Loading...
HomeMy WebLinkAbout064609 - Construction-Related - Contract - McCarthy Building Companies, Inc.���������� CONTRACT FOR THE CONSTRUCTION OF Bomber Spur Trail — Phase 1 City Project No. 104345 Mattie Parker Mayor CSC No. 64609 Jesus "Jay" Chapa City Manager Dave Lewis Director, Park & Recreation Department Prepared for The City of Fort Worth Park & Recreation Department 2025 Kimley-Horn and Associates, Inc. 801 Cherry Street, Unit 11, Suite 1300 Fort Worth, Texas 76102 817-335-6511 Jeffrey Whitacre, P.E. (TPBE # 102469) ��� � � �y �,� � �� xK�� �� �� ���i-�-�xy:��r��:�-i 6/5/2025 ������fl� �r,1(����q � ��aaevoaoeye`� V� a o � G7 �° �°�� � � ik e° �°s 'k �� � y�. e a �seaavesaayseaveeevaseeve � o°JCFfREY A. Y�HITA�;RE� �eaeaaeesaaessaaeaeaaaeaaas� �'� � 'i d2¢U� < �� / �� ����,"t�,�Lf `,L I'�����? o \.�,�v,� ��� FT. WORTH, TX ��� ����� Cit of FortWorth Y Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 2 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 nn n2 �� ��„ra,... r� r ..;a,.�� �;aa,.,- �T ��r .i:���a��a �,:1� 1`T���-� OMITTED nn�r OMITTED nn�z nn�� 00 45 26 nn�T 00 52 43 00 61 13 00 61 14 nn�� 00 61 25 00 72 00 00 73 00 n..o,.,,.,i;�:,,.,�:,,� c.,,�o,,.o�� OMITTED D���„��;���*;�� .'1Uj-1.`,�u� OMITTED Contractor Compliance with Workers' Compensation Law rn�l.? �u�n� OMITTED Agreement Performance Bond Payment Bond ��c�i�o � OMITTED Certificate of Insurance General Conditions Supplementary Conditions Division Ol - General Requirements � O1 11 00 Summary of Work � O1 25 00 Substitution Procedures � O1 29 75 Materials On Hand � O1 31 19 Preconstruction Meeting � O1 31 20 Project Meetings � O1 32 16 Construction Schedule � O1 32 33 Preconstruction Video � O1 33 00 Submittals � O1 35 13 Special Project Procedures � O1 45 23 Testing and Inspection Services � O1 50 00 Temporary Facilities and Controls � O1 55 26 Street Use Permit and Modiiications to Traffic Control � O1 57 13 Storm Watcr Pollution Prcvcntion Plan � O1 58 13 Temporary Project Signage � O 1 60 00 Product Requirements � O1 66 00 Product Storage and Handling Requirements � 9�A--99 OMITTED � O1 71 23 Construction Staking and Survey � O1 74 23 Cleaning � O1 77 19 Closeout Requirements � O1 78 23 Operation and Maintenance Data � O1 78 39 Project Record Documents CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rcviscd Scptcmbcr 19, 2025 Last Revised O1/13/2026 07/O 1 /2011 02/08/2024 01 / 17/2024 02/24/2020 09/30/2021 10/04/2024 09/30/2021 nn i��T nQii�z nnizo n�T nti�i�� 07/O1/2011 oini�� 9/19/2025 12/08/2023 12/08/2023 n n n�� 07/O 1 /2011 09/O1/2025 9/19/2025 Last Revised 12/20/2012 07/O 1 /2011 9/ 19/2025 09/O 1 /2025 07/O 1 /2011 ] 0/06/2023 07/O 1 /2011 12/20/2012 03/ 11 /2022 03/09/2020 09/ 19/2025 03/22/2021 07/O 1 /2011 07/O1/2011 03/09/2020 07/O1 /2011 , , ��� � ��o 02/14/2018 07/O 1 /2011 03/22/2021 12/20/2012 07/O 1 /2011 Bomber Spur Trail Phase 1 CPN 104345 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 2 TxDOT Requirements 1. � �aG�n�.,., �r+o.....,.;,,v„ m��� no,,,,:,.o,.,o�+� � --,-=— .--=. ----�--- 2. Buy America 3. Child Support Statement (Family Code §231.006) 4. OSHA Implementation Procedures 5. Disclosure of Lobbying Activities 6. Non-Collusion Affidavit and Debarment Certification 7. State of Texas Child Support Business Ownership Form 8. Bidder Certification 9. Contractor's Assurance 10. Prevailing Minimum Wage—TxDOT Effective 09-19-2025 11. Prison Produced Materials 12. Differing Site Conditions 13. Engineer's Seal 14. General Notes 15. TxDOT Specifications List 16. Items 1 L-9L—Local Government General Requirements and Covenants 17. Special Provisions 18. Special Specifications 19. Federal Requirements for Federal-Aid Construction Contracts (FHWA-1273) 20. Prohibition on Certain Telecommunications and Video Surveillance Services of Equipment 21. "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges —Adopted by the Texas Department of Transportation September 1, 2024" —Included by Reference Appendix GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Bomber Spur Trail Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104345 Rcviscd Scptcmbcr 19, 2025 City of Fort Worth, Mayor and DATE: 01 /13/26 M&C FILE NUMBER: M&C 26-0007 LOG NAME: 80BOMBER SPUR TRAIL PHASE 1 CONSTRUCTION CONTRACT SUBJECT (CD 3) Authorize Execution of a Contract with McCarthy Building Companies, Inc., in an Amount Up to $4,901,880.55 for the Construction of Bomber Spur Trail Phase I Project; Accept Refund from the Texas Department of Transportation in the Amount of $108,575.21; Adopt Appropriation Ordinance; and Amend the Fiscal Years 2026-2030 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1 2 3 C! Authorize execution of a contract with McCarthy Building Companies, Inc., in an amount up to $4,901,880.55 for the construction of Bomber Spur Trail Phase 1 Project (City Project No. 104345); Accept Funds in the Amount of $108,575.21 from the Texas Department of Transportation; Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Grants Capital Projects Federal Fund, in an amount up to $108,575.21 from Trinity Trails Clearfork-East Bank Extension (City Project No. CO2156), received as a refund from the Texas Department of Transportation, for the purpose of funding Bomber Spur Trail Phase 1 Project (City Project No. 104345); and Amend the Fiscal Years 2026-2030 Capital Improvement Program. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize execution of a construction contract with McCarthy Building Companies, Inc., in an amount up to $4,901,880.55 for the construction of Bomber Spur Trail Phase 1; accept a refund from the Texas Department of Transportation (TxDOT) in the amount of $108,575.21; and appropriate the refund for use in funding the Bomber Spur Trail Phase 1. Since the refund from the Trinity Trails Clearfork- East Bank Extension (City Project No. CO2156) has already been issued by TxDOT and received by the City in July 2025, no additional action is needed by TxDOT, therefore it is at the discretion of the City as to how to allocate the funds. PARD recommends the appropriation of these funds to the Bomber Spur Trail Phase 1 Project (City Project No. 104345) to cover possible project overruns. City Council approved an Advance Funding Agreement (AFA) with TxDOT in the amount of $6,476,198.00 on August 22, 2023 (M&C 23-705) for the engineering and construction of Bomber Spur Trail Phase 1(City Project No. 104345). Bomber Spur Trail Phase 1 will start at Calmont Avenue and terminate at US Route 377. Anticipated improvements include a 12-foot wide concrete shared-use path, a pedestrian crossing at Camp Bowie West Boulevard, a pedestrian bridge over US Route 377, trail structures (retaining walls, drainage infrastructure, etc.), and trail signage. Texas Council Communication The project was posted on the City Purchasing website and advertised in the Fort Worth Star- Telegram on September 3 and September 10, 2025. The following bids were received on October 9, 2025: Bidders �McCarthy Building Companies, Inc. McMahon Contracting LP The Fain Group, LLC C. Green Scaping, LP Walsh Construction Company II, LLC �Ed Bell Construction Co. Total Bid $4,901,880.55 $4,937,072.12 $5,114,905.00 $5,513,048.80 $5,627,327.73 $5,849,614.33 City staff recommends award of the construction contract to the lowest responsive bidder: McCarthy Building Companies, Inc. Construction of this project is anticipated to begin in February 2026 and be completed in February 2027. Bomber Spur Trail Phase 1 is a federally funded project administered by the state. There is no longer a federal or state Disadvantaged Business Enterprise goal. The City historically defers to the goals procedure of the administering agency when federal funds are involved. The Project Manager will charge salaries to this grant project as incurred. However, indirect cost recovery does not apply. There is no grant application repository number, as the Park and Recreation Department did not apply for this grant. Total Project Funding: Participation Federal Local Local Overmatch Local Overmatch State Fund Grants Cap Projects Federal Fund 2022 Bond Fund 2022 Bond Fund TxDOT refund Indirect State Participation Authority M&C 23-0705 M&C 23-0705 This M&C M&C 23-0705 Budget $4,720,000.00 $1,482,000.00 $1,833,333.00 $108,575.21 $274,198.00 $8,418,106.21 Total Federal, State and Local Participation This M&C will amend the Fiscal Years (FY) 2026-2030 Capital Improvement Program, as approved in connection with Ordinance 27979-09-2025. The refund was not included in the FY2026-2030 Capital Improvement Program. Funding is budgeted in the Grants Capital Projects Federal Fund for the Park & Recreation Department for the purpose of funding the Bomber Spur Trail Phase 1 Project, as appropriated. This project is located in COUNCIL DISTRICT 3. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the Trail Gap Bomber Spur Ph 1 project within the Grants Cap Projects Federal Fund. Upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the Grants Cap Projects Federal Fund to support the execution of the contract. Prior to any expenditure being incurred, the Park & Recreation Department has the responsibility to validate the availability of funds. This is a State Funding Agreement grant. Submitted for Citv Manaaer's Office bv: Dana Burghdoff 8018 Oriainatina Business Unit Head: Additional Information Contact: Dave Lewis 5717 Joel McElhany 5745 CERTIFICATE OF INTERESTED PARTIES Complete Nos. 1- 4 and 6 if fi�ere are interested parties. Camplete Nos. 1, 2, 3, 5, and 6 if tliere are no inierested pari'ses. 1 Name of 6usiness entity filing form, and the city, state and country of t�te husiness e��tity`s place nf business. McCarthy Building Companies Richardson, 7X United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City af Fort Worth Foann 1295 lofl OFFICE lJSE ONLY C�RiIF1CATIUN OF FILiNG Certificate Numher: 2025-1382878 Date Filed: saizs�zozs Ilate Acknowledged: 3 Provide the idet�tificatian number used by the gover�imental entity or state agehcy to �rack or iden�ify the co�itract, and provide a description of tile services, yoods, or ofi�er prouerty to be provided under ihe contract. Projec# No. 10A345 Bomber Spur Trail - Phase 1 4 Sedey, Ray Jowenal, Joe iUewman, Kristine Name of Interested Party 5 Check only if there is NO Interested Party. ❑ 6 UMSWORiV DECLARATfON My name is Jeromv Shaw My address is 340D N Centraf Expressway, #500 Ciry, State, Country (place of business) Richardson, TX United Slates Richardson, TX United States Pfiaenix, AZ United 5tates Nature of interest {check appllcablej Contralling Intermediaty X X X � and my date of birih is , Richarcison , iX 7508Q USA (city) (slate} (zip cnde) (caunlry) I dec#are under pena[ry oi perjury that the foregoing is true and correct. Execuied in Collin county, 51ate oi Texas . on tne 29t� day of October , 2� 25 , {month} (year) ���_� rgnature of authorized agent of contraciittg husiness entity (peclarantj Farms pravided by Texas Ethics Commission wvvw,ethics.state,tx,us Versian V4.1,0,(lOdOfd8 OOOSlS-1 A[3DEi+IDA Yag� 1 of2 SECTION 00 0515 ADDENDA CITY OF �'ORT WORTH, TEXAS Par�� aud Rect�eation Departme��t Bnmber $pur Trail — Pi�ase 1 Cit�� Project No. 104345 CSJ 0902-90-227 ETC ADDENDUM NO. 1 Addendu�n No. 1 Issued: Septen�Uey 11, 2025 Bid Ope�i Date: Octobe�� 9, 2d25 at 2:D0 F.M. This Addendum fprms a part af tl�e piails, cantract dacui��ents, and specificatipns far tl�e above refe�•e��ced project ai�d modifies Ei}e oi•iginal specificatio»s a»d co��tract documents. Bidder shatl ackno��ledge receipt af this adde��du��i iii tl�e s�ace ��•ovided bela«, aiid i�� tise pro�osai (Sectia�� 00 4I 00). Failure to ackno�vledge receipt af tf�is adde►�du�n could sul�ject tlie bicidei• to disqualifcation. Pa•osr�ective bidder°s aa•e l�ereb�' notified of t��e fnllowin�: T�1� COi1tP�C� (�QCLli11�11tS for Bo�iiher S�t�r Trail — Ph�se 1, City Project Nt�cr�be�• 1443�5, CSJ 0902T90-227 ETC, are iie�•eby revised in Adde��du�n Np. 1 as foilotvs: P12QJ�CT A�iANUAL 1. REMOVE tlae Wage Rates, REPLACE �vitt� tl�e attached Wage Rates. 2. REMOVE tl�e Wage Rate Zai�es, REPLACE �vitli the attacl�ed Wage Rate Zpnes. Tliis Addei�dtrut Np. 1 f4riiis part of the Plai�s, S}�ecifications, a��d Contract Docui�ients for tl�e above refe�'e��ced project and ��iadifles the ariginal pz�oject �nauual and co��tract dncu�lients of the sau�e. A[I other pro��isions of the plans, specificafions, a�fci cont��act docu3�ients fa�- the p��oject wl�ich are not ex��ressly amended hei•ein st�all re►��aiE� i�i full farce ai�d effect. A signed ca��y af Addei�du�y� Nq. 1 sl�aii be inclitded in t��e subinikted sealedlelect�•onic bid at the time of vid stal����ittaL Faihu•e to ackno�vledge tl�e recei�t of Addendum No. 1 co�tld cause bidder to be co3�sidered "NONRESPONSIVE," resulti��g i�f disqualificatiois. C1TY OF FORT 1VORTH 13omber Spur Trail — Phase [ SrA�I�ARD CONSTR[JCF[O\T SPECIFECAT[pN DpCLJM�AITS City Project h'o. f 043�45 Revised 7uly l, 2011 oflas is-z n�naut�,a Yage 2 of 2 Addendum Na. I RECEIPT ACKNOWLEDGEMENT %� By: ` �� ✓ � Co»�pany: McCarthy Building Companies Da�Te Lewis Director, Pa�•k & Recreation Department ��-7�i..� �ci:�-aYaa i c.�s.e=r-�s,.c.���...r�-.�a;r. Jing Yang �3'zz,�,;�ia Qou4,Ys��,�,y3 �y: Jing Yang, RLA, AICP Pi-oject Managee, PARD Address: 3400 N Central Expressway Ste 500 City: Richardson State: TX �ND OT S�CTION CfTY OF FORT \VORT�� Bomber 3pur Trail — Phase I STAN�ARD CONSIRUCT101�� SPFCIFiCAT[O?�f DOCUIviEA1TS C'tty Project No. 104345 Rc��isedJuly I, 2011 00 OS 15 - l ADDEN€3A Page 1 of 6 SECTION 00 OS 15 ADDENDA CITY OT FORT WORTH, TEXAS Park aud Recreati�s� Department Ba�uF�e�• 5pin• Trail — Pl�ase I City �'z•ojeet No. 104345 CSJ 69D2-90-227 FTC ADDENDUM NO. 2 AddendYna� No. 2 Issuecl: Septe��Ue�� 25, 2D25 Bid Open Date: Oetober 9, 2025 at Z:UO P.M. This Addendu►-�� fo�-ii�s a part of the plai�s, ca��tt•act documents, and specificatiotis for the above refcrei�ced pi�oject and i�iodifies tlie original specificatians a��d contract doc�t�nents. Bidder shaIl acluia��ledge receipt af ihis addeiiduui in tl�e space �rovideci belaw, and i�i tlie proposal (�ectiais 00 41 00). Fail�ire to ack►�owledge receipt of this addeiidum cautd suhject the bidder to disqualification. Prospective l�iddej•s are l�erebv notified af the fallowir��: Contractar Questions/Coi��ments iron� Boi�fi�•e fiom Septeml�er 12, 2025 to Se�tetn�ier 18, 2025. Nt�. QuesNoa�ICo�nme�tt 1 The gradi3�g p[ans do not sl�ow existil3g grades witlfin tl�e limits of co�ist�•uction I �vhici� n�ake it dif�cult to estiii�ate tl�e aillouut of excavatio�� & ei�lbaiilailent reqtrired. �'lease pz�avide slaeets t11at sllotv tl�e existing co��to���-s �vitl�iz� t9�e cat�st���zctio�� area a�� c��oss sections of the trail7 Ans�ve�� Tl�e Grading Pia�l tvil[ l�e �•eissued �vith Addendum #2 to sho�v the existing co��toiirs �vithin the COIi5iTl1C�1011 iltllli5. 2 We are requesting the sl�eeis Ehat shotiv existin� g��ades co��ti�iuously aci�oss tl�e co�ssti�ctian area sp tve can generate eac•tls�vork re�orts eo����aririg design and existi��g conditions. Wit�iout co�itours zvit�ii�i tl�e dish�rbed a�•ea, we are unable to accurately review the cut/fi(I rnaps. Tlfe Grading Pla�� ��i11 he reissued tvidi Addendt��n #2 to sho�� tl�e existing cni�tow's �vitliin the caiistructia�i li�itiits. 3 I ca��nat ���d what type of steel is ��sed an 'I'l�is is a�veathering steel bridge. the pedest�•ian bridge in the plans ar specs. Is tl�is a weat�iering steel bridgc witfi a brusli blast fi�iish o�� is this I�ridg� �aiisted? CITY O� FORT �VORTFI STANDARF3 CONSTl2UCTION SPECIF[CA"FiO�T DOCUI4fEt�TTS Rev'ssed )uly l, 20i t Bomber Spur Trail T Phase 1 City Project �To. [Q4345 000515-2 ADDENDr1 Page 2 of 6 4 9 1Q On Bon%re, it s��o�vs tlie t�uestions are due oi� 5:00 PM, Septe���ber 29t1�, lio���ever, on Instt-uctipfi of Bidders, section G. i, it is listed the questior�s are c[ue on or befo�•e 2:d0 FM Septembe�� 25t1ti. Please clarify �vl�icll date is carrect? Ho�v z��uch are tlle liq�idated daj-►jages per day? Oij F3ridge Layout Sfieet 64, the coli�iaat� drilled sh�ft dian3eter is sl�own at 36". Hotvevei� a�i tlie Beut Details (Slieet 6$), the diameter is indicated as 3'-6" (42"). Additionally, the bici ite�n specif es a 42" drilleci sl�aft. �'lease confirm the co�rect dri(led sl�afE di�meter foi• tlie col�m►is. Drawi�ig slieek No. 064 sho�vs �lan a�fd �rafle of tlie pedestrian bz�id�e. The s�ieet calls for 2 eac�i 24" drilled shafts tl�at are to be 25' ii� deptli at each end nf t�le b3•idge, totaling � shafts and i00' af drilled shaft. The bid item no. 29 calls far 12Q feet af 24" drilled sl�aft. Regardi�ig 24" Dx'illed Sliafts, �V�iiC�l Clitc�llfifj' 1S COiYEC�, 104' oz� 120'7 Drawi»g slieet No. 064 slta�vs pla�� and prof�le of t�ie pedest�'iau b�•idge. Tl�e s]}eet calls for 2 eacl� 36" drilled slfafts tElat are to be 30' in ciepth at bent r�um�er 2, totaling 2 si�afts ai�d 60' of dril[ed sl�af�. Tl�e hid item �fo. 31 calls far 7Q feet of 42" drilled shaft. Regardirig bent 2 Drilled Shafts, are tl�ese shafts 36" or 42"? Rega�'ding L�ent 2 Drilled Sl�afts, �vlsich quantity is correct, 60' oi• 70'? Tk�e��e is a bid item, �fo. 34 fa�� CL C Conc (Footi��g) and tl�e c�uantity is 30 CY. Please pro��ide �vl�ere ti�is is this or tivhere tl�ese footi��gs are located? ��Vill Ehe 6z-idge ��equire fencing on N�e trusses a��dlor the top i�i ordei• to pre�etaE ��edestriat3s fram throzvia�g debris onta the road�vay below? If yes, wl�at ty��e (mesh pat�eli��g, cl�ainli�iic, etc)7 2:00 PM on Se�te��sbe�� 25`h will be wlfen c�uestions are dtie. Bor�fire rt�ill be updated to reflect tliis change. Ti�e liquidated da���ages �vilI be $7'15.00 per day. SECTION 00 52 43 AGR��MENT and S�ecial P��ovision to Iiem 400 Scl�edule of Liquidated Da��aages are reissiteci �uitl� this addez�duan to reflect this cl�ange. Tl�e d�•illed shaft diameter of 42" is cor�•ect. S�ieet 064 is reissued witi� tt�is adde�s�i�r��i. Bid IEem No. 29 ivill be �i�dated to slfo�v a c�uantity of 100'. Tlie Bid �'or11� is �•eissued �vitli tl�is adcienduan. Tl�e bent sl�aft diat��eter is �42". Sheet 064 is reissued ��ith this adder��ium. Bid 7tem No. 31 tvill he updated ta sho�v a qua►itity of 60'. Tl�e Bid Fo�•��� is reissited �vitti tl�is addea�dum, Bid Ite�a� No. 34 i�efeE-s specifically to tl�e piez� ca}�s alo��g the abunnent extel�siozx az�d wing�t�all fpr both bridge abutments. Tlse qttantity is carrect. Tlfe pe<testriat� hz�idge ��ill not �•equire fencing or mesh panelang. Pla�ti slfeet 06� is reissued ��itli t�iis addeaadiim to pro<<ide clari�catio�i on proposed pedestria�� i�ilit�g. ,, CiTY OF FQRT NQR7'Ei Som�er Spur Trail — Piiase 1 STANDAE2D CONSTRUCT[O1�T BPECIFiCATiON DOCUMETdTS CiEy Praject �Io. 104345 Reti�ised 7uly [, 2011 aoos �s-� ADDE.NDA Page 3 of 6 11 Per TXD4T Specifratian, the Type A En�bai�k�ne��t requii�es a Plasticity Index (�'Ij less tha�t or equal to 15. Based oii the CM1 Geotech Repo��t, tlie d�-ai��ed at3d u«draii�ed clays ii�dicatett in the boriaags don't appeart' to meet that s}�ee�fication, Tl�is will likely ' requi��e tl�e Cc�nt►'actar ta puc•chase and import tilat �naterial. We'd also have to hatil off tl�e mate�•ial we excavate onsite. Seems like a Type B or Type D Embankn�e��t �vauld be ��iare a�prop��iate for tiae a�aadtvay e�xabankments rec�uireci for tl�is project, es�eciafly sia�ce we are liming the subgrade material. Lixne tz�eatment of a 15-PI mate�•ial Iikely �rpduces u��c�esirable i�esults. Ceme�it is rypicaliy recotu�nended by the Geotecli fi�-�j�s fo�� lotv PI material. Piease co�fside�� ctiangin� the En�bazikii�ent bid item to a Type D o�- Typa B. 12 7"he Gene�•al Notes section on tlie Final Plai�s Set, Sheet 003D sho�vs a"I�ive-Day Warktveek" tivith "Tlfe rn����bei• of t�Torking days for fi�}al acceptance will t�e 235 t�o�•ki�ig days." L1pon revie��r af the Bid �nri��, Section 00 41 00, secEion 4. Tii��e of Co��i�letiqn, 4,1, "The Wo�•k �vil1 be coanpleted tivithin 21 S�vorking days after the date w�len tl�e CantracE Time cotnn�e��ces ta tvn as Provided i�f Paragi�apl� 2.03 of the Genera] Conditions." Please clarify tl�e correct du�•ation fai� this praject. i3 T1�e pla�is idetitify hvo extstit�g 1S" RCP head�valls (K-4718) %r removal. Witl this r�nrk fal] under item 104-7028 REMOV CONC (WINGWALL)? 1��ould ��e be remo�7ing H�e e��tire sEr€icture? Bid Itein No. 11 is updated to be ' 0132 70I2 EMBANK (FNL)(DC)(TY D). Ti�e Bid Fo�•m and plai� slteets 004A anci 006A are �•eissued �vith this addendum. T1�e number af ���nrking days fo3� final acceptat�ce �vill be 21 S�vorking days. Plan sl�eet 003D is reisst�ed �vith tl}is adde�idu�n. Yes, tllis wo��k tvill fafl uuder item OI04 7028. The enti�•e strt�ct��re wi[1 need to be ►•emoved. 2. Dt�ring the pre-bid meeti►�g, tlle attei�ciees asked the followir►g questiai�s. Official a��s��e�'s are beiiig prpvicied as pat�t of this addendu��f: ( No Questior�ICamrne�it A��s«�ea- 2 Is there a�� estimated award date? Are contractors rec�uired to be pr�qualified with TxDOT to bid on ttiis project? Bld q��111i]�, 15 1019. Ciry is i�equired to a�vard tl�e contract «itl�i�i 90 days. Cont��actars are rec�iiired to be prequalifieci with TxDOT. There is a pracess to do that, rvlficlf is b��iefly laid ai�t in the ca��tract documents and will dircct you to TxDOT's �vcbsite. "I'liis project requires the Co�t%dential CiTY OF FORT NqR?H Bombcr Spur Trail — Phase I S�'ANDARD CONSTRUCTtON SPECiFICATI03�f DdCUAqEl�ITS Ci€y Praject �To. 104345 Reviscd It�ly 1, 201 1 0005 ES-4 AD�EVC}A Page �4 of 6 is a hard copy of tlae �id bond due at tlie city prior to bid date? 4 Wl�at city permits are �-ec�ui��ed? Q��estioi��ai��e (TxDOT fa�-�a� 20b5) as outli►�ed iu Item 2L in tise �roject matmal. Co��tractars �vill �et a confirmation letfei� fi-om ThDOT. No, an elect��a�fic vers�on is acceptabie. A hard copy �vill be needed fi•om tl�e selected co��tractoz- after the bid o�efii�ig. A►�ticipated �er�nits iifcli�de, bttt are t�ot iimited to, gradiElg, SWPPP, a�fd h�affic cantrol. The tree retnoval pe�-n�it Itias already been obtained. The caist�•actor is responsihle for fees to , pbtain d�e per�nits. A�ry a�iticipated , fees far pennits sl�ould be included i�s �', ti�e Mobilizatiaii price. In%rmatioja ' regarding pe���nits is i��clE�ded i�� tlie General Conditions. Is the conlractar respot�sible fo�' installing The contt•actor is res�oijsible for tlae hz'idge? The t�ote i�i tfse pla��s says, "by instaIliug the hridge. Refe�� to Special otl�e�-s." Speci�'ication 4004 Prefa���icated , Pedestria�i Steel Ti1�ss Bridge S�a�� iu ', the project u�az�ual for ac�ditionai '� info��«satiai�. Will the br3dge z-equii•e fenci�ig or mesh panels? 'I'i�e pedestrian bridge will ��ot z�ec�uire fe��ci�ig or mes}� pa��eling. Plan sheet 064 is reissued witl� tt�is adde�idum to �i�ovide clariiication. �s the �nstallatioi� of the hridge anc� ', This work is expecteci ta he campleted sl�utdo���n oftl�e ro�d ex�ected to be dui�ing ' at nigl�t. tl�e day or at �fight? 8, What is the cost of tlie fees rcquircci to ' obcain permits? Will tl�ose fees be tvaived by t1�e City or sl�o�ild they be i�aclt�ded in the bid? 9 Wo�ild it he possihle tp get ti�e CADD file for tl�e ea��tl�wo��k:� City fees ca�� b� �vaived Uut state pe��mits cannot. The Eree retuaval �eru�it has already been acquir�ci, but if ac{ciitiona[ t�•ees �ieeci to be reinoved, tl�e cantractar tvill l�ave ta contacE tl�e Caiy af Fort Wo�-t13 Fores#ry Depat�t�nent. TI}e CADD file �vi1l be issued to tl�e selected co�it��actor aftei� tlse bid o�ening. Addea�du��� �f2 tivilf inci�de the reissued Grading P1an that tvill sha�v existing conEours ���ithiii the constructioif area to �ielp �vith earth�var� calcutatio3�s. CITY OF FORT �VORTH STANDAR� CQNSTRUCr[Or SPEC[P[CATfON D4C[J14fE1�ITS Re��'ssed Iuty l, 2U11 Flomber Spur Trail — Phase t City Project \'o. 104345 aaosis•s ADDHNDA P:�ge 5 of C 10 I Wili you past t�ie sign-i�t sheet from tl�is iitectii�g with tile addend�iin? �Tlse sig��-in s�ieet �vili be �osted to tl�e � }�roject page oia Bo���re. The confract documents fos• Bpniber S�ur T��aii — PEiase 1, City Pz�oject Nuiilk�ei• 10�13�35, CSJ 0902-90-227 ETC, a��e hereby �•evised in Adde�ldum No. 2 as fallows: PR03ECT MANUAL � � REMOVE Section 04 42 43 Proposal Forn�, RE�LACE �vitl� attacl�ed Sectioii 00 42 �3 Proposal Fori��. Bid iteaa� 11 tvas cliangecf a��d quai�tities for bict items 29 atad 31 l�ave beec� updateci. REMOVE SecEion 00 52 43 AgreeEi�ent, REPLACE �yith atiacl�ed Sectiqn 00 52 43 Ag���ej�ae�it. T1�e liquidated damages rate «ras updated. REi1�OVE Specia] Provisian to Itcn� 004 Sclaedule af �,iquidated Damages, REPLAC� �vitli attaclted Specia] Provisioi� to Item 000 Scl�ed�ile of Lic�uidated Damages. Tl�e liquidated da�uagcs rate was updated. CONSTRUCTION �'LANS I, REMOVE Pla�f Sl�eet 003D, REPLACE ���itli attacl�ed Plan Sheet d03D. The numbei� of warking days fo�• fnal accepta3�ce was updated ta �7�atc1� the ather co�lt�•act documents. 2. ItEMOVE Plan S11eet 004A, REPLACE ��itli attached Plaz� Sheet Ofl4A. Qt�ai�tities a��d bid items ��ere updated. 3. REMOVE Plan S3�eet 005A, REPLACE wit1� attac��ed Plan Sheet 046A. Bid items �vere u��dated. 4. REMOVE �'lai� SltieeE 0065, REPLACE �vitEi attached Plan Sheet OO6B. Quai�tities were updated. 5. R�MOVE P1an Sheet OC4, REPLACE �vitil attact�ed Plan Sheet 064. Drilled shaft diartneter catlout r�vas chaj�ged to 42" for consistency �vith Bent Details and bid items. A pedest�-iaii railii�g detail «as added. 6. REMOV� �'lail Sl�eets 069 — 079, REPLACE witli lttacl�ed Plan Sl�eets 069 — 079. Existi�ig co�itours �ve��e �i�ade visil�le «itl�in tkie construction 1'ui�its. This Addendum No. 2 foa����s pa��t of the Plans, S�ecificatio��s, and Contract Documents for the ahc�ve refez-enced p��oject anci ���odifies the originat projeci manual a�ld contract docun�e�lts of the same. All otl�e�� p��ovisions of the pta��s, specificatiotis, and cont��act dacuiveuts fo�• tl�e ��•oject tvlsicli are not ex}�ressly a�ue�fded hei�eiu sl�all z�e���ai�� in full force a��d effect. A sigr�eci copy af Addez�dun3 No. 2 shall be i�}cluded i�� tlie sit�i�utted sealeci/electro��ic bid at the ti►�te of bid subc��itEa[. �'ailui-e ta ackno�vledge the receipt of Adciendu�n No. 2 could cause bidder to be considered "NONRESP4NSIVE," resulti�ig in disqualificatioc�. CiTY dF PORT WORTi� Bom�er Spur Trail — Pl�ase t STANDARD CONS�'RUCiTON SPEC[FiCATI6I�I L30CUh4EN�5 City Project No. 104345 Revised 3uly 1, 2a11 aoos �s-r, ADD�NDA E'age ( of C Adde�ldu��� Na. 2 RECEIPT ACKNOWLEDGEMENT �y: C� Compan�r: McCarthy Building Companies Dave Lewis Director, Park & Recreation Departf��eut ��.a,...��t,1,,.,, «. <<� Jing Yang q��:�,�,f��ryar�'F,:so �,� .¢ $y, :s_,a,,,1,,...., Jing Yang, RLA, AICP Praject Manager, PARD Address: 3400 N Central Expressway Ste 500 c��,. Richardson State: TX �ND OI' S�CTION C[TY OF FORT' 1VOlt'fH IIomber Spur Trail — i'hase I S'TANDARD CONSTRUCTIO\' SPECIF{CATION 170CU�TLi�iTS Cii}= Projcct Nu. ]043d5 Revi�ed July 1, 241 I 00 �5 15 - [ ADDEN�A Pagc 1 of 6 sECTioN oa os �s ADDENDA CITY QF FORT WORTH, TE�AS �'ark ai�c3 Recrea#io�i De}�artme�yi Bomber Spu�� Trail — Pl�ase 1 Cit3� Prajeci No. 1Q434S CSJ 0902-90-227 ETC ADDENDUM NO. 3 Acidendum No. 3 Issued: �ttobe�' 3, 2025 Bid Open Date: Oetobe�• 9, zOzS at Z:Qq P.1��. This Addendti��� foru�s a pa�•t of tlie pl�us, coi�tract docit�iieiifs, a�id speci�catia��s fqr the above x�eferenced �SrojecE aud rnodifies the origiiial speciiicatians a��d co�it�•act docuineists. Bidder sliall acknotvledge receipt of this addei;durn i�i the space pravided �elow, atid ii� the p�•oposai (Secti��i 00 41 00}. Failt�re to ackifo�vledge ��eceipt af tliis addendun� coutd stibject Ehe bidder to ciisquaiificatiaEi. Pa•osnective �iddea-s at'e ljereh�� ��otifiec� of t1�e foilowin�: 1. Cojat��actor Questinns/Con�n-►euts fi•om Bonfire fi�oni Septem6er 19, 2U25 to Septe�nber 25, 2025. Na. Question/Corna�aent Oti sheet OC4, ik is called oiit for the precast single slope coficrete bar�•ie�• SSCB{2}-10, lfo�vever, the general nates i��ider Tte��� 514 i�idicate tlzat all conc��ete t��affic l�arriers should be cast-in-place. Please catlfiri�� wliich met�ifld we shouid proceed wit�i. Wit�t eithe�� metl�od, plaj�s da not i�tdicate �vliat the hai-�-iez� �vill be sitcing c�n, tl�ere is also na pay itea�� for faundatio�� for tlfe barrier to be placed o��. Please advice. Oia tlae Geiieral Notes for Item 4�0, call out the epoxy coating for reitifo�•cing slab, wauld tl�is pertaici to ap�roach slab as well? Cau9d ga[�an�zed steel be substitute to epoxy? Answer Ttie pe�7i�a�ient ca►�c�-ete ira#�ic l�arrier tivill 6e repiaced by sii�gle slope traffic raiL Plan sheets 131 aiid 132 are reissued �vith this addendi�z-�� tn include details RL-SSTR-19 and RL-TItF-20. 'I'he fou��ciatio�i foi� t�ie traffic barrier will be TRF-GB. Tiie Bid Fo�n� is ��eissued with this addendum to i�sclude tl�ese changes. E�oxy coated z�einfarcetnent is ret�uired in the bz�idge deck, o�fly. Epoxy coating is ��ot requireci for approach slabs. Galva»ized steel may be s�.�l�mitted as an alternative to epoxy-caated steel for bridge deck reinfo��cen�ei�t. CiTY OF FORT WC3RTH STANDARI3 COAfS'i'RUCT[QI�� SPEC[RICATIdN DOCLTMF.NTS Reviscd.Tuly 1,20[l BomUer Spur Trail -- Phase l City Praject 7�0. ID43�35 0005 i5-2 AD[7E�S{3A Pagc 2 af 6 3 On sheet 22 of t��e re���avai pla��, it calls aut for tlie re���oval of �x Str (Rail}, this is pertaii�in� to tlte existing metal str�icttiral ��ail correct? 4 Detait slzeet 12I slzo�vs th� �3" tElick concrete sidewalk �vith reinfarcing detail but does not sl�o�t� S" side�vaik tvitli rcii�forcing detail, please �ravide tlfe detaii for t1�e 5" sidewalk with reinforcing detail. WouEd tlie tvelde�i �vire reii�forci�ig equivale��t be aUo�ved as a substitute for �•einforcen�ent z�eUai�? Yes A1an Si�eet 121 is z�eassued witl� tltiis addendum ta s�low a S" sidewalk sectia�f. Welded �vire a�ei►�forcing tvill not be alla�t�ed as a siibstit��te for I'C1Il�0iC�iil�llt i'��181'. S Oii Sheef 60 a�fd 61, lVfII iiCril �O3 Tem}�orary Special Shorir�g be added for t��e rec�ui��ed exca�atian for tl�e installatiaif of both iiortlf and soutli retainiifg �valls? General notes specify to fallow TxDOT speeifications on Itcm 422 Concrete �I� Superst�uctures, hot�rever, the�•e is ua bid ', itein p��ovided fo�� tl�e t�ridge deck, ca�� this item E�e provided? 7 Tl�e pla�� view oi� sl�eet 064 seems ta i�nply that ane end nf each bricige (t]�e end an t[�e pier) �vill tteed to be ske��red. Is that tkle case? $ Item #29 — Dri11 Shaft (24 IN): The plaj� quantity i��dicates 120 LF; Ilo��ever, the details on Sheet 64 sho�v 25 L� at 4 locatiai�s, totaliz�g 100 L�'. '', Ite��i #31 — Drill Shaft (42 IN): The plaii I qua�itity iisdicates 70 LF; 1fo«�ever, the details s�ipw 30 LF at 2 Iocatio�is, totaliisg 60 LF. Alease cla�•ify tl�e correct qztaz�tities for these items. 9 Please provide clarification on the sco}�e of �vork to �e paid ui�dei� Iten� �34 — CT� C CONC (FOOTING}. Does tlsis item inclt�de tlie footii�g for botl� tlae �viragtvalls a�id tife hack�vali? If tt�ey cio, t��e pla�i quantity sl�o�vn does �iot appea�� to align tvitlf tlte details pro�ided. Ci�'Y OF FORT WQRTH STANDARD CONSTRUCTIQN SPEC[FICATIO]�I DOCUMENTS Re��iscd Ii�ly !, 201 l Bid Ite�n 0403 7001 TEMFORARY SPL SHORING is added to Bid Alte�-ttates #1 a��d #2. The Bid Forf�� and Pla�� Sheets �O6C and 006D a��e �•eissued witli this adde�fcitnu. Tl�e bridge deck is included in the Prefabricated Pedestrian Brid�e b�d item as statecl in Specia] Specificatioii 4004. Sent No. 2(STA 1 D77+03.62) is required ta be ske�ved 20 degrees as shown on Sheet b4. The bridge fabricato�� has the opEioa� ko sker�� bridge span ei�ds or desigxa a contir�uous spa��, bttt tl�e be�it is �-equired ta be skewed ��e�arciiess. Drill Sltiaft {24 IN) and D�-ill Sl�aft (42 IN) quai�tities �vere updated in Addeijdum #2. See tl�e ai�s�ver to Q��estian #7. CL C CONC (FOOTING) refe��s speciFically to the pier ca��s aloiig tlie abut�iie�st exter�sion a»d wi�igtval( far bot�i b�•idge �but�nents. This was alsa auswered i�i Ac3dend�m #2 Questia�s #9. Bornber Spt�r Trait-- Phase 1 CityFrojectNo. ]0�3�5 aaas�s-3 ADDEN[3A Page 3 vf 6 10 Li�ue a}�plication rate of ISO Lbs/CY 36 LBS/SY slioiild be ��scd far Ii���e mentioned i�f tlle sheet A of ge�ieral isotes applicatio��. �'lail SheeE 003A a�fd t}�e daes not ec�uate ta 36 LbsISY sl�ow�� in the Bid Farm a�•e reissued �vitls this typ�cal sectio�� on Sh�et 5. P[ease confirm addendum. whicii rate is co��ect fpr Irme application. 11 S}�eet 64 - Br�dge layout calls out foa� Bid Ttem Q442 7017 M[SC NON- Expansio�i Joint BS-EJCP, I�ut tl�ere is ��o BRIDGE (NBIS) �vill be added to the TxDOT item 442 bid ite►n, could that be Bid �orm. T9ie Bid Form is reissued added? If i�ot please clarify;vliere �vill it be �vitii ti3is adde��du���. paicl under? 12 �i Sheet b2 sfio��s onsite ���atei�iai being used i for backfill �naterial bel�iztd the back nf tl�e ' retaining �vails next to t11e free draining grainilar backfill, while tlze geotech report calls for seleci fill to be used t�iat l�as a plasticity index less than lb. None of ti�e o��site t�-►aterial pe�• the bo��es �rovided I�ave a�lasticity index less than 16 so select fill �vauld need to b� imparted if it is required. Please advise if �ve can use a��site E��ate�•ial for hacki'ill beyand t��e drainage roek ��eqitireti. 13 PIai� siieet 85 cails for a 10' Stanciard Cur� Inlet at the end of Iateral A 1 STA 4+1 G.59, but there is no ap�licable bid item. Tlte hvo bid ite�vs, 4I & 42, For inlets a��e not tl�e inlet that is sl�o«rn on the �lan sl�eet, a�id tl�e total quantiEy bettveeu tl�e t�vo bid ite�us is 2eac1� and tlscre is only leach drai�i inl�t sliort�is an tlie �Ians. PIease advise if tlie plan sEieet sE�o�vs tl�e cor�•ect inlet a��d p►�ovide a correct bid item for ti�e inlet S�]O�Vfl OI] i�i� �l�aT15. Onsi#e n�aterial for back�ll ca�f be used beyo�id t�ze fi•ee dra��fiifg gral�ular backfil l. Bid Items 0465 702i and 0465 7422 �vi11 E�e replaced «ith ite�n 04�5 7185 INLET (COMPL)(CO)(i0 FT}(FTW). Tl�e �id �'or�n aifd Plan Slieets OQ4A ar►d 0068 are reissued �vitli i1�is acidendu�a�. 14 The starm d�•aii� rnanhole details provided No, Stage TI s�aall be cast-iu-�lace. alla�v for the i�se of precast materiai in Stage I. Can ��e use precast material i�i Stage II also since tite sti-��chires a��e �tat it� tl�e 3•oad�vay? i S The Quantity Su�nmary shows quat�tity l2 Ti�e Bid Form ai�d Plaji 51�eets 0048 each signs. The Su�i�mary of Sz��all Signs and 006A are reissued �vitl� tlsis sho�vs a quantity of 31 eacl�. Please �ipdate addendi2iii to �•ef�ect sign hid itein tl�e Qtia��tity Sumrnary sl�eet aisd bid ite��� and qua►itity cl�ai�ges. sl�eets. 16 Summary of Smat[ Signs. The Custorl� 9 i 1 TEie I3id Fori�l ancf Plan S}�eets 0048 sig�ls a�•e detailed to be [�ack-ta-back signs a��d OOCA ai�e reissued �vith tl�is alang the trail. Is ay� adjust�nent of sign adde��duin to ��eflect sign bid iten� quatttities ��eeded to reflect these additio�ial aisd q�antiry cl�at�ges. signs? CITY OF FORT 1VORT[I S'iANbARD CONSTRUCTIOr' SPECIFICATIahI DOCUMENTS Ret�ised July 1, 2011 E3om6er Spur Trail -- Phase t Ciry Projec[ 1Vo. 1043�i5 00 05 E 5- 4 AnT}EVC3A Pa,�e �4 of 6 17 Sunvf�ary of Smail Signs, sig��s 25-31. Tlse custo�;i tvayfi�fding signs a��e Where are tlfe custojn wayfinding signs to show�f as "PROP TRAIL SIGN" o►� be installed aloi�g tl�e trail as tl�ey are ��ot slieets OSb -- 459. Tl�e quaE�tity for detailed on t3ie sign layattt dra�vings. these is included ir3 Bid Alternat�ves # I and #2. 18 I On sl�eet 88, tl�e bridge details show 2 each Bridge Clcarance signs sE�auld be �, B�•idge Cleara��ce signs to be installed over ��aid under tlie Prafabricated Sp�i�� 580/Cai�ip Bo�vie W Bh�d. WE�at bid Pedestrian Bridge bid iten�. iten� are tliese sig��s to bc paid under? 19 . On Slieet 60, a p�•oposeci side�vallc �vall is ltem OS29 7Q02 CONC CLTRB (TY shown. Please conf��-tn if this is paid unde�� TI) is nat needed far Bid Altei�fative Item A15, Conc Curb {TY II). If not, please #1. Tk�as ite�a� wiil be re�notred fi•om clarify �vhat scope of wa��k is covered u��der tl�e Bid Fo�•ns, and it is reiss��ed tvitli Itet�� A15. this adciendiun. 20 What is tl�e e��girzeer's estimate for tl�is Tlie Engiiieer's Estimate for the Base p�-oject? Bid at�d Bid Alternatives #i atid #2 l�ave bee�� updated based on cl�anges fro�n the addendums. The estimates , are tisted belo���. Base Bid: �4,�49,8Cb.00 Bid A1t. #l: $493,2b5.00 Bid AIt. #2: �599,3G7.Sb 21 Wltip pays for co�}st��uction ���aterials testing? The City af Foit Wo��tli �vill use a 3r`� pa�•ty lab to test n�ate��ials. The City �;�ill pay for the lab testing n��tside #l�e ca��st�liction co�itract. 22 Does the Ciry alio�v for a vibratory t��uss The City allows fa�- a vib�-ato�y trt�ss screed for st��eet �a�i�ig in Iieu of a slip foR-��i screed fQr i�and-laid coa�c��ete. pavii�g machi�te? �' 23 ', Does this req�ire p��e-quafificatio�l? Yes, TxDQ7' Specification 2L ' outl�nes the level af prequal�ficaiion necessa�y ii� fl�e Pi•pject Mai�ual. 24 Wlsat is tl�e ai�tici�ated start date for ti�is p��oject? 25 Plan Sl�eet 009, tl�e Ti-affic Co�ftrol Plan, Ahase B, allo�vs far 2 days to d�livea-, asse�3�ble, a�td ���stall the prefah bridge a��d co�ast�-uct tlie coiicrete deck for esch of tl}e t�vo s�a��s tii��de3• closti��e. As this is inadec�uate far the work El�at lias to be perfo�•n�ed tl�ere, is t1�e City open ta allo�vi��g the Contractoa- an alte��nate traftic controi plan that maizltains t�va-�vay traffic on Ca���p Bo��ie ��rh�le tl�e 6ridge GO115tClEG� 1q11 OCCLiYS� The a�siicipated start date for constructia�s is Decen-�ber 2025. Refer ta notes 5 ai�d 6 on Plan Slzeet 009. A��y cElanges ta the Traffic Coi�traI Pla�� tivill ifeed to be revie�ved and approveci by tlie City of Fort WortEi aud TxDOT Area Office. CITY 6F FORT WQRTH STAAIDARD CONSFRUCTIOTv� SPECTFICATION DOCUh4ENTS Fievssed7uly 1, 20l I Bon�ber Spur Trail — Phase l C'sty Praject No. 104345 aoos �s-s Ann��Dn Page 5 af 6 26 Ot� Sl�eei GS, tliere is a nate E1�at �iientio�fs tl�e reRa�oval sl�all be i�ti accc�i•dailce �vitli T�DOT ite��� �496, but thei•e is no bid item fo�� ren�ovi��g �yingwall, backwall, a�id pedesta( in the bid fa��m. Please cla�ify �vhere will the removal of ti�ese items be pa[d under? Tlie �•emoval of these ite���s is conside�•ed su�sidiacy to d�e va��ious bid items. 27 Tlie cu��retit bid date of October 9df is a Tl�c hid ciate �vill rez��ai�� October 9'h TxDOT lettiEig date. Would it be possible as sclicduled. to shifE the �id due date back to avoid tl�at ca�3flict and allnw fo�• g�•eater su�contractor participatiny�? Ttie coi�tract doc��i�e��ts for BoFnber Spur 'I'z�ail — k'laase 1, City Project N�iif�ber 104345, CSJ 0902-90-227 ETC, are hereby revised ii� Addendum No. 3 as follo��s: PROJECT I�ANUAL 1. REMOV� Section 00 42 43 Praposal Fot�n�, REPLACE with attached Sectia�r 00 42 43 Proposal Fo��tn. Bid Item 0514 7041 1�as replaccd with Bid Ite��a 04SQ '1024. �3id Item 0420 7052 «�as added to the base bid. Bid �tem 0403 7001 ��as added to Bid Alternatives #1 ai�d #2. CONSTRUCTiON PLANB 2. 3. 4. 5. b. 10 R�MOVE Plan Sheet 002, REPLr�►CE �vith attached Plan Sheet 002. The Sheet I��dex �vas ttpdated to i�fciude the changes to Plan Sl�eets 131 and 132 a��d t�ie additioa� of Platt Sheet 185. REMOVE Pl�ii Sheet 003A, REPLACE tvitls attaciicd Pla�� S��eeE 003A. The Lime Application Rate �vas updatcd for co�asistea�cy �vith tlie �;epteclinical re�o�•t. REMOVE Pla�i Sheet 003H, REPLACE «�it]a attacl�ed Plai� Slieet 003H. Ite3�� 514 Pez-nianent Co�fcrete Traffic Ba�•rier �vas removed. REi1�OVE Pla�� Sl�eets 004A-004B, REYLAC� �vitli attached Pla�� Sheets 004A-004B. Quantities and l�id ite3ns weE•e updated. REMOVE Plan Sl�eets 006A-006D, REPLACE ��ith attaclied Plaii St�eets 006A-pOGD. Quant�ties and bid items ��eE�e i�pdatcd. REMOVE Flan Sl�eet 035, REPLACE ��ith 1#tacl�ed Pla�� Sheet 035. Callouts �vere updated to include traffic rail ii�formatio�i. REMOVE Pla�i Siieet 0G4, REPLACE with attac�ied Pla�i Shcct 064. Per���a��e��t concrete ban•ie�• iufo�•mation �vas replaced wit1� tt-affic rail info��mation. R�M4V� Plan Sheet 12i, REPLACE �vith attached PEan Sheet 121. TxDOT Detail CSWD {FTW) ��ras n�ac�i#ied and re}�lacec� �viti� CSWD (FTW}(MQD). REMOVE Pfan Slieets 131-132, REPLACE �vith attaclfed Plat� S3�eets 131-132. TxDOT DeEail SSCB(2)-10 �vas replaccd �vitl� TxDOT Detail RL-SS"TR-i9. ADD Plan Sheet l8$. Tiiis AcEcieisdu�u No. 3 forms part of the P1ans, Speciiications, a�sd Contract Doclizne�its for the above refe�•enceci p��oject a��d ���odi�es t�ie arigi��al project ���ai�ual a�id canh•act documents of the same. CI7'S' OF FORT WORTH Bomber Spur'i'raiE — Phase 1 5TAtdFIARB CONSTRUC�`Ip1V SPECIFICATiON [}OCUA4EN7'S Ci€y Pro�ect \�a. i Da3dS Etevised 7uly l, 201 l OOOS l5-C, ADDE�IDA P.�ge 6 o f 6 All other pi•ovisio��s of tl�e pfans, spccifications, a►td co►�tract docun�ents fo�- tl�e praject �v1�ic1� are not expressly amendeci hereiu slsall remain in fi�ll forcc and effect. A sig�ied copy of Adde»dum No. 3 shall �e i��cluded 'ui tlie subnuttcd sealedlelectroa�ic bid at the time of bid subn7ittal. Failuee to acicno�vledge the receipt of Adciendu►t� No. 3 coulcf cause bidder to be cansidered "NUNRESPONSIVE," resu�t�ng i�� disqualification. Addendtuii No. 3 R�CEIP7' ACKNOWLEDGEMENT � By: �� 1 Co apau}�: McCarthy Building Companies Da��e Le�vis Directar, Park & Recreation Department r;��ysa-:ee� �.�va � orz c-us, E-. "•� ]3 ���.: :er�r :�_ �9./, Jing Yang � -�,�,Yn�r'sz��°'J;�;�° �-.-:-h. B�7� DYa', h2i10.�2ISLS'IG{Sid' J Jing Yang, RLA, AICP Project Manager, PARD Address: 3400 N Central Expressway Ste 500 Ciry: Richardson State: TX �ND OI+ SECTION CITYOFFORTIVORTH IIomUerSpiirTrail—P�ase 1 STAIVDARD CONSTRiJCTiOT` SPEC[F[CATfON DOCUMF.N'TS Cit}' 1'rqject \u. 104345 Y2es�ised 7uly 1, 20l l 000515-] ADDENDA Page t of 2 SECTION 00 OS 15 ADDENDA CITY OF FORT WORTH, TE�AS Parlc ayici Recreation De�a��t�nei�t Bomlier Spur Trail — Phase 1 Ci�= Project No. 104345 C5J 0402-90-227 �TC ADDENDUM NO. 4 Addeud�m No. 4 Iss�ied: Oc�flbei• 6, 2025 Bid Open Date: Octuber 9, 2025 at 2:€�0 P.M. This Addendum foi-�ns a}�art of tlie plans, cont�•act docu���e�its, a�ici s�eciFicatioi�s foi• tlte a}�ove referenced project and i�ioc�iiies tt�e origiiial s�ecificatioi�s and contract docu�ne��ts. Bidder sl�all acknowledge receipt of tliis addei�dufn in the space pravided belo�v, and in the proposal (5ection 00 41 OD). Faiiure fa ack��awlec�ge receipt of this addendue�l could subject ti�e bidder to disqualificaEion. Prospective Uiddei•s are l�erebv notifed of tlie lbllorvin�: The co�ftract doc�uneijts for Bomt�er Spi�r Trail — Pliase I, City Prpject Nu���ber 1a434S, CSJ 0902-90-227 ETC, are l�ereby revised in Adde�iduiit No. 4 as follotvs: PROJECT MANUAL I. REMOVE Seciion 00 00 00 TABLE O� CONTENTS Page 2 pf 2, R�PLACE �t�itl� attached Section 00 QO 00 TABLE OF CONTENTS 1'age 2 nf 2. Tlse Disadvantaged �3usiness E��tetprises (DBE) Requirements �vere remaved. 2. REMOVE Section 00 4I 00 BID FORM, REPLACE «�iti� attached Section 00 41 00 BID FORM. 3. REMOVE the Disadvantaged Busiuess E��tei�prises (DBE) Requi�•ense�its. 4. REMOVE TxDOT Iteni 2L I��structio�is to Bidders, REPLACE �vitl� attached TxDOT Itei�12L I��structiqns ta Bidciers. 5. REMQV� TxDQT Iten� 3L A���ard and Exect�tion of Cantract, R�PLAC� �vi#Ii atiac�led TxDOT Itenz 3L Award atid Exeeutio�l of Co►�tract. fi. REMOVE 1'xDOT Ite;n SL Proseci�tion ai�d Progress, R�PLAC� «itli attacl�ed TxDOT Ite�n 8L Prosecutioti and Progi•ess. 7. REMOVE Special Provisio�� to Itc�ii 000 Disadvaritaged Business Enterprise i�� Federal- Aid Co�itracts. $. REMOVE FHWA-I273 Page 3, REPLACE �vith attacl�ed FHW�1-1273 Page 3. CIT1' OF FL}RT 1VORTF� BoEiiUer Spur Trail — Phase i STANDARD CdHIST}tUCi'[Ol� SPEGFlCATEON DOCUMEt1TS City Praject No. I04345 Ftevised 7uly l, 2p11 oaas is-z AI}DL� 1DA Page 2 u f 2 Tlsis Addendwn No. 4 fo��ms part of the Pl�ns, Specifications, and Cont��act Docuii�ents for the above refere�iced �n�oject ajid modifies the original project �na�i��al a�td contract efocuments of tlie same. All other pro��isions of the plans, specifications, a�id corih-act docu�7ients for tEie project «hicti are not expressly amencied herein shall remai�f in fiill force and effect. A sigiied copy of Addendum No. 4 skiall t�e included in ti�e subEnitted sealed/electronic bid at tiie time af bid submitta[. Failure to acknowledgc the receipt of Addendiun No, 4 could cause bidde�- to bc considercd "NONI2ESP0�ISIVE," resulking in disqlialificakion. Addendum No. 4 RECEIPT ACKNOWLEDGEMENT � �� � � ay; � / Cocnpany: McCarthy Building Companies Dave Le�yis Diz�ector, Pa��k & Recz�eation Department Jing Yang `� - 3 � ., es .._� ..s.�..,_ _.' By: Add�-ess: 3400 N Central Expressway Ste 500 ��fy; Richardson Sf��e; TX Jing Yang, RLA, AICP Projcct Manager, PARD �ND OF SECTION C[TS' OF FORT 1\'ORTIi BornUer Spur Trail — Ptiase I STANDARD CONSTRUCTIOn' SPECfFICAT[ON DDCU,�fE�1'I'S Ctty Projecl \'u. [Q43d5 Revised7uly I, 201 I 00 11 13 INVITATION TO BIDDERS Page 1 of 3 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of Bomber Spur Trail — Phase 1, CPN 104345 ("Project") will be received by the City of Fort Worth via the Procurement Portal https://f'ortworthtexas.bonfirehub.com/nortal/?tab=openOpnortunities, under the respective Project unti12:00 P.M. CST, Thursday, October 9, 2025. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST in the City Council Chambers. Your submissions must be uploaded, iinalized 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 1iable 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 recommcnds allowing sufficient time to complcte the submission process (ideally a week before thc dcadline) to begin thc uploading process and to finalizc 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 liabiliry ro 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 Elcctronic Bid was caused solcly by error or malfunction of thc Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. SUPPORT For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en- us Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. CITY OF FORT WORTH Bomber Spur Trail — Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104345 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.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Installation of reinforced concrete shared use path, reinforced concrete retaining walls, pedestrian bridges, ADA curb ramps, signing, & pavement marking. PREQUALIFICATION � Improvements included in this project must be performcd by a contractor or designated subcontractor who is pre-qualified by �'����� �y a:�R TxDOT at the timc of bid opening. The procedures for qualification andpre-qualification are outlinedin °��*��� ����J �1 13 �i.j��r�T�r�rrni.ra �rn amr��n� ..�a TxDOT Speclflcatlon 2L. 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. All Addenda will be posted in the Procurement Portal https://fortworthtcxas.bonfirchub.com/portal/?tab=opcnOpportunitics, undcr thc respective Project. PREBID CONFERENCE — Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: Tuesday, September 16, 2025 TIME: 9:00 AM, CST Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held, the presentarion and any questions and answers provided at the prebid conference will be issued as an Addendum to the ca11 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 Vcndors 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. . �::1� City will award a contract to the Bidder presenting the lowest responsive bid by a responsible bidder. CITY OF FORT WORTH Bomber Spur Trail — Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104345 Revised 2/08/24 0011 13 INVITATION TO BIDDERS Page 3 of 3 FUNDING Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from revenues generated from a Federal Congestion Mitigation and Air Quality grant and reserved by the City for the Project. ADVERTISEMENT DATES September 3, 2025 September 10, 2025 END OF SECTION CITY OF FORT WORTH Bomber Spur Trail — Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104345 Revised 2/08/24 00 21 13 INSTRUCTIONS TO BIDDERS Page 1 of 10 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 tcrms used ,in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thcreof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1 '� '� T�r,. o�:acir�'icc ��3€i'Svi��l �7�T'+.'o,-"1.;,. .,r;,,,� �.� .. .. ., .. ,-..+;,.,� .,..�;,�.. .a;,-o..+l.. �1�.-.,,,..L, „ .a„1.. .,,,�1..,,-:.,e.a .-o o v.r.,rl.`i�� .,`�'l�'iY:�Y��-ii �L��7�1 �1�:.�4'�3 : ..� :,, rl.o C�.,�o ..FTo.,.,� 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom Ciry (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. CITY OF FORT WORTH Bomber Spur Trail — Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104345 Revised/[Jpdated 1/17/24 00 21 13 INSTRUCTIONS TO BIDDERS Page 2 of 10 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders ^r +'���r a���T��+�a ���'���r+r��+�r� are required to be prequalified for the work �€�uir��r� �,��,,,,,,i,_ •��� as per co,.��J'IS 1? JT���lE nn �nr r n r r�rr n�rrnrTe .,�a n� � c 1� ��rnr T n r T�rr n-rr��.j �T11T�PQ�1`TT '��� TxDOT Specification 2L. Firms seeking pre-qualification, must submit � a,.,.,,.,,or�.,.:,.� :ao��;f:oa ;� co,.�;,,r nn nc i i � co,.�;,,� nn nc i� �QU1��JF���OI�T AI1D�Jr' ^� TxDOT Form 2065, Confidential Questionnaire, at least se�ex-�7� ten (10) calendar days prior to Bid opening for review and, if qualificd, acceptance. Bidders who have already submitted TxDOT Form 2066, Biddcr's Questionnaire, should follow the Leve15 bidding capacity requirement to submit rcquired supporting documentation to obtain a highcr bidding capacity and a confirmation letter from TxDOT. Bidders may request and receive bidding proposals for projects on which the engineer's estimate does not exceed their bidding capacity, less any uncompleted work currently under contract with TxDOT. The subcontractors listed by a Bidder on ��oo ^�z TxDOT Specification 2L �r��*� �•��r'� *��r�� do not need to be prequalified with TxDOT. Subcontractors, Limited Partnerships, LLCs, and corporations must be registered with the Texas Secretary of State and be registered in the Department of Homeland Security's E-Verify Program outlined in TxDOT Specification 2L. Subcontractors must follow the same timelines as Bidders for obtaining prequali�cation review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rej ected. n.-,,,,,,,,i;�;,..,+;,,� .- o e�+. ,.,.i� k,�„�. .,�,� a,,,,,,,,,o��.,�;,.r .,..(.\Zi�lt.�lJ J�, .,_ o V_..a „ii ,-„a �:i„� +�„-,,,,,�i, ��,,, r:�..�� . .,,�,�;�„ .,�• �,}���.:ii„���, � .-*...,..-��,+„�„� , .,m,-,,:,,,.�Ra�our�� 3.1.1. I\z-� . �r17�://�U'1'7�.� ,-....,,.-�i.�o.,.,� ,� .,in,-,,;o,.�no�,.,,,-,.o�ino�,.,,,-,.o�nin�oi�n 0 0 0 0 oi �nr,,,,�,-,,,.�,,,-oi �nn,-a,,.,,,i;�;,,.,.;,..,oi ��Pro���/I��nr r n r T�Tr� n rrrnrroi �nn�n TJIF�,��i�I`1TEo/ �n�nn oi �nn n��rrrr_oi �nrnrr�rn n r-rnn c�a� �.�.�\If ai� P��Otll�l �Jlsl�zn„ no,.,,:,.o,v.o,,+� a,,,.,,,v.o,,r 1,.,..,�oa .,�. �*C7i G:���ll��'ti.F .-�.� ,-rL.ro ,/D,- o,.�Do o,,�i�,ti'lil���� oi_�nr�„��.�,-,,,,�;,,noi_�nr�,.,,,,,�,,,r+�, ir-„n�.-,,,,�,.,-oi_�OPt�auali�,.,,�;,,., irrn�aroi_�nv ,.,,,a.,,,, .,oi �n,,.,aoi �nnodo[>n�n%3�r ;,.�,�;.,,.oi �nn,-,,,,,,.,t;�;,.�+;,.�oi �nn.-,,,�,-�,�,iETRF�T°i �BL--�CIIT°i 39I-'-R�QU�1L°i 39R��1��TrTE.pd� . �r17�://;�U'1'7�.� .-....,,.-�i.�o.,.,� ,� .,in,-,,;o,.�vo�,.,,,-,.o�ino�,.,,,-,.o�nin�oi�n o- -- o - - o 0 0 �JEani�rti,oi � nc o..,o,-oi � nr„r.,-,,,..,.,-oi � nn,-oa uali%a�:,», o�a���/��'E E%� �€ „lo��n,-o,,..;,-o,�.or+� ..aF - - CITY OF FORT WORTH Bomber Spur Trail — Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104345 Revised/[Jpdated 1/17/24 00 21 13 INSTRUCTIONS TO BIDDERS Page 3 of 10 3.2. Each Bidder, unless currently prequalified, must submit to City at least �3 ten (10) calendar days prior to Bid opening, the documentation identified in ����� 11, �IT�TJ�1'lE �l�nr T n r T�rr n-rin�.rc TxDOT Specification 2L. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the Ciry 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 schcdule 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. Refer to TxDOT Specification 2L for TxDOT prequalification requirements. 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. l. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Shall consider federal, statc and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. CITY OF FORT WORTH Bomber Spur Trail — Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104345 Revised/[Jpdated 1/17/24 00 21 13 INSTRUCTIONS TO BIDDERS Page 4 of 10 4.1.4. Is advised that, City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will aff'irmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in considcration of award. 4.1.5. Shall study a1L• (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions rclating 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 ha�e 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 sha11 be issued in the form of written addenda and sha11 become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the Ciry other than that contained in thc Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.7. Should perform indepcndcnt research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary far 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 a11 information required to make a proposal. Bidders sha11 rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complctc information upon which the proposal is to be based. It is undcrstood that the submission of a proposal or bid is prima-facie evidence that thc Biddcr has made the invcstigations, examinations and tests hcrein 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 Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. CITY OF FORT WORTH Bomber Spur Trail — Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104345 Revised/[Jpdated 1/17/24 00 21 13 INSTRUCTIONS TO BIDDERS Page 5 of 10 41.10. Indicate their intent to bid by selecting "yes" in the Procurement Portal under the Intent to Bid section. You must indicate your intent to bid to be able to submit a bid to the City. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification 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 thc Contract Documcnts. The logs of Soil Borings, if any, on the plans are for general information only. Neithcr the City nor the Engincer 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. Thc provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petrolcum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identificd in the Contract Documents. CITY OF FORT WORTH Bomber Spur Trail — Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104345 Revised/[Jpdated 1/17/24 00 21 13 INSTRUCTIONS TO BIDDERS Page 6 of 10 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 thc Contract Documents. 5.2. Outstanding right-of-way, casemcnts, and/or permits to be acquired by the City arc 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 andlor 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., September 25t". Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by Ciry. 6.3. Addenda or clarifications sha11 be posted under the respective Project via the Procurement Portal https://fortworthtcxas.bonfirchub.com/portal/?tab=opcnOpportunitics 6.4. A prebid confcrence may be held at the time and place indicated in the Advcrtiscmcnt 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. CITY OF FORT WORTH Bomber Spur Trail — Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104345 Revised/[Jpdated 1/17/24 00 21 13 INSTRUCTIONS TO BIDDERS Page 7 of 10 7. Bid Security 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have becn satisfied. If the Successful Bidder fails to execute and return thc Contract Documcnts within 14 days after the Notice of Award conveying same, City may consider Bidder to be in dcfault, 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 awardcd, will bc on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitutc ar"or-equa]" items. Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.OSA., 6.OSB. and 6.OSC. of the General Conditions and is supplemented in Section O1 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In aoo�a„�,.o ..:�i. �i,o r:�..�� u.,�:�o�� �,,,,:�., n..a:.,,,r,.o rr„ �c i tic i n �m i�i,o r:�., ��� tl� �aiti,.;�.,�;,,� „�.r;�,,,.;�.. �.,,�;ro�� .,�a�,....z .r;m �r.�zi.��s Z'lt�'�'Yt1� ��C�nt�z'iC�s-�'r� ��,���g�e����e�S�6�ie"�4T���� r�ri�x�u� n,.,,;o„� r�,.�,�,a „aa;�:,.�.,i ,.o 0 0�:�. �'�;iluro t„ ,. ,.i., �.�..,ii ..o�ao,. • _ , . . .n:�ee�e��see�er.� � � ��� � 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. CITY OF FORT WORTH Bomber Spur Trail — Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104345 Revised/[Jpdated 1/17/24 00 21 13 INSTRUCTIONS TO BIDDERS Page 8 of 10 12. Bid Form 12.1. The Bid Fortn is included with the Bidding Documents. 12.2. All blanks on the Bid Form must be completed and the Bid Form signed electronically or signed in ink and scan. A Bid price 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 statc 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 thc president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and of�cial address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communicarions regarding the Bid shall be shown. i � i i . ��iao�,.o „�,,,,�i.,,,.:�., �„ ,. �a,,,.t��2i.��.n�� 1`tmi��;ao�� �:,aao,. ;� �i.o ��.,.o ,.� ��n� �11'� ���1rn°�� �o T :n� 1`T,.� no�:,ao�� �:,�,ao,. 13. Submission of Bids Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. CITY OF FORT WORTH Bomber Spur Trail — Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104345 Revised/[Jpdated 1/17/24 00 21 13 INSTRUCTIONS TO BIDDERS Page 9 of 10 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab—openOpportunities. 15. Opening of Bids Bids wi11 be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be madc 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 timc 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. r:'�, �����,�� *'�� �;�'�* *� , _,��� ����'�-��* *� �„�'� �;aa�� 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. Discrcpancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, �d�� ��� int � 7�i2 ;,�.��ot�� r;��, �.- A;aao,- „, � c��� vr vrcicc�r �" i� J: u��1i7"i .�Z2'1�� , R;,l,lo,- ; o o '�r;.,,T ,. .,r,-.,,,� ,.,- L,.,� ,70� „l�v,] `�fa �7i�:iAH� �Et, �idda�'��€or�d a �,��i���` in as ui���+;�� �+�r., .�, �� � ��✓r rra� un��d •r;���� •�.,�.;,.�. :� ��,o ;,,a,.,ror� „�.�.a �t�, .rrill �•r�„� �.;.,ay.- ��.o r �+ ,. ��o�;,,,, „� ,.aa;�;,,r,.� . ,,,.�, ;�,,.. .,.-aoa 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submittcd as provided in the Contract Documents or upon the requcst of the City. City also may consider the operating costs, maintenancc requiremcnts, performance data and guarantces of major items of materials and cquipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. CITY OF FORT WORTH Bomber Spur Trail — Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104345 Revised/[Jpdated 1/17/24 00 21 13 INSTRUCTIONS TO BIDDERS Page 10 of 10 17.4. Contractor shall perform with his own organization, wark of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. �C. Ptu�a�it�� Tc�r� ��e-r3�� '�'����?�?.nn, ��,o r�;,....,ill �,� a-�iai� ��,..,,.�.,. ., rr,.�,.o�;ao�� �:,aao..,,rie.,., Y'r�� Tt,�°�i������'� ri� � 1� � o T�n� �2�3�- t���rr�,mr�,�i�t t� T��<<z��id�,� �,:a,ao,- ., „i,a �,� ,.o ,.oa �,. , ,,,aZ�i� a l`T�-Z,�;,ao�� iz;aao,. �„ ,.�.�,,;� „ s��►��.cra�� ��r ,.� �i.o �+.,�„ :,�,:,.,� �i.o o :a�:t'��i2�i�1 r1��-e�� i.,,�;�,.�� ;� ,,.,.,,�„a 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractar 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 Bomber Spur Trail — Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104345 Revised/[Jpdated 1/17/24 0� 35 13 CONFL[Cr OP IPITP.R�:ST S'CA"['L114k�NT I'agc l oF 1 SECTION 00 35 13 CONFLICT OF I�iTERES7 STATEMENT �ach biddar, offeror or respondent to a City of Fort Worth procurement is ret�uired to comp�ete a Canflict of Interest Questionnaire or certiFy that one is current and on file with t�e City Secretary's Office pursuant to state law. If a member of the Fort Worti� City Cauncil, any one or more of the City Manager or Assistant City Managers, or an agent of the City who �xercise discretion in the planning, recornmending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Canflicts Discfosure 5#atement (CIS} may ba required. You are urged to consult witi� counse! regarding fhe applicability of these forms and Local Govemment Code Chapter �76 to your company. The referenced farms may be downloaded from the links provided below. Forn3 Cf0 (Contlict o1�]nterest Ouestioi���aire} (state.t�.us} https;//�v�v�v,ethics.state.h. us/datalfonns/conflicdCl S.�df ❑ 0 ❑ 0 ❑ ❑ BIDD�R: CIQ Form does not ap{�ly CIQ Form is on file with City Secretary CIQ Form is being pro�ided ta the City Secretary CIS Form does not apply CIS Form is on File with Cify Secretary CIS Farm Es being provided to the Ciry Secretary McCarthy Builcfing Companies 3400 N Central �xpressway Suite 500 Richardson, TX 75080 EI�D OF SECTION CI'!'Y OF FORT 11'OKTH S'I'ANllARD COi�IS'CRllCTION SP�.CiE=1CA'['[OTJ UOCUMEiV l'S Revised Februap� 24, 2020 �'�J Signature Jeromy Shaw / ._. ,��% - � Title: Senior Vice President Operations Bomber Spt�r Tc•ail - Pltase 1 CPN 1043�5 SECTI�N 00 41 00 BED FORM TO: The Purchasing Manager clo: The Purchasing Division 100 Fort Worth Trail Cily of Fort Worih, Texas 76102 FOR: Bom�er Spur Trail - �'hase 1 City Project No.: 104345 Uniks/Sections: Base Bid Additi�� Alfernate A Additive Alternate B 1. Enter Into Agreement The undersigned Bidder propases and agrees, if this Bid is accepted, to enter into an Agreement with City in #he form included in the 8idding Documen#s to perform and furnish alf Work as specifieci or indicafed in fhe Con#ract Documents €or the 8id Price and within the Cpntract Tirrte indicated in this Bid and in accordance with the other terms and condi#ior�s of fhe Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitfing this Bid, Bidder accepts alI oF the terms and conditions of the INVITATION TO B1�DERS and IiVSTRl7CTlONS TO BIDDERS, including wifho�f lirr�itation those dealing with the disposition of Bid Band. 2,2. Bidder is aware of all costs io provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meetir�g all requirements within 14 days of natification of award. 2.3. Bidder certifies that this Bid is genuine and nat made in the inkerest of or on behalf of any undisclosed individual or enfity and is nnt submitted in conformity wiih any collusive agreement or rules of any group, assaciation, arganization, ar corporafion, 2.4. Bidder has not direcfly or indirectly induced or soficited any other Bidder Eo submif a false or sham Bid. 2.5. Bidder has nof solici#ed or induced any individual ar entity to refrain fram bidding. 2.6. Bidder has not engaged in corrup#, fraudulent, collusive, or coercive practices in competing for the ConErac#. F'or t�a purposes oi this Paragraph: a. °corrup# practice" means the offering, gi�ing, receiving, or solicifing of any thing of value likefy fa influence the action of a public officiai in Ehe bidding process. b. "fraudulent practice" m�ans an intentional misrepresentafion of facts made (a} to influence t�e bidding process to the detriment of City (bj lo establish Bicf prices af ariificial non-competitive fevals, or (c) ta deprive City of the i�enefits of free and open competition. c. "coliusive practice" rneans a scheme or arrangemen# between two or more Bidders, with or without the lcnawledge of City, a purpose of which is to esiablish Bid prices at artificial, non- competitive levefs. C1TY OP FORT WORTH 5TANDARD CONSTRUCTIO� SPECIF[CATlOv 1)OCU�3EN'f5 Bom6er Spur Trail - Phase l Re�rised 9l3012021 CPN ]0-4345 d. "caercive praetice" means harming or ti�r�atening to harm, directly or indirecily, persons or their property to influence their participation in the bidding process or affecf the execuiion of ihe Contract. 3. Pret�ualification The Bidder acknowiedg�s ti�at Ehe fo1)awing work #ypes must be performed only by prequalified contractors and subcontracfors: a. Refer to TxDOT Specification Item 2L. 4. 7ime af Cornpfetian 4.1. The Work will be complete for Finaf Acceptance wiihin 215 working days after the da#e when tha fhe Confract Time commences to run as provided in f�aragraph 2.03 of the General Conditions. 4.2. Bidder accepts th� provisions nf the Agreement as to liquidated damages in Ehe eveni of failure to complete the Work {and/or achievement of Milestones} wi#hin the fimes specified in the Agreement. 5. Attached to this Bid The foliowing documents are attached to and made a part of this �id: a. This Bid �arm, Section OD 41 00 b. Required Bid Band, Sectian 00 43 � 3 issued by a surety meeting lhe requirements of Para�ra�h 5.01 of the General Conditions, c. Proposal Form, Section 00 42 43 d, DBE �'orms (apiianal at kime of bid) e. Confiict of lnterest S#atement, Section 00 35 13 *If necessary, CIQ or C[S forms are to be pro�ided directly ta City Secretary f. Any additinnal documents that may be required by Instructions to Bidders CITY OF FOR'f WORTH STANDARD CONSTEtUCTION SP�CIF[CATION �OCURtENTS Iiamber Spur Trai] - Pliase I Re�ri se�i 913 012 02 1 CPN [ 0-1345 6. Toial Bid Amount 6.9. 8idder will camplete fhe Work in accordance with the Contract Documents for the folfowing bid amount. In ti�e space pro�ided below, please enter the total bid arnount for this project. Only fhis figure will be read publicly by tha Cify at the bid openin�. 6.2. It is understood and agreed by the Bidder in signing this }�roposal that the fotal bid amount entered below is subject Eo verificatian andlor modification by m�ltipiying fhe unit bid prices for eac#� pay item by the respective estimated quantilies shown in ti�is proposaf and Ehen totaling all of the extended amounts. 6.3. 7otal Base Bid Addili�e Alternate A $ 3,951,537.56 $ 450,849.55 Additive Alternate B Total E3ase Bid * Additive Alternate A Total Sase Bid * Additive Altemate B $ 498,892.66 $ 4,402,387.11 $ 4,450,430.22 Total Bid (Base Bid + Additive Alf A+ Additive Alt B) $ 4,901,279.77 7. Bid Submittal This Bid is submitted an 10/9/2025 by the enlity named below. Respectful�y sub�'t ted, / ���~ By: ; , �� (Signature} / Jeromv Shaw (Printed Name) Title: Senior Vice President R�ceipt is acEcnowledged of the �nitial follawing Addenda: �Addendum Na. 1: a 4s Addendum No. 2: Jcr �Addendum No. 3: � (s �Addendum No. 4: Jc. � � Company: McCartny Building Com}�anies Address: 34Q0 N C�ntraf Expressway SuiEe 500 Richardson, TX 75080 Siake of Incarporat+on: Missouri Email: is���nv a i�iccarth��.con� Phone: 972-991-550Q ElVD OF SECTION Corporate Seal � , , ''„r� . -:; f .. ;. ,� . :.r ' . i ' ',',' t S " �:.; , ii� , ,, . . C[TY OF FORT �'�'ORTH S'TANDARD CONSCRUCTION SYEC[FICATIOY �OCllhSEHTS Bom6cr S�ur Trai[ - Piiase 1 Retiiszd 4I30!?02l CPN 10�3�5 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Projcct Itcm Information Unit I - Base Bid Bidlist itcm No. Description 1 PREPARING ROW 2 PREP ROW (TREE REMOVE) (0"-12" DIA) 3 PREP ROW (TREE REMOVE) (12"-24" DIA) 4 PREP ROW (TREE REMOVE) (24"-36" DIA) 5 TREE PROTECTION (INSTALL) 6 TREE PROTECTION (REMOVE) 7 REMOV CONC (SIDEWALK, RAMP OR SUP) 8 REMOV CONC (CURB & GUTTER) 9 REMOV CONC (WINGWALL) 10 EXCAV (ROADWAY & CHANNEL) 11 EMBANK (FNL)(DC)(TY D) 12 FURN & PLACE TOPSOIL (4") 13 ROLL SODDING 14 BROADCAST SEED (PERM RURAL SAND) 15 VEGETATNE WATERING 16 WILDFLOWER SEEDiNG 17 MULCH 18 PLANT BED PREP 19 PLANT MATERIAL (5 GAL) 20 PLANT MATERIAL (1 GAL) (SHRUB) 21 LANDSCAPE ESTABLISH 22 RDSIDE AMENITY (TRAIL HEAD SIGN) 23 RDSIDE AMENITY (BENCH) 24 FL BS (CMP IN PLC)(TY A GR 1-2) (6") 25 LIME (COM OR QK)(SLURRY) 26 LIME TRT (EXIST MATL)(6") 27 CUT & RESTORE ASPH PAVING 28 FLOWABLE BACKFILL 29 DRILL SHAFT (24 IN) 30 DRILL SHAFT (30 IN) 31 DRILL SHAFT (42 IN) 32 DRILL SHAFT (TRF SIG POLE) (36 IN) 33 CL C CONC (ABUT) 34 CL C CONC (FOOTING) 35 CL C CONC (RAIL FOUNDATION) 36 APPROACH SLAB 37 RIPRAP (CONC)(4 IN) 38 RIPRAP (MOW STRIP)(4 IN) 39 MISC NON-BRIDGE (NBIS) 40 RAIL (TY SSTR) 41 RAIL (HANDRAIL)(TY E) 42 RC P1PE (CL III)(181N) 43 RC PTPE (CL III)(21 IN) 44 INLET (COMPL)(CO)(10 FT)(FTW) 45 MANA (COMPL)(TY SD)(4'X 4'-3'X 3')(FTW) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATiON DOCUMENTS Revised 10/4/2024 Spccification Section No. 0100 7002 0100 7003 0100 7004 0100 7005 0100 7013 0100 7015 0104 7013 0104 7017 0104 7028 0110 7004 0132 7012 0160 7002 0162 7008 0164 7001 0168 7001 0180 7001 0192 7002 0192 7009 0192 7029 0192 7044 0193 7001 0194 7002 0194 7005 0247 7044 0260 7005 0260 7006 0400 7008 0401 7001 0416 7004 0416 7005 0416 7007 0416 7044 0420 7012 0420 7044 0420 7052 0422 7013 0432 7001 0432 7013 0442 7017 0450 7024 0450 7062 0464 7003 0464 7004 0465 7185 0465 7261 Unit of Measure STA EA EA EA EA EA SY LF CY CY CY SY SY SY TGL AC SY SY EA EA MO EA EA SY TON SY SY CY LF LF LF LF CY CY CY CY CY CY LB LF LF LF LF EA EA 00 42 43 BiD PROPOSAL Page l of 4 Bidder's Application IBiddcr's Proposal Bid Quantity 80 84 20 11 54 54 2,050 80 20 2,850 2,450 12,910 4,400 12,910 660 1 180 180 338 540 12 1 4 650 180 9,650 40 90 100 120 60 26 100 30 9 20 40 20 368 60 1,300 510 200 1 2 Unit Price $1,951.00 $174.21 $514.35 $895.96 $763.59 $266.34 $20.08 $26.26 $653.76 $25.00 $32.36 $7.50 $6.82 $1.31 $1.00 $8,582.51 $2.87 $10.45 $21.24 $5.51 $2,362.05 $2,500.00 $5,410.61 $22.28 $353.76 $15.67 $478.93 $224.62 $225.50 $330.25 $639.67 $662.88 $963.96 $1,065.04 $1,132.03 $943.03 $1,690.08 $1,727.02 $27.74 $127.24 $130.00 $101.79 $94.71 $12,545.28 $3,444.75 Bid Value $156,080.00 $14,633.64 $10,287.00 $9,855.56 $41,233.86 $14,382.36 $41,164.00 $2,100.80 $13,075.20 $71,250.00 $79,282.00 $96,825.00 $30,008.00 $16,912.10 $660.00 $7,981.73 $516.60 $1,881.00 $7,179.12 $2,975.40 $28,344.60 $2,500.00 $21,642.44 $14,482.00 $63,676.80 $151, 215.50 $19,157.20 $20,215.80 $22,550.00 $39,630.00 $38,380.20 $17,234.88 $96,396.00 $31,951.20 $10,188.27 $18,860.60 $67,603.20 $34,540.40 $10,208.32 $7,634.40 $169,000.00 $51,912.90 $18,942.00 $12,545.28 $6,889.50 Bomber Spur Trail - Phxse I CPN 104345 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Projcct Itcm Information Unit I - Base Bid Bidlist itcm No. Description 46 WINGWALL (FW - 0) (HW=3 FT) 47 REMOVE STR (RA]L) 48 MOBILIZATION 49 BARRICADES, SIGNS AND TRAFFIC HANDLING 50 PORTABLE CHANGEABLE MESSAGE SIGN 51 TMA (STATIONARY) 52 ROCK FiLTER DAMS QNSTALL) (TY 1) 53 ROCK FILTER DAMS (REMOVE) 54 CONSTRUCTION EXITS (INSTALL) (TY 1) 55 CONSTRUCTION EXITS (REMOVE) 56 TEMP SEDMT CONT F�,NCE (INSTALL) 57 TEMP SDMT CONT FENCE (INLET PROTECTION) 58 TEMP SEDMT CONT FENCE (REMOVE) 59 BIODEG EROSN CONT LOGS (INSTL) (12") 60 BIODEG EROSN CONT LOGS (REMOVE) 61 CONC CURB (TY II) 62 CONC SIDEWALKS (5") 63 CURB RAMPS (TY 1) 64 CURB RAMPS (TY 2) 65 CURB RAMPS (TY 21) 66 MTL W-BEAM GD FEN (TIM POST) 67 MTL BEAM GD F�,N TRANS (TL2) 68 DOWNSTREAM ANCHOR TERMINAL SECTION 69 GUARDRAIL END TREATMENT (INSTALL) 70 CONDT (PVC) (SCH 80) (2") 71 CONDT (PVC) (SCH 80) (2") (BORE) 72 CONDT (PVC) (SCH 80) (3") 73 CONDT (PVC) (SCH 80) (3") (BORE) 74 CONDT (RM) (2") 75 ELEC CONDR (NO.10) INSULATED 76 ELEC CONDR (N0.8) BARE 77 ELEC CONDR (N0.6) BARE 78 ELEC CONDR (N0.6) INSULATED 79 GROLJND BOX TY D(162922)W/APRON 80 ELC SRV TY D 120/240 060(NS)SS(E)PS(U) 81 ALUMiNUM SIGNS (TY A) 82 IN SM RD SN SUP&AM TYlOBWG(1)SA(P) 83 REMOVE SM RD SN SUP&AM 84 REFL PAV MRK TY I(W)24°(SLD)(100MIL) 85 RE PM TY II (W) (WORD) 86 RE PM TY II (W) (BIKE SYMBOL) 87 PAVEMENT SLER 24" 88 PAVEMENT SLER (WORD) 89 PAVEMENT SLER (BIKE SYMBOL) 90 PAV SURF PREP FOR MRK (24") CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATiON DOCUMENTS Revised 10/4/2024 Spccification Section No. 0466 7145 0496 70U 0500 7001 0502 7001 0503 7002 0505 7001 0506 7001 0506 7011 0506 7020 0506 7024 0506 7039 0506 7040 0506 7041 0506 7044 0506 7046 0529 7002 0531 7002 0531 7005 0531 7006 0531 7013 0540 7001 0540 7006 0540 7015 0544 7001 0618 7054 0618 7055 0618 7060 0618 7061 0618 7078 0620 7006 0620 7007 0620 7009 0620 7010 0624 7008 0628 7147 0636 7001 0644 7001 0644 7073 0666 7036 0666 7194 0666 7205 0666 7352 0666 7354 0666 7369 0678 7008 Unit of Measure EA LF LS MO DAY DAY LF LF SY SY LF LF LF LF LF LF SY EA EA EA LF EA EA EA LF LF LF LF LF LF LF LF LF EA EA SF EA EA LF EA EA LF EA EA LF 00 42 43 BiD PROPOSAL Page 2 of 4 Bidder's Application IBiddcr's Proposal Bid Quantiry 3 370 1 2 120 40 250 250 700 700 9,700 70 9,770 100 100 460 8,950 3 1 1 240 4 2 2 130 40 80 130 20 460 100 300 180 3 1 46 19 2 280 4 4 120 4 4 120 Unit Price $3,280.87 $31.05 $395,150.00 $42,969.01 $44.92 $481.75 $60.63 $28.06 $31.32 $10.45 $2.53 $2.53 $1.01 $6.06 $1.01 $32.23 $88.00 $5,167.82 $9,536.02 $12,570.11 $25.46 $1,018.51 $1,222.20 $3,055.51 $22.43 $39.29 $24.68 $43.79 $42.72 $2.36 $2.25 $2.25 $2.81 $2,130.51 $15,739.91 $50.00 $500.00 $200.00 $12.50 $150.00 $500.00 $1.00 $25.00 $100.00 $5.00 Bid Value $9,842.61 $11,488.50 $395,150.00 $85,938.02 $5,390.40 $19,270.00 $15,157.50 $7,015.00 $21,924.00 $7,315.00 $24,541.00 $177.10 $9,867.70 $606.00 $101.00 $14,825.80 $787,600.00 $15,503.46 $9,536.02 $12,570.11 $6,110.40 $4,074.04 $2,444.40 $6,111.02 $2, 915.90 $1,571.60 $1,974.40 $5,692.70 $854.40 $1,085.60 $225.00 $675.00 $505.80 $6,391.53 $15,739.91 $2,300.00 $9,500.00 $400.00 $3,500.00 $600.00 $2,000.00 $120.00 $100.00 $400.00 $600.00 Bomber Spur Trail - Phxse I CPN 104345 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Projcct Itcm Information Unit I - Base Bid Bidlist itcm No. Description 91 PAV SURF PREP FOR MRK (WORD) 92 PAV SURE PREP FOR MRK (BIKE SYMBOL) 93 INSTALL HWY TRF SIG (FLASH BEACON) 94 VEH SIG SEC (12")LED(YEL) 95 VEH SIG SEC (12")LED(RED) 96 PED SIG SEC (LED)(COUNTDOWN) 97 BACKPLATE W/REF BRDR(3 SEC)(VENT)ALUM 98 TRF SIG CBL (TY A)(14 AWG)(3 CONDR) 99 TRF SIG CBL (TY A)(14 AWG)(5 CONDR) 100 TRF SIG CBL (TY A)(14 AWG)(7 CONDR) 101 TRN SIG CBL (TY A)(14 AWG)(10 CONDLZ) 102 TRF SIG CBL (TY A)(14 AWG)(20 CONDR) 103 INSTL RDSD FLSH BCN ASSM (SOLAR PWRD) 104 INS TRF SIG PL AM(S)1 ARM(44')LUM 105 PED POLE ASSEMBLY 106 PED DETECT PUSH BUTTON (APS) 107 PREFABRICATED PEDESTRIAN BRIDGE 108 BBU SYSTEM (STAND-ALONE BATT CABINET) 109 CCTV FIELD EQUIPMENT (DIGITAL) 110 CCTV MOL7NT (POLE) 111 LAW ENFORCEMENT PERSONNEL l 12 FORCE ACCOUNT - SAFETY CONTINGENCY Additive Alternate A- Bridgc Sidewalk Connection - South A1 PREP ROW (TREE REMOVE) (0"-12" DIA) A2 REMOV CONC (SID�WALK, RAMP OR SUP) A3 EXCAV (ROADWAY & CHANNEL) A4 EMBANK (FNL)(DC)(TY D) AS WILDFLOWER SEEDiNG A6 MULCH A7 PLANT BED PREP A8 PLANT MATERIAL (5 GAL) A9 PLANT MATERIAL (45 GAL) (TREE) A10 LANDSCAPE ESTABLISH Al l FL BS (CMP IN PLC)(TY A GR 1-2) (6") Al2 TEMPORARY SPL SHORING A13 RETAINING WALL (SPREAD FOOTING) A14 RIPRAP (CONC)(4 IN) A15 RA1L (HANDRAIL)(TY E) A16 CONC SIDEWALKS (5") A17 CONC SIDEWALKS (SPECIAL) (TYPE A) A18 IN SM RD SN SUP&AM TYlOBWG(1)SA(T) Spccification Section No. 0678 7016 0678 7028 0680 7001 0682 7003 0682 7005 0682 7018 0682 7042 0684 7029 0684 7031 0684 7033 0684 7036 0684 7046 0685 7004 0686 7047 0687 7001 0688 7001 9999 6007 7002 6018 7002 6018 7003 9606 7001 9606 7004 0100 7003 0104 7013 0110 7004 0132 7012 0180 7001 0192 7002 0192 7009 0192 7029 0192 7040 0193 7001 0247 7044 0403 7001 0423 7015 0432 7001 0450 7062 0531 7002 0531 7025 0644 7004 Unit of Measure EA EA EA EA EA EA EA LF LF LF LF LF EA EA EA EA LS EA EA EA DOL DOL 00 42 43 BiD PROPOSAL Page 3 of 4 Bidder's Application IBiddcr's Proposal Bid Quantiry 4 4 1 5 10 4 5 380 40 260 200 160 2 2 2 4 1 1 1 1 10,000 10,000 Unit Price $50.00 $50.00 $15,177.77 $517.17 $522.79 $1,180.49 $331.66 $3.24 $3.37 $3.99 $5.62 $8.94 $15,177.76 $26,420.56 $4,154.21 $1,680.80 $648,045.15 $13,491.35 $11,098.88 $2,248.56 $1.00 $1.00 Total Base Bid I Bid Value $200.00 $200.00 $15,177.77 $2,585.85 $5,227.90 $4,721.96 $1,658.30 $1,231.20 $134.80 $1,037.40 $1,124.00 $1,430.40 $30,355.52 $52,841.12 $8,308.42 $6,723.20 $648,045.15 $13,491.35 $11,098.88 $2,248.56 $10,000.00 $10,000.00 $3,951,537.56 EA 1 $ 202.72 SY 30 $ 40.07 CY 750 $ 15.50 CY 500 $ 19.76 AC 0.07 $ 9,282.14 SY 284 $ 3.39 SY 284 $ 12.33 EA 236 $ 24.72 EA 24 $ 796.64 MO 12 $ 1,250.48 SY 570 $ 2034 SF 2,325 $ 5.08 SF 2, UO $ 104.66 CY 40 $ 1,342.68 LF 180 $ 147.99 SY 470 $ 87.50 SY 40 $ 228.34 EA 3 $ 581.82 Total Additive Alternate A Bid $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 202.72 1,202.10 11,625.00 9,880.00 649.75 962.76 3,501.72 5,833.92 19,11936 15,005.76 11,593.80 11,811.00 227,112.20 53,707.20 26,638.20 41,125.00 9,133.60 1,745.46 $450,849.55 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATiON DOCUMENTS Bomber Spur Trail - Phxse I Revised 10/4/2024 CPN 104345 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Projcct Itcm Information Unit I - Base Bid Bidlist itcm No. Description Additive lternate B- Bridge Sidewalk Connection - North B1 PREP ROW (TREE REMOVE) (0"-12" DIA) B2 REMOV CONC (SIDEWALK, RAMP OR SUP) B3 EXCAV (ROADWAY & CHANNEL) B4 EMBANK (FNL)(DC)(TY D) BS WILDFLOWER SEEDING B6 MULCH B7 PLANT BED PREP B8 PLANT MATERIAL (5 GAL) B9 PLANT MATERIAL (45 GAL) (TREE) B10 LANDSCAPEESTABLISH B11 FL BS (CMP IN PLC)(TY A GR 1-2) (6") B 12 T�,MPORARY SPL SHORING B13 RETAINING WALL (SPREAD FOOTiNG) B14 RIPRAP (CONC)(4 IN) B15 RAIL (HANDRAIL)(TY E) B16 CONC SIDEWALKS (5") B17 IN SM RD SN SUP&AM TYlOBWG(1)SA(T) EA 2 $ 202.72 SY 10 $ 58.18 CY 350 $ 30.11 CY 300 $ 20.41 AC 0.06 $ 9,417.61 SY 383 $ 3.39 SY 383 $ 12.33 EA 366 $ 24.72 EA 23 $ 796.64 MO 12 $ 1,212.50 SY 670 $ 24.10 SF 2,700 $ 6.45 SF 3,420 $ 87.51 CY 20 $ 1,424.67 LF 140 $ 149.52 SY 560 $ 87.00 EA 3 $ 5 81.82 Total Additive Alternate B Bid *Total 1 = Base Bid: $ *Total 2= Base Bid + Additive Altemate A: $ *Tota13 = Base Bid + Additive Alternate B: $ *Tota14 = Base Bid + Additive Alternate A+ Additive Alternate B: $ *Nota Thc City Rcscrvcs thc right to scicct cithcr Total 1, Total 2, Total 3, or Total 4. END OF SECTION 00 42 43 BiD PROPOSAL Page 4 of 4 Bidder's Application IBiddcr's Proposal Spccification Unit of Bid Unit Pricc Scction No. Measure Quantity 0100 7003 0104 7013 0110 7004 0132 7012 0180 7001 0192 7002 0192 7009 0192 7029 0192 7040 0193 7001 0247 7044 0403 7001 0423 7015 0432 7001 0450 7062 0531 7002 0644 7004 Bid Value $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 405.44 581.80 10,538.50 6,123.00 565.06 1,298.37 4,722.39 9,047.52 18,322.72 14,550.00 16,147.00 17,415.00 299,284.20 28,493.40 20,932.80 48,720.00 1,745.46 $498,892.66 $3,951,537.56 $4,402,387.11 $4,450,430.22 $4,901,279.77 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATiON DOCUMENTS Bomber Spur Trail - Phxse I Revised 10/4/2024 CPN 104345 aoa3�3 aio soNa Pege 1 of 2 SECTION DD 4313 81D BOND KNOW ALL BY THES� PRESEN7S: That we, McCarthy Building Companies, Inc, , known as "Bidde�' herein and Travelers Casualty and Surety Company a corporale surety duly authorized to do business in the Stale of Texas, known as "5urely" herein, are he[d and firmiy �ound unto the Cily of Fort Worth, a municipal carporation crealed pursuant to the laws of Texas, known as "City" herein, in the penal sum of fi�e percent (5%) of Bidder's maximum bid price, in lawful money of the UnitecE States, to be �aid in Fort Worth, Tarrant County, Texas for the payment of which sum well and iruly to be made, we bind ourselves, our h�irs, execukors, administratars, successors and assigns, jointly and se�erally, firmiy by ihese presents. WHEREAS, the Principal has submitted a bid or proposal fo perform Work for fh� following project designated as CPN 1 Q4345, Borrtber Spur Trail - Phase 1 NOW, THEREFORE, the candition of ihis o�ligation is such lhat if ihe City shall award the Cantrac# for fhe foregping project to the �rincipal, and the Principal shall satisfy all requirements and conditions required for Ehe execution of the Contract and shall enter into the Contracl in writing with the City in accordance with the lerms of such same, then this obligaiion shall be and become null and �oid. If, however, the F'rincipal fails to execute such Gontracf in accordance wiih the ferrns of same or fails to satisfy all requirements and conditions required for the execution of ti�e Contract, this bond shall become tne properly of the City, without recourse nf lhe Principal and/or Surety, not fo exceed the penalty hereof, and shall be used lo compensale City for the difference between �rincipal's total bid amount and the next selecled bidde�s total bid amount. PROVIp�p �'UR7H�R, that if any legal action be Gled on this Bond, �enue shall lie in Tarrant Couniy, 7exas or the United Slates bisfrict Cour# for the Narfhern District of Texas, Fart Worth Division. IN WITNESS WHEREOF, the Principal and the Surety itave SIGN�D and SEAL,ED lhis instrument by duly auEhorized agents and officers on tf�is the 23rd day of September , 2025. �RINCIPAL: McCarthy Building Companies, Inc. ATTEST: C �� j BY: ���� �/Sycfnature �e��,�.� C. 5�•4� S� d �-c ! �lame and Tifle Witness as �o Princi ,��.av n�e ALLY50N COLLINS r° � Notary ID pi 39285977 �� � l,iy Cammission �xpires �i�.oF� April 3, 2027 .,.�:• � ;`.° i�� t,'.,?'F� .i i ��'"� j�•7�`; �� .a+• ,�� �0, 1 i ' ! . � '." ih' , . � . + i i'' , i :1: I f. � .. �l��''i j •: P�. �or � i.si,. f i. ,: ��.��7Si��1. .�`;�� -i{ t' �. � I � � 1 ! '�', �rr!!;✓Lti:�'o.!'1,.. ;Fr�' ,. CITY OF FdRT WORTH STANQAftD CONSTRl1CTION SP�CIFICATIOf� �OCUMENTS Bomber Spur Trail - Phase 1 Revised 9I301202i CPN 1Q4345 00 43 4 3 BID BOND Page2of2 � ��s� _ �lness as to 5urefy �orinne Chaprnan Atlach Power of Atkomey (Surety} for Altomey-in-Fact Addfess: 3400 N. Central Expressway, Suiie 5d0 Richardson, TX 7508Q SURETY: Travelers Casualty and Surety Company � BY: ��V''1 �hti C 1� Signature Sainantha Chierici, Atlorney-in-Fact Name and 7itle Address: One Tower Square iiariford, CT 06183 Telephone Number: aooaa�-s�ig 'iVote: If signed by an officer of the Surety Company, there must be an fife a certified extract fram ihe by laws showing that this person has authority ta sign such obligation. If 5urety's physical address is different from its mailing address, both must be provided. The date of fhe bond shali not he prior Eo t�e date the Contract is awarded. END pF SECTION CI7Y OF FORT WORTH S7ANDAF2D CONS7f2UC710N SP�CIFfGA710N npCliM�N7S Bomber Sgur Trail - Phase 1 Ravised 9I3412021 CPN 104345 Stafe of Texas Ciaim Notice Endorsement To be attached to and form a part of Bond Na. (�/� In accordance with Sectian 2253.021 {fl of the Texas Gp�ernm�ni Code and Section 53.202(6) af the Texas Pro�erty Code any notice of claim to the named surety under this bond(s) should be sent to: Travelers Casualty and Surety Company One Tower Square Hartford, Connecticuf 06183-6014 �860) 277-0'111 Tra�el�rs Casualty and S�€rety Company of America �+A► Tra�elers Casualty and Surety Company TRAVFLERS J St. Pau! Fire and Marine Insurance Company POWER O� A770RNEY KiVOW ALL MEN SY THE5� PRES�NTS: That Travelers Casualty an[E Surety Company of America, Travelers Casualty and 5urety Company, and S1. Pauf Fire and Marine Insurance Company are co€porations du3y organized under tite la�vs of the State o( Connecficut (herein collectively called Ihe "Companies'�, and ihai Ihe Companies do hereby make, conslituie and appoint Samantha Chierici of GHIGAGd , Illinois , their true and lawfu! Attomey(s)-in-Fact to sign, execute, seal and acknowledge any and all bvnds, recognizanees, condilional underfakings and oiher ���riEiRgs obligatory in the nature ihereoF on behaif of ihe Campanies in iheir business of guaranfeeing ihe fic�eliiy of persons, guaranteeing ihe performance of corstracis and executing or guaranteeing bonds and undertakings required or permitied in any actions ar proceedings allowed by law. IN WITNESS WHE#tEOF, the Companies have caused ihls instrumenf to be signed, antE Iheir corporate seals to be hereto aifixed, ihis 21st day of April, 2021. �,drMs"�tri y�,r"'/o �% •�°f ��� � �� � rwsrPoflo, � �' ipyeldll �� {�` � �l l° i(►1 : � yi�` , }XJi �� * � Siate of Canneclicut Ciiy of Hartford ss. By: , Roberi L. Rane , enior Vica President On ihis ihe 21st day of April, 202�E, before me personally appeared Rob�rt L, Raney, tivha ackno�viedged himseff to be the 5enior Vice Fresicient of each of the Companies, and fhat he, as such, being authorizatl so to do, execuled the foregoing instrument (or the purposes therein contained by signing on behalf o( said Companies by himself as a du�y authorized officer. W WiTNESS WHEREOI�, I nereunto set my hand and official seaf. Pv1y Commission expires the 30th day of Jt�ne, 2026 �y, �,eiv� �} V I��"�.'crr�6 }iOTARY p �l.�� �, J fi �iw ir.i�� cuaita Anna P. No��rik, Notary Public 7h4s Power of Aliomey Is granted under and by the auihoriiy of the follov�ing resalulions adopted by the Boards of Direciors oi each oi ihe Campanies, �vhich resolutions are now in fufl force and eftecl, reading as follotivs: RESOLVEO, ihat ihe Chairman, the President, eny Vice Chairman, any �xecutive Vice President, any Senior �Ice ?resideni, any Vice President, any Second Vice President, ihe Treasurer, arsy Assisiant Treasurer, the Corporate 5ecretary or any Assislant 5ecretary may appoinl Aitomeys-in-F�act and Agents to act far and on behaff of ihe Company and may give such appointee such au(horiiy as his or her cerlificate of authority may prescribe to sign tiviih the Company's name and seal ��ri1it ihe Company's seal $onds, recognizances, confracts of inder�iniiy, and other wriiings ohligatory in the naiure of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of �irectors at any time may remove any such eppointee and revoke Ihe power given him or her; and it is FURTHER RESpLVEb, that the Chairman, Ihe President, any Vice Chairman, any Execulive Vice Fresident, any Senior Vice President or any Vice President may delegaie all o� any pari of the foregoing authorify to one ar more officers or employees of ihls Company, provided t�at each such delegation is in writing and a copy thereo( is filed in 1he office of the Secretary; and it is FURiHER R�SOL.VED, iitat any bontl, recognizance, coniracf of indemnity, or ti��riting obfgatory in Ihe nature of a hond, recognizance, or conditional undertaking shall be valid and binding upon Ihe Campany 4vhen (a) signed by tine President, arsy �ce Chairman, any Executive �ce President, any S�nior Vice Presideni or any Vice President, any Second Vice President, the �reasurer, any Assistant Treasurer, the Corporate 5ecreiary or any Assistanl Secretary and duly attested antl sealetl with the Company's seal by a Secreiary or Assistant Secretary; or (b} duly executed (under seal, if required} by one or more Aitomeys-In-Faci and Agenis pursuant to the povrer prescribed in h'ts or her certificate or their certiTicates of aulhority or by one or more Company officers pursuani to a written defegaiion of auihorily; and it Is FURTHER R�SOLVEb, Ihat tt�e signature of each oi the follov�ing officers: President, any Executive �ce Presideni, any Senior Vice President, any Vice Presidenl, any Assisianl Vice President, any Secretary, any Assistanl Secretary, and the seal of ihe Company may be aifxed by (acsimile to any Po4ver of Aliorney or to �ny certificate relaiir�g ihereto appointing Resideni Vice Presidanls, Resident Assistant Secretariss or Attorneys-in- Fact for purposes only of execuiing and attesling ponds and underiakings and other �vritings obtigafory in the nature thereof, and any such Power af Attorney or certificate bearing such facsimile signature or facsimile seal shall 6e valid and �inding upon the Gompany and any such podver so executed end cerlified by such facsimii� signature and facsimile seal shall be valid and binding on Ihe Com�any in the fuiure tivilh respect io any bond or undersianding to which it is attached. I, Ke�in E. Hughes, i�e undetsigned, Assistant Secretary pf eact� of t�e Companies, do hereby ceriify that ihe above and foregoing is a Irue and correcf copy of the Poti�aer of Attorney execuied by said Companies, �vhich remains in full torce and effect. Da9ed this ���@ay of�—����� ��� v�"hr ,o��`r'"a r �p ,# °f� ��i tF �1{�q7FQFQ� : �lLIF.FfOPID� < �CMIRA�i C ��� �`�� +E� � � . '� +< . �� 1�F � ��� iiu�s, Assi iani 5ecretary To verify the arrthenticlty of this Pors�er ofA(torney, please call us al1-SQ4-421-3880. P/ease refer to the above-named Attorney(sJ-in-Fact and the details of the Gond to which tl�is PowerofAltorney is attac%ed, oaas zr - i CONTRACTOR COMPL1r�NCE lV]TH 1S�ORK[:R'S CO;vfPLNSAT[dN LA1V E'age 1 of l 2 3 � 5 6 7 8 9 �a I1 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3G 37 38 39 s�cTYON ao a5 z� CONTRACTOR COMPLIANCE ��ITH WOItKER'S COMPENSATtON LAW Pursusnt to Texas Labor Code Sect�o�� 406.046{a}, as ameEided, Coiitractor certiCies that it provides �varker's compeusatioT� insura�}ce coverage fo�� all of its employees e��sployed o�� Cily Yraject No. 10�}345. Contractoj� tiu�ther certi�es that, pursuant ta Texas Labor Code, Section �}06.d96(b}, as amendecE, it �vill pravide tn City its subcontractor's certificates of co�n��liance �vith ��orker's compeiisation coverage. C0�ITRACTOR: McCarthy Building Companies Con�pany 34�0 N Centra! Expressway, Suite SOD Address Richardson, TX 75080 City/StatelZip T�IE STATE OF TGXAS COUNTY OF TARRANT § § �3y; Jeromy Shaw (Please Pa'i»t) Signature: Title: Senior Vice President (Please Prit�E) SEFORE �E, tlfe iEndersignecl authority, on this day persoifally appeared ]�,YU'�(L, �/C1�1 , kna��l�� to n�e to be t�ie pez�son wl�ose �ianfe is s�ibscri� Eo tiie for oing instrument, and ackno�vlec3ged to me that 17e/slie executec� tl�e same as the act and deed of �'� ���1 y��� U� �; i�� �� � ir,j '" `,� a� ; for tl�e purposes and � _ �'-��� � � consicEeratiaii tlierein expr-essed a d in tE�e ca�acity therein stated. G�y E uND_ER MY HAND AND SEAL OF OFI'1C�, tl�is �� day of �_� f`�jl �LY , 20�• �, � � +# � � ,�,,� � �. �� �. Notary Puk�li i�n anci for the Siate of Texas �ND OF SEC1'IO1�T crry or rokT woKTF� S7'ANDAI2D COlV51�[LUC�C[O\ S1'6C[HICA'1'f01V T30CU\iLNI�S Reviscd July l, 201 l �*RY P�B ALLY50N COLLINS � r� Hotary ID li134285977 �, ; My Commisslon Expires �i�. oF � April 3, 1427 �� , , Bomber Spur'Crail — Cl�ase I CPN 104345 ao sa as - i Agreci�icnt Page 1 of 6 S�CTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on January 13� 2026, is made by and bet�r�een the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Managez', ("City"), and McCarthY Buildin� Co��ipanies, Inc. , authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"), City and Contractor may jointly he referred to as Parties. City atid Contractoi�, in consideration of the mutual covenants hereinafter set forth, agree as follo�vs: Article 1. WORTZ Contractor shall complete all Work as specified or indicated in the Conh�act Docutnents for the Project identified heretn. Article 2. PROJECT The project for which tl�e Work under the Contract Documents may be the �vhole or only a part is generally described as follows: BoinUe�• Snur Trail Phase 1 Cifv Pt•aiect NumUei: 104345 CSJ: 0902-90-227, 226 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance �viHi the Coutcact Documents an an�ount, in cui•rent funds, of Fotu� Millior: Ni�re Heurdre�! R�ad Of�e Tlior�sa»d Two Hund1•ed Seventv-Nine Dollnjs and Seventv-seven cents !$4.901.279. 771. Contract price inay be adjusted by change orders duly antliorized by the Parties. Arkicle 4. CONTRACT TIME 4.1 Final Accepta�ice. The Work shall be complete foz� Final Acceptance �vithin 215 working days after the date �vhen the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance �vith Article 12 of tlie General Conditions. 4.2 Liquidatcd Damages Contractoi• recognizes that tinie is of tlre essejrce foi• completion of Milestones, if any, and to achieve Final Acceptaiice of the Work and C'rty and the public will suffer f'rom loss of use if Ehe Wo��k is not completed �vithin the time(s) specified iu Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, tl�e actual loss suffered by tl�e City if tl�e Work is not completed on time. Accordingly, instead of i'equi#'ing any such proof, Contractor agrees that as liquidated da��iages for delay (bi;t �iot as a penalty), Coiitractor shall pay City Seve�t Httndr•ed and Seti?e��tt�- rve Dollars ($775.00) for eacli day tliat expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX C[TY OF CORT WORTH Bomber Spur Traii—Phase I STANDARD COAISTRUCTfON SPECIFICAT30N DOCUA7ENTS CPN 104345 ]tevised 5eptember 19, 2025 (effective September t, 2025) aosza3-z Agrcen�c�it P�gc 2 af 6 A�•ticle 5. CONTRACT DOCUMENTS 5.1 CONT�NTS: A. The Contract Docu��ients �vhich comprise the entire agreement between City and Coi�tractoi• concer�ii�ig tlte Wo�'k cnnsist of Ehe fallo�ving: 1. This Agree��se�it. 2. Attachments ta this Ag�•ee�ne�t: a. Bid Fo�-ni 1) Proposal Fort�� ��ON ✓�l]�.l'lli�., cf.,ta r., �. �.r,,., n ��:ae.,r n:,�a�,. ���C'�iiiri�i�.�'17�1�'1 E:^ac�Fiicizc 4} State at�d Fedei�ai docurnents (project specific} b. Cu�•re�it TxDQT Prevaili��g Wage Rate Table c. Tnsurance Certification Fo�-ni d. Payment Boiid e. Perfarr�►ance Bond � �„r.,;�.on,,,,,.a �,.,,a _. g. Po�ver of Attorney for tl�e Bonds h. Wtirker's Cauipensation Affdavit i. Sl��l�i n.,, � rr�:i....,+:..., �,....,. 3. General Conditions. 4. Supplen�entary Conditions, 5. Speci%catio��s specifically niade a part ofthe Cantract Documei�ts by attacl�mei�t or, if not attached, as i�icoiporated by reference and desci•ibed in tl�e Table of Contents o:f tlte Praject's Contract Docuu;�nts. 6. Drawings. 7. Addenda. Docui�lentation submitted by Contractor prio�• to Notice of Awa�•d. The following ivhich may be delive�•ed or issued afte�• tlte Effective Date of the Agreenient and, if issued, bccot��e an incoz•�aa�•ated pa�•t of the Cn��tc•act Docutzse�its: a. Notice to Proceed. b. Field Oz•de�•s. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.i Cantracto�• covena��ts ai�d agrees tn indemYiify, hold liarmless and c�e%Eid, at its o���n expense, the city, its officers, servants and emplpyees, from and against any aa�d al! clai�ns ar•isir�g out af, or alleged ta a�•ise out of, tl�e wnrk and sei•vices to �e pe�•far��ed �y tl�e co�itractor, its ofiicers, agents, enaployees, subco�fk•actors, licenses nr inr�itees unde�• f�iis contract. Tl�is i�ide�nnification nrovisia�i is s�ecificallv i��te�ided to anerate and be effective even if it is alle�ed nr tiroven fliat a[i a�• son�e of tl�e dama�es bein� sflu�ht were caused, in whaie ar in nart, bv anv act, omissian or ne�li�e��ce of the citv, This i��deinnity provisio�� is intencied to i��clude, witl�out �i�nitatian, indernnity fa�• costs, expenses and iegal fees i��curred by the city in defendi�ig against suc�i ciaims and ca�►ses af actioa�s. OFFICIAL RECORD CITY OF FORT �VpRTH STAA31]ARD CONSTRUCTION SP�CIFICATION I30CUA4ENrS Revised September 19, 2025 (e€i�ective Scptemher 1, 2025} CITY SECRETARY FT. WORTH, TX BomUer Spur Trail--Phase I CPN ]04395 OQS2A3-3 Agrceiucnt Pa�e 3 oFb 6.2 ContE•actor eovenants and ag�•ees to inde���nify aa�d ��old l�ar�nless, at its owri expense, tlie cify, its af�cea•s, servay�ts and e�tiployees, from and against any a���l ail loss, cla��sage oe• dest��uction of property 4f ilfe city, at•isi�lg out nf, nr alleged ta ai•ise out of, tl�e ti��ork and services to be perfarmecl by the contraeta�•, its offlcea•s, age�ats, ennployees, subcont�•actors, �icensees or isi�itees uncier this ca�atract. This indemr�i�catinn urnvisin�i is speci�caltv i��te�ided tn one��ate a3�d be effective even if it is alle�ecl or nroven that all or so���e af the dama�es bein� snu�ht rvere cau[sed, in wl�c�le oe- in ua�•t, bv an� act, omissio�t o�• �ie�li�ence af tl�e citv, A�•ticle 7. MISCELLANEOUS 7.1 Te�•ms. TermS used iii this Agreeii�e��t which a�'c defiued i�� At'ticle 1 of the General Co��ditiot�s will l�ave tt�e ti�eanit�gs indicat�d in The General Conditions. Te�-ms used in TxDOT Standarc� Specificatia�3s a�id Special Pa'nvisio�is ����ic�i are defined by TxDOT 5pecificatiott Ite�n iL will have ti�e meanings indicated in the TxDOT Speci�cation Itetn 1 L. 7.2 Assigume�it of Contract. Tlais Agreei��eni, inclUding all af the Co��tract Docu�nents n�ay �iot be assigned by tl�e Cont�•actar �vithout the advanced expa�ess written consent of the City. 7.3 5uccessors and Assigns. City and Cotata•actnr each binds itself, its partners, successors, assi�ns and 1egaI representatives to the other pai•ty l�ereto, in respect to all covenants, agreen�ents and obligations contained zt� ti�e Contract Dacu�ne�its. 7.4 Severability/Non-Waive�• of Clai��as. 7.5 A��y p�'ovision or part of the Coait��act Docun�ents held to be unconstit�itional, void pr unenforceable by a court af coxnpetent jt��•isdict�on shail be d�en�ed st��icken, and all 1•emaining provisions s!}all contin�ie to be valid and bind�ng upon City and Cont�•actot�. Tiie failure of City o�• Caattractar to insist upon tlie �e�•forniance of any term at• �ravision of tlfis Agreeinent or to exercise any right gran#ed he��ein shall not cnnstitute a waiver of City`s nr Cont�'actar's i-espective rig��t to insist �tpon a�p��o�i�iate perfori�}ance or to asserE any sucl� ri�ht on any future occasion. Gaverning La�v a��d Ve���ie. Ti�is Agt•eez��et�t, including aIl of tl�e Caniract Docuuiet�ts is performal�le it� tl�e State of Texas. Venue shall be Ta���ant County, Texas, or the United States District Co�rt for tl�e No�•theii� District of Texas, �n��t Wo�•th Divisiou. 7.b Autharity ta Sign. Ca�itracto�• s}iall at#acl� evidence of autlaority to sign Agi-eei;�ent if sigtied by someone otiiei• than tl�e duly atiithorized si�nata�y of the Contractar. 7.7 Non-appropriation of Funds. CITY OF FQRT �VOILTH STANDARD CONSTRUCTIdN SPECIEICAT[ON LIOCUI��fENTS [tevised SepteE�ihcr [9, 2U25 (etTective September i, 202i) OFFICIAL RECC}RD CITY SECRETARY FT. WORTH, TX �iomber Spur Trail—Phase 1 CPIV 10�4345 aosz�3-� ngreemc��t Pagc 4 of 6 fl�:� 7.9 In the event na fi�nds or i��sufficiettt funds are approp��iated by City in any fscal period for any ��ayments due here��nde��, City will iiotify Ve�ido�• of suc4� occu�•�•ea�ce a��d t�is Ag�•een�ejit sltiall te��aa�i�aate on the last day of t��e fiscal period for which app��opriations were rece�ved �vithout penalty or expe�sse to City c�f a�ty kitad wt�atsaever, except as to t��e portions of tlie pay���ents he�•ein agreed upan fox• wlaich funds have been approp�-iated. Prahibition On Contracts With Companies Boycotting Israel. Cont�-acto�•, u��less a sole praprieto�•, acknowledges that in acca��dance witt� Cl�apte�• 2271 af tlie Texas Gov�ri�meni Code, if Cotftractor lias 10 or more fiiil ti�ne-employees a��d tlie cantract value is � 100,000 a�• �no�•e, t��e City is prohibited fro��i ente��ing inta a cant��act wit1� a cor��pa�ry fo�� goods or ser•vices �inless the contcact contai��s a�vritte�f verificatio�l from tlie company that it: (i} does not boycott Israel; and (2} �vi11 not boycott Israel d�iring the ter��3 of the cantract. Tl�e tern�s "boycott Israel" and "con�}�a�sy" sliall have the n�eanings ascribed to tl�ase tertt�s iz� Section 84$.001 of the Texas Government Code. By signi�zg fhis cantract, Co�ftractor certiiies that Cc�ntractox•'s signatu��e �ra�ides �vritten ve��ification ta the Cit3r thaf if Chapter 2271, Texas Governn�ent Code applies, Contraciar: (1) does not baycoft Israel; and {2} ��ill nat �oycfltt Is�•ael during the ter�n of iite co�ita•aci. P�•ol�ibition on Boycottir�g Energy Campanies. Contractoi• acknowledges that i�� accordance �vith Chapter 2276 of tl�e Texas Go�ern�r►eist Code, the City is proliibited froin entering into a contract fo�� �oods ar seivices tl�at lfas a vaiue of $100,040 or inore, whicl� wili be paid �vholly or partly fi-on� p�iblic fu��ds of tl�e City, �vith a cox��pany (�vitl� 10 0�• z��oa-e full-tizne employees) unless the cantract contains a written veriiicatio�� from t}ie co����a��y that it: (1} does iiot baycott energy co�iipanies; and (2) will not boycott energy coi��panies duri�ig tl�e te��m of tlie contract. Tlie ter�iis "boycott ene�'gy cnmpany" and "co�i�pany" l�ave the �nea�ing ascribed to those te�-ms by Chapte�• 2276 of tl�e Texas Gove�•�u�ae��i Code. To tl�e exte�rt tlaat Cl�apter 2276 nf tl�e Gove�•nment Cnde is applicable io this Agreement, by signing this Ag�•eeayaenE, Cont��actar cex•t�i�es tf�at Contractot•'s signatu�•e pro�ides writte�i ve��ii"�cation fo the City tl�at ContE�actot :(1) does nat bpycott e�fergy compa�ties; aa�d (�} will nof Unyeatt energy co�n�anies clurin� the tei•m af this Agree�nent. 7.10 Prol�ibitiot� o�i Discriiiiination Against Firearn� and Ai�utiu��ition Iudustries. Contracto�� ackno«<ledges tliat except as other�vise provided by Cha�ter 2274 af the Texas Gove�'��me��t Code, tlie City is prohibited froi�i enteriisg i�ito a contract for goods or seivices that l�as a vahte of $100,000 ar iiioz•e �vl�icl� rvill be paic� �vlioIly o�• partly from public funds of the City, �vitii a company (�vith 10 or ci�o��e iull-tinie employeesj unless the contcact contaitys a ttrritten veriftcatifl» from tlte compa�iy that it: (1} does not l�ave a practice, policy, guidance, or di�•ective that discriminates against a firear�n entity or firea��m ta-ade association; ar�d (2} will �iot disc�•imi�}ate during Ehe term of tlae co�atract agaiz�st a firear�n e��tity o�• fi�•ear�n ilaL�� aSS�CilllOri. �'�lE t0i'li1S `.`disc��iii�inate," "fii•eacni entity" 8ri(� "fi�•earn� trade sssociation" have the �aaeaning ascribed tn tliose terms by Cl�apter 2274 of tl�e Texas Govern�nent Code. To the exte��t that Chapte�• 2274 af the Gove����n�ent Cade is app�icable ta tlfis Ag�•eernent, by sigtting this Agreement, Conh�actor ce�•tifies that Conh�actar's signafure pravides written verificatian to tl�e City that Ca�itractoi :(1) daes nat liave a practice, policy, guidance, nr directive tl��t discrintinates against a�rear�n entity or fireae�m trade associatio�j; and {2) will not discrit�i�sate against a firea�•rt� e�itity ar ii�•cartn tradc assnciation dui•ing tlfe ter•rn of this Aga•eenient. CITY OP FORT �VORTH STANDARD CONSTRiICTIpI1 SPECII'ICATIpAI DpC[IAIE3ITS Etevised September l9, 2025 {ef�ective September l, 2025) OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX BomUer Spur Trail—Pl�ase l CPN ]04345 005293-5 Agreemcnt Page 5 of6 7.1 I Imn�igration Nationaliry Act, Coz�t�•actor sl�all verify the ide��tity and eziiploy���ent eligibiliry of its e�nployees �vho pe��far��a �vo�•k under this Agreement, incIuding cotnpleting the Einployn�ent Eligibility Ve�'iftcation Form (T-9), Upot� request by City, Contraetor sl�all ��rovide City �vitl� copies of all I-9 for�ns atid su�porti�lg eligibility docutalentation for eac�i enlplayee w}�a performs woi�k u�ider this �g�•eenient. Contractor shall adhere to ail Fede�•al and State la�vs as �vell as establish appropriate pi�acedures aud co�itrols so tl�at �to setvices will �e perfo�•tt�ed Uy at�y Contractar einployee wl�o is not legally eligible to perfo��n� such secvices. CONTItACTQR SHALL �NDEMNIFY CIT"�' AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LC)SSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY C4NTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSE�S. City, u�on written notice to Coi�t��actor, sl�all liave t��e rigl�t to it��inediateiy #e�•z��inate tl�is Agree�nent foz• �iolations of this provision by Cont�•actar. 7.12 No T1�i��d�Pai�ty Bex�e�ciaries. This Agreemen# gi�es �fo rigl�ts or henefits to anyone otlfec than the City and the Cant�•actor and there a�'e ��a third-party beueficia�'ies. 7. I3 No Cause of Actiota Agai��st Engii�eer. Conti•actor, its suE�cantractors and eq�ii�inent and materials suppliers on tlie PRQJECT or their si�reties, shall �nai�itait� ��o direct action against tlae Engineer, its off"�ccrs, eulployees, at�d subcont�•actars, for any clain� arising oui of, in connection with, or resultir�g froni the e�igineer'tng services per•formed. Only tiie City �vill be tl�e beneficiary of any undertaking by tlie Engineer. The presence oi• duties of the Engineer's perso��nel at a construction sit�, whether as on-site represenEati�ves oi� otherwise, do not make the Engineer or its pe��so�sneI in any �vay responsible fo�• tl�ase duties tl�at belang to tlie City and/or the City's consti-ttction co�itractflrs or other entities, and do not relieve the const�uction con#ractors or at�y other entity of tl�ei�• obligations, duties, and i•esponsibilities, including, but t�ot limited to, all constx•uction inethods, ���eatas, techniquEs, sequei�ces, at�d pi•ocedures i�ecessaiy foz• coo�•divating and completing al1 poi�tions of tl�e const���etion work in accordance ��vith the Contract Docu����z�ts and auy healtii oz� safety p�•ecautioi�s rec�iiired by st�ch canstt-��ctio�� �vo��k. The Ezxgii�eer a��d its pe�•sonnel have no autliority to exercise any control over any canstri�ction contractnr or other entity or their ei��ployees iii connectio�� «ith tl�eit' work or any health or safety pt'ecautions. 7.14 Sznall Business Utilization. �,,,,...,.,..�.- ��,.,�� .,t iz�l� a:�u�j�,�ifi�i�n„Ron �� ;�., „�l l�u�i�u.,. �ia Si��il n., e r�f;,:�..+:,.t: Pa,rn� �JLII"'la�\71�'� u:.�:�� �� .,�.;ao �,� f�,o .....�..,�....,.,�,. ,r.�.l tl, �„ � T:fl�I1'11 Gtidl��,r�,�, ,r.,r: .,F ;;'����.�'. ��:� .;,b�=�};�6 �...��_� �u3ii�a�a utili�at�Nl r1.tn11 ✓`.' S Z� futr,�i�3 r;,T. „F� or�`�...�forth �ill�r_ �..v� �+,. ,.+.. F a ��'�_� F,,..e 3n,,...i,.,., ,. � Q �G1 tC =:�. v�,�v OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX C[TY dF FqRT 1VOEti'H Bomber Spur Trail--Phase 1 5TAAlDAEtb CONSTRUCT[ON SPEClI�iCAT10N DOCUriEIVTS CPN 104345 I:evised Septcmber 19, 2025 (etteetive September l, 2025) 005243-G Agrcement Pagc 6 of 6 IN WITNESS WHEREOF, City and Contractor have each executed this Agreeme�it to be effective as of the datc subsccibed by the City's designated Assistant City Manager ("Effective Date"). Contractor: By: �� - gp�iice Jeromy Shaw (Printed Name) City of Fort Wocth By: �ana �r�qGc�fo�f' - o,�a��,r�h��o����a�z��zs- �z�« Dana Burghdoff Assistant City Manager Senior Vice President, Operations Titic 3400 N Central Expressway, Suite �1I17 Address Richardson, TX 75080 City/State/Zip / 2 �/S �202 5 Date O1/24/2026 Date nnnn Po�Fopr�°o a'�o °p°o littCSi: p�o�oie �� �� °�Q* «� � a°na nBXPsoad Jannette Goodall, City Secreta�•y (Seal) M&C: 26-0007 Date: O1/13/2026 �� Contract Compliance Manager: By signing, [ ackno�vledge that I am the person responsible for tlie monitoring a�id administration of this contract, including ensuring all perfo�•mance and reporting requirements. /� � a�. , Blaise Grissom Park Planne�• Approved as to Focm and Legality: . ��� Dou�las Rlack (Jan 23, 202617:27:19 CST) Douglas W. Black Sr. Assistant City Attorney APPROVAL RECOMMENDED: /�'"" � Dave Le�vis, Director, Park & Recreatio�l Departmcnt ,o� OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX � ,sp � C[TY OF FORT �VORTEI f3ombcr Spur Trail—Phasc I STANUARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104345 Revised September 19, 2025 (eftective September 1, 2025) 00 61 13 - 1 PERFORMANCE BOND Page 1 of 2 1 2 3 4 5 6 SECTION 00 61 13 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § Bond No.: Federal Insurance Company, K42149706 Travelers Casualty and Surety Company, 108337710 �l 8 That we, McCarthy Buildin� Companies, Inc. _, known as "Principal" herein 9 and _Federal Insurance Companv, Travelers Casualtv and Suretv Companv_, a corporate 10 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as ll "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal 13 sum of, Four Million, Nine Hundred and One Thousand, Two Hundred and Seventv-Nine Dollars 14 and Seventv-Seven Cents ($4,901,279.77), lawful money of the United States, to be paid in Fort 15 Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind 16 ourselves, our heirs, executars, administrators, successors and assigns, jointly and severally, firmly 17 by these presents. 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the 13th_ day of January , 2026, which Contract is hereby referred to and made a part hereof for 20 all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 21 accessories defined by law, in the prosecution of the Work, including any Change Orders, as 22 provided for in said Contract designated as Bomber Spur Trail Phase 1, City Project Number 23 104345 24 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 26 perform the Work, including Change Orders, under the Contract, according to the plans, 27 specifications, and contract documents therein referred to, and as well during any period of 28 extension of the Contract that may be granted on the part of the City, then this obligation shall be 29 and become null and void, otherwise to remain in full force and effect. 30 31 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 32 Worth Division. CITY OF FORT WORTH Bomber Spur Trail—Phase 1 STANDARD CONSTRUCTiON SPECTFiCATiON DOCUMENTS CPN 104345 Revised December 8, 2023 []Ufi113-2 P[iRl�l}�t\9AhCL f30Nb Pa�c 2 nf 2 �'�l{S 1]{}[1C� IS [ri21(j2 8[l(� C\eCLIiCC� Ill COIII�)�1�3IlCC 11'It�l tflt; ElI'OYES10115 Qt C�18E)le[' �2�3 Of i�l� 7 3 �I �'���15 �OVCI'17111CI1t COCfC, flS 811121](�eC�, �3[lCj ail ]iabilities UI1 fi115 �]03](� S�l�l�i UC deterinined fIl accordance �vith tk7e }�i•«visEons of said statue. IN WITNf:�S WHC;IZI:OT', the Pri�tci�al a��d tite Surety l�ave SiGNED and SGf1L�;D tl�is 5 instrume�lt by dt�ly aE�thorized �ge�zts �nd oi��icers a�� t13is !he i 5th tj�y {,t' D�cember 6 , 20�. 7 s � �o 11 12 1,3 �1T 1'E:S"1': . . ! �� - is - lG (Principal) Secretary �� Dava.n Ma hof�, 1S 19 ?� � �-'- - ---- �, 22 1Viti�ess as to ��� i pal 2� 2�1 25 �( �� �g �q 30 31 32 ;; 3� � VP Finance i5 ' 3G 37 1 ness as o'ureEy garbara Pannier 38 3 �J Pfll\CII'AL: McCarthy 8��ildinq Co���anies, Inc. SY: �� gt�atti��e Jeromy Shaw, Sr. VP Operations Name and Titic Adciress: 3400 N. C�ntral Expressway,_Suite 500 �tichardson.,'X�50$0 _ _. SURE'E'1': Fec�eral Insurance Con��a�)y __�_ Travelers CasuaEiy and S�irety Company E3Y: �Q�v....-.-�,�--- - - Sigi�ature Jennif�r Williarns. Attarnev-In-Fact Name and `I'itle f\ddress: 2028 Hall's Mill Road. Whitehoi�se Sialion, NJ Of�aaS One Tovrer Sauare, #iartford, CT O�i83 '['ele�7hone �ui�zber: 90II-903-2000 F,iiiaiE Address: bavi�����1���c,�unn.cocn G��,0.l�#�-��a t�v�le�s,ca+�� �40 '�Note: li�sig«ed i�y an affice3� c3f the Sin�etJ� Compan,y, there ���ust Ue on tile a certilied e�h���ct �4l from lhe by-la�vs sha�t�ing thaf this person IlilS c�l1l�](?E'lfy to sign such ol�ligation. Ef �12 Surety's pliysical �cfdress is diff'erent fi•o�ii its ntailing acidress, both must be provicied. �13 Ti�e date ol'the boE�d shaEl not be ��rior to the date the Cc�ntr-�ct is aw�rded. �14 CI'I'1' OP FOIZ"I� WOR"�i [ Bomber Spur Tr;iil —i'hacc I 5TA`'I)ARl) C:QNtiTRL1C t�ION SPFCIPICA7 [01' DOCU�7ENT5 CP\' I 1i134> Etc��iscd Dcccmher ti. 3��: Powei- of Attoa'taey Federal I►isuratice Company � Vigila�it I»surance Company � Pacific Cndemnity Company Westchester Fire lnsurance Conlpany � ACE America�i Insurance Company Know All by These Presents, that FE�ERAL INSURANCE COMPANY, an Indiana corporatima, ViG1LANT INSURANCE COMPANY, a New York corporation, PACiF[C INDEASNITY COMPANY,a Wisconsin corporation, WESTC}EESTER FIRE INSURANCE CO&1PANYand AC£AMERICAN I1�SURANCE COMPANYcorporations ofthc Commonwealth oFPennsylvania, do each hereby ronstihite and apPo;nc Christina L. Baratti, Thomas U. Krippene, Barbara Pannier, Eric D. 5auer, Jennifer Williams and Salena Wood of5t, Louis, Missouri ---------------------------------------------------------------------- --------------------------------------------------------------------------------------------- each as their tnie and lawFu] Attorney-in-Fact to execute ucider such designation in their ciames and to af€ix their corporate seals to aud deliver for and on their l�ehalf as surety thereon or otherwise, bonds and u�dertakings and other writings o6ligatory in the nature thereoF [otber than 6ail bonds) given or executed in the course oF Uusiness, and any instruaients amending or altering the same, and ronsents to the �nodifiration or alteration of aiiy instrament referred to in said bonds or obligatioi3s. ]n Witness Wheraof, said FEDERAL 1N5URANCE COMPANY, VIG[LANT fNSURANCE COMPANY, PACIFIC 1NtiEMNITY COhSPANY, IV�:STCHESTER FERE INS[3RANCE C6h1PANY and ACE Ai�fER1CAN [NSIIRANCE COAIPANY have each executed and attested these presents and affixed their corporate seals an this 5�h day of April, 2024. � , r�'� � �4 �� _��. f � '-:� �,1� Rupe � HD Sti�•indeils. A=.sist3nt Secresan� "�'''�a J/'�'�-`�r ��i1 � o� : ��� �.:�� ` ~ / ����� f � � STATE DF NELVJERSEY Countyo€Hunterdon $5 �c�.)s]-►)w ��` 11;�rr�yi I:iihh��rn.l'irr Pr�tid�iu °`�""K' I///�`'"`" ` : �r��' ��' ��� ._ ��� e��� �5rll� +.... f 'r. r� �"� � On this 5� day of April, 2024 hefore me, a tJotary Public of New Jersey, personally came Aupert H� Ssvindells and LVarren Eichhorn, to me knotivn to he Assistaot Secreiary and Vire President, respectively, af FEDERAL ]NSURA�CE COhSPANY, VIGILA�T WSURANCE COMPANY, PAC] FIC EN �Eh1�1TY COh1PA�1Y, �VF.SiCHESTER F[RE INSU RANCE CODiPANY and ACE AI+f ERICAN ] NSURANCE COh1PANY, the compaaies which executed the foregaing Po�ver of Attorney, and the said Rupert EI� Stivindells and LVarren Eichhorn, being by me duly sworn, severally and eacli for himself did depose and say that they are Assistant Serretary and Vice President, respectively, of FE�ERAL INSURANCE COh1PAN1', V[GILANT ]NSl]ftANCF. GOhSPANY, PAC]FIC INb�h1N]TY C6MPANY, LYESTCHEST6R F]RE ]NSLfRANCE COh3PANY and ACE AhSER[CAN INSURANCE COh1PANY aud knowthe corporate seals thereaf, that the seals affixed to the foregoing Potiver of Attorney are such corporate seals and cvere thereto affixed by authority of said Companies; and that their signatures as such officers wem duly affixed and su6scrihed by like airthority. Notariai Sea] �1 eph�G 7 Hntnq� �[ .y "oe�5c �����x A]bert Contursi NOTARY PUBLfC OF NRY JERSEY No 502U2369 Commission F#pifes August 22,2027 NoeryAu k CERTIFICATIO�V Resolutions adopted t�y the Boards of Directors of FFUERAL WSURANCE COh1PANY, V]G[LAI�T [�SURANCF CDh1FANY, and PACIFIC [NDEhSM[TY COh1PANY on August 30, 2016; 1VESTCHESTER FIRE INSURANCE COMPANYon December 11, 2006; and eLCE Ah9ER[CAN ]NSiIRANCE COAIPANY on �Tarch 20, 2009: "RESOLVEP, that the following aulhonzations rclatc [o the execu[ion, For and on behalF o( the Company, of bonds, undertakings, recogntzantes, [ontfads and other wrillcn commilnient5 of ihe Contpany entered into in the ordinary m�rse of business (each a'4Vritten Commitmenf'): (1) kach oF[he Chairman, Ihe President and ihe Vice Presidents of theCompanyishereby authorized toexeruleany4VrittenCommitnten[ ForandonbehalFoftheCompany,under[he5eal o(the Company or othenvise. (2] F.a[h duly appointed attorne}��fn-Fact oF [he Company is hereLy auFhorize� In esecute any lVritten Commitment (or and on 6ehalf of Ihe Con�pany, under the seal o(the Company or othenvise, to thc extent tha[ surh ar[ion is au[horized 6y the grant of po5vers ���ovided for in such person's writ[en appoin[ment as 5u[h altomcy-in�fa�t (3] Ea�h oF the Chairman, Ihe President and [he Vi[e Presidenls of theCompany[sherebyauthorized,forandon behalfoTlheCpmpany,toappoinlinwriting any person Fhe altorney-in- fart oF [he Company svi[h full potiser andauthoritylocxe[ute, for and on 6ehalfoftheCoinpany, under the seai oftheCampanyorothenvisr,suchlYnttenCommi[menl5oftheCompany as may 6e specified in such }vritten appoin[rnent, which speciFiration may be by general type or c1a55 of SNrilten Commflments or by specification af one o�' more particular SNrilFen Co cn �nitments. (4J Each o( the Chairman, the President and the Vfce Presidrnts o( the Company is here6y aulhorized, (or and on 6eha3F oF Ihe Cornpany, ro delegate in writing to any other oFficer ot [he Contpany[heau[horitytoexecute,foranAonbehalf of the Company, under the Co�npany's seal or othenvise, such WrittenCommilmenl5oftheCompanyasarespecifiedinsuchwritien delegation,whi�hspacifi�ation may he 6y general typeor dassof W�itten Commitments or bysperiflcalionofoneormorepartirolarWrittenCommitmenls. (5] The signature of any ofhcer or o[her peison exe[uting any Wntten Commilmen[ or appointment or delegation Gwrsuant to thfs Resolu[ion, and the seal oF Lhe Company, may �e affixed by facsimile on such 4Vritten Commitntent or written appofntment or delrgation. FURiHF.R RESOLL'E�, tt�a[ the Foregoing Resolukion shall aot he deemed to he aii exclusive statemen[ of [he pov.'ers and authonty oFoFficers, employees and o[her pe[sons to act for and on behalf of the Com�iany, and surh Resolution shall not limil or oFhervvise affec[ Ihe exercise of any such po}5'er or authority olhenvise �•alidly gren[ed or rested," I, Rupert HD 54vindelYs, AssistantSecretary of FBDERAI, [NSURANCE COMPANY, VIGII.AhT INSLIFIANCE COb3PANY, PACIFIC I�IlGh1Nl1'Y CODiPA�Y,IY�STCHESTF.R FIRE INSURANCF. COh1PANYand ACEAMERICAN INSURANCE COn1PANY [the "Conipanies"] do here6y certiFy that (i) the foregoing Resolutions ado�ted by the Board of �irectors of the Companies are true, correct and in lull Force and effect, {ii] the Foregoicig Power of Attorney is tnte, correct and in Full force and effect. Given uncier my hand aiid seals of said Companies at �Vhitchouse Station, NJ, this ti - -� 1 .�""'�( `.� ��� �� .�> �.��� a��.� _> f �Y � S + F`P• � �' J L'� ��,� '— �� � ' Ruper� }E� St+•incielEs. AssistatstSecretar}• - , +. � �f IN THE E1'ENT YOII WISH TO VERIF7' TtIG AUTHE�TICITY OF THIS BO�Q OR NOTIFY llS OF AN1' OTHER MATTER, P1,EA55 LONTALT li5 Ai: Telephone f906) 903- 3493 Fa�c (408� 963� 3656 e-mail: sureSyCa�hubb.com Cambined: FEp-V1G-PI-WFIGAAIC (rev, 11-19} HaUe a complaint or need help? Tiene una que�ja o necesita ayuda? IIt�PORTANT NOTICE If }�ou ha��e a���oblen� �vitli a clai�i� oz� j�ou�' premit�ms, call your i��slii•a��ce co�n�ai�y first. If }�ot� can't �vork but tl�e iss��e, t��e Texas De�art�nei�t of Insura��ce inay be aUle to hetp. AVISO IMPORTANTE Si tiene un prohl�ma con un reclamo o las primas, llame prime�•o a la en-►pt•esa de seguros. Si �io puede resolvet el probleina, el Depa�'ta�nento de Seguros del estado de Tejas puede a}�tdar, Even if y�o�� file a com�laint �vitl� the Te�as Dep�rfine��t of Insurai�ce, ��oli shouid also tile a complaint or ap��eal tt�raugh yotir ins��rance co��a��any. If }�ou don't, you ���ay lose yot�r �•iglit to �ppeal. Ta get information or file a co�nplaiz�t ���itla CHUBB: Call Toll-free: s-Soo-36-CHUBB Mail: Bastern Claim Se�•��ice Center 50o Inde�ende��ce Pa�•k�va}� Chesapeake, VA 2��20 Attn; Surety Support Phone: 800-2�z-�b�o Fax:8ao-b64-535$ Emai1: ecsc.claims@chubl�.coin Si registra una queja co;� el Departamento de Segu�•os del estada de tejas, tainhien debe p��esezitar una qu�ja o apelacion a ttatres de su ca�npania de seguros. Si z�a lo hace puede perder su derecho de apelar, Para o�tei�er ir�formacion o regist�•a de una qt�eja con CHUBB: Llame al: �-Soo-3G-CHUBB Correo: Easterz� Claim Seivice Ce»ter 60o Independence Paz•k��ra}� Ch�sapeake, VA 2332a Attn: Su�•ety Support Telefono: 8ao-2�2-46�o F�:Boa-664-535g Co��t�eo electro�iico: ecse.cIaims@chubb.com Ta get heIp i��ith an instirance question n�• file a coi�iplaint Para ayuda con una p��egunta de seguros fl registrar ui�a tvith the state: queja can eI estado: The Teaas Depart�nent of Insurai�ce Call �vith a qtiestion: 1-800-z52-3439 File a cot��plai�it: �v�����.tdi.texas.gov �-mail: Cons�i�nerPratection c7tdi.#exas.gov Mail: MC-a�z�-iA, P.4. Box i49ogi Austin, TX �8��4-go9� El Depa�•tamento de Seguros del Estado de Tejas Preg�ntas: �.-800-z52-3439 Quejas: s����v,tdi.texas.gov Correo el�ctt�o�tico: Cansui��erPratectiai�@tdi.t�xas.gov Correo: MG111-�A, P.O. Bo� �49ogi Austin, TX �8�1�}-gogl Form �g-10-a347 �Rev. 2/23) 7RAVELERSJ� Tra�elers Casualty and Surety Company of America Tra�elers Casualty and Surety Com�any St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNdW ALL ME[� BY THESE PRESE�lTS: That Travelers Casualty and 5ureiy Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corpprations duly organized under the laws of iite State of Conneciicut (herein collectively called ihe "Companies"), and that the Cotnpanies do hereby make, constiiute ancf appoint Jennifer Williams of ST LOUIS , Missouri , iheir true and lawful Attorney(s}-in-Faci ta sign, execute, seal and acknowledge any and all bonds, recognizances, condilionel undertakings and olher writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracis and executing or guaranteeing bonds and undertakings required or permitted in any aclions or proceedings allowed by law. IN WITNESS WHEREOF, the Campenies i�ave caused this instrument to he s3gned, and their corparate seals to be hereto a�ftxed, this 21st day of April, 2021. ,.�.,� �! �(���'(]�,� G Jal1Y Ay�� S y ` �� � 9R J HlqTf0f9� � •�e FLSRfFOF1'7. � C�9''}��"! �Ct\N @ j COFRl. o {!4 ?�,f ••.....•��a� da` ` F�yb� �.rs +k �� State of Connecticul City of Hartford ss. By: ,_ Robert L. Rane , enior Vice President On this tine 21st day of April, 2021, before me personally appeareci Robert L. Raney, who acknowledged himself ta be the Senior Vice President ot each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for ihe purposes iherein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WlTNESS WHEREOF, I hereunto sei my hand and official sea1. My Commission expires the 30th day of June, 2026 •"j� P k�o fY., � /��� ��,,�. S�+ �� �J�!"V/ I;aSARY � � �, "�` �j � p��4�r Anna P. Nowik, Notary Pub€ic c+'.:,.� �• �� This Power of Attorney is granted under and by the auihority of the fol�owing resoluiions adopted by the Boards of Directors of each o( the Companies, tivhich resolutions are now in full force and eiiect, reading as (ollows: i2ESOLV�D, that tne Chairman, ihe Presideni, any Vice Chairmen, any Executive Vice Presideni, any Senior Vtce President, any Vice Pressdeni, any Second Vice Presideni, ihe Treasurer, any Assistant Treasurer, the Corporaie Secreiary or any Assislant Secretary may appoint Attorneys-in-Fact and Agents ta act for and on behaif of the Company and may give such appointee such aulhority as his or her ceKifieaie of authority may prescri6e to sign with the Company's name ancf seal with the Company's seal boncfs, recognizances, contracts of indemnity, anci oiher writings obligatory in the nature o( a bond, recognizance, or conditional undertaking, and any of said officers or the Baard of Direcfors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, thai ihe Chairman, the Presideni, any Vice Chairman, any Executive Vice Presid�nt, any Senior Vice President or any Vice President may delegate aA or any pari of the foregoing authority io one or more offccers or employees of i�is Company, provided tnat each such delegaiion is in writing and a copy ihereof is f led in Ihe oHice of the Secretary; and ii is FURTHER R�SOLVED, ihat any bond, recognizance, cantract of indemnity, or writing obligaiory in the nature of a bond, recognizance, or conditionaV undertaking shall be valid ancf binding upon the Company when (a) signed by ihe President, any Vice Chairman, any Executive Vice PresideM, any Senior Vice President or eny Vice Presideni, any Second Vice Presidenl, the Treasurer, any Assistant Treasurer, the Co:poraie Secretary or any Assistant 5ecretary and duly attested and sealed wiih the Company's seal by a Secreiary or Assisfant Secretary; or {b) duly execuied (under seal, if required) by one or more Aiiorneys-in-Fact and Agents pursuant to the power prescribed in his ar her ceriifrcaie or their certificates of authority or by one or more Company officers pursuani to a written dalegation of auihority; and it is FURTHER RESOL.V�D, tha{ the signature oi each of the following officers: President, any Executive Vice Presideni, any Senior Vice President, any Vice President, any Assistant Vice Presidenl, any 5ecretary, any Assistant Secretary, and the seal of Ehe Company may be affixed by facsimile to any Power of Ailorney or to any certifcate relating fherefo appointing Resident Vice Presidents, Resident Assistant Secreiaries or Attomeys-in- Fact for purposes only of execuiing and attesting bands and �ndertakings and other writings ot�ligatory in the nature thereof, and any such Power of Aiiorney or certificaie bearing such facsimile signature or facsimile seal shalf be valid and binding upon the Company and any such power so executed and certified by sucfi� facsimile s'sgnature and facsimile seal shall be valid and binding on the Company in ihe future wiih respect to any bond or understanding to which it is atEached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of ihe Companies, do hereby certify ihat Ehe above and foregoing is a Uue and correct copy o( the Power of Attorney executed by said Companies, which remains in full force and effeci. Dated this tiay of , . ���r b,��sr Ayo+ �� a�{/ Ur Lf � T� J ��p�y� � j{%{3T� , � �' C�"J4i�l r o � ��f � �.,o� y��1 � 'M+�r �1g * ��1 � Kevin E. Fiughes, Assi�sta�n�t 5 retary Ta verify ihe authenticity af this Parver ofAttorney, please call us at .1-800-421-3880. Please refer to the aGove-named Attorney(sj-in-�'act and the details of the 6ond to rvhich this Powerof Attorney ►s attached. ����� �� ����s ���i�� �l����� ������������. To be attach�d io anci farm a part of Bond �lo. 1�83�7710 �n accordance ��vith Section 2253.�2'i (fi� of t�e TexaS Go�ernment Cade a��d S�ction 53.202(6) af the Texas Pro�erty Cocie any natice of claim to the naEr�ed surety under this bonci(s) should be sent to: �f�����e�� ���u�l�y and �u���y �c�rn�a��y �ra� iat��s� �c�uar� �8��x���°�, ��r�����«�a� C����3a�0�� ��6�) 277�p'� 1 � 1 2 3 4 5 6 SECTION 00 61 14 PAYMENT BOND 00 61 14 - 1 PAYMENT BOND Page 1 of 2 Bond No.: Federal Insurance Company, K42149706 Travelers Casualty and Surety Company, 108337710 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § 7 That we, McCarthv Buildin� Companies, Inc. , known as "Principal" herein, 8 and Federal Insurancc Companv, Travelers Casualtv and Suretv Combanv , a corporate 9 surety (sureties), duly authorizcd to do business in the State of Texas, known as "Surety" hcrcin 10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal 12 sum of Four Million, Nine Hundred and One Thousand, Two Hundred and Seventv-Nine Dollars 13 and Seventv-Seven Cents ($ 4,901,279.771, lawful money of the United States, to be paid in Fort 14 Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind 15 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly 16 by these presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 _13`'' day of January , 2026, which Contract is hereby referred to and made a part hereof for 19 all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other 20 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and 21 designated as Bomber Spur Trail Phase 1, City PNoject Number 104345 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and all) payment bond bene�ciary (as de�ned in 24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 CITY OF FORT WORTH Bomber Spur Trail—Phase 1 STANDARD CONSTRUCTiON SPECTFiCATiON DOCUMENTS CPN 104345 Revised December 8, 2023 i1UGl Id-? PAY�41 NT [3O�ID P:iec 2 of'2 1 > [N WITNTSS WH�R�OI+, tiie PrinciE�ai ancE SEu�et�� have eacki S[GNED a�id SEALED tifis i�tsh•ument by d�ily �uthorized a�e��ts and ot�icees on this the 15th �Iay of 3 December , 20 2 5 m ATTF.ST: (.Pri���ip�l) Sec��etaey Davin y -,hoff, VP Finance ���it� ess as to P i�� i��al ATT�:ST: J 6 i S 9 l0 m 12 ��' _ � ,. _. _ ;' ; � --- (S�n�ety) �;����� 5alena Wood, Witness �� �h'" �ess as t Sw•etv , Barbara Pannier PRINCIPAL: McCarihv Buildina Coi�nnanies, lnc. BS`: �� ���� 5i� ` ure Jearomy Shaw, Sr. VP Operations Name arid 'I'itle �Icidress: �40Q N. Cenlral Exoresswav,.�uife 500 Richardson. TX 750�30 SURETY: Federai ins«rance Company Travelers Cas«ali� and S��rPt� Coin�anv B Y : �,w,�..�.. W r�/�`�` Si� <3ttu'e Jenniier Williams. Aftornev-ln-Fact Name �nc[ Title f� C� Ci I'�S 5; 2028 Hall's Mill Raad, Whikehot�se Skatian, NJ 08889 Or�e Tower S�r�. Hartford, CT 06183 908-9Q3-2000 Tele��ho»e Number: �7 �7� 1 � F,n1ai1 Address; �avid: a on e(c4�C:hub .com �ARR�2(�jLavPfarc rnm Nole: IFsig�ieci by an of�tice�• oftlte Sin�ety, tEiere must be on file a ceriified extr�ict ii�om the bylaws S�li)11'Ifl� t]]iii f�llS l�CI'SOIt Ilc�S atElll01'1�)' i0 Sl�ll SUC�] 0�]�1�.21i14[l, �t� Slll'CC}''S �)�ll'SIC�l� 1C�CjCCSS IC dift'ere�ii t�ro�n ils �7�ailing �zddress, both must �e E7ra�fided. The date of the borid shall rlot be prior to the d�te the Cont�•act is a�v�rcicd. �:ND OF ST�CTIC}N ('I"CY OF PORT LVORTII [3ombcr Spur "]'raii Pii�i�e 1 57;�1Ni�ARI)CO\tS�I IZUC�CfO�f Sf'EGl1CA"fION DOCU\IENIS CP\ 1(113a5 Rc��iscd Dcccmbrr 8. �U23 Power of Attorney �edei•al lilsu�•ance Co��lpany � Vigilant ]nsui•ance Ca»ipany � Pacific [ntle»�nity Compaiiy Westchester �'ire ]ns�u�ance Company � AC� America3� Ins�u•a�ice Conapany Know All by These Prese��ts, tliat FEUERAL 1NSiIE2ANCE CpMPA1�Y, an ]ndiana corporalion, VIGIE.ANT INSUEiANCE COMPANY, a New York corporatimi, PACIFIC 1N�8hiNlTY COMPAI�Y, a Wiscmisiu corpora[ion, WESTCHESTER FIRE INSURANCE COMPANY and ACE A�IERICAN INSURANCE COMPANY corporatioos of the Cmnmonwealth of Pennsylvania, do each hereby constitute and appoint Christina L, Baratti, 7homas U. Krippene, Barbara Pannier, Eric D. 5auer, lennifer Williams and Salena Wood afSt. Louis, Missouri ----------------------- ------------------ ------------------------------------------------------------------------------------------- ------------------------------- each as their true and lawFul Attorney-in•Fact to execute under such designation in their names and to aFfix their corporate seals to aod deliver for a�id on tlieir 6ehalF as surety thereon or othertivise, honds a:id undertakings and other writings obligatory in the nature thereof {other than hail 6onds] giacn or executed in the course of husiness, and any instrun�ents amending or altering the sanie, and consents to the modiFcation or alteration of any instrument referred to in said 6onds or obligations. ]n Witness Whereof, said FEpERAL 1NSUE2ANCE COMPANY, V[GILANT 1NSURANCE CQMPANY, PACIF[C INDEh1NITY COMPANY, WESTCHESTER F1RE 1NSURANC6 COh1PANY and ACE AhSERICAN 1NSORANCE COMPANY have ea�h ehecuted and attested these presents and affixed tlkeir wrporate seals mi this 5+h day of April, 2024. � � 1 � N .�� ���.�} }_����� � Rupe�cHDS�+•in:ielSs Assi;tant"secretari� �yJ+'�e� i`"f�w ' �ier�. re�S � Srf �r. ��R - �(��,� ��,�' � �,� STA'iH OF NE4VJERSEY Caunty af Hunterdon , �� -� /`'�h�\\�, y �tj����� �17 ��f� ��� ��jZ�\� ��'+'1F SJ1. i inr, i � .����, , :� �,� , 11'ui ic�i ]:idihnrij, l icc Pr��fd��it Ou this 5� day of April, 2024 hefore me, a Notary Aublic of New Rersey, persoifally came Rupert HD Swindells and 1Varren Eichhorn, to aie known to be Assistant Secretary and Vice President, respectively, of F��El2AL INSllRANCE COh1PAnY, V[G[LAN'F 1NSURANCF COt�1PANY, PAC[F]C INDEbSN[TY COhtPANY, WESTCH ESTER F1RE [tJSURANCG COhSPANY and ACE AhiERICAtJ INSUIU�NCF.CD�IPANY, the companies which executed the foregoing PosveroFAttor�ey, a��d thesaid RupertHD Swindells and LVarren Eichhorn, beingUy nie duly sworn, severaily and each for hSrnself did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL fN5U1tANCE COMPANY, V]GILANT INSURANCE COAIPANY, PACIFIC W DEh1NITY CObfPANY, IVESTCHF.STER FIRE INSLfEL9NCE COh1PANY and ACE AMFRICAN [NSURANCE COh1PANY and know the corporate seals therwf, that the seals affixed to the foregoing Power of Attorney are such wrporate seals and were thereto aFfixed by auttiority of said Compa nies; and that their signatures as such officers were duly affixed and subscribed 6y like authority. Notaria] Sea] �,s ��,r` d �t�T�qr � �.y q "ue���� `�yxn�' Albert Contursi NOTARY PUBLfC OFl�fE'LYJERSEY F7a 50202369 Commission Expires Augvst 22,2027 �r Neo�rypu k CERTIFICAT[ON Resolutio�s adopted by the 13oards of Diredors of FE�ERAL [tJ5UE�NCE COAIPANY, V[GI[.ANT ]NSIiRANCE CO�IPANY, and PAC[F1C [NUF.h1N[TY COAiPANY on August 30, 2QI6; WESTCHESTERFIRE INSURANCE COt�1PANY on Ueceniher 11, Z006; aad ACE AR9ERlCAN ]NSllRAHCF: COhSFA�Y on hiarrh 20, 2009: „RESOLVEP, that Ihe follo�ving autho�izations relate to the execation, For an& on heitalf of the Company, of bonds, undertakings, recognilan[es, [ontra[ts and other wntten mmmitmrnts of the Company entered into ia ihe ordinary murse of 6usiness (earh a"1Vrilten Comntitn�en["): (1J Each of the Chairman, the President and Ihe Vi[c P�esidents of theCompanyisherehy aulhorized toe.�rcuteanyWriYtenCommitmen[ forandonbehalFoftheCompany,undertheseal af Ihe Company or othenvise. (2] Ea[hdulyappoin[edaltomey-imFactofiheCompanyisherebyauthorizedtoexeculeany\YrittenCommitmentforandonbeh2lfoflheCompany,underthesealoftheCompanyoro[herwise, to the ehteni that su[h a[tion is authorized 6y the grant oFpowers provided for in such persorz's �vrit[en appoin[nlen[ as su[h altorney-in�facL (3) Ea[h pf the Chairman, the Yresident and the Vice Presidents of theCompanyisherebyauthorized,forandon behalfoftheCompany,toappointintvriiing any person the attorney-in- fad of the Conipany iviih Full poiver andauthority�oexecute, for and on behalfof[heComp�n)'. under the 5fa1 oftheCompanyorothenvise,such WriltenComniitmentsoftheCompany as may be spetiFied in such wri�ten appointrnent, whi�h specifi�atioa niay 6e by general lype or dass of SVritten Commitments or by specification of one or more parti[uYar �Vrit[en Commitments_ [4} Each of [hr Chairman, ihe President and the Vice Presiden[s of [hc Company is here6y authonzed, for and on behalf of 1he Co mpany, to delegate in wri[ing to any othcr of(icer of the Companylheauthorityloexe[u[e,forandonbchalf p( the Company, under the Company's seal or othenvise, such 4YrittenCammiln�en[SoFtiteCwnpanyasarespxffiedins�t[hwri[ten delegation,whi[hspe[i(i[ation n�ay 6e 6y genera] typeor dasso( 4Vri[ten Corrunihnents or byspeciferationofoneormureparli[ularLVriUenCommitnzents. (5) The signature of any ofFcer or o[iscr person executlng any WriFten Commiiment ot ar�oinirt�ent o� delegation pursuant to this Resolu[ion, and thr seal of the Company, may be affixed hy (acsimile on such LVritten Commi[men[ or �vritten appoin[ment ar delegation� FURTHER RFSOLVF.�, [hat [he Foregoing Resolution shall not be deemecl lo be an es[lusive statenzent of the pon�ers and aulhority oF o(fircrs, emplayees and other persons lo a[t For and on 6ehalf o(the Company, and such Resolu[ion shall not IimitoroFhenvise alfe[[ lile exer[ise of any�such pou�erorauthori[y othenvise validly gran[ed orvested." I, Rupert HB Swindells, Assistant Secretary oF FEDERAL [NSURANCE COh1PAiJY, V�Gf LANT I NSURANCE COMPANY, PACIFIC ]N�Eh1N]TY COh1PANY, LVESTCH ESTER F]RE lNSURANCE COAIPANY and ACE AhSER1CAN INSU RANCE COMPANY (thc "Companies"} do hereby certiFy that (i} the foregoing Resolutions adopted by the 8oard oF Diredors of the Comganies are true, correct a�d io full force and e(fect, (ii) the foregoing Power of Attorney is tnie, wrrect and in fult force and effect. Given under my hand and seals of said Companies at �Yhitehause Station, Nj, this r.. .l � � 1 t e -_ f'y'4eic a�...'�t+,, �� �.��a� �[-?� {1 "��. �L7-.�`�� ��q S1 +Y}rJL� �� i � �� �� � RupenHDSsrindeE1s,�ssistantSeeretar}� IN TifE F.VF.niYUU WFSH TO L'ERIF�' TiIEAUTI3EN"fICITY OFTH15 BONd OR NOT]FY 115OF AN1' 07HER hIATTF.R, PLF.ASE CONTACT 115 AT: Teieohone (90£31 403- 3493 Fax [908� 903- 3656 e�mail: surety(drhu6h.com Combined: FED-VIG-PI-WFIC-AAIC (rev_ 11-19) Haue a compiaint or need hetp? Tiene una queja o necesita ayuda? IMPORTANT NOTICE If yo�� ha��e a problem ���ith a clain� o�• yaw� pre���i�ims, call youi• insurance cot���any ti�st. If }�ou can't �vork out tl�e isst�e, tl3e Texas Depa�•tment of I»surance may be able to help. AVISO IA7PORTANTE Si tiene un problema con un reclan-►o o las pz•imas, llaine primero a la empresa de segu�•os. Si �ia �uede resolver el problema, el De�at�tamento de Segt�ras del estado de Tejas puede a}radar. Even if ,yau file a coni�laint �vith ti�e Telas Depart��ieni of Insi���a��ce, ��au sl�auld also file a coinplaint or appeal through your insurance compai�y�. If you don't, j�ou ���a,y lose you�• right to appeal. To get inforination or fle � co�nplaint �vith CHUBB: Call Toll-free: �-Soo-36-CHUB.B Mail: Eastern Claim Sez��ce Cente�� 60o Independence Pai•kway Chesapeake, VA 23320 Attn: SureYy 5upport Phone: 800-2�z-46�q Fax: Soo-b64-�g�8 Email: ecsc.claims@chubb.eom To get help �»th an insuranc� q�estiaii or file a complaint ���ith the state: The Texas Depa�•tment of Insurance Call ���ith a question; 1-Soo-2�2-3439 �'ile a complaint: tiv�4*�v.tdi.teYas.gov E-mail: Coi�sumerprotection@tdi.texas.gov Mail: MC-z�1-iA, P.O. Box i49pg� At�stin, TX �8��4-9091 Si registra una queja co�� el Depa�•ta�nento de Seguros del estado de tejas, taml�iet� debe presentar uiia queja o apelacion a traves de su eampa�iia de seguros. Si no lo hace puede pe�•der su derecha de apelar. Para ol�tei�er it�formacion o registro de u�fa q�ieja con CHUBB: Li1n�e ai: l-Soa-36-CHUBI3 Correo: Eastern Claim Sez��ce Ce��ter boo Independence Fark�vay Ch�sapeake, VA 2�320 Attn: Surety Support Telefano: 800-252-4b�o Fax:800-664-5358 Co�•reo eIectronico: ecsc.claims@chubb.com Para ayuda can una pregunta de seguros o registz•a�� una queja con el estado: El Departamen#o de Seguros del Estado de Tejas Preguz�tas: �-8oa-z52-3439 Quejas: ���i�v.tdi.texas.gov Correo electra��ico: Coz�surtae�•Ptotection@tdi.teaas.gov Correo: MC-1�1-1A, P.O. Box �4go91 At�stin, TX �S�i4-9ogi Forn� ��-zo-o347 (Rev. z123) TRAVELERSJ� Tra�elers Casualty and Surety Company af America Tra��ters Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY 7H�SE PRESENTS: That Travelers Casuaity and Surety Company of America, Travelers Casuafty and Surety Company, and Si. Paul Fire antf Marine Insurance Company are corporations duly organized under the laws of the Slate of Conneciicut (herein colleciively called the "Companies"}, and that ihe Companies do hereby make, constitute and appoint Jennifer Williams oE ST LOU15 , Missouri , iheir true and IaGvful Attorney(s)-in-Faci to sign, execute, seal and acknowledge any and all bonds, recagnizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their busin�ss af guaranieeing ihe fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. 1N W1T�fESS WHEREOF, ihe Companies have caused ihis instrument to be signed, and their corporate seals to be herero affixed, ihis 21st day of April, 2021. ,,�..,, C}l� �Ir� JA�S Y A k0 6 db ��* L+ � ��`� � � v' tin�iTFofn, t �' aw�tt � � � � �,+ � � � � `i� yy �y� � f • �� �f >" �S F Slate ot Con�ecticut City of Hartford ss. By: rRobert L. Rane , enior Vice President On ihis ihe 21st day of April, 2021, beFore me personally appeared Robert L. Ftaney, who acknowledged hirrtself to be the Senior Vice Presideni of each of the Companies, and that he, as such, being authorized so to do, executed the ioregoing instrument for the purposes iherein coniained by signing on behalf af said Companies by himself as a duly authorized officer. fN WITNESS WH�REOF, i heraunto set my hand and official seal My Commission expires ihe 30th day oi June, 2026 . 'f.I� P ��j0 i .. sy `,t •• !/�" Gv V i/���-s�sac�G fr � i �:ornnv � # j�� '�' pVe'�Ir, ; ' Anna P. Nowik, Notary Public c4;;!�. � This Power of Attorney is granied under and by tf�e authority of the following r�:soluiions adopted by the Boards pf Directors of each of ihe Companies, which resolutians are now in full force and effect, reading as follows: RE50LVEd, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any 5enior Vice PresidenE, any Vice Presideni, any Second Vice President, the Treasurer, any Assistant Treasure�, fhe Corporate Secretary or any Assisiant Secrelary may appoint Attorneys-in-Fact and Agents to act for and or� behalf of ihe Company and may give such appointee such autMority as his or her certificate of authority may prescri6e to sign with the Company's name and seal with ihe Company's seal bonds, recognizances, contracts of indemnify, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or tha Boarc� of Directors at any iime may remove any such appointe� and revoke ti�e power given him or her, and it is FUR7H�R RESOLVED, that the Chairman, ihe President, any Vice Chairman, any Execuiive Vice President, any Senior Vice Presideni or any Vice President may delegate all or any part of the toregoing aulhority to one or more officers or employees of this Company, provided Ehat each such delegation is in writing ancf a copy thereof is filed in the office of tite Secretary; and it is FURTHER R�SOLV�D, Ihat any bond, recognizance, confract of indemnity, or avriting obligatory in the nalure of a bond, recognizance, or conditional undertaking shall ae valid and binding upon the Company when (a) signed by the Presidenl, any Vice Chairman, any Executive Vice President, any 5enior Vice President or any Vice President, any Second Vice Presideni, the Treasurer, any Assisfa�t Treasurer, the Corporate Secretary or any Assistant Secretary and duly attesteci and ssaled wiih the Company's seal by a Secretary or Assisiant 5ecretary; or (b) duly executed (under seal, if required} by one or mpre Attorneys-in-Fact and Agenis pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Gampany oHicers pursuant io a written delegation of authority; and ii is FURTHER RESOLVED, t�at ihe signaiure of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice �resident, any Assisiant Vice President, any Secretary, any Assisiani Secreiary, and the seal of the Campany may be affixed by facsimile to any Pawer af Attprney or to any certificate relaiing thereto appointing Resident Vice Presidents, Res'sdent Assistant Secretaries or AUomeys-in- Fact for purpos�s only oi execuiing and attesting bonds and undertakings and oiher writings obligatory in the nature ihereof, and any such Power of Attorney or certificaie 6earing such facsimiEe signature or tacsimile seal shall be �alid and binding upan 1he Campany and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the [uture wiih respect ia any bond ar understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each o! the Companies, do hereby certify that the above and foregoing is a true and correct copy of ihe Power of Atforney executed by said Companies, which remains in full force and effect. Dated this day of , . �I4 yA►rykV7r y*�S� +1Yp �� 7 9 •C � * � u n 3�,r�,� '° wutrFORo, � �" c+�x+n �ca'rr. ?e � � ° � � f : ��F ��6f ' 'r�l� �!� � � ��`�'�'� Kevin E. Hughes, Assistant Secretary To verify the authenticity af this Pawer ofAttorney, please ca11 us ai I-800-411-388Q Please refer to the ahave-named Attorney(sJ-in-Fact and the details of the bond to which this Porver ofAttorney is attached, ,� � �'- � r: _: +' '■ �, + �� M �.�. ��' S� �: � �"i 5�: '.1� �' ��.� � To be attached to and form a part of Bond No. 1083377 � 0 ln accardance with Section 2253.029 (� of the Texas Go�emment Code and Sectian 53.202(6) of th� T�xas Properfy Cade any n�tice af claim fo the named sur�ty under this �ond(s) should be sertt to: �`ravel�r� Ca�ualiy ar�d �ur��y Comp�r�y �ne T'orn�e�r Sr�uare Har��orci, �or�necticu� 06'1�3-60't4 (�60� 27i-09 Z 1 POLICY NUMBER: MWZY31825525 COMMERCIAL GENERAL LIABILITY CG20100413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED OWNERS, LESSEES OR CONTRACTORS SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) ALL PARTIES WHERE REQUIRED BY A WRITTEN CONTRACT. Location(s) Of Covered Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 20 10 04 13 O Insurance Services Office, Inc., 2012 Page 1 of 2 MWZY 318255 25 McCarthy Holdings, Inc. 04/01/25 - 04/01/26 A. Section II Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in perForming operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 O Insurance Services Office, Inc., 2012 CG 20 10 04 13 MWZY 318255 25 McCarthy Holdings, Inc. 04/01/25 - 04/01/26 POLICY NUMBER: MWZY31825525 COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED OWNERS, LESSEES OR CONTRACTORS COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations ALL PARTIES WHERE REQUIRED BY A WRITTEN CONTRACT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 04 13 O Insurance Services Office, Inc., 2012 Page 1 of 1 MWZY 318255 25 McCarthy Holdings, Inc. 04/01/25 - 04/01/26 Policy Number: MWZY31825525 COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 12 19 O Insurance Services Office, Inc., 2018 Page 1 of 1 MWZY 318255 25 McCarthy Holdings, Inc. 04/01/25 - 04/01/26 Policy Number: MWZY31825525 IL 10 (12/06) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART/FORM SCHEDULE Name of Person(s) or Organization(s): Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. SECTION IV COMMERCIAL GENERAL LIABILITY CONDITIONS , 8. Transfer Of Rights Of Recovery Against Others To Us is amended by the addition of the following: 1. If we recover any amount as a result of our exercise of these rights, the amount recovered will be divided as follows: a. 0 c. Any insured or other insurer that paid amounts in excess of the limits of coverage that apply under this policy will be reimbursed for the actual amount paid. We will then be reimbursed for any payments we have made. Then, if any amount remains, any insured or other insurer who paid amounts before the limits of coverage for this policy applied will be reimbursed for the actual amount paid. Expenses incurred in obtaining a recovery of any payment we make under this policy from someone other than us will be divided in the same ratio as the recovery is shared. However, if we bring legal action against any other party on our own or try to obtain recovery and fail to do so, we will pay all expenses we incur. 2. We waive any right of recovery we may have against the Person(s) or Organization(s) shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with the Person(s) or Organization(s) and included in the "products and completed operations hazard". This waiver applies only to the Person(s) or Organization(s) shown in the Schedule above. GL 029 008 0424 Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. MWZY 318255 25 McCarthy Holdings, Inc. 04/01/25 - 04/01/26 Policy Number: MWZY31825525 IL 10 (12/06) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US SCHEDULE Number of Days Notice of Cancellation: 90 Person or Organization: All certificate holders where written notice of the cancellation of this policy is required by written contract, permit or agreement with the Named Insured and whose names and addresses will be provided by the broker or agent listed in the Declarations Page of this policy for the purposes of complying with such request. Address: Provisions If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancellation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of cancellation. PIL 028 05 10 MWZY 318255 25 McCarthy Holdings, Inc. 04/01/25 - 04/01/26 Policy Number: MWTB 318257-25 IL 10 (12/06) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM SCHEDULE Name of Person(s) or Organization(s): Where Required by Written Contract With respect to COVERED AUTOS LIABILITY COVERAGE, Who Is An Insured is changed with the addition of the following: Each person or organization shown in the Schedule for whom you are doing work is an insured". But only for "bodily injury" or "property damage" that results from the ownership, maintenance or use of a covered "auto" by: 1. You; 2. 3. an "employee" of yours; or anyone who drives a covered "auto" with your permission or with the permission of one of your "employees". However, the insurance afforded to the person or organization shown in the Schedule shall not exceed the scope of coverage and/or limits of this policy. Not withstanding the foregoing sentence, in no event shall the insurance provided by this policy exceed the scope of coverage and/or limits required by the contract or agreement. PCA 001 10 13 MWTB 318257 25 McCarthy Holdings, Inc. 04/01/25 - 04/01/26 Policy Number: MWTB 318257-25 COMMERCIAL AUTO CA044911 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. The following is added to the Other Insurance B. Condition in the Business Auto Coverage Form and the Other Insurance Primary And Excess Insurance Provisions in the Motor Carrier Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage is primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". The following is added to the Other Insurance Condition in the Auto Dealers Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage and General Liability Coverages are primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". CA 04 49 11 16 O Insurance Services Office, Inc., 2016 Page 1 of 1 MWTB 318257 25 McCarthy Holdings, Inc. 04/01/25 - 04/01/26 Policy Number: MWTB 318257-25 COMMERCIAL AUTO CA 04 43 11 20 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) AUTOMATIC WHEN REQUIRED BY WRITTEN CONTRACT OR AGREEMENT This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. The Transfer Of Rights Of Recovery Against Others To Us Condition does not apply to any person(s) or organization(s) for whom you are required to waive subrogation with respect to the coverage provided under this Coverage Form, but only to the extent that subrogation is waived: A. Under a written contact or agreement with such person(s) or organization(s); and B. Prior to the "accident" or the "loss." CA 04 43 11 20 O Insurance Services Office, Inc., 2019 Page 1 of 1 MWTB 318257 25 McCarthy Holdings, Inc. 04/01/25 - 04/01/26 Policy Number: MWTB 318257-25 IL 10 (12/06) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US SCHEDULE Number of Days Notice of Cancellation: 90 Person or Organization: All certificate holders where written notice of the cancellation of this policy is required by written contract, permit or agreement with the Named Insured and whose names and addresses will be provided by the broker or agent listed in the Declarations Page of this policy for the purposes of complying with such request. Address: Provisions If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancellation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of cancellation. PIL 028 05 10 MWTB 318257 25 McCarthy Holdings, Inc. 04/01/25 - 04/01/26 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed.4-84) POLICY NUMBER: MWC 318256 25 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perForm work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule ANY PERSON OR ORGANIZATION WHERE WAIVER OF OUR RIGHT TO RECOVER IS REQUIRED BY WRITTEN CONTRACT WITH SUCH PERSON OR ORGANIZATION PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE DATE OF LOSS. DATE OF ISSUE: 01-30-25 WC 00 03 13 (Ed.4-84) O 1983 National Council on Compensation Insurance. Policy Number: MWC 318256 25 OLD REPUBLIC INSURANCE COMPANY WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY POLICY DESIGNATED ENTITY - NOTICE OF CANCELATION PROVIDED BY US ENDORSEMENT SCHEDULE Number of Days Notice of Cancellation: 120 Person or Organization: ALL CERTIFICATE HOLDERS WHERE WRITTEN NOTICE OF CANCELLATION OF THIS POLICY IS REQUIRED BY WRITTEN CONTRACT, PERMIT OR AGREEMENT WITH THE NAMED INSURED AND WHOSE NAMES AND ADDRESSES WILL BE PROVIDED BY THE BROKER OR AGENT LISTED IN THE DECLARATIONS PAGE OF THIS POLICY FOR THE PURPOSE OF COMPLYING WITH SUCH REQUEST. Address: Provisions If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancelation in the schedule above, we will mail notice of cancelation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancelation in the schedule above before the effective date of cancelation. WC 99 03 65 (03/11) Page 1 of 1 F�RT�ORTHt� City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: McCarthy Building Companies, Inc. Subject of the Agreement: Construction contract for City Project Number 104345 Bomber Spur Trail Phase 1 M&C Approved by the Council? * Yes 0 No ❑ If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑ No 0 If so, p�ovide the original cont�act number and the amendment numbe�. Is the Contract "Permanent"? *Yes ❑■ No ❑ If unsu�e, see back page for peNmanent contract listing. Is this entire contract Confidentiial? *Yes ❑ No 0 If only specific info��nation is Confidential, please list what information is Confidential and the page it is located. Effective Date: Expiration Date: If different f�oin the approvul date. If applicable. Is a 1295 Form required? * Yes 0 No ❑ *Ifso, please ensure it is attached to the approving M&C or attached to the contract. Proj ect Number: If applicable. 104345 *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 nrocessin� in the followin� order: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department.