The information is intended to be for the use
of the individual or entity designated above. If you are not the intended recipient of this message, please notify the sender immediately, and delete the message
and any attachments. Any disclosure, reproduction, distribution or other use of this message or any attachments by an individual or entity other than the intended
recipient is prohibited.
TRAVELERSJ
Travelers Casualty and Surety Company of America
Travelers Casualty and Surety Company
St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casuaity and Surety Company, and
St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein
collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Jade Porter of
ROCKWALL , Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and
acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of
the Companies in their business of guaranteeing the fidelity af persons, guaranteeing the performance of contracts and executing or
guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April,
2021.
YYWCte-
��t?�w'&f71'� y,p4iY A/yp� M���p'�� �
4 y � ��
V �
� � � w NAA7FORD, < � pqpf�fy�
C6NN, o � �
•..»r- � e. a �
. • y � 61 ��,1 r f�. �
State of Connecticut
City of Hartford ss.
By:
�Robert L Rane , enior Vice President
On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior
Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the
purposes therein contained by signing on behalf of said Companies by himself as a duly authorized o�cer.
IN WITNESS WHEREOF, I hereunto set my hand and official seai.
My Commission expires the 30th day of June, 2026
�pNNP �,����fiti'r �",r{� A
� ��yi%[�� V I��G;y�
� it6TAFY pi
�* .�+r
� °u�''�� ' Anna P. Nowik, Notary Public
�s"°��°.:�,..�
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of
the Companies, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint
Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authoriry as his or her certificate of authority
may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings
obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may
remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or
any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided
that each such deiegation is in writing and a copy thereof is filed in the office o# the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatary in the nature of a bond, recognizance,
or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive
Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the
Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;
or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her
certificate or their certificates of authority or by one or more Company o�cers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President,
any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to
any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-
Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of
Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed
and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or
understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a
true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect.
Dated this 9th day of December , 2025
�
W°s+WFr�r� o-gJ*�Tv Ak4s
� u 4�� ���
�� 1 k N,1f11FOR'�� i � iQ�4�
� COtk1. r � CONN. oa ��
Y
f ....+��� �ba{ Hia° � � �'
, F
,�,�,.'t �r ,���
Kevin E. Hughes, Assistant Secreiary
To verify the authenticity of this Power ofAttorney, please ca/! us at 1-800-411-3880.
P/ease refer to the above-named Aitorney(s)-in-Fact and the detai/s of the bond to which this Power ofAttorn:;y is atrdchaG+
Travelers'� '
IMPORTANT NOTICE
TO OBTAIN INFORMATION OR MAKE A COMPLAINT:,
You may contact Travelers Casualty and Surety Company of America, Travelers Casualty &
Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or
Farmington Casualty Company for information or to make a complaint at:
Travelers Bond
Attn: Claims
1500 Market Street
West Tower, Suite 2900
Philadeiphia, PA 19102
(267)675-3057
(267)675-3102 Fax
You may contact the Texas Department of Insurance to obtain the information on companies,
coverages, rights or complaints at:
Texas Department of Insurance
P O Box 149104
Austin, TX 78714-9104
(800)252-3439
ATTACH THIS NOTICE TO YOUR SOND. This notice is for information only and does not become
a part or a condition of the attached document and is given to comply with Section 2253-021,
Government Code, and Section 53.202, Property Code, effective September 1, 2001
F�RT�OI�TH��
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name
McMahon Contracting, LP
Subject of the Agreement: Authorize execution of a construciton contract with McMahon Contracting, LP,
in the amount of $3,517,817.99 for the construction of the roadway improvements at Cantrell Sansom Road Widening
from Mark IV Parkway to Interstate Highway 35W Southbound Frontage Road project (City Project No. 102217)
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, pNovide the original contract number and the amendrnent number.
Is the Contract "Permanent"? *Yes 0 No ❑
If �unsu�e, see back page for permanent cont�act listing.
Is this entire contract Confidential? �Yes ❑ No ✓❑ If only specific information is
Confidential, please list what information is Confzdential and the page it is located.
Effective Date: 12/09/2025 Expiration Date: 12/09/2030
If different from the approval date. If applicable.
Is a 1295 Form required? * Yes ✓❑ No ❑
*If so, please ensure it is attached to the approving M&C or attached to the cont�act.
Project Number: Ifapplicable. 102217
*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 processin� in the followin� 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 provided, the contract will be
returned to the department.
F�RT��RTH�
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE: 102217_Cantrell Sansom Roadway Widening
M&C: 25-1137
Date: 12/OS/2025
CPN: 102217 CSO:
DOC#:
To: Name Department Initials Date Out
1. Sophia Flores TPW - Review �-� 12/16/2025
2. Mitch Aiton TPW-Approver �� 12/16/2025
3. Donnette Murphy Risk-Approver �� 12/16/2025
4. Patricia Wadsack TPW-Approver p[.,'VV' 12/16/2025
5. Lauren Prieur TPW — Signer xic� 12/17/2025
6. Lorita Lyles Legal-Approver �`�` 12/17/2025
7. Douglas Black Legal-Signer � 12/17/2025
8. Jesica McEachern ACM-Signer ��1� 12/20/2025
9. Katherine Cenicola CSCO-Approver �� 12/22/2025
10. Jannette Goodall CSCO-Signer �'�,..,_, 12/22/2025
11. Allison Tidwell CSCO-Form Filler � 12/24/2025
12. TPW Contracts TPW
DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any
and all City Departments requesting City Manager's signature for approval MUST BE ROUTED
TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip,
David will review and talze the next steps.
NEEDS TO BE NOTARIZED: ❑YES �No
RUSH: ❑YES �No SAME DAY: ❑YES ❑No
ROUTING TO CSO: �YES ❑No
Action Required:
❑ As Requested
❑ For Your Information
� Signature/Routing and or Recording
❑ Comment
❑ File
NEXT DAY: ❑YES ❑No
❑ Attach Signature, Initial and Notary Tabs
Return to: Please notify TPWContract(a�fortworthtexas.�ov. Thank you!