HomeMy WebLinkAbout064589 - Construction-Related - Contract - Cutler Repaving, Inc.�� �� �� �� � �k� CSC No. 64589
CONTRACT
FOR
THE CONSTRUCTION OF
2026 HOT IN PLACE RECYCLING CONTRACT 1
City Project No. 106169
Mattie Parker Jesus "Jay" Chapa
Mayor City Manager
Lauren Prieur
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
TRANSPORTATION AND PUBLIC WORKS
, ������
2�25 � ��P�E �F TF'r�9s �11
� * . * �1
/ *... .,. *
� ....................................
/ MARWAN HAFEZ
/�l. � �. 147315......;tc�:
7/28/2025
4FFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
��� �����
Cit of FortWorth
Y
Standard Construction Specification
Documents
Adopted September 2011
00 00 00
STANDARD CONSTRUCTION SPECIFICA"fION DOCUMENTS
Page I of 6
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions
00 OS 10 Mayor and Council Communication
00 OS 15 Addenda
00 11 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
00 45 11 Bidders Prequali�cations
00 45 12 Prequalification Statement
ov��T� �1i`1(�U�lc;,.,,.;,�,, n,.,.l;,.,..;,�,.
00 45 26 Contractor Compliance with Workers' Compensation Law
99�4g �„�:�o�� �,.,,:,�, �-,,,,�
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 Ol - General Requirements
Ol 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
Ol 35 13 Special Project Procedures
O1 45 23 Testing and lnspection Services
Ol 50 00 Temporary Facilities and Controls
Ol 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
Ol 71 23 Construction Staking and Survey
Ol 74 23 Cleaning
Ol 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
08/13/2021
09/30/2021
n�ii��
07/O 1 /2011
n� in��
06/13/2025
l 2/08/2023
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 1/20ll
03/22/2021
12/20/2012
07/O 1/2011
CITY OF FORT WORTH 2O26 HOT 1N PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106169
Revised June 13, 2025
00 00 00
STANDARD CONSTRUCTION SPECIFICA"fION DOCUMENTS
Page 2 of 6
Technical Specifications which have been modified by the Engineer specif"ically for this
Project; hard copies are included in the Project's Contract Documents
Division 32 - Exterior Improvements
� 32 11 23 Flexible Base Courses
� 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps
� 32 91 19 Topsoil Placement and Finishing of Parkways
Division 34 - Transportation
� 34 71 13 � Traffic Control
Division 99 — Additional Specification
� 99 99 99 � Additional Specification
Date Modified
7/ 18/2025
7/ 18/2025
7/ 18/2025
� 7/18/2025
� 8/20/2024
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
http://fortworthtexas.gov/tpw/contractors/
or
https://aups.fortworthtexas.�ov/Proi ectResources/
Division 02 - Existing Conditions
� 02 41 13 Selective Site Demolition
Im�� rT�;t;�.,no,..�.,,,tin�.,..,a„r,..or�
� 02 41 15 Paving Removal
Division 03 - Concrete
� 03 30 00 Cast-In-Place Concrete
I�J? ?/1 � r,.,,�,.,.iio,a r,. , c.,-or,��i, n�.,�o,.;,,i �rr cna�
In��o r„r,...o+o �z„�o na.,�o,.;,,i �,,,-rr,.v,,,.t, no,-.,,:..
I �8 T�T,,,a;�;,..,r;,,,,� +0 �IIILU.S�EAaC�e��v�E�}�i'zS
Division 26 - Electrical
I� r,,,,,,,,,.� �x�,...v no�„i+� �,». �io,.«..:,..,i
I�ti�o no,�.,,i:+:,,� � ,. �io,.�..;,.,,i c.,��o...�
I�� n.,,.o.:,,,�.� „�,a �,,.,o� � .. �io,.�,.;,.,,i c�,��o...�
� �-9�-4� ����zr� Ju,..� ,,,.,a n.,,.v,. „ � � ,. �,e�`i^�oa'. Ey�s
I��z-v-v��--�✓o E017ii2iU :1�„�:,,.,� T�T„1.; n,,,.+ r,,.,a,,;+
Division 31 - Earthwork
� 31 00 00 Site Clearing
� 31 23 16 Unclassi�ed Excavation
� �'�� �
�i �n nn � i
�-rz�--vv ,_Jli�9a1'�I.Y:Srt2�6
I�i�o �..,,�;,,r .,ra coa:.,,o�. r„r+,.,,i
� � ��r✓v-vv �3i9i�S
� � ��� �
Division 32 - Exterior Improvements
Last Revised
03/11/2022
i � i���
02/02/2016
06/13/2025
n � in��
i � i���
i � i���
n� ii��
i � i���
i � i���
n� in�i�
M /7vzrcvizviv
03/22/2021
O1/28/2013
ni i���
(11 /7��
nn i�o a�T
i�i��i
i � i�� L,-z vriviz
CITY OF FORT WORTH 2O26 HOT 1N PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106169
Revised June 13, 2025
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 6
I 2 �a�o�-iT
� � ��a
� 32 O1 29
� � ���
� ��7�7
� ���77
� �7�7T
32 12 16
� 32 12 73
� �''��
� ���o
� ����
� � �a�-�v
� 32 16 13
� 32 17 23
� 32 17 25
� ����
� ���o
� � ���
� � ���
27�
32 92 13
� �4
I2 ��-�z i�
I2 ��-z� ✓--��
D,,,-.�...,-.,,.-.♦ A ....l...l� D..��;,�.,. D,,...,:,-
��t37�/J�`��=�G�:711i �I.,;""'�
Concrete Paving Repair
�'lo.,;l.la R.,�o !'',,,,,-�o�
T ; o T.-o.�40.7 �nno (�.�,,.-non
(�o.v�ov�4'T'.-on4o.a �nno ('��...-non
r ; ,;a rr,-a.,�oa c011 �i1��1�1C�F
Asphalt Paving
Asphalt Paving Crack Sealants
r„ o�o n„
�„�,,..o�o c;,ao.:�ll�, J:�i :��r�ici� r��
!`,,.,,,,-oro D,,. ; ,. 7,,:.�♦ C�o„1,,.���
�l �l T.im:i ���
Concrete Curb and Gutters and Valley Gutters
Pavement Markings
Curb Address Painting
r�,.,:� �o�,.o., .,�a r_„�o�
�z�:..o �o�,.o� .,�a r„�o�
�z�,,,,a �o,..,.o� .,ra �.,.o�
�� � �ll�v� �e�� �>���:��
T,.,.�,,:1 Dl.,,,o,�. ,-,� .,,-•..l 1 �lllll'1i17•� „FD,..,.].� ., , D;..l.� „F',�,.,..�
Sodding
�.T,.., �.T„�;. o cooa;.,,�
1.T.,�;, o r...,.,., .,�a �x�;ta�,,.. o,- cvoa;�,.
T«oo., .,.-.,7 Cb.,.,,L.�
1 7 /7zzrzvizviz
� � i��z
06/13/2025
17/7�z
1 7 /'lzzr-rviiviz
(lti/l�z
/i Q /7VDTGP2v1�
6/07/2024
12/20/2012
n�ii��
i � in���
1 7 /'l�z
i�i��
12/09/2022
06/10/2022
11/04/2013
i � i��z
i � i��z
i � i���
n� in�II
n� ii�z
OS/13/2021
nvi��
i n in��
1 � /'1�z
Division 33 - Utilities
�Z ni Zn co., o ra na„r�.,,io rro�.;r,.
�--�o
���T ri,,..,,a r;,-,.,,;. rr„i,,.,;..:,.r irrrr��� rr�..o,.�;�. �/.tY1't�2F
22�s �"�i-^vSP�zaC�ki�'�P3'i � "• /r'�r'�T�71 T,,��@6�i�� '�O�S�S �1�'��
�k
22�-v�ry �S� �1P1t�iiiS.. „F'�'.,:�«;,.,. co.. o,- c.,�+v.�.�
���0 1,,:�+ a„�a:r,. .,�a ��o,.t�210a? r�����
�gq-�� r-,,.,-,-„�;,,,, �„r.,-„i -ro�. c.,,.;,.r�
�3--94-�� na,,,.ro�;,,,., nr„ao �,,.i.,,a;,. n,-�.o,.�;,.� c.,��o,.,
�� nn �n rro,.,�,.,-,,,-., �xT„�o,- co,-.,;,.o�
�--m-�o
� ��v �1.�17G1� ��C� �n ,. ..�.,r,.,, •r,,,,�;,.,. ,.�' �x�„��,- n n,,;�.,
�� nn cn ri,,.,r;�,� ,.� o:�,,..
�--v�-�v
�--�0 r T�;t:�., -r..o�,.�. �.,,.,,.,,,.;�r., L'1'T'i��t, �ra ��.%�
2 2�z ��tIJY T I i� t 3�1�g
22�o�-i� n-6bHio l�...,o,- .,,,.1 /-'_,-.,rlo p;,,..�
�
2 2�� rM^�^ � > >
V t'�ttc
33 OS 16 Concrete Water Vaults
33 OS 17 Concrete Collars
�� nc �n n,,,.,,.. n,...:�,.
�--�-zo
�� nc �i rr„��„i r;,..,,.. ni...,.
�--�-zT
�� nc �� c�ooi r.,�;�,� n:,-.o
�--�-zz
�� nc �� u.,,,,a rr,,,,,,oi;.,,�
�--�-z�
�� nc �n T��..,ii.,.:,,� „� r,.,.,.;o,. n;.-.o :� r.,.,;r,. ,,,. -r„r�vi r: .. ni.,�o
�--�-z�
�� nc �� rr�;i;�., rR,,,-i,o,-�ir ,,,.,,�,.,-�
�--�-zo
�• � � •
� �
�! �
� �
� �
� �
� �
� � �
� �_ �
� �
� �
� �
���� �
� �
12/20/2012
03/11/2022
i � i���
i � i��i�
i � i��i�
i � i��i�
i�in��
i � i���
CITY OF FORT WORTH 2O26 HOT 1N PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106169
Revised June 13, 2025
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 6
� 2 ���--m�-av
� � ���rrv�
� �9
� ,'�2 11 11
� �� 11 1�
I�ii�
2 2 1 1 1 �
2 2�0
� ✓� 1� 11
I 2 2�v
� � ��T
� � ���
� � ���v
I22�
� � ��o
� � ��o
I ✓� ?1 1�
� ✓� ? 1 1 ?
� ✓� > 1 �
� � ��o
Fr�
�33��1
� � ���
I 2 2�0
� ��o
� ��o
� � ��o
I3�-�--�-9--�8
I �B
I 2 2�0
I 2 2�0
� �� �i ii
� �� �i i�
� � �1 1�
I�
� � ��_
I�
� � ��o
I 2 2�0
I 3✓�--q-�-40
T ,. .,�:,�,� ,.FL'.,;��;..,. TT+:1;+;,,�
�olt0,1`iUt�, ��a �='�����•�
Tl,,,.�;le T,-,,,-. D;,.o
Tl,,,,�;lo T,-,,,� �';rr;,�..�
n„i.n,;�.,i r��.i,.,.;,ao in��r�� n,.oa�s:� Pi��
�� o�o n,.o n• x a c�v t r� t• ,� -r
"'6 � I�iE1 �;A.' `�iixppcc«rccxzpxiiiccci�c
R,,,-;0,7 Crool D;,,o .,,.a �';��;,,�.�
�`VLV.� V.:1 :,;,.,,.. 1 ,.L. �,� 7 , ,.1.
Do�:l;o..r Qo„�o,7 !''.,+o �7.,1..0
A �x7�xT A D„l.l.o« C'o.,�0l1 T2„��o,-41., �7.,1.,0�
�rc0 �I.1�1�/Y� �x�"�
ED'L�`��',lY��%✓.,,., A;.- �7.,1�,o A ��o,�,l.l;o� F;,,- D„�.,1-.l0 �]II.,�o,- C'.,��o,v,.,
�;,-o u.,a,-,,,-,�.,
��� ��(�� c�,3
�4.,.,,1.,,-,7 D1,..., ,�FF�7..l.,c�r.r:Tcir��cp
r,,..oa ;� ni.,,,o n:�o �rrnn�
�;�.o..,.i.,�� n o:r� ,.,,oa n;..o � .. r_..,,,,tt,' �ui1�,'�; �e�'S
u;,.ti r�o„�:+., n„i.,o�ti.,io�o �I-I'JP�) Pr�� �.. c„�;�,,..., co.:,o,.
D.�l..�.:....,1 !�'L.1..,-:.7., /D�7(�'\ !`_,-.,.,;�., I✓..II�rTT�°`J' ry .
�
�%e�-� E"i:.:��i� fJ.iF ��in�
c„�:�or Diro �'i2�rg�
c„�:+,,..., co...o.. co....:,.o r,.��o,.�:,.�� .,�a co,..,;,,o r: o
C�n^��v�a �'
C—�� � �ll��'�r��� l��e�es
n,-o,..,�. r,.r,.,-o.o r�r„ri,,,io�
�,'�z,it,�.'.hJr�
�z�„��o.t,,,�o,. n,.,.o�� ri,,,,,,�,o,. i�a� n r�
r; o., �,. c.,r:+.,,.., co..,o,. c«,.,,,.+,,,.v�
Do:.-,F .-..0.7 !''.»�...,-oto C�.,,-.v. Co.� o,- D;..o/!''„1. o.-t�
u;,�i, r�o„�;.�, �,.i.,o�i..,io�o ��'�v�� vlp� �,- c�,,,-.., r�,-,,;r
Do:,.4;»-,.oa D„1..orL...lo,.o !£�D�l Llpo
t 1
D..1�..,.-..,�.. lo,�,o D:..o 4'.,« C`+��Sl �:�7.1�2
�a��.��rge
C,,.��„a C�
��ir� ��.�^is
�23:�17 �1�`�P1G
��a.i in ��,.o r,r.,��.,,�o� „�a T„r„�;,,r ,�„�o�
�a� a.r.d �."„�
����/�21 ��iY��la,.,, u,,,,,7.. „lt.. ,.�,� �xT:�,�.. „tl�
f�i1� �
� �
�! �
�� � �
�. �. �
� � �
� �
� i �
� �
� � �
�i � �
� �_ �
� �
� � � .
� �
� _ � �
� �
� �
.. � �
�! �! �
1 � /`1�z
, � ����
, � ����
nn i��n
, � ����
, � �,��
i � i i��
, � n��
i � i���
nn i���
n� in��
, � i���
1 1 / l��
ntiii��
, � ����
n� in��
n� in��
i � i i��
n� ii�z
m in� i i�i
Division 34 - Transportation
I�n�o rr,..,��:,. �;,.r..i..
�� n n i i n n i n. r � � t-.: �,,.
�vr rr����� "011i�'L�I Tcirorm,z
��n n i i m m �....,.t,...,.� r,.r ii,..- �,.
�vz rr�cucarrrcrr��i�i'6acrap@E��Er'k�i6n
�n n i i n nz n..,,.�,,.o� � c,-.
�v� rrtcucnrrrcrr ~ r�'t1i€vp@E��Er'k�k6a
� 2^�-^�r �OSSpO�.'a;�0 ��'�„'��
� �� �--ri r� no.�,,,..;.-,�, rr,..,Fll� �'71�1:W1�
� 2^�0 �� LLurnl�ti-�. �So�,z�.'�ios
n� iio ��i
17/7��
n���
!11 /�
iii���
/l1 /l�z
, � ����
CITY OF FORT WORTH 2O26 HOT 1N PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106169
Revised June 13, 2025
00 00 00
STANDARD CONSTRUCTION SPECIFICA"fION DOCUMENTS
Page 5 of 6
I �n n�� �`.�ii� �� ��� ���rrr��r�s
�n n i �n n� �,,,,,,,,,,,,, r�r� v,...a..,.,., r
�vr , 7.l1'ftlPnP�
2n n�� 1 T T '
�iil� �T'.JJ lba�' �7a1��.�1�
� � ^� ^�o �41u��u� � �
I�n�o e;,,,�io ra„ao �;�.o,- nr�;,, �„wio
� �n�� �r,..,��:,, n,.r�,.,.i
Appendix
F�-�J 1 .S�,t,,�l�'�ilt�
GC-4.02 Subsurface and Physical Conditions
��✓1 �J:�,..,...,,,,�,a �.,,,;i;�:o�
F�-4.9� L.L��ra,,,,� ��.,;,.,,�V,,a�..,� r,.�a:�:,.� .,� �;+o
Fi�-C-9`TJ '�a;r,.,-;.., .,ra �x�,,.,.or n..,roa u,u�ioe �s:o..,.,-;�o r,,,.,�i;.,�,.o
GC-6.07 Wage Rates
�As' D�:✓a:� �vli��es
��I ?`T�s�r^ii�l�v �
GR-01 60 00 Product Requirements
GN-1.0 General Notes
SD-1.0 Standard Construction Details
PQ-1.0 Project Maps and Quantities
PQ-2.0 Pavement Marking Plans
END OF SECTION
ntiiio c��
/l� / 1��
n�ii��
, , �,��
m i���
n�i�o ��T
CITY OF FORT WORTH 2O26 HOT 1N PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106169
Revised June 13, 2025
12/3/25, 1:40 PM
CITY COUNCIL AGENDA
Create New From This MB�C
DATE:
CODE:
11/18/2025 REFERENCE
NO..
C TYPE:
M&C Review
��RT�'�ORTII
-��-
"*M&C 25- LOG NAME:
1068
202026 HOT IN-PLACE
RECYCLING CONTRACT 1
CONSENT PUBLIC NO
HEARING:
SUBJECT: (CD 6, CD 8, and CD 9) Authorize Execution of a Contract with Cutler Repaving, Inc., in
the Amount of $2,699,951.15 for the 2026 Hot In-Place Recycling Contract 1 Project at
Various Locations
RECOMMENDATION:
It is recommended that the City Council authorize execution of a contract with Cutler Repaving, Inc., in
the amount of $2,699,951.15 for the 2026 Hot In-Place Recycling Contract 1 project at various
locations (City Project No. 106169).
DISCUSSION:
The Fiscal Year 2026 Pay-Go Contract Street Maintenance Program groups various types of street
maintenance into specific contract packages. The 2026 Hot In-Place Recycling Contract 1 project
provides street rehabilitation on approximately 11.9 lane miles for the street sections listed below:
Street
Beach Street, S Mitchell Boulevard
From
James Avenue Southwest Loop 820
To
Avenue B
W Fuller
Avenue
McCart Avenue, Pavement Change (500 feet south of Westcreek
NB South Park Lane) Drive
McCart Avenue, Pavement Change (500 feet south of Westcreek
SB South Park Lane) Drive
Council
District
8
9
6,9
6,9
This project was advertised for bid on August 13, 2025, and August 20, 2025, in the Fort Worth Sfar-
Telegram. On September 11, 2025, the following bids were received:
Bidder Bid Amount Time of Completion
Cutler Repaving, Inc. $2,699,951.15 210 Calendar Days
In addition to the contract amount, $365,048.85 is required for project management, material testing,
and inspection, and $135,000.00 is provided for project contingencies. Funding is budgeted in the
General Capital Projects Fund for the Transportation and Public Works Department for the purpose of
funding the 2026 Hot In Place Recycling Contract 1 project.
Construction for this project is expected to start in January 2026 and be completed by August 2026.
This project is located in COUNCIL DISTRICTS 6, 8, and 9.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are available in the current capital budget, as previously
appropriated, in the General Capital Projects Fund for the 2026 Hot In Place Recycling 1 project to
support the approval of the above recommendation and award of the contract. Prior to any expenditure
being incurred, the Transportation and Public Works Department has the responsibility to validate the
availability of funds.
apps.cfwnet.org/cou ncil_packet/mc_review.asp?I D=33930&councildate=l1 /18/2025 1 /2
12/3/25, 1:40 PM
M&C Review
TO
Fund Department Account Project Program Activity Budget Reference # Amount
ID ID Year (Chartfield 2)
FROM
Fund Department Account Project Program Activity Budget Reference # Amount
ID ID Year (Chartfield 2)
Submitted for City Manager's Office by_
Originating Department Head:
Additional Information Contact:
Jesica McEachern (5804)
Lauren Prieur (6035)
Monty Hall (8662)
ATTACHMENTS
106169 Cutler Form 1295.pdf (CFW Internal)
106169-PBS.pdf (CFW Internal)
106169-SAM Search.pdf (CFW Internal)
202026 HOT IN-PLACE RECYCLING CONTRACT 1 funds avail.docx (CFW Internal)
M&C Map CPN106169 HotlnPlaceRec�iclina Co1.pdf (Public)
MC FID ATTACHMENT CPN106169.x1sx (CFW Internal)
apps. cTwnet.org/council_packeUmc_review.asp?I D=33930&counci Idate=11 /18/2025 2/2
000515-1
ADDENDA
Page 1 of 2
I
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
�s
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
as
CITY �F FORT WORTH
Transportation and Aublic Works Department
202b HOT IN PLACE RECYCLING CONTRACT l
CiTY PROJECT NO. 106169
ADDENDUM NO.1
Addendiun No, l: Issued Tuesday, Septembcr 2, 2025
Bid Open Date: Thursday, September 11, 2425
This Addendum forms part of the Plans, Contract Documents, and specifications for the abave-
referenced Project and modi%es Ehe original Specifications and Contract Documents. Bidder shall
acknowledge receipt of this addendum in tl�e space provided below, and in the proposal (SECTION
00 41 fl0). Failure to acknowledge receipt of this addendum could subject the bidder to
disqualification.
The plans and speci�cation documents for 2026 Hot 1n Place Recycling Contract 1, City Project
No. 106169, are hereby revised by Addendum No. 1 as follows:
SPECIFICATIONS & CONTRACT DOCUMENTS:
a. SUBMISSION INSTRUCT[ONS — 25-0224 — The submission instructions have been
updated to include Addendum No. 1 under the Requested Information section.
The following questions have been received and the City of Fort Worth's response is below.
Question 1: Is the Small Business Equity (SBE) goal required for this projeci?
Response 1: This project does no! require a��y busiiaess equity govls to be achiever�
Question 2: When is the construction expecEed fo start'?
Respo�tse 2: Work o�r the praject is e�pected to begitt in December 2025. The selected vertdor
mi�st have crews availahle and prepared to initiate work trpon recei�t of the Notice to Proceed.
This Addendum No. 1 forms part of the Plans, Specifications, and Contract Documents for the
above-referenced project and modifes the original Project Manual and Contract Documents of
the same.
Acknowledge your receipt of Addendum No. 1 by com�leting the requested information in the
space provided in Section 00 41 00, Bid Form, Page 3 of 3
A signed copy of Addendum No. L should be included in the submitted sealed bid at the time of
bid submittal. Failure to acknowiedge the receipt of Addendum No. l could cause the subject
bidder to be considered "NONRESPONSIVE," resulting in disqualification.
CITY OF FpRT WORTH
STANDARO CONS'iRUCTtON SPECIFICATION DOCUMENTS
Revised July 1, 20i 1
202b HOT IN PLACE RGCYCLING CONTRACT l
Cily Pro�ect No. 146169
Addendum No '
00 os i s- 2
ADDLIVAA
Page2of2
l Addendum No. 1
2
3 RECEIPT ACKNOWLEDGEMENT:
4 �
5
6 By_
7 Company: ����er Repaving, tnc.
8 Address: �21 E 2�th Si
9 City: State:
Lawrence, K8 66046-49�7
]0
Lauren Prieur, P.E.
Director, Transpnrtation & Public Works
8,,. ���a (-e►� a�e��
Zelalem Arega, P.E.
Engineering Manager
END OF SECTION
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIF]CAl'lON DOCUMENiS
Revised July l, 201 I
2026 HOT lN PLAC� RECYCLING CONTRACT' l
Ciiy Pro�ec� No. lOG1G9
Addendum No. I
00 11 13
INVITATION TO BIDDERS
Page 1 of 3
SECTION 00 11 13
1NVITATION TO BIDDERS
RECEIPT OF BIDS
Electronic bids for the construction of 2026 HOT IN PLACE RECYCLING CONTRACT 1
City Project No. 106169 ("Project") will be received by the City of Fort Worth via the
Procurement Portal https://fortworthtexas.bonfirehub.com/portaU?tab=openOpportunities,
under the respective Project unti12:00 P.M. CST, Thursday, September 11, 2025.
Bids will then be opened publicly and read aloud beginning at 2:00 PM CST at Fort Worth
City Hall, 100 Fort Worth Trail, Fort Worth, Texas, Mezzanine, Room CH_MZ10_12.
Your submissions must be uploaded, finalized and submitted prior to the Project's posted due
date. The City strongly recommends allowing sufficient time to complete this process (ideally a
week prior to the deadline) to begin the uploading process and to finalize your submission.
Uploading large documents may take time, depending on the size of the file(s) and your Internet
connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or
Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled.
Electronic submission is subject to electronic interface latency, which can result in transmission
delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall
not be held liable if an interested bidder or proposer is unable to submit a complete bid/response
before the published deadline due to transmission delays or any other technical issues or
obstructions. The City strongly recommends allowing sufficient time to complete the submission
process (ideally a week before the deadline) to begin the uploading process and to finalize your
submission to give adequate time in the event an issue arises.
All submissions must be submitted electronically prior to the close date and time under the
respective Project via the Procurement Portal:
https://fortworthtexas.bonfirehub. com/portal/?tab=openOpportunities
Failure to submit all completed required information listed in the respective Solicitation will be
grounds for rejection of a bid as non-responsive. No late bids/proposals shall be accepted. Bids
delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be
accepted or considered.
If, upon being opened, a submission is unreadable to the degree that material conformance to the
requirements of the procurement specifications cannot be ascertained, such submission will be
rejected without liability to the City, unless such bidder provides clear and convincing evidence
(a) of the content of the submission as originally submitted and (b) that the unreadable condition
of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform
(Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not
constitute and shall not be considered an error or malfunction of the Bonfire Platform
(Procurement Portal). Bidders are encouraged to fully review each page of every document within
their submission prior to submitting to ensure all documents are clear, legible, and complete.
SUPPORT
For technical questions, visit Bonfire's help forum at https://vcndorsupport.gobonfirc.com/hc/cn-
us
Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010.
CITY OF FORT WORTH 2O26 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106169
Revised 2/08/24
00 11 13
INVITATION TO BIDDERS
Page 2 of 3
To get started with Bonfire, watch this five-minute training video:
Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.coin)
GENERAL DESCRIPTION OF WORK
The major work will consist of the (approximate) following:
93,274 SY 1" Asphalt Pavement Type SP-D (PG 70-22 Superpave SP-D)
93,274 SY 1" Hot In Place Recycling
93,274 SY 1" Surface Milling
460 CY Asphalt Pavement Base Repair
803 CY Cement Treated Flexiblebase, Type A, GR-2
413 LF Remove and Replace Concrete Curb & Gutter
2,730 SF Remove and Replace Concrete Driveway
1,657 SF Remove and Replace Concrete Sidewalk
27 EA Remove and Replace ADA Curb Ramp
51,564 LF Pavement Marking
PREQUALIFICATION
Certain improvements included in this project must be performed by a contractor or designated
subcontractor who is pre-qualified by the City at the time of bid opening. The procedures for
qualification and pre-qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS
TO BIDDERS.
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract Documents may be examined or obtained via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective
Project. Contract Documents may be downloaded, viewed, and printed by interested contractors
and/or suppliers.
EXPRESSION OF INTEREST
To ensure potential bidders are kept up to date of any new information pertinent to this project, all
interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes"
under the Intent to Bid section. A11 Addenda wi11 be posted in the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective
Proj ect.
PREBID CONFERENCE — Web Conference
A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO
BIDDERS at the following date, and time via a web conferencing application:
DATE: Tuesday, August 26, 2025
TIME: 11:30 A.M.
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 2O26 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ciry Project No. 106169
Revised 2/08/24
00 11 13
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 for bids. If a prebid conference is not
being held, prospective bidders should direct all questions about the meaning and intent of the
Bidding Documents electronically through the Vendors discussions section under the respective
Project via the Procurement PortaL If necessary, Addenda will be issued pursuant to the
Instructions to Bidders.
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
City reserves the right to waive irregularities and to accept or reject any or all bids.
AWARD
City will award a contract to the Bidder presenting the lowest price, qualifications and
competencies considered.
ADVERTISEMENT DATES
August 13, 2025
August 20, 2025
END OF SECTION
CITY OF FORT WORTH 2O26 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ciry Project No. 106169
Revised 2/08/24
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 wark contemplated under the Contract Documents.
12.2. 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
rypes requiring prequalification as per Sections 00 45 11 BIDDERS
PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms
seeking pre-qualification, must submit the documentation identified in Section 00 45 11
on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7)
calendar days prior to Bid opening for review and, if qualified, acceptance. The
subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate
work types. Subcontractors must follow the same timelines as Bidders for obtaining
prequalification review. Bidders or Subcontractors who are not prequalified at the time
bids are opened and reviewed may cause the bid to be rejected.
Prequalification requirement work types and documentarion are available by accessing all
required iiles through the City's website at:
https://www. fortworthtexas. �ov/departments/tpw/development/cfw-departments-tpw-
contractors under Division 00 - General Conditions and as follows:
CITY OF FORT WORTH 2O26 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106169
Revised/Updated June 13, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 2 of 9
3.1.1. Paving — Requirements document located at:
https://app-us3.e-
builder.net/public/publicLandin�.asnx?QS=4d00804b 133b408a85a69323548dda25
31.2. Roadway and Pedestrian Lighting — Requirements document located at:
https://ann-us3.e-
builder.net/public/nublicLandin�.asnx?QS—e43c4239775f4b2583552c029c6a1ed2
3.1.3. Water and Sanitary Sewer — Requirements document located at:
https://app-us3.e-
builder.net/public/publicLandin�.aspx?QS=4fc66ff8c36c4c029d542d4e55114e8d
3.2. Each Bidder, unless currently prequali�ed, must submit to City at least seven ('�
calendar days prior to Bid opening, the documentation identified in Section 00 45 11,
BIDDERS PREQUALIFICATIONS.
3.2.1. Submission of and/or questions related to prequalification should be addressed to
the City contact as provided in Paragraph 6.1.
3.3. The City reserves the right to require any pre-qualified contractor who is the apparent
low bidder for a project to submit such additional information as the City, in its sole
discretion may require, including but not limited to manpower and equipment records,
information about key personnel to be assigned to the project, and construction schedule
to assist the City in evaluating and assessing the ability of the apparent low bidder to
deliver a quality product and successfully complete projects for the amount bid within
the stipulated time frame. Based upon the City's assessment of the submitted
information, a recommendation regarding the award of a contract will be made to the
City Council. Failure to submit the additional information, if requested, may be grounds
for rejecting the apparent low bidder as non-responsive. Affected contractors will be
notified in writing of a recommendation to the City Council.
3.4. In addition to prequalification, additional requirements for qualification may be required
within various sections of the Contract Documents.
3.5. OMITTED
4.
Examination of Bidding and Contract Documents, Other Related Data, and Site
4.1. Before submitting a Bid, each Bidder:
4.1.1. Shall examine and carefully study the Contract Documents and other related data
identified in the Bidding Documents (including "technical data" referred to in
Paragraph 42. below). No information given by City or any representative of the
City other than that contained in the Contract Documents and officially
promulgated addenda thereto, shall be binding upon the City.
4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general,
local and site conditions that may affect cost, progress, performance or furnishing
of the Work.
CITY OF FORT WORTH 2O26 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106169
Revised/Updated June 13, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 3 of 9
4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost,
progress, performance or furnishing of the Work.
4.1.4. OMITTED
4.1.5. Shall study all: (i) reports of explorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions relating to existing
surface or subsurface structures at the Site (except Underground Facilities) that
have been identified in the Contract Documents as containing reliable "technical
data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any,
at the Site that have been identified in the Contract Documents as containing
reliable "technical data."
4.1.6. Is advised that the Contract Documents on file with the City shall constitute all of
the information which the City will furnish. All additional information and data
which the City will supply after promulgation of the formal Contract Documents
shall be issued in the form of written addenda and shall become part of the Contract
Documents just as though such addenda were actually written into the original
Contract Documents. No information given by the City other than that contained in
the Contract Documents and officially promulgated addenda thereto, shall be
binding upon the City.
4.1.7. Should perform independent research, investigations, tests, borings, and such other
means as may be necessary to gain a complete knowledge of the conditions which
will be encountered during the construction of the project. Far projects with
restricted access, upon request, City may provide each Bidder access to the site to
conduct such examinations, investigations, e�plorations, tests and studies as each
Bidder deems necessary for submission of a Bid. Bidder must fill all holes and
clean up and restore the site to its former conditions upon completion of such
explorations, investigations, tests and studies.
4.1.8. Shall determine the difficulties of the Work and all attending circumstances
affecting the cost of doing the Work, time required for its completion, and obtain all
information required to make a proposal. Bidders shall rely exclusively and solely
upon their own estimates, investigation, research, tests, explorations, and other data
which are necessary for full and complete information upon which the proposal is
to be based. It is understood that the submission of a proposal or bid is prima-facie
evidence that the Bidder has made the investigations, examinations and tests herein
required.
4.1.9. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or
between the Contract Documents and such other related documents. The Contractar
shall not take advantage of any gross error or omission in the Contract Documents,
and the City shall be permitted to make such corrections or interpretations as may
be deemed necessary for fulfillment of the intent of the Contract Documents.
4.1.10. Indicate their intent to bid by selecting "yes" in the Procurement Portal
under the Intent to Bid section. You must indicate your intent to bid to be able
to submit a bid to the City.
CITY OF FORT WORTH 2O26 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106169
Revised/Updated June 13, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 4 of 9
4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification
of:
4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to
the site which have been utilized by City in preparation of the Contract Documents.
The logs of Soil Borings, if any, on the plans are for general information only.
Neither the City nor the Engineer guarantee that the data shown is representative of
conditions which actually exist.
4.2.2. those drawings of physical conditions in or relating to existing surface and
subsurface structures (except Underground Facilities) which are at or contiguous to
the site that have been utilized by City in preparation of the Contract Documents.
4.2.3. copies of such reports and drawings will be made available by City to any Bidder
on request. Those reports and drawings may not be part of the Contract
Documents, but the "technical data" contained therein upon which Bidder is entitled
to rely as provided in Paragraph 4.02. of the General Conditions has been identified
and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is
responsible for any interpretation or conclusion drawn from any "technical data" or
any other data, interpretations, opinions or information.
4.2.4. Standard insurance requirements, coverages and limits.
4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder. (i)
that Bidder has complied with every requirement of this Paragraph 4, (ii) that without
exception the Bid is premised upon performing and furnishing the Work required by the
Contract Documents and applying the specific means, methods, techniques, sequences or
procedures of construction (if any) that may be shown or indicated or expressly required
by the Contract Documents, (iii) that Bidder has given City written notice of all
conflicts, errors, ambiguities and discrepancies in the Contract Documents and the
written resolutions thereof by City are acceptable to Bidder, and when said conflicts,
etc., have not been resolved through the interpretations by City as described in
Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate
and convey understanding of all terms and conditions for performing and furnishing the
Work.
4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated
biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by
Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract
Documents.
CITY OF FORT WORTH 2O26 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106169
Revised/Updated June 13, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 5 of 9
5. Availability of Lands for Work, Etc.
5.1. The lands upon which the Work is to be performed, rights-of-way and easements for
access thereto and other lands designated for use by Contractor in performing the Work
are identified in the Contract Documents. All additional lands and access thereto
required for temporary construction facilities, construction equipment or storage of
materials and equipment to be incorporated in the Work are to be obtained and paid for
by Contractor. Easements for permanent structures or permanent changes in existing
facilities are to be obtained and paid for by City unless otherwise provided in the
Contract Documents.
5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed
in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-
of-way, easements, and/or permits are not obtained, the City reserves the right to cancel
the award of contract at any time before the Bidder begins any construction work on the
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., Monday, ten days prior to the Bid opening. Questions received after this day may
not be responded ta Interpretations or clarifications considered necessary by City in
response to such questions will be issued by Addenda. Only questions answered by
formal written Addenda will be binding. Oral and other interpretations or clarifications
will be without legal effect.
6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by
City.
6.3. Addenda or clarifications shall be posted under the respective Project via the
Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab—openOppartunities
6.4. A prebid conference may be held at the time and place indicated in the Advertisement
or INVITATION TO BIDDERS. Representatives of City will be present to discuss the
Project. Bidders are encouraged to attend and participate in the conference. City will
transmit to all prospective Bidders of record such Addenda as City considers necessary
in response to questions arising at the conference. Oral statements may not be relied
upon and will not be binding or legally effective.
7. Bid Security
CITY OF FORT WORTH 2O26 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106169
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 City in an amount of
five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent,
issued by a surety meeting the requirements of Paragraph 5.01 of the General
Conditions.
7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice
of Award have been satisfied. If the Successful Bidder fails to execute and return the
Contract Documents within 14 days after the Notice of Award conveying same, City
may consider Bidder to be in default, rescind the Notice of Award and act on the Bid
Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to
have defaulted.
8. Contract Times
The number of days within which, or the dates by which, Milestones are to be achieved in
accordance with the General Requirements and the Work is to be completed and ready for
Final Acceptance is set forth in the Agreement or incorporated therein by reference to the
attached Bid Form.
9. Liquidated Damages
Provisions for liquidated damages are set forth in the Agreement.
10. Substitute and "Or-Equal" Items
The Contract, if awarded, will be on the basis of materials and equipment described in the
Bidding Documents without consideration of possible substitute or "or-equal" items.
Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or-
equal" item of material or equipment may be furnished or used by Contractor if acceptable to
City, application for such acceptance will not be considered by Ciry 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
11.1. In �� �' dillc�o l�r^_�ci tic i n �mi +t,o r;�..
- ---- ---- ----�
��c� t1.� pairtir�par;,,,, „��,.;r,..-:�., �.,,�;,,o ra�,,.-.�.c��.zi L�t�n�s
S�'. s� �.,..; �� nn n c n n�,- �t�,.
, �
. .��al �:�.��rtra��z.t . � ���1 r�.�
*�.�d� :� �rr: r�
� � . � �
. � . � �
� � � �
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 2O26 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106169
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 sha11 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.
12.7.
12.8.
12.9.
Bids by individuals shall show the Bidder's name and official address.
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.
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.boniirehub. com/portal/?tab=openOpportunities.
CITY OF FORT WORTH 2O26 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106169
Revised/Updated June 13, 2025
00 21 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 wards.
17.11. Any or all bids will be rejected if City has reason to believe that collusion exists
among the Bidders, Bidder is an interested party to any litigation against City,
City or Bidder may have a claim against the other or be engaged in litigation,
Bidder is in arrears on any existing contract or has defaulted on a previous
contract, Bidder has performed a prior contract in an unsatisfactory manner, or
Bidder has uncompleted work which in the judgment of the City will prevent or
hinder the prompt completion of additional work if awarded.
17.2. In addition to Bidder's relevant prequali�ication 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 neccssary to assist in the
evaluation of any Bid and to establish the responsibiliry, qualiiications, and iinancial
ability of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accordance with the Contract
Documents to City's satisfaction within the prescribed time.
17.4. Contractor shall perform with his own organization, work of a value not less than
35% of the value embraced on the Contract, unless otherwise approved by the City.
CITY OF FORT WORTH 2O26 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ciry Project No. 106169
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 Certifcate 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 2O26 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106169
Revised/Updated June 13, 2025
00 35 13
CONFLICT OF INTEREST STATEMENT
Page 1 of 1
SECTIQN QO 3513
CONFLICT OF INTEREST STATEMENT
Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a
Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's
Office pursuant to state faw.
If a member of the Fort Worth City Council, any ane or more of the City Manager or Assistant
City Managers, or an agent of the City who exercise discretion in the planning, recommending,
selecting or contracting with a bidder, offeror ar respondent is affiliated with your company, then
a Local Government OfFicer Conflicts Discfosure Statement (CIS) may be re'c�uired.
You are urged to consult with counsel regarding the applicability of these forrns and Local
Government Code Chapter 176 to your company.
The referenced forms may be downloaded from the links provided below.
Form CIq�Conflict of Interest Questionnaire��state,tx.us�
htt�s://www,ethics.state.tx.us/data/forms/conflict/CIS.odf
❑
'�
❑
�
❑
0
L111�1�.�
CIQ Forrn does not apply
CIQ Farm is on file with City Secretary
CIQ Form is being provided to the City Secretary
CIS Forrn does not apply
CIS Forrn is on File with Ci#y Secretary
CIS Form is being provided to the City Secretary
Cutler Repaving, Inc.
By: Charles R. Veskerna
Signature:
�
Title:
END OF SECTION
CITY Or FORT WORTIi
STANDARD CONSTRUCTION SPGC1rICAT10N DOCUMENi'S
Re�ised Pebruary 24, 2020
Pr�sident
2026 HOT IN pLI�CC RCCYCLING CON7RACT 1
Fort Worth 2026 C�ty Projcct 106169
00 41 OU
BID FORM
Page i of 3
SECTION 00 41 00
81p FORM
TO:
FOR
The Purchasing Manager
c/o: The Purchasing Division
200 Texas Street
City of Fort Worth, Texas 76102
2026 HOT IN PLACE RECYCLING COiVTRACT 1
City Project No.: 106169
Units/Sections: Paving
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 Wark 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 Certi�cation
2.1. in submitting this Bid, Bidder accepts al! of the terms and conditions of the INVI'fATION TQ BIDDERS and
ftVSTFtUCTIONS TO BIDDERS, including without limitation those dealing with ihe disposition of Bid Bond.
2.2. Bidder is awa�e of all costs ta provide the required insurance, will do sa pending contract award, and will
provide a valid insurance certificate meeting all requirements within 14 days of notification of award.
2.3. Bidder certifes 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 ar indirectly induced or solicited any other Bidder ta 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, ar coercive practices in competing for the Contract.
For the purposes of this Paragraph:
a. "corrupt practice" means the offering, giving, recei�ing, or soliciting of any thing of �afue fikely ta
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-compeiitive
fevels, or (c} to deprive Ciiy of the benefits of #ree and open competition.
c. "collusive practice" means a scheme or arrangement between two or more Bidders, wiEh or
without the knowledge of City, a purpose of which is to establish 8id prices at artificial, non-
competitive levels.
d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their
crrY aF FORr woR�rEt
STA�EDARD CONSTRUCTION SPECIF[CA710N DOCU�tENTS 202b HOT fN PLACE RECYCLWG CONTRACT I
Re��sed 9/30l2021 City Pro�ec� No. 105169 (5)
ao ai o0
BIO FORM
Page 2 of 3
property to influence their participation in the bidding process or affect the execution of the
Contract.
3. Prequalification
The Bidder acknowledges that the foklowing work types must be performed onfy by preq�alified contractors and
subcontractors:
a. Asphalt Paving Heavy Maintenance ($1,000,000 and OVER)
b. -
c. -
d. -
e. -
f. -
g. -
h. -
4. Time of Completion
4.1. The Work wiEl be complete for Final Acceptance within 210 days after the date when the
the Contract Time commences to �un as provided in Paragraph 2.03 of the Genera! Conditions.
4.2. Bidder accepts the p�ovisions of the Agreement as fo liquidated damages in the event of failure to camplete
the Work {andlor 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 93 issued by a surety meeting the requirements of Paragraph
5.01 of ihe Generaf 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 fl0 4512
g. Conflict of Interest A�davit, Section 00 35 13
*If necessary, CiQ or C!S forms are to be provided directly to City Secretary
h. Any additional dacuments thai may be required by Section 12 of the Instructions to Bidders
6. Total Bid Amount
C1TY QF FORT WORTH
STANDARDCONSTRS:{'TION SPii['l3 I{'ATIOid DO[';:VI4 NTS
Re�sed 9/36; 2021
202b HOT 1N PLACE RECYCI.ING CONTRACT l
Ciry Projece No. 106i69 (5)
0o a ti o0
BID FORM
Page 3 of 3
��1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. ln
the space provided below, please enter the total bid amount for this project. �nly this figure will be read
publicly by the City at the bid opening.
6.2. li is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is
subject to verification andlor modification by multiplying the �nit bid prices for each pay item by the
respective esEimated quantities shown in this proposal and then totating all of the extended amounts.
Total Bid
$2,699,951.9 5
7. Bid Submittal
This Bid is submitted on September 11, 2025
Respectfully mitted,
sy: 7�
(Signature)
Charfes R. Veskerna
(Printeti Name}
Title: President
by the entity named below.
Receipt is acknowledged of the
fallowing Addenda:
Addendum No. 9:
Addendum No. 2:
�Addendum No. 3:
�Addendum No. 4:
�
Company: Cutler Repaving, Inc.
Address: 921 East 27th St. Lawrence, KS 66046
State of Incorporatian: Delaware
Email: bveskerna@cutlerrepaving.com
Phone: 785-843-1524
END QF SECTION
Corporate Seal
�CL.—
r
�
�
�''w.
tnc.
:'�cp. •
i tE
y �'' �1 " �
�� �, � z . `` �
c� d �J , ' ,� {r '
� � ?
a J � �L ':
' �� f �:'�.
1 .�.
....�.w
..�`�
crrY oF FORr waRn-r
STAI�DARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS 2026 HOT IN PLACE RECYCLING CONTRACT I
Rehsed 9/30/2021 City Pro�at No I06169 (5}
00 42 43
BID PROPOSAL
Page I of 2
UNIT PRICE BID
SECTION 00 42 43
PROPOSALFORM
Project Item Information
Specification
Section No.
O1 70 00
02 41 15
32 16 13
02 41 13
32 13 20
02 41 13
32 13 20
32 13 20
02 41 15
32 16 13
02 41 13
32 13 20
32 13 20
32 13 20
32 13 20
32 13 20
32 12 16
32 12 16
32 11 23
32 11 23
32 11 33
02 41 15
32 13 13
02 41 15
99 99 99
99 99 99
32 12 16
32 23 16
32 92 13
32 17 25
32 91 19
31 10 00
31 10 00
99 99 00
33 05 14/33
33 05 14/33
33 OS 14
33 12 10
33 12 10
33 49 20
02 41 15
32 17 23
32 17 23
32 17 23
32 17 23
32 17 23
Unit of
Measure
EA
LF
LF
SF
SF
SF
SF
SF
SY
SY
EA
EA
EA
EA
EA
EA
TN
TN
CY
CY
TN
SY
SY
SY
SY
GA
SY
CY
SY
EA
CY
EA
EA
LS
EA
EA
EA
EA
EA
EA
LF
LF
LF
LF
LF
LF
Bidder's Application
Bidder's Proposal
Unit 1 - Paving Iinprovement
Bidlist Item
No. Description
1 0170.0101 Specified Remobilization
2 0241.1300 Remove Conc Curb&Gutter
3 3216.01 Ol 6" Conc Curb and Gutter
4 0241.0401 Remove Concrete Drive
5 3213.0401 6" Concrete Driveway
6 0241.0100 Remove Sidewalk
7 3213.0301 4° Conc Sidewalk
8 3213.0311 4" Conc Sidewalk, Adjacent to Curb
9 0241.1400 Remove Conc Valley Gutter
10 3216.0301 7" Conc Valley Gutter, Residential
11 0241.0300 Remove ADA Ramp
12 3213.OSOl Barrier Free Ran�p, Type R-]
13 3213.0503 Barrier Free Ran�p, Type M-]
14 3213.0504 Barrier Free Ramp, Type M-2
15 3213.0506 Barrier Free Ramp, Type P-1
16 3213.0507 Barrier Free Ramp, Type P-2
17 3212.0600 HMAC Pavement Level Up
18 3212.0401 HMAC Transition
19 9999.0001 Asphalt Pavement Base Repair
20 9999.0002 Flexible Base, Type A, GR-2
21 32ll.0600 Cement
22 0241.1000 Remove Conc Pvmt
23 3213.0102 7" Conc Pvmt
24 0241.1505 1" Surface Milling
25 9999.1005 1" HMAC Hot-in-Place Recycling
26 9999.1015 Rejuvenaring Oil @ 10%
27 9999.0003 1" Asphalt Pvmt SP-D (PG 70-22 Superpave SP-D)
28 3123.0102 Unclassitied Excavation by Survey
29 3292.0100 Block Sod Placement
30 3217.5001 Curb Address Painting
31 3291.0100 Topsoil
32 3110.0102 6"-12" Tree Removal
33 3110.0105 24" and Larger Tree Removal
34 9999.1000 Irrigation Adjustment & Landscape Repair Allowance
35 3305.01 ll Water VaLve Box Adjustment (With Steel Riser)
36 3305.0112 Water VaLve Box Adjustment (With Concrete Riser)
37 3305.0] 12 Manhole Adjustment, Minor (With Concrete Collar)
38 3312.2003 1-Inch Standard Plastic Meter Box
39 3312.2003 1-Inch Standard Concrete Meter Box
40 3349.5005 Remove and Replace Inlet Top, 5'
41 0241.1600 Butt Milling
42 3217.4301 Remove 4" Pvmt Marking
43 3217.4302 Remove 6" Pvmt Marking
44 3217.4303 Remove 8" Pvmt Marking
45 3217.4304 Remove 12" Pvmt Marking
46 3217.4306 Remove 24" Pvmt Marking
Bid
Quantity
1
413
413
2,730
2,730
1,657
1,153
504
348
348
27
5
1
1
19
2
70
50
460
803
44
100
100
93,274
93,274
9,328
93,274
150
1,000
20
150
1
1
1
2
12
26
2
1
1
450
100
100
100
100
100
Unit Price
$1,000.00
$2.22
$93.24
$2.22
$18.87
$2.22
$14.43
$14.43
$14.43
$199.80
$241.98
$5,272.50
$3,607.50
$3,607.50
$4,995.00
$4,995.00
$160.00
$190.00
$390.00
$78.05
$350.00
$14.43
$199.80
$2.97
$4.30
$4.50
$8.44
$120.00
$23.31
$149.85
$111.00
$1,942.50
$4,440.00
$35,000.00
$888.00
$888.00
$1,110.00
$555.00
$555.00
$6,105.00
$2.97
$0.05
$0.05
$0.05
$0.05
$0.05
Bid Value
$1,000.00
$916.86
$38,508.12
$6,060.60
$51,515.10
$3,678.54
$16,637.79
$7,272.72
$5,021.64
$69,530.40
$6,533.46
$26,362.50
$3,607.50
$3,607.50
$94,905.00
$9,990.00
$11,200.00
$9,500.00
$179,400.00
$62,674.15
$15,400.00
$1,443.00
$19,980.00
$277,023.78
$401,078.20
$41,976.00
$787,232.56
$18,000.00
$23,310.00
$2,997.00
$16,650.00
$1,942.50
$4,440.00
$35,000.00
$1,776.00
$10,656.00
$28,860.00
$1,110.00
$555.00
$6,105.00
$1,336.50
$5.00
$5.00
$5.00
$5.00
$5.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPPCIFICATION DOCUMENTS 2026 HOT IN PLACE RECYCLING CONTRACT 1
Revised 9/30/2021 Ciry Pmject No. 106169
00 42 43
BID PROPOSAL
Page 2 of 2
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
Project Item Information
�Unit 1 - Paving Iinprovemenl
Bidlist Item
No. Description
� 47 3217.0101 6" SLD Pvmt Marking HAS (�
� 48 3217.0102 6" SLD Pvmt Marking HAS (Y)
� 49 3217.0103 6" BRK Pvmt Marking HAS (V�
� 50 3217.0104 6" DOT Pvmt Marking HAS (W)
� 51 3217.0107 6" BRK Pvmt Marking HAS (Y)
� 52 3217.0201 8" SLD Pvmt Marking HAS (W)
� 53 3217.0301 12" SLD Pvmt Marking HAE (W)
� 54 3217.0401 18" SLD Pvmt Marking HAE (W)
� 55 3217.0501 24" SLD Pvmt Marking HAE (R�
� 56 3217.2103 REFL Raised Marker TY II-A-A
� 57 3217.2104 REFL Raised Marker TY II-C-R
� 58 3217.1003 Lane Legend DBL Arrow
� 59 3217.1002 Lane Legend Arrow
� 60 3217.1004 Lane Legend Only
� 61 3471.0002 Portable Message Sign
� 62 3471.0001 Traffic Control
� 63 3ll0.0101 Site Clearing
� 64 9999.1003 Paving Construction Allowance
�
Specification
Section No.
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
32 17 23
32 17 23
32 17 23
34 71 13
34 71 13
31 10 00
99 99 00
Unit of
Measure
LF
LF
LF
LF
LF
LF
LF
LF
LF
EA
EA
EA
EA
EA
WK
MO
SY
LS
Bidder's Application
Bidder's Proposal
Bid
Quantity
14,757
22,278
7,266
312
480
3,884
50
166
2,371
173
736
2
49
32
4
6
100
1
Unit Price
$1.85
$1.85
$1.85
$5.45
$3.27
$2.73
$5.45
$8.72
$8.72
$7.63
$7.63
$436.00
$190.75
$245.25
$700.00
$15,500.00
$61.05
$150,000.00
Bid Value
$27,300.45
$41,214.30
$13,442.10
$1,700.40
$1,569.60
$10,60332
$272.50
$1,447.52
$20,675.12
$1,319.99
$5,615.68
$872.00
$9,346.75
$7,848.00
$2,800.00
$93,000.00
$6,105.00
$150,000.00
Total Bid � $2,699,95115
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPPCIFICATION DOCUMENTS 2026 HOT IN PLACE RECYCLING CONTRACT 1
Revised 9/30/2021 Ciry Pmject No. 106169
00 43 13
Blp BOND
Page 1 of 2
SECTlON 00 43 73
BID BOND
KNOW ALL BY THESE PRESENTS:
That we, Cutler Repaving, Inc., 921 E. 27th St, Lawrence, K5 6fi046 known as
"Bidder' herein and Liberty Mutual Insurance Company, 175 Berkeley Street, Boston, MA 0211fi a Corporate surety
duly authvnzed to do business in the Siate of Texas, known as "Surety' herein, are held and firmly bound unto the City
of Fort Wonh. a municipal corporation created pursuant to the laws of Texas, known as "City" herein. in the penal sum
of five percent {5%) of Bidder's maximum bid price, in lawful money of the United Siates, ta be paid in Fort Worth,
Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS. the Pnncipal has submitted a bid or proposal to perform Woric for the following project
designated as 2026 HOT IN PLACE RECYCLING CONTRACT 1
NAW, THEREFORE, the condition of this obligation is such that if the City shall award
the Cont�act for the foregoing project to the Pnncipal, and the Pnnclpal shall satisfy all requirements and conditions
required for the execution of tha Contract and shall enter into the Contract in writing with the City m accorda�ce with
the terms of such same. then ihis obligation shall be and became null and void. If, however, tha Pnncipal fa�ls to
execute such Contract in accordanoe with the terms of same or fails to satisfy all requirements and conditions required
for the execution of the Contract, this bond shall become Ehe property of the City, without recourse of ihe Prmcipal
andlor Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between
Principal's total bid amount and the next selected bidder's total bid amount.
PRQVIQEQ FURINER, that if any legal action be flled on this Bond, venue shall lie m Tarrant County,
Texas or the United States Distnct Court for the Northem Disirict of Texas, Fort Worth Division.
IN WITNESS WHEREOF, the Principal ancf the Surety have SIGNED ar�d SEAL�D this mstrument by
duly authorized agents and officers on this ihe 11th day o# September , 2025.
PRINGIPAl.:
Cutler Repavinq, Inc.
ATTEST /-- -'� _�
,�� � 1 .}�.E cka.--�
Witness as o Princi�l
BY:
� � -
Signature
Charles R. Veskema President
Name and Title
���� �
—J
1 V � r �
i ,� + -�
��� _ p � �
� iJ ' � r I
y G� � �: � �
.' � �
CITY OF FORT W ORTH
STANDA.ItD CONSTRUCTION SPECIFICATfOAf DOCUi�IEhf['S
.0.D
Rewsed 9I30r2021
20Z6 HOT ]h PLACE RECYCL[NG fONTRAfT 1
City Project No i06169
00 43 13
BID BOND
Page 2 of 2
Address: 921 E. 27th St, Lawrence, KS 66046
�
�,����,,
SURETY: �,G� f.0hfn�%�..
Liberty Mutual Insurance Company . ��� _ • '�l ��. �s� • . 1` �-
i ` "`�' "�� � �� �-
r yy ,., N
BY: � � I,ars � ��-� ��_ ��.►-���'.r � . !;, '
Signatu�e �- U'- 5 v: i; �
, .z. , .
:5�. "� nl . .
Clara R. Navarro Abela, Attomey-in Fact �'f .1 b�? .' -
Name and Title �, { i'��. �•
�
�
.�'� x _ _ _ - f
{ �__ :.- ��_ fy
Witness�o Surety �q�yGa Hoebener
Address: 175 Berkelev Street. Boston. MA Q2116
Telephone Number: (617) 357-95tJ0
Attach Power of Attomey {Sureiy) for Attorney-in-Fact
�Note If signed by an officer of the Surety Company, there must be on file a certified ext�act from the by laws
showmg that this pe►son has authonty to sign such obiigation. If Su�ety's physical address is different from
its mailing address. both must be provided. The date af the bond shall not be prior to the date the Contract
is awarded.
EiVD OF SECT[ON
CITY OF FORT WORTH
STAI�iDA[tD C4NSTRUCTION SPECIFfCAT[ON DOCUME`�'fS 202b HOT IN PLACE RECYCLI\G CONTIL�CT I
Reviud 4:30/2021 Ciiy Pro�«� No 106159
:- Liberty
Mutual.
SU RETY
This Power of Attorney limits the acts of those named herein, and they have no authority to
bind the Company except in lhe manner and to the e�terrt herein stated.
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
Certificate No: 8211287-674U07
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty insurance Company is a corporation duly orgaoized under Ihe laws of the State of New Hampshire thal
Liberry Mutual Insurance Company is a corporation duly o�ganized under Ihe laws ot the Stale of Massachusetts, and West American Insurance Company is a corporation duly organized
under ihe laws of ihe State of Indiana (herein oollectively called the "Companies'), pursuant to and by aulhority herein set forth, does hereby name, constitute and appoint, Desirec E
Westmoreland; Myriah A. Anderson, Timothy C Smith, Todd Alan Rambo, Clara R. Navarro Abela, A1ycia Marie Hoe6ener
a of the eity of W�chita state of KS each individually if there be more than one named, its true and awful attomey-in•facl to make,
exec..te, seal, acknowledge and deliver for and on its behalt as surery and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance
ef these presents and shall be as binding upon t�e Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authonzed officer or official of the Companies and the corporate seals of the Companies have been aNuced
theretv this 3 � st day of January 2o2a
w
w
�
c
m
� c`o State of PENNSYLVANIA
� � County of MONTGOMERY
f)
Liberty Mutual Insurance Company
� 1NSLq ���t �Hs� a tiNSU�p4 The Ohio Casaalty Insurance Company
`�P oRPO�rP�'n yJP4 Rp��T�y ��P�o"QOF�+r 'j'� WestAmerican Insurance Company
J.�` o m Vv r Fo � 4� `a R� �' �
�;1912� o p 1919 h � 1991 0 �,��f� j"
''d'ss ,�fi '� y�'a1i, �a",� a 3 a�-•� Jre.;.,.
� 4CHU9 aa � hAMP9 ,aa �(s •N���,+► da �% ' _
0i� * r�* �y1 * �N �M * �,N 8Y� f:--
Oav�d M. :;arey, Assistant Secretary
�� On this 3 I si day oi Jan uary 202a before me pe�sona y appeared Dawd M. Carey, who adcaowledged himself to be the Assistant Sec�elary of Liberty Mutual Insurance
� ip Company, The phio Casualry Company, and West American Insurance Company, and Nal he, as such, being aathonzed so to do, execute the foregoing instrument for the purposes
�� therein contained by signing on behalf of the corporaGons by himself as a duly auihorized o�cer.
�� IN WITNESS WHEREOF, l have hereunio subscribed my name and afCxed my notarial seal at Plymouth Meetirg, Pennsylvania, on Ihe day and year first above written.
C 'N
Q� �� KpnwF TF� Commonweaith ot Pennsywania - Nmary Seai
y..
� O
a a;
C �
� N
��
� L
♦"� �'
E �_
fli
� .r
o c�
t3 �
»
O �
ZU
�� o� q� ,< Teresa Pastella, Nvtary Public �J� !
�.. u QF s y MonlgomeryCaunty f �i�
Mymmmiss�oneapresMarCh28.2025 By•
�7 Canmission num0er 7126044
.J��r$y�VPa �G Membe�, Pnnnsylvania Assaciabon ol Naleries 7eresa Paste��a, Notary Public
v�4 � ��,
This Power o( Attorney is made and executed pursuant to and by authority of the following By-laws and Auihorizations of The Ohio Casually nsurance Company, Liberty Mutual Insurance
Company, and West American Insurance Company which resolu6ons are now in full force and ef(ect reading as follows:
ARTICLE IV-OFFICERS: Secbon 12. PowerofAttomey
Any offrcer or other official af the Corporation authorized for Ihat purpose in writing by Ihe Chairman or the President, and subject to such mitation as the Chairman or ihe President
may prescribe, shall appoint such aflomeys-in-(aci, as may he rtecessary lo aci in behal( of the Corporation to make execute, seal, acknowledge and deliver as surety any and all
undertakings, borsds, recognizances and other surety obligaGons. Such attomeys-m-fact, sub�ect to the mita6ons set fo�th in their respective pawe�s of attomey, shall have fufl
power to bind !he Corporafion by their signaiure and execution o( any sucA instn�ments and to altach thereto ihe seal of the Corparation. Whe� so executed, such instrumenl5 sha11
be as binding as if signed by the President and atlested to by the 5ecretary. Any pawer or authoriry g�anted to any represenlative or attomey-in-faq under the provisions ot this
artide may be revoked at any time by tMe Board, ihe Chairman, the Pres�dent or by the officer or oifcers granting such power or authoriry
��
'C �
��
�'
i
i
�
�
��
��
��I
I
i
i
��
��
�c
��
�'
�
�
�
}� �
LL i
ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer ot the Company aulhorized (or that purpose in writing by the chaimwn or Ihe p�esident, and sub�ect lo such lim tations as the chairman or the �resident may prescnbe.
shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Compaoy to malce, execute, seal, acknowledge and de ver as surery any and all undertakings. —
bonds, recognizances and ather surely obligations. Such ariomeys-in-fact subject to the IimRations set (arth in their respective powers of attomey, shall have full power to bind Ihe
Company by their signature and execution of any such instruments and to attach thereio the seal af the Company When so eacecuted such insUuments shail be as binding as i(
signed by the president and apesled by lhe secretary
CeAificate of Designaiian - The President of the Company ac6ng pursuant to the Bylaws of the Company, aulhodzes Dawd M. Carey Assistant Secretary to appoint such adomeys•in-
fact as may be necessary to act on behalf of the Company to make execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, reoognizances and ott�er surety
obligations.
Authorixation -- By unanimous cansent of the Company's Board of pirectors, the Company consents that facsimile or mechanwally reproduced sgnature of any assisiant secretary of the
Company, wherever appearirg upon a cer6fied copy of any power of attomey issued by the Company in conneclion with surety bonds shall be vasd and binding upon �he Company wilh
the same torce and eftect as Ehough manualty affixed. ��,, �� �,,�
I, Renee C. Llewellyn, the undersigned, Assistant Secretary. The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West Am,�ri�a I���rdr�oi»p�ny do
hereby certify that the original power of attomey pf which Ihe toregoing is a full, true and correct capy o( the Power of Attomey executed by said Compa�Ae3� isir�i�yl��eep"��feC),and
has not been revoked. �. Q �� •' C� '
. ,- • �✓ ' � , t n '
IN TESTIMONY WHEREOF, I have hereunto set my hand and aifuced the seals of said Companies this �4{-i� day of 54�ivnl�s 'L7�i, ;� c� •�_
—�. � .
P� 1NS(/,Q4 P�ZY INs�j � 11iSU,qR U, • y �i j J �. �.
�.J c°n°°�� 1�C� yJ o°a°°� f'pqZ ``P 4�pPOl�! �L� - u' ' '7 �. . �
a 3 Fo c�+ Q+ Fo c'� � r '"o fi '� ' �s �l .�„
� 1 9 1 2 � 0 1 9 1 9 � � 1 9 9 1 � ' �,�(,�+(,!�^`.- ?' f r,] `-�� ' t-
y�n w p Q O t'
d'�+�'4°4cHag`��.da �� yN4MP5�� D3 'l �ND17�NP L� By.
ej� * ��, �yl �ad s�M } ��a Renee C. Llewellyn, Assistant Secretary , � - •�
. .
LMS-12873 LMIC OCIC WAIC MuIG Co 02127
00 43 37
VENDOR COMPLIANCE TO STATE LAW
Page 1 of 1
SECiION 00 43 37
VENDOR COMPLIANC� TO STATE LAW N�N RESIDENT BIbDER
Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law
provides that, in arder to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside the State of Texas} bid projects for
construction, improvements, supplies or senrices in Texas at an amount lower than the lowest 7exas resident
bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in
order to obtain a comparable contraci in the State whici� the nonresidenYs principal place of business is located.
The appropriate blanks in Section A mus! be filled out by all nonresident bidders in order for your bid to meet
specifications. The failure af nonresident bidders to do so will automatically disqualify that bidder. Resident bidders
must check the box in Section B.
A. Nonresident bidders in the State of , our principal place of business,
are required to be percent lower than resident bidders by State Law. A copy of the
statute is attached.
Nonresident bidders in the State of Kansas , our principal place of business,
are not required to underbid resident bidders.
B. The principal place of business of our company or our parent company or majority owner is
in the State of 1'exas. O
BIDDER:
Cutler Repaving, Inc.
By: Charles R. Veskerna
I
„ �
( ignature)
Title: President
Qate: September 11, 2Q25
EIYD OF SECTIOIY
CITY OF FORT WORTH
STANDARDCONSTRUCTION SPECIFICATION DOCUyIENTS
Re+nsed 9l3012021
2026 HOT [N PLACE RECYCLING CONTRACT 1
Caty Pro�ect No. 1Q6169 (5)
004511-1
BIDDERS PREQUALIFICATIONS
Page 1 of 3
1 SECTION 00 45 11
2 BIDDERS PREQUALIFICATIONS
4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or
5 have applied for prequalification by the City for the work types requiring prequalification
6 prior to submitting bids. To be considered for award of contract the Bidder must submit
7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with
8 their Bid. Any contractor or subcontractor who is not prequalified for the wark type(s) listed
9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accardance with
10 the requirements below. The information must be submitted seven (7) days prior to the
11 date of the opening of bids. Subcontractors must follow the same timclincs as contractors
12 for obtaining prequalification review. Bidders or Subcontractors who arc not prequali�ed at
13 the time bids are opened and reviewed may cause the bid to be rejected.
14
15
16 The prequalification process will establish a bid limit based on a technical evaluation and
17 financial analysis of the contractor. For example, a contractor wishing to submit bids on
18 projects to be opened on the 7th of April must file the information by the 31 st day of March
19 in order to eligible to wark on these projects. In order to facilitate the approval of a Bidder's
20 Prequalification Application, the following must accompany the submission.
21 a. A complete set of audited or reviewed financial statements.
22 (1) Classified Balance Sheet
23 (2) Income Statement
24 (3) Statement of Cash Flows
25 (4) Statement of Retained Earnings
26 (5) Notes to the Financial Statements, if any
27 b. A certiiied copy of the iirm's organizational documents (Corporate Charter, Articles
28 of Incorporation, Articles of Organization, Certificate of Formation, LLC
29 Regulations, and Certificate of Limited Partnership Agreement).
30 c. A completed Bidder Prequali�cation Application.
31 (1) The firm's Texas Taxpayer ldentification Number as issued by the Texas
32 Comptroller of Public Accounts. To obtain a Texas Taxpayer ldentification
33 number visit the Texas Comptroller of Public Accounts online at the
34 following web address www.window.state.tx.us/taxpermit/ and fill out the
35 application to apply for your Texas tax ID.
36 (2) The firm's e-mail address and fax number.
37 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number
38 is used by the City for required reporting on Federal Aid projects. The DiJNS
39 number may be obtained at www.dnb.com.
40 d. Resumes reflecting the construction experience of the principles of the firm for firms
41 submitting their initial prequalification. These resumes should include the size and
42 scope of the work performed.
43 e. Other information as requested by the City.
44
45 2. Prequalification Requirements
46 a. Financial Statements. Financial statement submission must be provided in
47 accordance with the following:
48 (1) The City requires that the original Financial Statement or a certified copy
49 be submitted for consideration.
CITY OF FORT WORTH 2O26 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106169
Revised August 13, 2021
00 45 11 - 2
BIDDERS PREQUALIFICATIONS
Page 2 of 3
1 (2) To be satisfactory, the financial statements must be audited or reviewed
2 by an independent, certi�ed public accounting firm registered and in
3 good standing in any state. Current Texas statues also require that
4 accounting firms performing audits or reviews on business entities within
5 the State of Texas be properly licensed or registered with the Texas State
6 Board of Public Accountancy.
7 (3) The accounting firm should state in the audit report or review whether
8 the contractor is an individual, corporation, ar limited liability company.
9 (4) Financial Statements must be presented in U.S. dollars at the current rate
10 of exchange of the Balance Sheet date.
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
�
(5) The City will not recognize any certified public accountant as
independent who is not, in fact, independent.
(6) The accountant's opinion on the financial statements of the contracting
company should state that the audit or review has been conducted in
accordance with auditing standards generally accepted in the United
States of America. This must be stated in the accounting firm's opinion.
It should: (1) express an unqualified opinion, ar(2) express a qualified
opinion on the statements taken as a whole.
(7) The City reserves the right to require a new statement at any time.
(8) The financial statement must be prepared as of the last day of any month,
not more than one year old and must be on �le with the City 16 months
thereafter, in accordance with Paragraph 1.
(9) The City will determine a contractor's bidding capacity for the purposes
of awarding contracts. Bidding capacity is determined by multiplying the
positive net working capital (working capital= current assets — current
liabilities) by a factor of 10. Only those statements reflecting a positive
net working capital position will be considered satisfactory for
prequalification purposes.
(10) In the case that a bidding date falls within the time a new financial
statement is being prepared, the previous statement shall be updated with
proper verification.
Bidder Prequalification Application. A Bidder Prequalification Application must be
submitted along with audited or reviewed financial statements by firms wishing to be
eligible to bid on all classes of construction and maintenance projects. Incomplete
Applications will be rejected.
(1) In those schedules where there is nothing to report, the notation of
"None" or "N/A" should be inserted.
(2) A minimum of five (5) references of related wark must be provided.
(3) Submission of an equipment schedule which indicates equipment under
the control of the Contractor and which is related to the type of work for
which the Contactor is seeking prequalification. The schedule must
include the manufacturer, model and general common description of
each piece of equipment. Abbreviations or means of describing
equipment other than provided above will not be accepted.
46 3. Eligibility for Award of Contract
47 a. The City shall be the sole judge as to a contractor's prequaliiication.
48 b. The City may reject, suspend, or modify any prequalification for failure by the
49 contractor to demonstrate acceptable financial ability or performance.
50 c. The City will issue a letter as to the status of the prequalification approval.
CITY OF FORT WORTH 2O26 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106169
Revised August 13, 2021
00 45 11 - 3
BIDDERS PREQUALIFICATIONS
Page 3 of 3
1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to
2 perform the prequalified work types until the expiration date stated in the letter.
3
8 END OF SECTION
CITY OF FORT WORTH 2O26 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS City Project No. 106169
Revised August 13, 2021
00 45 12
PREQUALIFICATiON STATEMENT
Page 1 of 1
SECTION 00 45 12
PREQUALIFICATION STATEMEIVT
Each Bidder for a City procurement is required io complete the fnformation below by identifying the prequalified
contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed.
Major Work Type
Asphalt Pav�ng Heavy
Maintenance {$�,000,000 and
�VER)
0
ContractorlSubcontractar Company Name
Cutler Repaving, Inc.
Prequalificatian
Expiration Date
18-Apr-27
The undersigned hereby certifies that the contractors andlor subcontractors described in the table above are
currently prequalified for the wark types listed.
BIDDER:
Cutler Repaving, inc.
By. Charles R. Veskema
�[,�f.c� #-� ���tl.r'.t�-�
(Signature}
�'it�e: President
Date: ll�i� �
END OF SECTION
CfTY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2026 HOT IN PLACk RECYCL[NG COt�TRACT I
Revlsed 09/3012021 Ciry Pro�ect No. 1OG169 (S}
00 52 43 - 1
Agreement
Page 1 of 6
SECTION 00 52 43
AGREEMENT
THIS AGREEMENT, authorized on November 18. 2025, is made by and between the Ciry of Fort
Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager,
("City"), and Cutler Repavin�, Inc., authorized to do business in Texas, acting by and through its
duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as
Parties.
City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows:
Article 1. WORK
Contractor shall complete all Work as specified or indicated in the Contract Documents for the
Project identified herein.
Article 2. PROJECT
The project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
2026 HOT IN PLACE RECYCLING CONTRACT 1
Citv Proiect No. 106169
Article 3. CONTRACT PRICE
City agrees to pay Contractor for performance of the Work in accordance with the Contract
Documents an amount, in current funds, of TWO MILLION SIX HLTNDRED NINETY-NINE
THOUSAND NINE HUNDRED FIFTY-ONE AND 15/100 Dollars ($2,699.951.151. Contract
price may be adjusted by change orders duly authorized by the Parties.
Article 4. CONTRACT TIME
�.'�
Final Acceptance.
The Work shall be complete for Final Acceptance within 210 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
1ega1 proceeding, the actual loss suffered by the City if the Work is not completed on time.
Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated
damages for delay (but not as a penalty), Contractor shall pay City Six Hundred and Fiftv
AND 00/100 Dollars ($650.00) for each day that expires after the time specified in
Paragraph 4.1 for Final Acceptance unril the City issues the Final Letter of Acceptance.
Article 5. CONTRACT DOCUMENTS
5.1 CONTENTS:
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
A.The Contract Documents which comprise the entire agreement between City and
Contractor concerning the Work consist of the following:
CITY OF FORT WORTH 2O26 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106169
Revised June 13, 2025
00 52 43 - 2
Agreement
Page 2 of 6
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 far the Bonds
h. Worker's Compensation Af�davit
i. �a�� „r,ai�.. C�� r.Itili�.�.^"�
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 Proj ect's Contract Documents.
6. Drawings.
7. Addenda.
8. Documentation submitted by Contractor prior to Notice of Award.
9. The following which may be delivered or issued after the Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract Documents:
a. Notice to Proceed.
b. Field Orders.
c. Change Orders.
d. Letter of Final Acceptance.
Article 6. INDEMNIFICATION
6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the city, its officers, servants and employees, from and against any and all
claims arising out of, or alleged to arise out of, the work and services to be performed
by the contractor, its of�cers, agents, employees, subcontractors, licenses or invitees
under this contract. This indemnification provision is specificallv intended to operate
and be effective even if it is alleged or proven that all or some of the dama�es bein�
sought were caused, in whole or in part, bv anv act, omission or negli�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.
CITY OF FORT WORTH 2O26 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106169
Revised June 13, 2025
005243-3
Agreement
Page 3 of 6
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
the city, its officers, servants and employees, from and against any and all loss, damage
or destruction of property of the city, arising out of, or alleged to arise out of, the work
and services to be performed by the contractor, its officers, agents, employees,
subcontractors, licensees or invitees under this contract. This indemnification provision
is specificallv intended to onerate and be effective even if it is alle�ed 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.
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
7.3
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.
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.
���
7.6
7.7
Governing Law and Venue.
This Agreement, including all of the Contract Documents is performable in the State of
Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
Northern District of Texas, Fort Worth Division.
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.
Non-appropriation of Funds.
In the event no funds or insufficient funds are appropriated by City in any fscal period for
any payments due hereunder, City will notify Vendor of such occurrence and this Agreement
shall terminate on the last day of the fiscal period for which appropriations were received
without penalty or expense to City of any kind whatsoever, except as to the portions of the
payments herein agreed upon for which funds have been appropriated.
CITY OF FORT WORTH 2O26 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106169
Revised June l3, 2025
00 52 43 - 4
Agreement
Page 4 of 6
:
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 Contractar has 10 or mare 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.
�!�
Prohibition on Boycotting Energy Companies.
Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government
Code, the City is prohibited from entering into a contract for goods or services that has a
value of $100,000 or more, which will be paid wholly or partly from public funds of the City,
with a company (with 10 or mare full-time employees) unless the contract contains a written
verification from the company that it: (1) does not boycott energy companies; and (2) will
not boycott energy companies during the term of the contract. The terms "boycott energy
company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the
Texas Government Code. To the extent that Chapter 2276 of the Government Code is
applicable to this Agreement, by signing this Agreement, Contractor certifies that
Contractor's signature provides written verification to the City that Contractor: (1)
does not boycott energy companies; and (2) will not boycott energy companies during
the term of this Agreement.
7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries.
Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas
Government Code, the City is prohibited from entering into a contract for goods or services
that has a value of $100,000 or more which will be paid wholly or partly from public funds
of the City, with a company (with 10 or more full-time employees) unless the contract
contains a written verification from the company that it: (1) does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade association;
and (2) will not discriminate during the term of the contract against a firearm entity or firearm
trade association. The terms "discriminate," "firearm entity" and "firearm trade association"
have the meaning ascribed to those terms by Chapter 2274 of the Texas Government
Code. To the extent that Chapter 2274 of the Government Code is applicable to this
Agreement, by signing this Agreement, Contractor certifies that Contractor's signature
provides written veriGcation to the City that Contractor: (1) does not have a practice,
policy, guidance, or directive that discriminates against a firearm entity or frearm
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 2O26 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106169
Revised June l3, 2025
00 52 43 - 5
Agreement
Page 5 of 6
7.11 Immigration Nationality Act.
Contractor shall verify the identity and employment eligibility of its employees who perform
work under this Agreement, including completing the Employment Eligibility Verification
Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms
and supporting eligibility documentation for each employee who performs work under this
Agreement. Contractor shall adhere to all Federal and State laws as well as establish
appropriate procedures and controls so that no services will be performed by any Contractar
employee who is not legally eligible to perform such services. CONTRACTOR SHALL
INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES,
LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY
CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS,
AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right
to immediately terminate this Agreement for violations of this provision by Contractor.
7.12 No Third-Party Beneficiaries.
This Agreement gives no rights or benefits to anyone other than the City and the Contractor
and there are no third-party beneficiaries.
7.13 No Cause of Action Against Engineer.
Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their
sureties, shall maintain no direct action against the Engineer, its officers, employees, and
subcontractors, for any claim arising out of, in connection with, or resulting from the engineering
services performed. Only the City will be the beneficiary of any undertaking by the Engineer.
The presence or duties of the Engineer's personnel at a construction site, whether as on-site
representatives or otherwise, do not make the Engineer or its personnel in any way
responsible for those duties that belong to the City and/or the City's construction contractors
or other entities, and do not relieve the construction contractors or any other entity of their
obligations, duties, and responsibilities, including, but not limited to, all construction
methods, means, techniques, sequences, and procedures necessary for coordinating and
completing all portions of the construction work in accardance with the Contract Documents
and any health or safety precautions required by such construction work. The Engineer and
its personnel have no authority to exercise any control over any construction contractor or
other entity or their employees in connection with their work or any health or safety
precautions.
CITY OF FORT WORTH 2O26 HOT IN PLACE RECYCLING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106169
Revised June l3, 2025
005243-6
Agreement
Page 6 of 6
IN WTTNESS WHEREOF, City and Contractor have each executed this Agreement to be effective
as of the date subscribed by the City's designated Assistant City Manager ("Effective Date").
Contractor:
By:
C�� v��
Signature
Charles Veskerna
(Printed Name)
President
Tltle
921 East 27th St.
Address
Lawrence, KS 66046
City/State/Zip
December 11,2025
Date
12/11/2025
City of Fort Worth
By:
.
���-�_�
Jesica McEachern
Assistant City Manager
01/21/2026
Date aa
�FOAr�n�
p��Faoa 000�Y�Ado
tio
AtteSt: a�a °='°a
�c�c, /� .h��.m�e� pao d a�� �� *p
0 a4 nEop54q
�
Jannette Goodall, City Secretary
(Seal)
M&C: 25-1068
Date: 11 /18/2025
Contract 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.
�
M a rwa n H afez ( Dec 11, 2025 1625:47 CST)
Marwan Hafez
Senior Professional Engineer
Approved as to Form and Legality:
���
Douglas 61ack (Jan 8, 2026 P:5219 CST)
Douglas W. Black
Sr. Assistant City Attorney
APPROVAL RECOMMENDED:
�..�... %�..:..ti
���ren N������ ���� zy, ��v oy�,���, �s �;
Lauren Prieur, Director,
Transportation & Public Warks Department
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 13, 2025
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
2026 HOT IN PLACE RECYCLING CONTRACT 1
City Project No. 106169
FORT WORTH�
MEMORANDUM
Date: January 6, 2026
To: All approvers and signers
From: Sophia Flores, Contract Compliance Specialist
Subject: Section 00 45 26 Notarization Verification
To whom it may concern,
This letter serves to provide verification that the notarization on the Contractor Compliance with Worker's
Compensation Law form, section 00 45 26, is legitimate. This form is provided to the contractor, Cutler
Repaving, Inc., by the City of Fort Worth and has the state prefilled out to read, Texas. Cutler Repaving, Inc
is based in Kansas and therefore had a Kansas registered Notary Public notarize the document. The Notary
Public therefore had to strike through the printed state of Texas and replace it with Kansas, since that is the
state, they are registered in. In Kansas the notary stamps do not have the expiration date included on them
and the notary must handwrite the date on the blank line provided on their stamp. To verify that the
handwritten expiration date is legitimate, the notary has provided a copy of their official notary certificate. An
additional page containing the notary certificate of Kansas Notary Public, Jennifer J Nelson, has been added
after her notarization to provide verification of the expiration date of her commission. If you should have any
questions or concerns regarding the addition of this page, please reach out to me at
sophia.flores2(c�fortworthtexas.qov.
Thank you,
Sophia Flores
Contract Compliance Specialist
Transportation & Public Works
Office 817-392-2026
100 Fort Worth Trail, Fort Worth, TX 76102
004526- I
CONTRACTOR COMPI,lANC6 W1TH WORKER'S COfvlPENSATION LAW
Page i of I
2
3
4
5
6
7
$
9
10
�t
12
13
14
l5
16
17
t8
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
fc3'�
SECTION 00 45 26
CQNTRA.CTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 4U6.096(a}, as amended, Contractor certifies that it
provides worker's compensation insurance caverage for all of its employees employed on City
Project No. 106169. Contractor further certifies that, pursuant to Texas Labor Code, Section
40b.096(b}, as amended, it will provide to City its subcontractor's certificates of compliance with
worker's campensation caverage.
CONTRACTCIR:
Cutler Repaving, Inc.
Company
921 East 27th St.
Address
Lawrence, KS 66046
City/State/Zip
THE STATE OF TEXAS
COUNTY OF TARRANT
��
,
§
8y: Charles R. Veskerna
(� ease Print) E
�
�
Signature: � �
Title: President
(Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared
Charles R. Ve�rna , known to me to be the person whose name is
subscribed to the foregoing instrument, and acknawledged to me that he/she executed the same as
the act and deed of President for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL QF OFFICE this 9th day of
December , 2p25
I�pTAf�Y PUBEIC - S�t9 Of K8t388S
JENNIFER J. NELSOI�I
�yq�,�• L.l�vJ?S .
�cxa►..a
Not� Pubi n and or the State of'�cas
Kan sa S
END OF SECTION
C[TY OF FORT WORTH
STANDARD CONSTRUCi'ION SPECIFICATION DOCUMENTS
Revised July l, 2011
2026 HOT IN PLACE RECYCLING CONTRACC 1
Ciry Project No 106169
SCOTT SCHWAB
Secretary of State
0 �6tAYT OPer'P
BT�rB O► *'�$T0
STATE OF KANSAS
�
�
N
�
t�m
�
�
�
y
�
m
�
0
�
�
m
May 28, 2424
Jennifer J Nelson
16 E. 1240 ROAD
BALDWIN CiTY, KS 66006
DC7CAvi
-�oyw
�' �. o �
� N � �
�
� � � �
�
� o,
mo n� �
� �
v�i N Z
O (Qn �
m
N � `�
o �
N n•
ao
�'
v
�
a
0
�
�
m
�
�
� � O
� ? � �
3 (/i .s
a . � n�
-�: y �G �p
m o �o
m � � �
m `� 61 w
7 � � N
�
d
�
Memorial Hall, lst Floot
I 20 S. W. l Oth Avenue
Topeka, KS 66612-1594
(785)296-4564
This is a receipt
for the $25.00 payment for the
attached notary commission.
Congratulations on becoming a Kansas Notary Public!
Important Information for Kansas Notaries
New notary laws take effect January 1, 2022
• Nataries must maintain a natary journal, retain the journal 10 years after the last
entry, and notify the Secretary of State if the journal is lost or stolen.
• Notaries may accept an identification credential that is expired not more than
three years prior to the notarization.
• Notaries may not notarize a document if the notary or notary's spouse has a
financial or beneficial interest in the document.
• Notaries may provide remote online notarizations if requirements are met.
• For more information on the responsibilities and duties of a notary, or remote
online notarizations, pEease visit the Notary page at:
https://sos.ks.gov/business/notary.html
Other Information:
• If this 'ss a notary renewal, do not use the expiration date on this commission until
your current commissian expires.
• A notary who changes their name and obtains a new stamp must notify the
Setretary of State before performing a notarization with the new stamp.
• Use Form NC to make any changes to a notary commission.
For questions, contact the Secretary of State at (785j 296-4564 or notary@ks.gov.
i��er#��i�r�#e u� �T�a��r�
Z�� gi[ tn w��m ti�e�e presxa#s �t�sll rorne. �reetin�:
1, Scott Schwab, Secretary of State of the State of Kansas, reposing special
trust and confidence in the integriry, patriotisin, and abilities of
Jennifer J Nelson
on behalf and in the name of the state do hereby appoint the above named a
�a#xr� �u61it
in and for the State of Kansas and do authorize and empower
the above named to discharge the duties of said office
according to law for a term of four years to expire
June 27, 2028
COMMISSION NO. IZZOS3%
Approved for
RON: No
Approved fot
rPE�v: No
� �Ja mttarse mqereaf. I itave hereunto
subscribed my name and caused io be
affixed the seal of the Secretan• of State.
�����n^� ~
SCOTT SCHN'AB, SECRGTARY OF STATE
OQ51 13- l
PERFORMANCF.BOND
Page 1 af 2
Bond No. 674226325
l SECTION 00 61 13
2 ?ERFORMANCE BOND
3
4 THE STATE OF TEXAS §
5 § KVOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we, Cutler Renavinst, 1nc., known as "Principal" herein and
g Liberty Mutual Insurance Comp�ny � a corporate surety(sareties, if more thar�
9 one} duly authorized to do business in the StaEe of Texas, known as "Surety" herein {whether one
10 or more}, are held and itrmly bound unto the City of Fort Worth, a municipal corporation created
! 1 pursusnt to the laws of Texas, known as "City" herein, in the penal sum of TWO MILLION SIX
12 HUNDREDNINETY-NlNETHOUSANU N1NE HUNDRED FIFTY-ON� AND 15!!00 Dollars
l3 ($2.699951.15), lawful money of thc Uniteci Stales, to be paid in Fort Worth, Tarrant County,
14 Texas for the payment of which surn well and truly to be made, we bincE ourselves, our heirs,
l5 executors, administrators, saccessors and assigns, joinily and severaliy, frmly by these presents.
IG WHEREAS, the Principal has entered into a ceriain written cantract with the City awarcfed
17 the � day af November, 20�, �vhich Contract is hereby referred to and made a part hereof for
18 all purposes as if fully set forth herein, to furnish all materials, equipment labor and other
19 accessories defined by law, in the prosecution of the Work, including any Change 4rders, as
20 provided for in said Contract des�gnated as 202b H01' W PLACE RECYCLING CONTRACT 1,
21 City Project Na. 106169.
22 NOW, THERE�ORE, the condition of this obligation is such that if the said Principal
23 shail faithfulty perfortn it oblegations under the Contract and shail in all respects duly and faithfully
24 perform the Work, including Chan�e Orders, under the Concract, according to the plans,
25 speciftcations, and contract documents therein referred to, and as well during any period of
26 extension of the Contract that may be granted on tE�e part of the Ciry, then this obligation shall be
27 and beco�ne null and void, otherwise to remain in full force and effect.
28
29
PROVIDED FURTIIER, that if any legal actian be filed an this Bond, venue shall lie in
Tarrant Counry, Texas or the United States District Caurt for the No�lhern District of Texas, Fort
30 Worth Uivision.
CITY OF FORT WOR'f'H 2O26 }{OT IN PI.ACE RECl'CLI;VG CUNTRACT I
STANDARD CONS'fAUCTION SPECIf[CAT'lOS� bOCIMENTS Ci�}• Project No. l06164
Rc�'iscd Deccmber 8, 2D23
0061 13-2
PERFORMAIYCE BOAtD
Pagc 2 of 2
0
2
3
This bond is made and executed in compiiance with the provisions of Chapter 2253 of the
Tcxas Government Code, as amendcd, and atl liabitities on this bond shall be determined in
accardance with the provisions of said statue.
4 iN WMTIVESS WHEREOF, the Principal and the Surely have SiGNED and SEALED this
S instrument by duly authorizeA agents and officers on this !he �th. _ day :yf DeCember
6 -- . 2U 25 .
�
8
9
10
11
12
13
14
15
Ib
17
18
19
z�
2i
22
23
Za
25
26
27
28
29
3Q
31
32
33
34
35
36
3"7
38
34
40
4]
42
43
44
ATTEST-
(P ncipall crctary
����-1� �c�-� �.
Wi ncss a�o PrincipaE
; r `�i
�
�9
mantha Cuda
PR1NCiPAL:
Cutler Repavinq, Inc.
SY:� , 1�'
,(,� „��,�.,a��
Signature � a � ,
ti �.. l.0 {
Charles R. Veskema President �i J" �-,
Name and Title � �_ J
Address: 92� E. 27th St
Lawrence, KS 66046
f
SUR6TY; ' ` �;-i ��
Liberty Mutual Insurance Cor��'any� :� st� '.
�� � s� .,� - �,
� � s
BY.d• � �-' .
' �Ce'�— 1/''� `�i'{►i���� .T, �n .
S�gnature ; ..� . � u : "�
. ,� � �;,•
Clara R. Navarro Abela, Attarrie�-fq=�act ,� �`•'
Name and TitEe � ��� i 1 , ', �'� � ,
Address: �73 Bertceley Streei
Boston, MA p2116
Telephone Vumb�r: 316�48-2506
Email Address; Clara.NavaRo(a�imacom�
*N te: If signed by an officer of the Surety Company, there must be on file a certified extract
fram the by-laws showing that this person has authority to sign such abligatian. 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 Contrac� is awarded.
CiTY OF FORT WORTH 2O26 HpT fN PLACE RECYCLf�IC CONTRACT 1
STATDARD CO?IS'fRUCT[ON SPECEFICAT'fON DOCIlMEVtS City Pro�ect Vo. I Ob159
RC415C1I UC�Ci11bC� B, 202J
- Liberty
�utual,
SURETY
Liberty Mutual lnsurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
POWER OF ATTORNEY
Cerliticate No 82'11287-674007
KNOWN ALL PER50NS BY THESE PRESENTS: 7hat The Ohio Casualty Insurance Company is a cwporalion duly organized under the laws of Ute State of New Ffampsh re. Ihaf
Liberty Mutual Insurance Company is a corparation duly o�ganized under the laws of the Siaie of Massachusetts, and West Amencan nsurance Company is a corporation duly organized
under the laws of the Siate of Indiana (herein collecliuely called the "Companies"), pursuant to and by authonty herein sel IoM, does hereby name, constitute and appoint. Desuee E
Westmoreland, Myriah A Anderson, Timothy C Smith, Todd Alan Rambo, Clara R Navazro Abela; Alyaa Maric Hoebener
all of the c�ty of W ic�ita stafe of KS each individuaNy if there be more �han one named, its true and lawfu� attwney-i�-fact io make,
execuEe seal, acknowledge and deliver, far and on its hehalf as surety and as its act and deed any and aEl undertakings, bonds, recc�gnizances and other surety obligations, in pursuance
of these presents and sha0 be as bindirg upon the Companies as if they have been duly signed by ihe president and attested by the secretary of the Companies in their own proper
peasons.
IN WITNESS WHER£OF, this Powet of Attomey has besn subscribed by an autharized of(icer or oNicia{ at the Companies and the oorporate seals of the Compames have been affixed
theretf� tlus 31st day ot January , 202a
P� 1NSUR4 P�SY IIVgGp � tiNS(/,QR
�.J �°aanR,�r�'LC� yJ `�aaoR,� �'9y VF' `�AVO,p,' �j.�
� 3 � m �v i o m � 2 Fo c�
1912 � 0 1919 � �'4991 �
Libe�ty Mutual Insurance Company
The Ohio Casualry Insurance Company
WestAmerican Insurance Company
� � s a � s �v p d � _I,,�f o�///{ jj
N Yd,�yss4CHW`��ti aa3' �O �Nq1AP9�P a� �( �NOIANP �� � "! / ' f
c ��� � �� dy1 * �aa s�4r . ��� SY� ' ` /
f° David M. Carey, Assistant Secretary
"' c`v State of PENNS"LVANIA
� a,�County of MONT�OMERY � .� ;
o� On this 3lst day of January , 202� before me personaily appeared David M. Carey, who acknowledged himself to be the Assistant Secretary oi liberty Mutual nsurance �a
� cv Company. The Chio Casualty Company, and West American Insurance Company, and thal he, as such, being authonzed so to do, execute the foregomg nstrument for ihe gurposes �
�� therem tOntained by s�gning on behalf of the corporations by himself as a duly authorized oH'wer. � j
co
�� IN WlTNESS WHEREQF, I have hereunto subscribed my name artd alfxed my notarial seal at Rlymouth Meeting, Pennsyivania, on the day and year first ahove w�tten.
�
L
�� �;,�,�cr��v ^ t,� CommomvealN ol PennsyWan�a - No�ary Seal � ��
�� p � . Teresa Pasteua. Notary Pubi � ///�
0 � V� '1'. MonigomeryCoursry /(�+,,Z�LC�c^..s�� -
++ i� My commissqn eaD�res MarU 28. 2Q25 �
C� � �ia ;r,� Comm�ss�a� number t 126004 y� Teresa�. Nota FIIbIIC v'
QJ +� ... .-- . MemCer PennsyNania AsSpqypon Of Notanes �i ��'.
N
� � � i
�� This Power of Attorney is made and executed pursuant to and by authonty of the followmg By-laws and AuthorizaGons of The Ohio Casualty losurance Company, Liberiy Mutua Insurance �:
�� Company, and Wesl American ;nsurance Company which resolutions are now in full Force and effect reading as follows. ��
o� ARTICLE IY-OFFICEitS: Sect�on 12 PowerofAftorney �
A*•y officer or other oHicial of the Corporalion authorized for that purpose in wrtUng by the Cha rman or the President, and subject to such limitation as the Chairman or She Presdent � �
� � may prescribe, shall appoint such attomeys-+� fact, as may be necessary W act n behali of the Gorporation to make, execute, sea., acknowledge and deliver as sarety any and all �
�� undertakings, bonds, recognizances and other surety abEgaUons. Such attomeys-.n-lact, srb�ect lo the IimitaUons set foM in their respective powers of attomey, shall have tull �°
o� power to b nd the Corporation by the�r signature and exec:ution of any such �nsWments and 10 attach thereto the seal of the Corpora4on. When so executed, such mstNments sha11 ,
Z v be as binding as �I signed by the Pres dent and attested to by the Secretary. Any power ar authonty granted ta any representative ar attomey-in-fact under the prov�seons oi this ;
aRcle may be revcked at any time by the Board, the Cha�rman, the President or by the ofEcer ar oif.cers granting sucfi power or author.ty. �-
ARTICLE XIU - Execution of Cont�acts: SecGc^ 5. S�,rety Bonds and Underiak�ngs.
Any o�cer of the Company authonzed for that purpose in writing by the chairman or the president and sub�ect lo such limitations as the chairman or Ehe pres�dent may prescr�be
shaA appoint such attomeys-in-(aci, as may be necessary to aCt in 6ehaU of the Campany to make, execuie seal, acknowledge and deliver as surety any and all vndertak�ngs, —
bands, recognrzances and other surety ob6galion5. Such attomeysan-fact subjeci lo the hmita6ons set forth m Iheir respective powers at attaney, shall have fu power to bind the
�Company by their signature and execuGon of any such instruments and to attach �hereto ihe seal of the Company Whe� so executed such inslrumenls shall be as hinding as if
signed by the president and attesied by the secretary.
CertiCcate of Designation - The President of the Company, acting pursuanl lo ihe Bylaws of Ihe Company, authonzes David M. Carey, Assistant Secrelary to appoint such aftomeys ,n
fact as may be necessary to act on behalf of the Company lo make, execute, seal, acknowledge and deGver as surery any and all undertakings, bonds. reoogrnzances and other surety
obligations.
Authorization - By unanimous consent of the i:ompany's 8aard of Directors, the Company consents Ihat facs�mile or mechanically reproduced signalure of any assistant secretary of the
Company, wherever appeanng upon a certified copy of any power of aifomey issued by Ihe Company m connecfion with surety honds, shall be valid and bmding upon lhe Company w th
the same forte and eHect as lhough manually aN'aed.
I Renee C. LleweUyn, the undersigned, Assistant 5ecretary, 7he Ohio Casualty Insurance Gompany, Liberty Mutual Insurance CompBny, and Wesl Amencan Insurance ComQany do
hereby cer6#y that Ihe original power of attomey cf which the toregoing is a full, true and ooRect capy oi the Power oi Attomey executed by said Companies. is �n full force and effec! and
has not been revoked.
IN TESTIMONY WHEREOF. I have hereunto set my hand and affixed the seals ot sa�d Cvmpanies ths � day of �.�.�'��i``7
�
� �NsuR
�JP' t.ar:rryr'9y�
F
� = o�
� 1912 �
r y sy O
Yd�Bisq�Hu`��ada3
) ,. 1�
LMS�12B73 LMIC OCIC WAIC Mul�i Co 022t
This Power of Attomey limits the acts of ihose nametl hereEn, antt tney nave no aumonry �o
bind the Company except in the manner and to the extent herein stated.
♦ � � I \ J � � �
p�ZY IMgGR N �NSUR4 `^� � � . . • • � ��/
eJi4RP�A4ro �,� GPrO�P�A4� �n , ��(2 S� ():J ; • �i
v F m � Fo cn :�' � l�. S'
iy1919p�o a 1991 a s ~-)���� ' "
°�`h,rvs" a'� f�ao��KP a'T Y' G+4�'�7� ..
,.,y1 M��a s�M *��a Renee C. Llewe�ly,��y, Assi�tant SecreWry -
� i�% , i i.
� yn J�, , , t•• .
�> � ' C } { t� �`
�' ..
�' . 'z� �
00 6l 14 - I
PAYMEi�lT BQAID
Page I nf 2
Bond No. 674226325
1
2
3
4
5
h
7
8
9
i0
11
12
13
14
15
!6
THE STATE OF TEXAS
COUNTY OF TARRANT
SECTION 00 6l 14
PAYMENT' BOND
§
§ KNOW ALG BY THES� PRESEA'TS:
�
That we, Cuder RenavinQ. _ 1nc., known as "Principai" herein, and
Liberty Mutual Insurance Company , a corporate surety
(sureties), duly authorized to do business in the State of Texas, known as "Surety" herein {whether
one or more}, are heid and firmly hound unto the City of Fort Worth, a municipaE corporation
created pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of
TWO MfLLION SIX HUNDRED NINETY-NING THOUSAND NINE HUNDRED �fPTY-ONE
AND I S/1Q0 Dofiars ($�.699.451. �, lawful money of the United 5tates, to be paid in Fort Worth,
Tarrant Counry, Texas, for the payment of which sum wcll and truly be made, we bind ourseives,
our heirs, executors, administrators, successors and assigns, jointly and severally, fitmly by these
presenls:
17 WHEREAS, PrincipaI has entered into a certain wrilten Contract with City, awarded the
18 18`" dav of November. 2025, which Cflntract is hereby referred to and made a part hereof for all
19 purposes as if fully set forth herein, to furnish ali materials, equipment, labor and other accessories
20 as defined by law, in the prosecution of the Work as provided for in said Contract and designated
21 as 2026 HOT iN PLACE RECYCL W G C4NTRACT 1, City Project No. f 06169.
22 N�W, THEREFORE, 1"HE CONDITiON OF TH[S OBLIGATION is such that if
23 Principai shail pay all monies owing to any (and all) payment bond beneficiary (as defned in
24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work undcc
25 the Contract, then this obligation shall be and become nu11 and void; otherwise to remain in full
26 force and effect.
27 This bond is made and executed in compiiance 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 statutc.
30
CffYOFFORT WORTH 2O26 HUT RJ PLACE R6CYCL[�1G CONTRACT I
5T'ANDARD CO�I5TRUC'ifOI�T SPEC[FfCATIpN DOCUJtENTS Ciry P%�ect Vo. l06169
Rc�'iscd Thccmbcr B. Z023
00 61 14 - ?
I'.4YMENT BOND
Page 2 o f 2
1 IN VYiT1�ESS WHEREOF, the Priacipal and Surety have each S1GN�D and SEALED
2 this �nstrwnent by duly authorized agents and ot�icers on this the 8th day of
� December 20 25
,
4
PRiNCIPAL:
Cutler Repaving, Inc.
ATTEST:
�f,. +�L�
(P cipal eeretaF��
� � ,, t
.� ���- �' � �`' :1�.��
Wi�ess a. Pnncipal
5
6
7
8
9
l0
�
l2
ATTEST�
aY: ��eu�.'!,. �� -
Signatnre � *i r.._,� .`�
Charles R. Veskema President fl c� .�� i
Name and Title �� �vJ � �
Address: 921 E- 27th St �a •'
Lawrence, KS 66046 �� �� �
SURETY:
Liberty Mutual Insurance Company _ fJ ;,�� ; .
- c.`" . •IL°
t` • � �
� `~� � ' '.
I J
��' _SGf� � ��'�'�,��J> .
Signature _ ' : r_ .
� �; : � ;
Clara R. Navarro Abela, Attorney-iri�acf u ;�,t ,� :
Narne and Title �,,, -; 1 rS'� '-� '
,r � � �+-��1�^ .
Address: 175 Berkeley Street ' � �
Boston, MA 02116
fa
Telsphone Number: 3��-aas-zsoa
�lllal� AddiCSS: Clara.Navarco(c�imaoorp.com
Note: If signed by an ofticer of the Surery, there must be on fi le a certified extract from the bylaws
showing tnat this person has authority to sign such obligation. If Surety's physical address is
different from its mailing address, both must be provided.
Thc date of the bond shalE not be prior to the date the Contract is awarded.
E1�fD OF SECTION
t'ITY OF FORT WORTH 2O26 HUT IN PLACE RECYCLMG CO:JTRnCT l
STnNbnRD CONS77tUCTlOti SPECiFlCAT1UN DOCUkIbtJTS Cil}• Pro�eci No, 146C69
Re� iseJ [7�crrnbcr 8. 2023
Liberty
Mutual.
SUR�TY
I nls rowet o� nnorney umns uir ao►o v� u�o�e na���� ��o�o���, a��,. .���� ��..... ��...... ...,,., ...
bind the Company except in tl�e manner and to the eztent herein stated.
Liberiy Mutual Insurance Company
The Ohio Casuaity Insurance Company
West American Insurance Company
POWER OF ATTORNEY
CertiScate Nc: 8211287-674007
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty losurance Company is a corporation duly organized under ihe laws of the Siale of New Hampsh're, Ihat
Liberty Mutual Insurance Company �s a corporat�oo duly organized under lhe aws of the State of Massachusetts and West American Insurance Company is a carporation duly nrganized
under the lavrs of the State of Indiana ;herein co lect vely called the'Companies'�, pu�uant to and by authoriiy herain set torth, dces hereby name, constitute and appoint, Desuce E.
Wesimoreland; ��Eyriah A. Anderson. Cimothy C Smith, Todd Alan_Rambo; Clara ft. Navarro Abela, Alycia Marie Hoebener
all ol Ihe city at W�ch�ca slate of KS each individualEy �f there be more than one named, its Irue and lawful atlorney-.^-�act to make
execute, seal, acknowledge and deliver, for and on iLs behal( as surety and as'rls act and deed, any and all undertakings, bonds, reoognzances and other surety obhgatrons, :� pursuance
of ihese presents and shall be as bmding upon t�e Campanies as f they have been duly sgned by Ihe presideM and attested by the secretary of the Companies in thear own proper
persons.
IN WITNESS WHEREOF, this Power of Attomey has be2n subscribed by an aulhorized officer or o�tial of the Comparnes and the corQorate seals of ihe Compan�es have been affixed
therelo this 3 I st day of January , 2C2d
� �NSUR �t`� 'NSG,p� N 1NSURp
jPL�a.or�r'�yn yJP�pavn�r'9y `ClPC�pVORq'�'S'C�
? Fn M1� ?? Fo C� q r O t�
� 1912 0 0 1919 � 4 1991 0
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Campany
i �
? / � � /+-� �•
� �
� d TSS4CHLLg�~da y�2�NAYPg�`�dL�O '<s �'�'OMM�' .aa t� ��TyL�'��/������ •
� 3��1 • i-a �'yl r 1-e� �M i i�a BY � ' _ ._ �
� Cawd M. Carey, Assistant Secretary
ca �
" � State of PENNSYLVANIA �j �
� � Counry of MOWTGOMERY �
�� On this 3 I sc day of January , 2024 before me personally appeared Dawd M. Carey, who acknowledged h�mselF ta be the Assistant Secre►ary oi Liberty Mutual Insurance ��
� iu Company. The Ohio Casualty Company, and West Amencan Insurance Company, and that he, as such, being authcrized so to do. execute the (oregoing inslrument lor the purposes ��
�� therein oontained by signing on behalf of the corporalions by himseif as a duly auihorized o�cer � i
N �
� IN WITNESS WHEREOF, i have hereunio subscribed my name and affixed my notarial seaE at Plymouth Meetirg, Pennsylvania, on the day and year frst above watten. 'F'
� � ?��
p� � Canmanweallh of Pennsylvan�a Nolary Seal �t �
— � �� Teresa Paslella Nolary Publfc � �
� 0 Moni9omery CountY /,, ,, `,,-1 %�('��,(��j -
� N ' �F �� My commissqn exprtes March 28. 2(125 By: %L�/� N �L - - ,
G(� t Commis on num0er 1126044 �
L k �'� Teresa Pastella, Notary Public �
� . - -.., nS.`!L �s'� �. Membcv �e�ns ema AsspqiLO� ol Nola��es � '
�� ;r
� �
�� This Powe� of Aqorney is made and executed pursuant to and by authori#y ot Ihe follow�ng Bylaws and Aulhorizations of The Oh�: Casualry Insurance Company, Libehy Mutual insurance ��
�•� Company, and West American lnsurance Company which resolutions are now in full force and effect readirog as follows. �
� ARTiCLE IV-OFFICERS: SecUon 12. PowerofAttomey �
�� Any officer or ather aff cial of t�e Co�poralion authonzed far that purpose in wriGng by the Chairman or the P�esident, and sub�ect to such Gm;lation as the Chairman or Ihe President �S �
'� � may prescribe. shall appoint such attameys-in-fact. as may be necessary to act n behalf oi the Corporation to make, execute seal, acknowledge and deliuer as surery any antl a��
�� undeRakrngs, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set farth in their respecGve powers of aqomey. shall have fu[, ,
�� power to bind the Corpordton by Iheir signature and execuaon of any such insVuments and to attach thereto the seal oi the CorparaGon When so executed, such nstrurt+ents shail ��
� � be as band ng as +f signed by the President and attesled to by the Secrelary Any power or authority granted to any �epresentative or attomey-in-Eact under �he provisans of Ihis ;
artide may be revoked at any Gme by the Boa�d Ihe Chairman, the President or by the officer or afficers g rani ng such power or authonry. ��
ARTICLE XIII - Execution of Contracls: 5ection 5. Surety 6onds and Undertakings
Any oifrcer of the Company authorized for that purpose in writing by the chai[man a the president, and sub�ecl to such limitations as the chairman or the president may prescnbe,
� shall appaint such attomeys-in-fact, as may be necessary to act in behaii of the Company to mafce execute, seal, acknowledge and deliver as surety any and all undertakings, —
bonds, recagn;zances and other surety ob!gations Such attomeys-in-facl sub�ecl ta the l�mitaGons set forth �n their respecGve powers of attorney, shafl have full power to bind the
Company by their signalure and execulion of any such instruments and to attach thereto Ihe sea of the Company. When so execuied such instruments shall be as binding as i!
signed by the president and ariested by the secrefary
Cartificate of Designation - The Pres dent of the Company, acting pursuant to the 8ylaws of the Company, authonzes David M. Carey, Assistant Secretary to appoint such attomeys-m
tact as may be necessary to aci on behalf of the Campany to make, execute, seal. acknowledge and de ver as surely any and aEl undertakings, bonds, recognizances and other surety
obligations.
Authorization - By unanimous consenl of the �ompany's Board ol �irectors, the ComQany consents that facsimile or mechanically reproduced sgnature ol any assistant secreta+y ot the
Company wherever appearing upon a cerlified copy of any power af attamey issued by the Company in connecUon wiW surety bonds, shall be va.�d and binding upon the Company with
the same force and effed as though manua ly affaed.
I, Renee C. L ewe�lyn, the undecsigned, Assistant Secretary, �he Ohio Casual�y Insurance Campany, Liberly Mutual'nsurance Company, and West American Insurance Company da
hereby certiiy that the original power of attomey of which the foregoing is a fnll, true and oorrect copy of the Power of Attomey executed by said Companies, is in full force and ef(ect and
has not been revoked. '�,, ,�j,��� �
IN TESTIMONY WHEREOF, I have hereunto set my hand and affaed the seals of said Companies th,s � day ol ��.��w`��.( ��, J{
� 1NSUq �t`! INSG a 1Ti5U�p4
�,�po,avoR'rq?�c+ yJPoowQoa'°r�'/, GP4�RPaRq�i"yC�
, � �am �i �o� ¢�r om
� 1912 � 0 1919 � � 1991 0
,� B
~�'Ssq"H115�1aa� 20��%'yAM4`'��,dL� 'ls �'�OIPNP as� i
�8�7 , *t� �yl r �t� d,h • �t�
LMS-72873 LMIC �CIC WAIC Mult Go C�!21
• �y�- . , ; �,��
`•�_ .'`�`•Vrr.. r
i ,� � t, '
/����~ ,
Renee C Llewe!I}�1; Assniant Secretary
',j�,�.5'i4}il���< ',�i.
•� . . .
, �F7)f
OOGI 19-I
MAIN7EKANCE BOND
Page 1 uf 3
I
2
3
4
5
6
7
SECTION 00 6I 19
v(A�NT�NANCE 80ND
Bond No.874228325
8
9
l0
Il
12
13
14
I�
Ib
17
fR
l9
20
21
22
23
24
25
26
27
28
�g
3U
31
32
F%j
THE STATE OF TEXAS §
§ Kv�W ALL BY THESE �'RESENTS:
CUUNTY OF TARRAI'�iT §
That we Cutler Renavina. Inc., known as "Principal" herein and
Liberty Mutual Insurance Company , a corporate stlrety {sureties, ii more than
one} duly auihorized to do business in the State of Texas, known as "5urety" herein (whether one
or more), are held and firmly bound unto the Ciry of Fort Worth, a municipai corporation created
pursuant �o the laws of the State ofTexas, Ernow•n as "Ciry" herein, in the surn ofTWQ MILLiQN
SU{ HUI�`DRED T[l�'ETY-NINE THOUSAND NINE NUNDRED FIFTY,-ONE_�fD 15/100
Dollars (52.b999S1.15), lawful money of the United States, to be paid an Fort Wonh, Tarrant
County, Texas, for paymeni of which sum well and lruly be made unto the City and �ts successors,
we bind ourselvcs, our heirs, executors, administrators, successors and assigns, jointly and
severalEy, firmly by these presents.
WH�REAS, the Principal has entered into a certain written contract with the City awarded
the 18'�' day of November, 2025, which Contract is hereby referred Eo and a made part hereof for
all purposes as if fully set forth herein, to furnish all materials, equipment tabor and other
accessocies as defined by law, in the prosecution of the Work, including any Work resulting from
a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract
and desigaated as 2026 HOT IN PLACL RECYCLINC CON"['RAGT 1, Ciry Project No. 106169;
and
WH�REAS, Principal binds itself to use such matcrials and to so construct the Work in
accordance with the plans, specifications and Contract Documents that the Work is and will remain
free from defects in materials or workmanship for and during the period of two (2) years after the
date of Final Acceptance of the Work by the Ciry ("Maintenance Period"}; and
WHEREAS, Prineipal binds itself to repair or reconstruct the \'Vork in whole or in part upon
receiving notice from the City af the need therefor at any time within thc Maintenance Period.
CI'fi' OF FORT WORTFi 2U26 HOT fN PLACE RECYCI.NG CO�ITRAC7 I
SFANUARD COhSTRUCTIO� S?LCIF[CATIUiJ DQCLf�1E1vT5 City Projeci No. l0616'1
Reri�ed Dccember B. 2023
oa6i �9-z
MAfNT'ENANCE BOND
Page 2 of 3
I
2
3
4
5
6
7
8
9
10
NOW THEREFORE, the condition of this obligation is such that if Principal shalt remedy
any defective Work, for which timely natice was provided i�y City, to a completion satisfactary to
the City, then this obligation shall become swll and void; otherwise to remain in full force and
efFect.
F'ROYiDED, H4WEVER, if Pnncipal shatl fail so to repair or reconst[uct any timely
noticed defective Work, it is agreed that the City may cause any and all sueh defective Work to be
repaired andlar reconstructed with all associated costs ihereof being borne by the Principat and the
Surety under this Maintenance band; and
� I PRQVIDFD FLiRTHER, that if any legal action be filed on this Bond, venue shall lie in
k 2 Tarrant Couury, Texas or the Uniced States Distnct Court for the Northern District of Texas, Fort
13 Worth Di�ision; and
14
15 PROV[DED FURTHER, that this obligation shall be continuous in nature and successive
16 recoveries may be had hereon for successive breaches.
17
I8
19
Cfi'i' QF FORT WORTH 2O26 HOT R�I PLACE RF.CYCLI7VG COVf'RACT I
STAKbnRDCUNSTRUCTfOy SPECIF�CATION DOCUMEhTS Ciiy Projecc Yo. 106169
Rc� i�rJ Dcremtxr 8, 202I
�
00 61 19 • 3
MA[NfF,NANCE BQND
Pnge 3 of 3
0
2
3
4
5
6
7
$
9
10
[N WITVESS WI�iEREOF, the Principal and the Surety have each SIGI�IED and SEAL�D this
instrurnent by duly autharized agents and officers on this the ___�th day of oecember
, 20 25 .
2 t nrrEsr:
12 ���
13
14 (P ncipal ecreta - •
15
16
!7
� g .-. � f .
19 �ti t � �� �a �.�1 �� .'�A� ���.-
20 Witness as �p]Principal
21
22
23
24
25
26
27
28
29 ATTEST:
3�— -
31
32 (Surety e
33
�4
35 Wimcss ns
36
37
38 'Note:
39
40
4l
42
�beqq� a�1
Cuda
PRTNGI PA L�
Cutler Repaving, Inc.
SY• .L�.:�.�� - - � ' � �.
Signature L �.S �-
� � `r '�.../ � ,�
. • �.� .- a .
Charles R. Veskerna President f 1;� � �"� �
1�a:��e and Titke � �
Address: 92� E. 27th St
Lawrence, KS 66046
SURETY: .�� C U A� f�,�
Li6ertv Mutual Insurance ComPany , ,i: _ • • • , �}
r �,�CU s, .
r y�-
SY:� ��a�- Y�- �-�'(Y",�z���' - —
""�Signature ` �
C3ara R. Navarro Abela, Attomey-in-Fa�.
Narne and Title •
��Y i t _ �
Address: 175 Berkeiey Street
Boston, MA 02116
Telephonc Number: 3�s-aae-z5oe
Email Add�ess: C�ara.Navarro@imacorp.com
lf signed by an of�cer of the Surery Company, there must be on file a certified extract
frorn the by-laws showing that this person has authoriry to sign such obligat�on. lf
Surery's physical address is differenr from its mailing address, both must be provided.
The date of t6e bond shall not be prior to the date the Contract is awardcd.
CfTY pF FORT WORTH 2O26 HQT [N PLACE RECYCLTNG COrffRAt'T I
STANDARD CONST'RllCTfON SPECIFICATIOh l�C3CU4iENT5 Ciq� P�v�ec� No. 166169
Rrt isrd Dccrmber $, 2023
Liberty
Mutual�
SURE7Y
This Power of Attomey limits the acts at those namea nerem, ana mey nave nu auuwn�y w
hind ihe Company except in ihe manner and to the extent herein stated,
tiberty Mutual Insurance Campany
The Ohio Casualfy Insurance Company
West American Insurance Company
POWER OF ATT4RNEY
Certificate No: 8211287-6T4007
KNOWN AI.L PERSONS BY THESE PRESENTS: That The Oh'o Casualry Insurance Company is a corporaUon dufy o�ganized under che laws of ihe State af New Hampshire, that
Lberry Mutual nswance C�:mpany is a carporation duly crgarnzed under the laws of Ure State oE Massachusetts, and Wesl Amedcan lnsurance Company is a corporation duly organized
under Ihe laws of the Slate ef .nd ana {herein collectivey called the'4ompanies'), pursuant lo and 4y authority herein set forih, dces hereby name. constitute and appoint, Dcsiree E
Westmoreland: Myriah :�. AnderSon. T'imothy C Smith, Todd Afan Rambo, Clara R Navarro Abcla; Alycia Marie Hoebener
atl of the ciry of W ichita state of KS each individually 'f there be more ihan one named its true and lawlu� atlorney-in-fad Io make,
execute, seal, acknowledge and deliver, for and on ifs behakf as surery and as its act and deed, any and all undertakings, bonds, reoogn�zances and other surety obligations, io pursuance
of Ihese presents and shall be as binding upon the Companies as il they have heen duly signed by Ihe president and attested by Ihe secretary oE the Comparnes in their own proper
persons
iN WITNESS WHEREOF, ihis Power of Attomey has been sut�cribed by an autfiorized officer or ofF�cial af the Companies and the corporate seals of the Compames have been alfixed
thereto th�s 3ls[ day of January , 202d .
�
�
�
�
��
�
� v;
C.i �
o�
a`> >
N�
�
�
� ��
o�
aj O
O �
C �
� N
rn�
m ,_
��
�p_C
W
o N
� U
>y
«. �
Z c�,�
State of PENNSYLVANIA
County of MONTGOMERY �
Liberty Mutual Insurance Company
A� 1NSUqq P�tv �NSGR � �r�suq9 TheOhioCasualtylnsuranceCompany
j 2`oaPo�foy� eJr4aRPo�p,aroqyn VA=opvo,pqroy� WestAmericanlnsuranceCamparry
7 �
� � +^ w �' ,
r`19124�0 oy1919ao Q 1991 0 ,� � /�
� s P � �"`" "' �/
�d�y9sqCN�l94'�da � �HAMP`�a,da �CS �hD1ANP ,aa� l�;Yf �� N'✓
g'? . �a '�y1 , �.� �,y � ,.� By: '
David M. Garey, Assistant Secrelary
On th�s 3 I si day of January , 2024 before me personalty appeared David M. Carey, who acknowfedged himself to be the Assistant Secretary of l�berty Mutual Insurance
Company. The Ohio Casualty Company, and West Ametican Insurance Company and that he, as such, being authonzed so to do, execute lhe foregoing nsUument fa the purposes
there�n oontained by signing on behalf of the corporations by himseli as a duly authorized officer
(N WITNESS WNEREOF, I have hereunto subscnbed my name and a�xed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year firsl above written.
��a, �� ^�� ���� Commonweallh W PennsNvama - Naary Seal
.. ',-;,�'� Teresa Pasteua, Nolary Pud�c
Montgomery Canry
"F 1 My oommission exares Marth 28, 2025
- �� 1 Cammissqn number 112fi0a4
� �� Member Pgnnsylvanw Assooauon of Nolane5
�y ; �L.�/ U�N ��Q%S{.�'Cq[/
7eresa Pastella, Nolary PnWic
This Power :�f Attomey is made and execufed pursuant to and by authoriiy oi the foktowing By-laws and Authorizations of The Ohio Casuaity Insurance Company Liberty Mulual Insurance
Company, and West American lnsurance Campany which �esalutions are now in full io�ce and eNect reading as iollows
ARTICLE IV — OFFICERS: SecUon 12. Power of Attomey.
Any officer or other officia! o( the c.:o�poration authorized for tl+at puryose in wri6ng by the Chairman or the President, and subject to such limitation as the Chairman or t�e President
may prescribe, shall appoinl such attomeys-in•fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and a11
undertakings, bonds, recognizances and other surety obligations 5uch attomeys-in-Oact, subject lo the limilations set foAh in their respective powers oi attomey shall have fuli
power to bind the Corporalion by their signature and execution of any such insWmenGs and to attach thereto the seal ot the Corpo�aGon When so executed, such instruments shall
be as binding as if signed by the President and attested to by the Secretary. Any power o� authority grartted to any tepresentaUve or attamey-in-fact under the provisions of this
article may be revoked at any time by the Board, the Chairman, the President or Oy the ofi�cer or oificers grant�ng such power or aulhority.
AR7ICLE X111 Execution ot Contracts: Section 5. Surety Bonds and •..ndertak ngs.
Any oi�cer of the Company authorized for that purpose in wri[ing by the Chairman or the presidenL and subject to such limitations as the chairman or Ihe president may prescr be,
shali appoini such attomeys-in-fact, as may be necessary ta act in 6ehalt a( the Company to make, execute seai, acknaMedge and de iver as surety any and all undertakings,
bonds, recognizances and other surety obliga6ons. Such anomeys-m�fact subject lo the i�mitations set forth �n the�r respeclive powers of attomey, shall have (ull power to 6�nd the
Company by Iheir signalure and execuEion ot any such instruments and lo attach Ihereto the seal of the Company. When so executed such +nsUumenLs shall be as bind ng as if
signed by Ihe president and attested by the secretary.
Certificate of Oesignation — The President ot the Company actirg pursuant to Ihe Bylaws of Ihe Company, authonzes David M. Carey. Assistant Secretary to appoint such aqomeys-in-
fact as may be necessary lo acl on behalf of the Company to m�ke, execute, seal. acknowledge and de iver as surely any and all undertakings, bonds. rec�gnizances and other surety
obligations.
Authorization — By unanimous consent ot the Companys Board of Directors the Company consents that lacsimile or meChanica'y repraduced sgnature of any assistant secretary of t�e
Company, wherever appearing upon a certified copy of any power o{ atlomey issuect by Ihe Company in oonneclion with surety bonds. shali be va d and binding upon the Company with
Ne same force and eHed as though manuaf y aHixed.
I, Renee L'. L ewellyn, the undersigned, Ass�stant Secretary, The Ohio Casualty nsurante Gompany, Liberty Mutual 'nsurance i.ompany, and West Amenpn Insurance �'ompany do
hereby certify that Ihe original power of attomey of wh ch Ihe faregoing is a full, �r�e and oorrect copy of the Power of Attomey executed by sa�d Companies, is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREdF, I have hereunta set my hand and affiixed !he seals oF sa�d Companies th�s � day of �-���i`'?~
� 1Nsuq �SY �Ns�A a ,NSUq .v'�r�,�. ., {� lr^,,
�J2Lowvor�r� l�n hJPVpRVOIj4t `9y �C�P�oRpo'�r4y�, ` � . � �t4' Ur�, • r'
� _ o c� �v 3 o m W r �o � �% j` � • (�~1 � �- ^` .
1912 � a 1919 � �'{991 � /����
> ; �q O = � p 4 � �
r� ''PSq c�us�� aa� ��'''k,MfS" aa3 fs 'tio AK� aai �Y � Renee C. Llewe�l h Assi�iant Secreta
'�'9j7 � *� dH j * �,� �'M : r� Y�Y ry .
u, . ;
�.
LMS �28?3 LMIC OCif: WAIC Mulh �o C2/21 b, ", Q' , � M1- �
� ) _'�Ct{��..�� . .
��
'C '
�a
�I
�
i
��
L
�S
Oi
d��
�5 �
��
�c
�C
�
�
�
��
.�
. ."i i
Flores, Sophia
From: Byers, Travis <Travis.Byers@LibertyMutual.com>
Sent: Monday, December 15, 2025 8:31 AM
To: Flores, Sophia
Cc: Todd Rambo
Subject: FW: Verification of Bond# 674226325
This message is from an external organization.
This message came from outside your organization.
Good Morning Sophia,
Report Suspicious
Bond 674226325 for Cutler Repaving for $2,699,951.15 is valid. Please proceed with issuing contract.
Thank you,
Travis Byers
Bond Underwriter
10895 Lowell Ave., Suite 200
Overland Park, KS 66210
P: 913.319.7060
C: 785.551.3879
Fax: 866.547.9222
Travis.ByersC@LibertvMutual.com
From: Flores, Sophia <Sophia.Flores2C�fortworthtexas.�ov>
Sent: Thursday, December 11, 2025 1:24 PM
To: HOSUR <HOSUR@libertvmutual.com>
Cc: Fields, Nicholas S <Nicholas.Fields@fortworthtexas.�ov>
Subject: {EXTERNAL} Verification of Bond# 674226325
H e l lo,
The City of Fort Worth requires bond verification before a contract can be executed. We have received
the following bonds from Cutler Repaving, Inc.: Bond #674226325, in the amount of $2,699,951.15,
issued by Liberty Mutual Insurance Company for City Project #106169, 2026 Hot In Place Recycling
Contract 1. Please confirm that the bonds and corresponding amounts are valid so we can proceed with
awarding the contract to Cutler Repaving, Inc. If this is not the right bond verification address, please
provide for Liberty Mutual Insurance Company.
OGbI �3-�
���FOx��eaC�' �Draa
Page I o!2
�Ufld wio. �'r���s���
�
�
�
4
�
6
7
s�crr�o� oo �� t�
������n��r��� �orao
THB S7'r�"1`E OF T�:X�►�
�
� rC�l�W Ai��, BiR' TH �S� ���SE�T�:
�O�'Tl� ��' TARRA�T �
Th�t vt+e, �it�cr __L��Y��R. Inc., kn�wn as "Prin�ipal" harein �n�
� Li��ty AAut�sl Ins�ranc� Com�any ,, � cvrp�rate �ur�ty(�ur�sies, if more thar�
� �nc) d��y� au�h�rEx� lo do ��s5ir�cs5 ir� Ih� ��ae o�T�x�s. ic�oum as +'�uret�" h�rein �wh�cl��r a��
10 or morej� er� hel�l �nd fuml� bound urY[o t�c �i#� of Fort VJorlh, ��n�flici��l corpnra�ton created
f � }�ur�uaret to nc� raws o€'iex�s, kr�ov�m as •��ity" f�erei�, in ��c p�nel s�m �f `C1�0 �i1LL1C��1 SI)[
�� �u�r����nrt��fi�-A!Il�E�f'Fl�L�SA1�ll3 NI�IE E�UI�lDR�� �'RF�`�.��� ��� �s��oo ��aEa�s
i3 ���,��4_�51.1$�, lawful m��c� of Eh� U�it�d �ta��s, t� be p�i� a� �nn Wo�t�, Tarrant ��ur�t��
I� T�xas fo� t�e payrncrr� oF t�hic�e sur�r w�l] an� truly �o bc matde, v�e bin�E aurselves, our hexrs,
�5 �xccut�rs, ��m�r��s�ta�ars, suc��ssors ��d as�igr�s, jointly� and s�v�ratiy�, �'er,r�4� �y �hese pre�en�a.
�� �Y��R��►�, �h� FnnC�p�1 h�5 �nt��:d �r�to ����in w�`i[��� tai�tra�:l w��#� #h� ��t}+ awa�cirA�
�7 Ihe ��ay of 1�lovcmbcr. ZU�, �vE�i��r �o�4r�c� is h�reby teftrr�d lo �t��i made � p�rt h�r�c��for
d� a�l �u�,csscs as iF fully set #'orth h�r�in, �� furnisl� all rna�cr�als, equ�prne�t labar and o�l�er
�� ����sonas �t�ed by law. iri #�]� �COS�LUff4�] O� t�1e V�l�rk, �ncludtng ar��► �han�t �r+i�rs, a�
20 prn►�i��d f�r Eu said �o�trac� dcs�grrat�d as 2026 �f��' 1N Pf.A�� #�C���.I�#� ��lvTI�A�T I.
�1 �'ii}� Prn�ecl 1�[� If�����.
Thank you,
FORT WORTHo
Sophia Flores
Contract Compliance Specialist
Transportation & Public Works
Office 817-392-2026
100 Fort Worth Trail, Fort Worth, TX 76102
CONNECT WITH US. O 0 O�' O
2
��
F�R�` ��1�TH��
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name
Cutler Repaving, Inc
Subj ect of the Agreement:
Authorize execution of a contract with Cutler Repaving, Inc., in the amount of 52,699,95115 for the 2026 Hot In-Place Recyding Contract 1 project at various locations (City Project No. 106169).
M&C Approved by the Council? * Yes ❑✓ No ❑
If so, the M&C must be attached to the cont�act.
Is this an Amendment to an Existing contract? Yes ❑ No ❑✓
If so, provide the original contract nunzber and the ame�d�nent nujnber.
Is the Contract "Permanent"? *Yes ✓❑ No ❑
If unsure, see back page fo� perinane�t contract listing.
Is this entire contract Con�dential? *Yes ❑ No ❑✓ tfonly specific information is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: 11/18/2025 Expiration Date: 11/18/2030
If different f�om the approval date. If applicable.
Is a 1295 Form required? * Yes ❑✓ No ❑
*If so, please ensure it is attached to the app�oving M&C or attached to the cont�act.
Proj ect Number: If applicable. 106169
*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:
L 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.
Permanent Contracts
Advanced Funding Agreements
Architect Service
Community Facilities
Completion Agreement
Construction Agreement
Credit Agreement/ Impact Fees
Crossing Agreement
Design Procurement
Development Agreement
Drainage Improvements
Economic Development
Engineering Services
Escrow Agreement
Interlocal Agreements
Lake Worth Sale
Maintenance Agreement/Storm Water
Parks/Improvement
Parks/Other Amenities
Parks/Play Equipment
Project Development
Property/Purchase (Property owned by the City)
Property/Sales (Property owned by the City)
Property/Transfers (Property owned by the City)
Public Art
Sanitary Sewer Main Replacements
Sanitary Sewer Rehabilitations
Settlements (Employees Only)
Streets/Maintenance
Streets/Redevelopment
Streets/Repairs
Streets/Traffic Signals
Structural Demolition (City owned properties)
Utility Relocation
Water Reclamation Facility
Water/Emergency Repair
Water/Interceptor
Water/Main Repairs
Water/Main Replacement
Water/Sanitary Sewer Rehabilitation
Water/Sewer Service
Water/Storage Tank
F�RT ��RTH�
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE: 2026 HOT IN PLACE RECYCLING CONTRACT 1
M&C: 25-1068
Date: 12/OS/2025
CPN: 106169 CSO:
DOC#:
To: Name Department Initials Date Out
1. Sophia Flores TPW - Review ��— 12/15/2025
2, Marwan Hafez TPW-Approver l� 12/15/2025
3. Donnette Murphy Risk-Approver „�M 12/23/2025
4. Patricia Wadsack TPW-Approver �[,�/' 12/26/2025
5. Lauren Prieur TPW — Signer � 12/29/2025
6. Larita Lyles Legal-Approver �`�` O1/06/2026
7. Douglas Black Legal-Signer � O1/08/2026
8. Jesica McEachern ACM-Signer � O1/21/2026
9. Katherine Cenicola CSCO-Approver ��� O1/21/2026
10. Jannette Goodall CSCO-Signer � O1/22/2026
11. Allison Tidwell CSCO-Form Filler �- O1/22/2026
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 take 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!