Loading...
HomeMy WebLinkAbout064813 - Construction-Related - Contract - R&A Legacy Construction LLCF�RT �VORTH�� CONTRACT FOR THE CONSTRUCTION OF CSC No. 64813 2026 CONCRETE RESTORATION CONTRACT 2 City Project No. 106176 Mattie Parlcer Mayor Jesus "Jay" Chapa City Manager Lauren Prieur, P.E. Director, Transportation and Public Worl<s Department Prepared for The City of Fort Worth TRANSPORTATION AND PUBLIC WORKS 2025 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX �' ��\ ��F � �,b,��Z,,...... TF,�,�� � .. . 1 r • '•• �i' * . •. � . � • : �► i � ..:• ; � ......................:.,�. - ZELALEIIA q AREGA. , .......................... . . . ' :. , _ ;. 124011 ,.�. : � . �►�'••��CENgE� .•.•4<�. •.........• �� 1� ���`ONALEN�_'... � : ��.,. � -. �. � � � I � ���� ��� ����0 � � - Cit of FortWorth Y Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 00 OS 10 Mayor and Council Communication 8A-A3-�� ^ a� 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest Statement 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder nn nc i i u;aao,-� n,-o,,,,.,i;�;,..,�;,,�� �r I nn�z I nn�� � 00 45 26 � 00 45 41 � 00 52 43 � 00 61 13 � 00 61 14 � 00 61 19 � 00 61 25 � 00 72 00 � 00 73 00 Dr��u��lf;,.,,r;,,.�, c�„�o.v,o,-.� n,.o,,,,.,i;�;,..,.;,,., n��i:,..,�;,,r Contractor Compliance with Workers' Compensation Law Small Business Goal Agreement Performance Bond Payment Bond Maintenance Bond Certificate of Insurance General Conditions Supplementary Conditions Division O1- 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 Ol 33 00 Submittals Ol 35 13 Special Project Procedures O1 45 23 Testing and Inspection Services O1 50 00 Temparary Facilities and Controls O1 55 26 Street Use Permit and Modifications to Traffic Control O1 57 13 Storm Water Pollution Prevention Plan O1 58 13 Temporary Project Signage O1 60 00 Product Requirements O1 66 00 Product Storage and Handling Requirements Ol 70 00 Mobilization and Remobilization Ol 71 23 Construction Staking and Survey Ol 74 23 Cleaning O1 77 19 Closeout Requirements O1 78 23 Operation and Maintenance Data O1 78 39 Project Record Documents Last Revised 07/O 1 /2011 n� in�n 02/08/2024 09/O1/2025 02/24/2020 09/19/2025 09/30/2021 09/30/2021 09/30/2021 n4 ii�i��r (1(] /Zvmv�7rrvrr ntiii� ��� 07/O l /2011 9/O 1 /2025 9/19/2025 12/08/2023 12/08/2023 9/19/2025 07/O 1 /2011 09/O 1/2025 9/ 19/2025 Last Revised 12/20/2012 07/O l/2011 9/19/2025 09/O 1/2025 07/O 1/2011 10/06/2023 07/O 1 /2011 12/20/2012 03/11/2022 03/09/2020 09/ 19/2025 03/22/2021 07/O 1/2011 07/O 1/2011 03/09/2020 07/O 1 /2011 11 /22/2016 02/14/2018 07/0 U2011 03/22/2021 12/20/2012 07/O 1/2011 CITY OF FORT WORTH 2O26 CONCRE"fG RLSTORATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106176 Revised Septembcr 19, 2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 32 - Exterior Improvements � 32 13 20 Concrete Sidewalks, Driveways and Barricr Frec Ramps � 32 13 73 Concrete Paving Joint Sealants Division 34 - Transportation � 34 71 13 � Traffic Control 99 99 00 ADDITIONAL SPECIFICATIONS 247 TxDOT Specification — Flexible Base 250 TxDOT Speci�cation — Geogrid Base Reinforcement 360 TxDOT Speci�cation — Concrete Pavement 361 TxDOT Specification — Repair of Concrete Pavement 529 TxDOT Specification — Concrete Curb, Gutter Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: http://fortworthtexas.�ov/tpw/contractors/ or httqs:Uapps.fortworthtexas.�ov/Proi ectResources/ Division 02 - Existin� Conditions Im�� coio,.�:.,o c:�o r�o..,,,i:�;,.� I0� 'I 1 1'I T T.;i;�., v,....,.. „i i n i.,,�a,.�,..,,�� � 02 41 15 Paving Removal Division 03 - Concrete � 03 30 00 Cast-In-Place Concrete In��� r�„��.-,.iioa r,..r e�..o�,.�i, rR„�o..;.,i i�r era� In��o r�„r,.,-o�o u,.�o ra.,�o.-;,,i �,-'r..o�,.i, no�,.;,- � 03 80 00 Modifications to Existing Concrete Structures Division 26 - Electrical � ���o �.xP'�� �l'�c�alt� � � �i,,,....;,.,,i I�ti�o r�o,,.,,i:�:,,� � ,. �io„�,.:,,.,i e..��o,,.� I�� D.,,.o.� ., .�,7 R,,.�o� 4:.,- Rlo,.�.-;,..,1 C�.�ro,�.� I 7��� Ti.��o�-.��-l..�v� 4 n�.-T.�o�.4w.+n� C�.n+ow�n �d Juo�✓a� I���-T � I''��o Eoi2��i2i�,,.:,.�� ra„i�; r.,,,,. r,,,ra,,;� Division 31 - Earthwork 31 00 00 Site Clearing 31 23 16 Unclassified Excavation � i�� � � ,�o �n2'��1-,r����s 31 25 00 Erosion and Sediment Control � ,�o �ie� � ,�o � Last Revised n� ii�z ,���� 02/02/2016 06/13/2025 n� in�� i � i��� 12/20/2012 . � � � � � . . � ffi: �: 03/22/2021 O 1 /28/2013 n i i��� n i i��� 04/29/2021 ,���� i�i�� CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106176 Revised Septembcr 19, 2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 Division 32 - Exterior Improvements �� ni i � no,..�,,,�o�� n �-v-rrT �crJ�ill�it��`ii '�� I ���-�v-iTv �',Zj�l`�l?t �I.,;,.,.m�p�;r I�'��-�v-iz� (''.,,-.,.,-o�o D.,..:,�,.. D o,-..,;,- � �'���� T71o.,;L.lo R.,�o !''..,,«�o� ILi 11 �n .TJi�� 1.�..4.�.a U.��.� (`..,,.-�...� � � 11 ✓� E0�9�i�i Z'f�,,.,.,7 �„�„ r,.,,,-�„� I27�T T; ,;,7 T.-,,.,�,,,1 c,�;l c�..l.;l;.�,,.- � �''�o �^l�j�lalt I�-Tirig I27�� A�,.1,.,14 D,,..:,,,. f',-.,,.1� Co.,l.,..�� � �, 1� 1� EOi�,'1"0� �;:i-H� � ���-�-iv EOi�.'1r0�: �lao.r „nr� r�..;.,o.:,.,.,� „�,a u.,,...;o,. �,.00 �Y�TY�S I���� r„r,.,-o�o n.,.,:r,. r,,;rt ��aJla.:t� � 32 14 16 Brick Unit Paving � ���� r„r,.,-o+o r,,,-�. .,�a riatto�,�'n�a� ��„�� .,�� � 32 17 23 Pavement Markings � 32 17 25 Curb Address Painting I���� r��,,:� �o�„e� „�a r.,+o� I'2'1�0 �xT;.-o Ra.�,.o� ..,�l1 (`_..�o� I'� �% 7(l �xT,.,..7 �o,�,.o., .,.�l1 !`_.,�o� I�� 1� r�„�+ ;� ni,,,.o �„�,...o�o no�,,:�;r,� �x�.,ii� I� 91 ln. -r,.��,.;i ni,,,.o,,.cnt�°� Pinicl2ii2,. „�n,..,,a..,,,., n;nt�+ ,.�..,,,.,., I���� c^� � �'��-�i iT T. 1. C ,7:.�,. �s 1at� I���� ���rv� �� \xr,ia��.. ,.r �,,,,a;�,. � � 9' 'I� TrOoe�'1C� Fiti�.i'ul:G Division 33 - Utilities I���o co..,o,. .,�a rR.,�t,,.�o -ro��;�,. ����r r��„�oa .�;,.,.,,;� To,o. ; � ���Tm T���o,.�;on Eani�:�;�e� � z��� r�i„�oa �;,.,.,,:� -roio. ; � i�r�-r��� r���o,.iY1"1 �tGrYY1 ��27 � ���o �°�c� ���ins o��r�'i�.. �o...o,- c.,��o,r� I��Tsvrrnv T,.:.�,� R,,,,a;,-,,. .,,-.,7 Rlo,.r,-;,..,1 T�,.1.,+:,,,-. �� nn i i ��,-,-��;�r ���.,- � �r ol To� Ft�ti�s I22�i AiT.,..,.,,�:,,.ti. A,�.,.,1,. (`.,�L.,.,a:,. D.-,.�,.,.+;,�,�. C�.�+,,,�. I���v 1 �iYL'�/�QY�, �x7.,a,.,- C�,,,-.,:,.,,� I���v �O��liY'l� �:� A,.,,o..�„�,.o rro��:�,. „�'�x�.,�o.. na,,;�� I�g rio.,,,;r,. „�n:�o� I ���o rT.:�:�., -r,.o�„�. �..,..,. .,�:c�°� �'n�tia,�V,,o�� ra �.,,,�.�;» u „ � � � ��i �A��.z �.irrl��� I���� �,-,,,,,o r,,.,o...,ra r_,-„ao n;,,,.� 33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade I���o r���,.,-„�„�xT„�,,,-��.,,,,�� � 33 OS 17 Concrete Collars � � ��� �� I2 2�= T,,,.,.,,1 T;,.,,,- Dl „+„ I2'2�v�ii C��ool !''.,�:.-.,. D;,.o � � ��� It,Z� Tur•��lii2g 1'�/��z i�/��i n�ii�� 1 '� /'�zzr�m�co iz 1 '� /'�zzr�m�co iz ntiii�z n o i��� �in�i�m� vrv�-r-z� � 1 �/��z n�ii�� i�m�z i � i��� 12/20/2012 � 7 �nr�rvmvzz 06/10/2022 11 /04/2013 i � i��� 1 '1 /7�z 1 '� /'�zzi-�m�cv iz n� in� n� ii�n� n c n�� ncii�� i n in�� ,���� �. � � . � .• � . � � � . � � � �� � � � �_ � . � ._ � . , . .�.�� 03/11/2022 i�i�� 03/11/2022 , � i��ni�n,,i 1 ^f /^f�z 1 '� /'�zzi-�m�cv iz ,���� CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106176 Revised Septembcr 19, 2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 I � ��� � �� I� ��-v�-�v I� ��- rTv7 � � ��� I�2 11 11 � � 11 1� �✓�111� �?i�lll'I � � ��-'�o I'� 1 '1 1 1 � � �� �-iz tnv I�»� I � ��7 � � ��o � � ��o I � ��o I2 ��-'�i vo � ✓� � 1 ��.- I ✓ ✓. 1 ? I'�2 21 � � � ��o �? ?� � � �? 3'. �? I �� Z� � I � ��nv I � ��v � � ���v I � ��nv � � ��v I � ��v I� ��nv � � ��Tnv � �� � 1 1 1 � ✓� � 1 1:.' � ✓� �1 1� I� ��nv I3J--3--4-6--8� I� ��--�v-vi I� ��-rr�v I� ��-�iv I� �� ��nv In��a?l�ti.^~ ^�nQr Pi�o in ��o� Tur��l rrn�"� TTr;I;�., T�.,,-l�o.-�/T ,,,..,�,.,-� T ,.,.,,�+' „vr"r"vf �1L11Y:.. T T�:1.� �„i�� �.T„�� �,a r_„�i�o� > >� Tl,,..�;lo T,-.,., D:,-.o ll,,,.�;lo T,-,»� F:��:,�,.� n„i.,. :.,i r�i,,..;ao invr� n,.o��,,..o n;�o ��o�,�ro Pr�, �'�od, Ft���zl�dcr T;�e �� P�.��d F�t��s �xT.,�o« Co«.,;,,o� 1 ;,.,,1. +!. '1 , „l. T ., o �xT�ro,- T Ro�o,-� �RO1L�:�ti J: .o,� r_„�o ��„i.,o n �x��z� n n„t.t.o,. eo„�oa �,,..o,.�., ��„i�,o� r�,.��o,.�;,,� �„ �..;��:�,. �zT„�a.. r�r,,;�� r'�':iU.:�r✓.,.,, n:.. ��„i. o n ��o,,.i.i;o� � r n„�„t,io �x�.,�o.- c.,��o.,.� �;,-o� ��r E���;�� �� C`�.,,�,1..,-,l �1,�... ,��F[7.,1�,,. A � .�.l.l., �'',,,-,,,7 :.�. Dl.,,.,. D;.-.,, (!''TDDI �;1.0..,.1.,..� Do:,,F ..,.oa D:,,.e � ,.!`_,.,,.,;r�, C�.,.,;r,,,«. Co..,o..., u:,.i, r�or�;�., n„i..o�i,.,ioro (�'�DL') L1p�� �Earitz�';�€�€� n„i�,.,;�.,i r�i.i,,,.;a„ in���� r.,.,;��, c„�:..,,R, ee.r,o,. n:,.o � c.,.,.'��r'�Y �lY �Y�11g c „ ,'��airi :al � �Y�t,'� �� C`.,..;�.,,-�, C,..�,,,.- C`,,,-.,;,.,. !`,.,�.,�.,,,.�;,.,�.� ..,�.,1 C`,.,-. ;„ T: E02Y"�'✓'1 Y���"xriii v�cc�r`v"��micca�vc vc'cr i vrcc ic�rFcm$ !'',.�+ :., Dl,,,.o !'',,,.,.«o�o T�.,..b.,,lo� D,-o...,�� !''.»....-o�o TR.,,.L..,le� L':l.o,-,.1.,�.� AR.,,�l.,.lo., �x�„��o..,.,�o,. n,.,,o�� ��.`.�Y'fZ�cil �� T; � 4:,,- C'.,,-.;r.,,-.. Co...o,- C'r,-,,,.�,,.-o� Do:.�,� ,-..o.a !''.,,�,...-o�o C'+.,,-,v. C`o,..o.- D:,�.o/!`„l.,o,-�� i7:,.1. Tlo,-.�;�., D„1..o�L.�,lo,-.o �1-I�P�� P1F,�VtutC;�k:`:S �`�'�.`1::� �V D,,;..� ,-,.,,,7 D,�1..,,+L...1,.,-.,. (CDP�� �r� D„1.,,�.,-,�,....1,.,�.,, D;,�.,, F ,- C+L�'4:iY �'i�:l1:Y t����il� ci„�.oa c� rnvrcccroi�:l'4S �1\71.56 T,- ,.1, ll,- C—�1' il1 P.l��o T�T.,..l,,.lo� .,,.,a T,,,.,.�:,.,. �,..,o� �a� �� TJ. �� ,��� �`°�::�..e uo.,a.:,,,ii� ,.ra �xT:�,..:,,,ii� .. � � � � � � � �� � �� � � �. �• � . . � . , � . � � � � �_ � �. � . � �_ � . � � � � . . � � • � � � � � .. � . �. �. � � � � . � � �i � � � . ' � i . � � � �i � � � � � � � � � _ � � � � � � � � � � . � . � . . � Division 34 - Transportation I�n�o -r,-„��;,. �;,.�,,,� � � n n�� �ttr�C�i�e�*�nt�e�e�' C—a�i�e� I�n ni imm � ii c� �r�r�moa rri�r`t6�rii2i�� Eva�6a0i'apeEi�i6&�i6n � 2 � ��rrrivnv-�✓ r�rt�C�3E'li � i�hzt'l�'2-vpeC�iG&�i6a I2 n�T To.�,,.,,,..,,.�, T,..,#; 0 F/CY�� � � � � � � � CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106176 Revised Septembcr 19, 2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 I?/I 11 1� no..,,,.,;�,. -r,.,,��:,, c:,.�,.i� � �4--41 �9 ��' Llu�il�at;,», n ��o�,,�.i;o� � �� ��� �orra? �:J A��� �.�i�nrr:�i:as �n n i �n m �..00..,.,�, r�r� n,..,,�..,.,�, r �� �a�1ii�<�r2� I� n n� ��J �c� ��tilal. TT'� R�y T 7alsi�i.: � � � ��nv ��U1b�'5�12:4 �1 g�S I�n�o c;r,.io r�„ao �;i.o,. n�+:,. r.,t,io � �n�� rr,-„�f;,. n,.�..-,.i Appendix ��TTO' ����.l�l►i.'.it,, „�� GG4.02 Subsurface and Physical Conditions FE-4.✓1 T,�d�b,.,, ra �,,,.;�;.:o� Fi�-4�� L�c-a�axz ��.•�ir„� o�.,,i r�ra;�;,,� „� c;+o GC-6.06.D Small Business Utilization Form GC-6.07 Wage Rates 6�-�'J9 P,,...,;.� „�a T1.;�:.;o� FE-�.''I I�r�dia�riminat� GN-0.0 General Notes GP-0.0 Project Location and Exhibit GS-0.0 Standard Construction Details END OF SECTION n� ii�� , � ��-�� n�iio c�� n�ii� n�ii�� ii/i�� m i�o ti�� nz i�o ��T CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106176 Revised Septembcr 19, 2025 1/21/26, 11:15AM CITY COUNCIL AGENDA Create New From This M&C DATE: 1/13/2026 REFERENCE **M&C 26- NO.: 0041 To F�RT �r'�'URTH -��- 202026 CONCRETE RESTORATION CONTRACT 2 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 2 and CD 9) Authorize Execution of a Contract with R&A Legacy Construction LLC, in the Amount of $2,279,449.16 for the 2026 Concrete Restoration Contract 2 Project at Various Locations RECOMMENDATION: It is recommended that the City Council authorize execution of a contract with R&A Legacy Construction LLC, in the amount of $2,279,449.16 for the 2026 Concrete Restoration Contract 2 project at various locations (City Project No. 106176). DISCUSSION: In the Fiscal Year 2026 PayGo Contract Street Maintenance Program, various types of street maintenance projects are grouped into specific contract packages. The recommended construction contract outlined in this Mayor and Council Communication (M&C) will provide for the reconstruction of failing concrete pavement on the street sections below under the 2026 Concrete Restoration Contract 2 project (City Project No. 106176). Street North Main Street From Pavement Change (100 feet south of Aviation Rd) North Main Street Northeast 14th Street East Belknap Street Pavement Change (150 feet east of North Pecan Street) East Belknap Street East Weatherford Street Start of Bridge Pavement Change (50 feet east of North Pecan Street) 1,447 feet south of Northeast Loop 820 Freeway Northwest 24th Street End of Bridge Pavement Change (100 feet west of North Nichols Street) Start of Bridge M&C Review LOG NAME: Council District 2 2 9 9 9 East Weatherford Pavement Change (120 9 Street End of Bridge feet west of North Nichols Street) This project was advertised for bid on September 24, 2025, and October 1, 2025, in the Fort Worth Star-Telegram. On October 23, 2025, the following bids were received: Bidders R&A Legacy Construction LLC Amount $2,279,449.16 Comment 240 Calendar Days � � apps. cfwnet.org/cou nci I_packet/mc_review.asp?I D=34084&cou ncildate=1 /13/2026 1/3 1/21/26, 11:15AM I Tejas Cutters, LLC $2,553,151.78 Vernara LLC $2,621,350.00 Alderink Enterprises, Inc. dba $2,707,294.50 CI Pavement HQS Construction LLC $2,737,115.00 Capco Concrete Structures, $2,839,490.00 LLC FNH Construction, LLC $3,294,140.00 Roy Jorgensen Associates, $4,740,400.00 Inc. M&C Review In addition to the contract amount, $351,351.84 is required for project management, material testing, and inspection, and $159,561.00 is provided for project contingencies. Funding is budgeted in the General Capital Projects Fund for the Transportation and Public Works Department for the purpose of funding the 2026 Concrete Restoration Contract 2 project. Construction for this project is expected to start in February 2026 and be completed by October 2026. Upon completion of the project, there will be no anticipated impact on the General Fund operating budget. Small Business (SB) GOAL — R&A Legacy Construction LLC has met the City's small business goal. R&A Legacy Construction LLC is a small business contractor and will self-perform the work. This project is located in COUNCIL DISTRICTS 2 and 9. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the General Capital Projects Fund for the 2026 Concrete Restoration Con2 project to support the approval of the above recommendation and award of the contract. Prior to any expenditure being incurred, the Transportation and Public Works Department has the responsibility to validate the availability of funds. TO Fund Department Account Project Program Activity Budget ID ID Year FROM Fund Department Account Project ID ID Submitted for City Manaqer's Office bv:, Originating Department Head: Additional Information Contact: ATTACHMENTS Program Activity Budget Year Reference # (Chartfield 2) Reference # (Chartfield 2) Jesica McEachern (5804) Lauren Prieur (6035) Monty Hall (8662) 202026 CONCRETE RESTORATION CONTRACT 2 FundsAvail.docx (CFW Internal) FID Table 2026 CONCRETE RESTORATION CONTRACT 2.xlsx (CFW Internal) Amount Amount apps. cfwnet.org/cou nci I_packet/mc_review.asp?I D=34084&cou ncildate=1 /13/2026 2/3 1/21/26, 11:15AM Form 1295 R&A Legacy_.pdf (CFW Internal) M&C Man CPN106176.pdf (Public) M&C Review apps. cfwnet.org/cou nci I_packet/mc_review.asp?I D=34084&cou ncildate=1 /13/2026 3/3 00 11 13 1NVITATION TO BIDDERS Page I of 2 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of 2026 CONCRETE RESTORATION CONTRACT 2, City project No. 106176 will be received by the City of Fort Worth via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project unti12:00 P.M. CST, Thursday, October 23, 2025. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST in the City Council Chambers. Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https://fortworthtexas.bonfirehub. com/portal/?tab=openOpportunities Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non-responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Boniire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. SUPPORT For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.conl/hc/en- us Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. To get started with Bon�re, watch this five-minute training video: CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. L06176 Revised 2/08/24 00 11 13 1NVITATION TO BIDDERS Page 2 of 2 Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: 6,000 SY 9" Concrete Pavement, JRCP 7,500 SY 8" Concrete Pavement, JRCP 1,000 SY 7" Concrete Pavement, JRCP 1,300 CY Flex Base 5,500 SY Geogrid 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=obcnOpportunitics, under the respective Proj ect. PREBID CONFERENCE — Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: Tuesday, October 7, 2025 TIME: 9.00 A.M. Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. ADVERTISEMENT DATES September 24, 2025 October 1, 2025 END OF SECTION CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. L06176 Revised 2/08/24 00 21 13 1NSTRUCTIONS TO BIDDERS Page 1 of 8 SECTION 00 21 13 1NSTRUCTIONS TO BIDDERS 1. De�ined Terms 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibiliry 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 a�ailable do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. OMITTED 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: 41.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and ofiicially promulgated addenda thereto, shall be binding upon the City. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 106176 Revised/Updated September 1, 2025 00 21 13 1NSTRUCTIONS TO BIDDERS Page 2 of 8 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. 41.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. OMITTED 4.1.5. Shall study a1L• (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.6. Is advised that the Contract Documents on file with the City sha11 constitute a11 of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.7. Should perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.l .8. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima-facie evidence that the Bidder has made the investigations, examinations and tests herein required. 4.1.9. Sha11 promptly notify City of a11 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 fuliillment of the intent of the Contract Documents. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 106176 Revised/Updated September 1, 2025 00 21 13 1NSTRUCTIONS TO BIDDERS Page 3 of 8 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 the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or informati on. 4.2.4. Standard insurance requirements, coverages and limits. 43. 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 Ciry written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Condirions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 106176 Revised/Updated September 1, 2025 00 21 13 1NSTRUCTIONS TO BIDDERS Page 4 of 8 5. L The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right- of-way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning ar intent of the Bidding Documents are to be directed to City electrically through the Vendar Discussions section under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or before 2 p.m., the Monday 10 days prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by Ciry 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 clari�cations will be without legal effect. 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications shall be posted under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub. com/portal/?tab=openOpportunities 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 106176 Revised/Updated September 1, 2025 00 21 13 1NSTRUCTIONS TO BIDDERS Page 5 of 8 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is indicated or speciiied 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 Ciry, 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 accordance with the City's Small Business Ordinance No. 27832-08-25, the City has established a goal for the participation of small businesses for City contracts $100,000 or greater. See Section 00 45 41 for the Project Goal and additional requirements. Failure to comply may render the Bidder non- responsive. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12. L The Bid Form is included with the Bidding Documents. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 106176 Revised/Updated September 1, 2025 00 21 13 1NSTRUCTIONS TO BIDDERS Page 6 of 8 12.2. All blanks on the Bid Form must be completed and the Bid Form signed electronically or signed in ink and scan. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. 12.7. 12.8. 12.9. Bids by individuals shall show the Bidder's name and ofiicial address. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the j oint venture shall be shown. All names shall be typed or printed in ink below the signature. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of whicl► shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal https://fortworthtexas.bonfirehub. com/portal/?tab=openOpportunities. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 106176 Revised/Updated September 1, 2025 00 21 13 1NSTRUCTIONS TO BIDDERS Page 7 of 8 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days ar the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security priar to that date. 17. Evaluation of Bids and Award of Contract 17.1. Ciry reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against Ciry, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, Ciry may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Wark 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 responsibiliry, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor sha11 perform with his own organization, work of a value not less than 35°/o of the value embraced on the Contract, unless otherwise approved by the City. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 106176 Revised/Updated September 1, 2025 00 21 13 1NSTRUCTIONS TO BIDDERS Page 8 of 8 17.5 f�l�'� If the Contract is to be awarded, it wi11 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. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7. L The contractor is required to fill out and sign the Certi�icate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 106176 Revised/Updated September 1, 2025 00 35 13 CONFLICT OF INTEf2EST STATEMENS Page 1 of 8 SECTION 00 3513 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or cerkify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one ar more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Loca{ Government Officer Conflicts Disclosure Statement (C{S} may be required. 2000 You are urged to consult with counsel regs 500 Government Code Chapter 176 to your co 3 The referenced forms may be downloaded from the links provided below. Form ClQ (Conflict of Interest Questionnairel (state.tx.usl https://www.ethics.state.tx.us(data/forms/conflictlCl S.pdf � CIQ Form does not apply ❑ CIQ �orm is on file with City Secretary ❑ ClQ Form is being provided to the City Secretary ❑ ClS Farm does not apply ❑ CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER•���f �/��ul/�� L.(„G , ��� �/� ..�Iru� �{��� /�lUc.c,�r�L ay.�� Signature: ��� i�'� � Tltle:1��� ��' ll��`-, � END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTIQN SPECIFICATION DOCUMENTS 2026 CONCRETE RESTORATION CONTRACT 2, 106176 Revised February 24, 2020 00 41 00 Bid Proposal Workbook (1) 00 41 00 BID FORM Page 2 of 8 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: City Project No. Units/Sections: 2026 CONCRETE RESTORATION CONTRACT 2 106176 Concrete Paving 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisClosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: - a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence tha action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2026 CONCRETE RESTORATION CONTRACT 2, 1os17s ReYISEd 9/30/2021 00 41 00 Bid Proposal Workbook (1) 00 41 00 BID FORM Page 3 of 8 property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. NOT APPLICABLE b. - c. - d. - e. - f. - 9.- h. - 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 240 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 42. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. Small Business Forms (required at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2026 CONCRETE RESTORATION CONTRACT 2, 106176 Revised 9/30/2021 00 41 00 Bid Proposal Workbook (1) 00 41 00 BID FORM Page 4 of 8 6.1. Bidder will compiete the Work in accordance with the Contract Documents for the folfowing bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by #he City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification andlor modification by multiplying the unit bid prices for each pay item by the respective esfimated quantities shown in this proposal and then totaling alf of the e�ended amounts. 6.3. Total Bid a.�a, ��'� ��• � v 7. Bid Submittal This Bid is submifted on ? �i����,� by fhe entity named befow. �� L���'��'�����GGL Respectfully submitted, BY ///.G�cEi�i G���i4�������� (Signature) (Printed Name) �!� �c•�vc -r�ti�: �;?�' ' !��� ��� i f�'C.,� � Company: � �� 7 � Address:13�,UGjI(,� ��jj�j,� � `" E</ �vr„ State of Incorporation:���s Emai1:�,,14'��l�CGbrl���'(�i�� L�C����t��C;G7M� Phone: �[ � ._ � g�. -�S 3 � END OF SEC7lON Receipt is acknowledged of the following Addenda: Addendum No. 1: Addendum iVo. 2: �Addendum Rto. 3: �Addendum No. 4: � � Corporate Seal: Initial ' -- CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION pOCUMENTS 2026 CONCRETE RESTORATION CONTRACT 2, 106776 ReVised 9f30l2021 00 41 00 Bid Proposal Workbook (1) SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Project Item Information Unit 1 - Bidlist Item No. 1 2 3 4 5 Description 3471.0001 Traffic Control 3471.0002 Portable Message Sign 0241.0401 Remove Concrete Drive 3213.0401 8" Concrete Driveway 0241.0100 Remove Sidewalk Specification Section No. 34 71 13 34 71 13 02 41 13 02 41 13 02 41 13 Bidder's Application Bidder's Proposal Unit of Bid Quantity Unit Price Measure MO 8 $2,000.00 WK 34 $500.00 SF 500 $3.00 SF 500 $12.00 SF 5,000 $3.00 6 3213.0301 4" Conc Sidewalk 32 13 20 SF 7 9999.0001 Remove and Replace Conc Curb TxDOT Spec 529 LF g 9999.0002 Remove and Replace 9" Conc TxDOT Spec 361 Pvmt, JRCP g 9999.0003 Remove and Replace 8" Conc TxDOT Spec 361 Pvmt,JRCP 10 9999.0004 Remove and Replace 7" Conc TxDOT Spec 361 Pvmt,JRCP ll 9999.0005 Remove and Replace 9" Conc TxDOT Spec 361 Pvmt, JRCP HES (24 hr. 3200 psi) 12 9999.0006 Remove and Replace 8" Conc TxDOT Spec 361 Pvmt, JRCP HES (24 hr. 3200 psi) 13 9999.0007 Remove and Replace 7" Conc TxDOT Spec 361 Pvmt, JRCP HES (24 hr. 3200 psi) 14 9999.0008 Flex Base, Type A, GR 1-2 TxDOT Spec 247 15 3292.0100 Block Sod Placement 32 92 13 16 3291.0100 Topsoil 32 91 19 17 3213.0700 Joint Sealant 32 13 73 18 9999.1000 Miscellaneous Utility 99 99 00 Adjustment (Irrigation) 19 9999.0001 Geogrid Base Reinforcement TxDOT Spec 250 20 3305.0107 Manhole Adjustment, Minor 33 OS 14 21 3217.2103 REFL Raised Marker TY II-A-A 32 17 23 22 3217.2104 REFL Raised Marker TY II-C-R 32 17 23 23 3217.1002 Lane L,egend Arrow 32 17 23 24 3217.1004 Lane L,egend Only 32 ll 23 SY SY SY SY SY SY CY SY CY LF LS SY EA EA EA EA EA 5,000 300 6,000 7,500 1,000 1,000 1,000 1,000 1,300 500 200 2,000 1 5,500 10 300 300 6 6 $8.00 $45.00 $100.00 $95.00 $70.00 $90.00 $87.00 $70.00 $65.00 $10.00 $50.00 $3.00 $50,000.00 $5.00 $300.00 $8.00 $8.00 $280.65 $379.21 Bid Value $16,000.00 $17,000.00 $1,500.00 $6,000.00 $15,000.00 $40,000.00 $13,500.00 $600,000.00 $712,500.00 $70,000.00 $90,000.00 $87,000.00 $70,000.00 $84,500.00 $5,000.00 $10,000.00 $6,000.00 $50,000.00 $27,500.00 $3,000.00 $2,400.00 $2,400.00 $1,683.90 $2,275.26 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 3217.0101 6" SLD Pvmt Marking HAS (W) 3217.0102 6" SLD Pvmt Marking HAS (Y) 3217.0103 6" BRK Pvmt Marking HAS �W) 3217.0201 8" SLD Pvmt Marking HAS (W) 3217.0202 8" SLD Pvmt Marking HAS (Y) 3217.0401 18" SLD Pvmt Marking HAE �W) 3217.0501 24" SLD Pvmt Marking HAE Cw) 3217.0502 Preformed Thermoplastic Contrast Markings - 24" Crosswalk 0241.0300 Remove ADA Ramp 3213.0506 Barrier Free Ramp, Type P-1 3213.0501 Barrier Free Ramp, Type R-1 3213.0504 Barrier Free Ramp, Type M-2 3217.5001 Curb Address Painting 0241.1200 Remove Brick Pvmt 3214.0100 Brick Pvmt 3212.0401 HMAC Transition 3123.0101 Unclassified Excavation 9999.1003 Paving Construction Allowance 32 17 23 32 17 23 32 17 23 32 17 23 32 17 23 32 17 23 32 17 23 32 17 23 32 13 20 32 13 20 32 13 20 32 13 20 32 17 25 02 41 15 32 14 16 32 O 1 17 31 23 16 99 99 00 END OF SECTION LF LF LF LF LF LF LF LF EA EA EA EA EA SY SY TN CY EA 1,000 1,000 500 500 500 500 1,000 150 3 1 1 1 4 ]00 100 30 1,300 1 $3.98 $3.98 $3.00 $5.04 $5.04 $11.23 $14.97 $18.70 $500.00 $2,000.00 $2,000.00 $2,000.00 $200.00 $100.00 $100.00 $500.00 $50.00 $200,000.00 Total Bid $3,980.00 $3,980.00 $1,500.00 $2,520.00 $2,520.00 $5,615.00 $14,970.00 $2,805.00 $1,500.00 $2,000.00 $2,000.00 $2,000.00 $800.00 $10,000.00 $10,000.00 $15,000.00 $65,000.00 $200,000.00 $2,279,449.16 00 43 13 BID BOND Page 6 of B SECTION 00 43 43 BID BOND KNOW ALL BY THESE PRESENTS: Thaf we, R&A Legacy Construction LLC, 1309 Glasgow Rd, Fort Worth, 7X 76134 , known as "Bldder" herein and NGM Insurance Company, 55 Wesi Street, Keene, NH d3431 a carporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the Gity of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (5%) of Bidder's maximum bid price, in lawful money of the tlnited States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severaily, firmty by these presents. 500 WHEREAS, the Principal has submitted a bid or proposaf to pertorm Work for the following project designated as 2026 CONCRETE RESTORATION CONTRACT 2 NOW, THEREFORE, the condition of this obligation is such that if the City shaU award the Contract for the foregoing project to the Principal, and the Principal shatl safisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become nuil and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the 'Principal and/or Surety, not to exceed the penalty hereof, and shali be used to compensate City for the difference between Principal's totai bid amount and the next selected bidder's totai bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue sha{I lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. � IN WITNESS WFIEREOF, the Principal.and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 20th day of OCtober , 2025. PRINCIPAL: R&A Leqacv Construction LLC A ST: � itness as to Principa- I\ CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIflGATION DOGUMENTS Revised 9l30/2021 BY: �� '�'zi���,✓���C���CG�% S�gnature ���.-��� �l"���7 �I���e G�le������� Name and Title 2026 CONCRETE RrS70RATI0N CONTRACT 2,106176 00 41 00 �Id f'fopOsal Worktiook (1) 00 43 13 k31D 90ND Page 7 ot S �.�.-' ,iG"L� Witness as to Surety Attach Power of Attorney (Surety) for Attorney-in-Fact Address: 1309 Glasgow Rd Fort Worth, TX 76134 SURETY� NGM Insurance Company _ - 1 � . , � ,.:�. - - BY: _ , � Signature -- , « � - �. Troy Staples, Attorney-in-Fact � ,. -�•� • _ � Name and Title . . ' ' Ada�ess: 55 West Street � 5 Keene. NH 03431 Telephone Number: i904)380-7282 °Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obiigation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. rr�v or- scc�nc�rr Cfi Y OF FORT VJORTH STANUARD CONSTRUCTION SPECIFICATION DOCUMFNTS 2026 CONCRETE RESTORA710N CONTRACT 2. 10Gi76 Revised 9/30/2021 00 41 00 Bid Proposal Workbook (i) State of County of ACKNOWLEDGMEN7 OF PRTNCIPAL (Individual) ) ) 1 On this _ day of in the year , before me personally come(s) _______. �_�_, to me known and known to me to be the person(s) who (is) (are) described in and executed the foregoing instrument and acknowledge(s) to me t�at helshe executed the same. Notary Public State of v___ CounCy of ACKNOWLEDGMENT OF PRINGIPAL (Partn�rship) -- � } ..--- —� On this day of , in the year _, before me personally come(s) ___., a member of the co-partnership of ___________ __ _ to me known and known to me to be the person who is described in and executed the foregoing instrument and acknowledges ta me that he/she executed the same as for tfie act and deed of the said capartnership. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Corporation) State of ___r�!� _ _ _.__ ) County of �'a►�rg1nl ), On this 72�b day of ��%�r , in the year 2�� , before me personally come(s) C���'� �Z ��tl�lGL j� � 12��(� ) , to me known, who, being duly sworn, deposes and says that he/she is the � of the ��/-fr %� � /.�/%��/'ii.�Y'i���r/ c� the corporation described in and w��cuted the foregoing instrument; that he/she knows the seal of the said corporation; the seal affixed to the said instrument is such corporate seai; that it was so a�xed by the order of the Board of Directors of said corooration. and that helshe sianecl his/her name thereto hv like order. � Notary Public ACKNQWLEDGMENT OF SURETY State of Minnesota ) � County of Dakota ) . .:. \����'�u�,,�/ .....,...,. ;� a�p , BENNIE CLAYTON CASTON, lIL .�P ... (/@ i ;�r'' �= Notary Public, State of Texas ��'�,:�.��� Comm. Expires 12-12-2028 �'%;F� '�}`� Notary ID 135202019 rni�"� On this 20th day of October, in the year Z025, before me personally come(s) 7rov Staoles, Attorney(s)-in-Fact of NGM Insurance Comoarni with whom I am personally acquainted, and who, bein� by me duly sworn, says that he/she is (are) the Attomey(s)-in-Fact of N�M Insurance Comoanv company described in and which executed the within instrument; that he/she know(s) the corporate seal of such company; antl that seal affixed to khe within instrument is such corporate seal and that it was affixed by order of the Board Directors of said company, and that he/she signed said instrument as Attorney(s)-in-Fact of the said company by like order. � �'�-=--�:..�....,s..�..�a..��_w � ... � ' �`'" ''� TERESA FAYE BETTGER �--�� s - ;;� -� _ s � Notary Pubtic Notary Public ���:�"�',� Minnesota hiy Commlaalon �xp�es Jen. 31,1030 � �. ,.W .. - �;; „ . � �.. ... -.� . P F � I � °` >� ��.� ST`���T' i � ' 6 "��� ! TM"��`' FOWER OF ATTORNEY �a, v� ` �iI�EE�dCA ; choice; iNsuaa,Nce i KNOW ALL PARTIES BY THESE PRESENTS: That NGM Insurance Company, a Florida corporation having its principal of�ce in the City of Jacksonville, State of Florida, pursuant to Article IV, Section 2 of the By-Laws of said Company, to wit: "Article 1V, Section 2. The board of directors, the president, any vice president, secretary, or the treasurer shall have the power and authority to appoint attorneys-in-fact and to authorize them to execute on behalf of the company and affix the seal of the company thereto, bonds, recognizances, contracts of indemnity or writings obiigatory in the nature of a borid, recognizance or conditional undertaking and to remove any such attorneys-in-fact at any time and revoke the power and authority given to them. " does hereby make, constitute and appoint Zachary Pate, Troy Sta�les, Jennifer Boyles, Nicholas Hochban--------------------- its true and lawful Attorneys-in-fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed, bonds, undertakings, recognizances, contracts of indemnity, or other writings obligatory in nature of a bond subject to the following limitation: 1. No one bond to exceed Twenty Million DoIlars ($20,000,000.00) and to bind NGM Insurance Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of NGM Insurance Company; the acts of said Attorney are hereby ratified and corrfirmed. This power of attorney is signed and sealed by facsimile under and by the authority of the following resolution adopted by the Directors of NGM Insurance Company at a meeting duly called and held on the 2nd day of December 1977, Voted: That the signature of any officer authorized by the By-Laws and the company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, recognizance or other written obligation in the nature thereof; such signature and sea1, when so used being hereby adopted by the company as the original signature of such office and the original seal of the company, to be valid and binding upon the company with the same force and effect as though manually affixed. lN WiTNESS WHEREOF, NGM Insurance Company has caused these presents to be signed by its Secretary and its corporate seai to be hereto affixed this 9th day of October, 2024. �",,���'r'+��°"��, NCrM INSURANCE COMPANY By: ����/ �;� ou �z4�� ;� ;= Tax� �� Lauren K. Powell � � yi•. R.OFltO� a Vice President, Coiporale Secretary ��W,,,,,,,,,�n��°"'� State of Wisconsin, County of Dane. On this 9th day of October, 2024, before the subscriber a Notary Public of State of Wisconsin in and for the County of Dane duly commissioned and qualified, came Lauren K. Powell of NGM Insurance Company, to me personally known to be the officer described herein, and who executed the preceding instrament, and she acknowledged the execution of same, and being by me fully sworn, deposed and said that she is an officer of said Company, aforesaid: that the seal a�xed to the preceding instrument is the corporate seal of said Company, and the said corporate seal and her signature as officer were duly affixed and subscribed to the said instrument by the authority and direetion of the said Company; that Article IV, Seetion 2 of the By-Laws of said Company is now in force. !N WITNESS WHEREOF, I have hereunto set my hand and affixed my o�cial seaf at Madison, Wisconsin this 9th day of October, 2024. ; Qv° r: "^w �f .�.A, ....._ �'p`� r aOiA/pF �: �w� �J f� _._ : �w= ,n M Commission Ex �res Februa 8, 2027 ��' `'e"` _' Y P � F"...F 'p�% , �i � �✓ I, Nathan Hoyi, Assistant Vice President of NGM Insurance Company, do hereby certify that the above �nd fore�oing is a true and correct copy of a Power of Attorney executed by said Company which is still in fuil force and effect. _--> -^; _F IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company at Madison, Wiscoristr.,��tt���s�� r,. � r`� - 2oth day of _ October , 2025 _ ti-r^��' `^.,'���.�'l ,.- w� R� - ��,- ^ � � ,. �_. �� _ � � �'� , f � �� % ^ Nathan Hoyt, Assistant Vice Prrside�t �--'-�� ^^ ` ` ��� ' � �^ , WARNING: Any unauthorized �eproduction or alteration of this document is prohibited. � - n TO CONFIRM VAL1D11'Y of the attached bond please call 1-603-354-5283. ��'; 9_-` � 1 TO SUBMIT A CLA1M: Send all correspondence to 55 West Street, Keene, NH 03431 '�^ :'� :—s--�;:� ,,; � Attn: Bond Claim Dept. or cal l our Bond Claim Dept. at I-603-358-1437. .' ?�" � 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 8 of 8 SECTION 00 43 37 VENDOR COMPLIANCE 70 STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparabfe contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State af , our principa{ place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas.� BIDDER: �y��;��.�� /Z��` /41v����� i , ,! ��� �� (Signature) END OF SECTION Date: �%�1+�� /' !�, J Title: /'vc �Z "'� � �t� CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2026 CONCRETE REST�RATION CONTRACT 2, 106176 Revised 9(30/2021 00 41 00 Bid Proposal Workbook (1) 00 45 26 -1 CONTRACTOR COMPLIANCE WI'TH WORKER'S COMPENSATION LAW Page ] of 1 2 3 4 5 6 7 8 9 10 l� 12 13 14 15 16 �� 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No.106176. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: � ' �- �',�:y�5'���iif�� � � Comp ���,�f��l��I�,J N � Ad` i�ess �>r�����i� �� �_./��/ City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT � �``� By: C�/ �.CczF'/� .��1!� l� ��.%�I %����`�� (Please Print) Signatur �i����— Title: ����'��%l�-�L �� (P�ase Print) `� BEFORE ME, the undersigned authority, on this day personally appeared ��Ne•P� QaN►e.� 14(Va./'� , lrnown to me to be the person whose name is subscribed to the foregoing instrument, an acknowledged to me that he/she executed the same as the act and deed of ���t�� �� �-� for the purposes and consideration therein expresse�d and in the capaciry therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this �' �� a day of aG-�o ds�� , Zo2S. f�'� 1 1 l Notary Public in and for the State of Texas END OF SECTION CITY OF FORT WQRTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 3uly 1, Z01 l ... ., .. . , ,.,�.�..,.. � . , : .. _ _ , . _,� ` ��RY�p��� BC-NNIE CLAYTON CASTON, IiL '_ ;oP' 8�,�_ Notary Public, State ot Texas ;�,:���? Comm. Expires 12-12-2028 : � 9T� . ..�+`. %,,,o����. NOtary ID 135202019 .., ., ,,�.....�,�.,.,�,�„o�...�.,..,�.,,��, „�., .��...�, �.. ,.,�, 2026 CONCRETE RESTORATION CONTRACT 2 CTI'Y PROJECT N0. 106176 00 45 4l - I SMALL BUSINESS ENTERPRISE GOAL Page 1 of 1 SECTION 00 45 41 2 3 4 5 6 7 8 9 10 ii 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 Gy►i/_\�r1:3�1.y1�I�L.Y.YK�7:� APPLICATION OF POLICY If the total dollar value of the contract is $100,000 ar more, the Small Business goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to foster competition, expand the supplier base, and promote and encourage the participation of small business firms in the City's contracting opportunities. SMALL BUSINESS GOAL The City's Small Business goal is 30% of the amount bid (if bid alternates are requested, the goal shall be applied to the total bid amount inclusive of any selected alternates). COMPLIANCE Bidders shall comply with the Small Business Goal by meeting or exceeding the small business goal through self-performance and/or Small Business subcontracting participation. Small businesses are based on SBA definitions and must be located within the five Fort Worth counties: Tarrant, Denton, Wise, Parker and Johnson. Small businesses shall be certified via one of the following certifying agencies: • North Central Texas Regional Certifying Agency (NCTRCA) • Dallas/Fort Worth Minority Supplier Development Council (DFW MSDC) • Women's Business Council — Southwest (WBCS) • Texas Department of Transportation (TxDOT) SUBMITTAL OF REQUIRED DOCUMENTATION The following documents must be submitted with the bid documents at the time of bidding: • Completed Small Business Utilization form • Certificates identifying themselves or subcontractors as Small Businesses FAILURE TO COMPLY WITH THE CITY'S SMALL BUSINESS ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE. END OF SECTION CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 106176 Revised September 1, 2025 00 52 43 - 1 Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on January 13, 2026, is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and R&A Legacy Construction LLC, authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: 2026 CONCRETE RESTORATION CONTRACT 2 CITY PROJECT NUMBER 106176 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of TWO MILLION TWO HUNDRED SEVENTY- NINE THOUSAND, FOUR HUNDRED FORTY-NINE AND 16/100 DOLLARS ($2,279,449.16). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 41 Final Acceptance. The Work shall be complete for Final Acceptance within 240 days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Six Hundred Fifty AND 00/100 Dollars ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX A.The Contract Documents which comprise the entire agreement between City and Contractar concerning the Work consist of the following: CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106176 Revised September 19, 2025 (effective September 1, 2025) 005243-2 Agreement Page 2 of 6 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Tab1e c. Insurance Certification Form (ACORD or equivalent) d. Payment Bond e. Performance Bond £ Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. Small Business Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specificallv intended to operate and be effective even if it is alleged or proven that all or some of the damages bein� sou�ht were caused, in whole or in part, bv anv act, omission or ne�li�ence of the citv. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106176 Revised September 19, 2025 (effective September 1, 2025) 005243-3 Agreement Page 3 of 6 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemni�cation provision is specificallv intended to operate and be effective even if it is alleged or uroven that all or some of the damages being sought were caused, in whole or in part, bv anv act, omission or negli�ence of the citv. Article 7. MISCELLANEOUS 71 Terms. Terms used in this Agreement which are de�ned in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including a11 of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and a11 remaining provisions shall continue to be va1id and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 7.6 7.7 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106176 Revised September 19, 2025 (effective September 1, 2025) 005243-4 Agreement Page 4 of 6 I'�:3 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time-employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certi�ies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106176 Revised September 19, 2025 (effective September 1, 2025) 005243-5 Agreement Page 5 of 6 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation far each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third-Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third-party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on-site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractars or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. 7.14 Small Business Utilization. Contractor shall not make any unjustifred changes to its small business utilization as presented on the Small Business Utilization Form. Contractor's failure to abide by the commitments presented on the form or intentional and/or knowing misrepresentation of material facts regarding small business utilization shall be disallowed from bidding on future City of Fort Worth public works contracts for a period of time of not less than one year. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106176 Revised September 19, 2025 (effective September 1, 2025) 005243-6 Agreement Page 6 of 6 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: R& A Legacy Construction, LLC City of Fort Worth By: �d�.3r�'�1� ���� �� ��:�s �5�; Signature Eduardo roman (Printed Name) Managing member Title 1309 Glasgow Rd Address Fort Worth, Texas 76134 City/State/Zip O1/22/2026 Date By: � ���� � � Jesica McEachern Assistant City Manager 03/01 /2026 Date Attest: a FORtn°�a p ��f0000000, �y9�o O �o Pvo °=a a a� oa� �o a ��, ��� A �� °aa� �ezp544 v Jannette Goodall, City Secretary (Seal) M&C: 26-0041 Date: O1/13/2026 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Ze/Qle� Ar�,ga Zelalem Arega (Jar 22, 202G 13:05:54 GST) (Zelalem Arega) (Engineering Manager) Approved as to Form and Legality: �� Douglas Black (Feb 23. 2026 23:16 25 CST) Douglas W. Black Sr. Assistant City Attorney APPROVAL RECOMMENDED: OFFICIAL RECORD ��-��- Lauren Prieur (Feb 15. 2026 10�A5�49 CST) CITY SECRETARY Lauren Prieur, Director, Transportation and Public Works Department FT. WORTH, TX CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106176 Revised September 19, 2025 (effective September 1, 2025) OOG113-1 PERFORMANCE BOND Page 1 of2 Bond No S-342267 l 2 3 4 S 6 7 8 9 10 11 12 13 14 IS 16 17 18 THE STATE OF TEXAS SECTION QO 6113 PERFORMANCE BOND § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, R&A Legacy Construction LLC, known as "Principal" herein and NGM Insurance Company , a corporate surety(sureties, if more than one) duly authorized to do business in the State of Teacas, known as"Surety" herein (whether one or more), are hald and firmly hound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of, TWO MILLION TVJO HUNDRED SEVENTY-NII�TE THOUSAND, FOUR HUNDRED FORTY-NINE AND lb/100 DOLLARS ($2,279,449.16), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these gresents. WHEREAS, the Principal has entered into a certain written contract with the City awazded the .Li day of Januarv. 2026, which Contract is hsreby referred to and made a part 19 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and 20 other accessories defined by law, in the prosecution of the Work, including any Change Orders, 21 as provided for in said Contract designated as 2026 CONCRETE RESTORATION CONTRACT 22 2. City Project No. 106176. 23 NOi�V, THEREFORE, the condition of this obligation is such that if the said Principal 24 shall faithfully perform it abligations under the Contract and shall in all respects duly and 25 faithfully per£orm the Work, including Change Orders, under the Contract, according to the plans, 2b specifications, 2nd contract documents therein referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City, then this obligation shall be 28 and become null and void, otherwise to remain in full force and effect. 29 30 PROVIDED FURTHER, that if any legal acdon be filed on this Bond, venue shall lie in Tarrant County, Texas or the United 5tates District Court for the Northern District af Texas, Fort 31 Worth Division. C1TY OF FORT WORTH 2O2G CONCRETE RESTORATION CONTRACT 2 STANDARD CONSTRUCTION SPECffICATION DOCUMENI'S CTfY PROJECTNO. ]06176 Revised December 8, 2D23 �OGI 13-2 P�RPORMANCL•BOND 1'age 2 of 2 1 This bond is made and etecutcd in compliance with the pro��isions of Chapter 2253 of the 2 Texas Goverruz�ent Code, as amended, and all liabilities on this bond shall be determined in 3 aecordance with the �rovisions of said statue. 4 5 0 7 8 9 ]0 II 12 l3 14 15 16 17 18 19 20 Z1 22 23 24 25 26 27 28 29 30 37 32 33 34 35 36 37 3$ 39 40 41 42 43 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 28th day of �anuary , 2026 , ATTEST: (Principal) 5ecretary � � Witness s co Pr ncipal �� Witness as to u ty PRINCIPAL: R&A Legacy Construction LLC BY:L��s�i:�r��i�9`'`���� Signature �'��Y��►�l� �'��'�i/��� i�iame and Title Address: 1309 Glasgow R rort Worth. Texas 76134 SURETY: NGM Insurance Company BY: �/ ' . C,, -- . � c" Signature .� - - - _- Troy Staples, Atiorney-in-fact � ` _ � Name and Title - - - � Address: 55 West 5treet V�eene, NH 03431 Telephone Num6er: (904)380-7282 Email Address: NiA *Note; If signed by an officer of the Surety Company, there must be on file a certified extract from the by-]aws showing that this person has authority to sign such obligation. If Surery's physical address is different from its mailing address, both must be provided. Th� dat� o£ th� bond shall not be Prior co the date ikie Contract i5 a�vdided. C1TY OP FOR'1' �L'ORTH 2O26 CONCRGTE RESTORATION CON1'RACT 2 S'fAA'DARD CONSTRUC"I'lON SPLCIF1G1T10N DOCUMENTS C[T1` PROJECT NO. l06176 Rcvised December S, 2023 State of County of AC4ClVOVIJLED�MENT �F PRItVCTP,�L (Individu�l) ) ) 1 On this day of in the year , before me personally come(s) __, to me known and known to me to be the person(s) who (is) (are) described in and executed the foregoing instrvment and acknowledge(s) fio me that he/she executed the same. Notary Public State of County of ACFCNOVI/LEDGh7EIVT OF PRINCIPB�L (Partner�hip) ) ) 1 On this day of , in the year before me personally come(s) , a member of the co-par�ership of to me known and known to me to be Che person who is described in and executed the foregoing instrument and acknowledges to me that he/she executed the same as for the act and deed of the said capartnership. Notary Public ACKN0IPVLEDGMEIVT OF PRItVCIPAL (Corpora�ion} state of ( � �`S ) County of �`�%�r�� 1) �'/ On this ���� day of � in the year ���, before me personally come(s) LG k�p �/Gt/i J(�i�''�GrL � lU�s2fl� , to me known, who, being duly sworn, deposes and says that he/she is the G�l�` jI�/ !�''�� of the •�r �� ���-i�k�n GL/i � the corporation described in and which executed the foregoing instrument; that he/she knows the seal oF the said corpotation; the seal a�xed to the said instrument is such corporate seal; that it was so a�xed by the order of the Board of Directors of said corporation, and that he/she signed his/her name thereto by like order. �"Si ' I ! l Notary Public State of Minnesota ) ) County of Dakota ) . �����Yp4�� BENNIE CLAYTON CASTON, Iil. ACKNOWLEDGMENT C�F SURETY �o�?�• �`'e,; __: �; Notary Publi�, State of Texas :�:�"Q� Comm. Expires 12-12-2�28 %'�'o���i'S ��� Notary ID �352020�9 �` On this 28th day of Januarv, in tlie year 2026, before me personally come(sj Trov Staoles. Altorney(s)-in-Fact of NGM Insurance Companv with whom T am personally acquainted, and who, being by me duly swom, says that he/she is (are) the Attomey(s)-in-Fact of NGM Insurance Companv company described in and �vhich executed the witliin instrument; that he/she know(s) the corporate seal of such company; and that seal aCfixed to the within instiument is such corporate seal and that it was affixed by order of the Board oP Directors of said company, and that he/she signed said instrument as Attorney(s)-in-Fact of the said company by like order. .���Y .c,.� . �.. '. .., ,� ,, /^�� BRIiTNEY ELIZAB[TN ASAR1lNEZ + �"�,''� �-` Notan� �'uhlic � �� _ .. i!; ��� L�:' �.-`='—t�.�,�: Minnesota � 4 ;���� Idy G;mmissicn cxprtzs 01(37.202E �' c�i— ._,- ..r .. ..- -� -..� <,- ..� .. .. v ,.. r �_' 1L�li i� ��/� Notary Public J ������ ST�RE�T � � °�a�. �1111iERiC�► � cr,ai�e� INSURANCE POWER OF ATTORNEY KNOW ALL PARTIES BY THESE PRESENTS: That NGM lnsurance Company, a Florida corporation having its principal office in the City of Jacksonville, State of Florida, pursuant to Article IV, Section 2 of the By-Laws of said Company, to wit: "Article IV, Section 2. The board of directors, the president, any vice president, secretary, or the treasurer shall have the power and authority to appoint attorneys-in-fact and to authorize them to execute on behalf of the company and affix the seal of the campany thereto, bonds, recognizances, contracts of indemnity or writings obligatory in the nature of a bond, recognizance or conditional undertaking and to remove any such attorneys-in-fact at any time and revoke the power and authority given to them. " does hereby make, constitute and appoint �achary Pate, Troy Staples, Jennifer Boyles, Nicholas Hochban-------------------- its true and lawful Attorneys-in-fact, to make, execute, seat and deliver for and on its behalf, and as its act and deed, bonds, undertakings, recognizances, contracts of indemnity, or other writings obligatory in nature of a bond subject to the following limitation: 1. No one bond to exceed Twenty Million Dollars ($20,000,000.04) and to bind NGM Insurance Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of NGM Insurance Company; the acts of said Attorney are hereby ratified and confirmed. This power of attorney is signed and sealed by facsimile under and by the authority of the following resolution adopted by the Directors of NGM Insurance Company at a meeting duly called and held on the 2nd day of December 1977. Voted: That the signature of any officer authorized by the By-Laws and the company sea] may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, recognizance or other written obligation in the nature thereof; such signature and seal, when so used being hereby adopted by the company as the original signature of such office and the original seal of the company, to be valid and binding upon the company with the same force and effect as though manually affixed. {N WITNESS WHEREOF, NGM Insurance Company has caused these presents to be signed by its Secretary and its corporate seal ta be hereto affixed this 9th day of October, 2024. NGM INSURANCE COMPANY By; _ ` �3�*'"""��� � � �l 3� O '(, is'ts i Lauren K. Powell Vice President, Corporate Secretary �°�n State of Wisconsin, County of Dane. On this 9th day of October, 2024, before the subseriber a Notary Public of State of Wisconsin in and for the County of Dane duly commisSioned and qualified, came Lauren K. Powelt of NGM Insurance Company, to me personally known to be the officer described herein, and who executed the preceding instrument, and she acknowledged the execution of same, and being by me fully sworn, deposed and said that she is an officer of said Company, aforesaid: that the seal affixed to the preceding instrument is the corporate seal of said Campany, and the said corporate seal and her signature as officer were duly affixed and subscribed to the said instrument by the authoriry and direction of the said Company; that Article IV, Section 2 of the By-Laws of said Company is now in force. IN WITNESS WHEREOF, I have hereunto set my hand and a�xed my official seal at Madison, Wisconsin this 9th day of Uctober, 2024. �`pY J, ...... ,�/4Q ,�/��A� J � .;'�o'r�,qr•:_ -- �+� w : A : UBL��,;�_ My Commission Expires February 8, 2027 '�:•�op .__ o�b W;SG I, Nathan Hoyt, Assistant Vice President of NGM Insurance Company, do hereby certify that the above and foregoing is a true and cortect copy of a Power of Attorney executed by said Company which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company at Madison, Wisconsin this Z8th day of January , 2026 , ,�� ;., �� �J.� ' ___ ` �` 3 • • �! ' ` �}',ti• v1�23 - Nathan Hoyt, Assistant Vice Presj,,iefi_ �� e_, 4� - _ ��� WARNING: Any unauthorized reproduction or alteration of this dpcument is prohlbited. -- __� `,. ` ..� _ TO CONFIRM VALIDITY of the attached 6ond please call 1-6Q3-3S4S281. -' . � �� .`� TO SUBMIT A CLA1M: Send all cortespondence to 55 West Street, Keene> NH 03431 `�- � Atm: Bond Claim Dept. or call our Bond Claim Dept at 1-603-358-1437. ��i �: _`�` � 00 61 14 -1 PAYMENT BOND Page 1 of2 Bond No 5342267 1 2 3 4 5 6 TI�E STATE OF TEXAS COUNTY OF TARRANT SECTION Od 61 14 PAYMENT BOND � § KNOW ALL Bl' THESE PRESENTS: § 7 That we, R&A Legacy Construction LLC, known as "Principal" herein, and 8 NGM Insurance Company 8 COip01'810 SL1I'0tj� � 9 (sureties), duly authorized to da business in the State of Texas, known as "Surety" herein 10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation creaked pursuant to the laws of the State of Texas, known as "City" herein, in the 12 penal sum TWO MILLION TWO HiJNDRED SEVENTY-NINE THOUSAND, FOUR 13 HUNDRED FORTY-NINE AND 16/100 DOLLARS ($2,279,449.16), lawful money of the 14 United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum I S well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and 16 assigns, jointly and severally, firmly by these presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 13_ �' dav of Januarv, 2026,, which Contract is hereby referred to and made a part hereof for all 19 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 2026 CONCRETE RESTORATION CONTRACT 2, City Project No. 106176. 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. 27 28 29 30 This bond is made and executed in compliance with the provisions of Chapter 2253 of tlze '1'exas G'ovexiiment Code, as aniended, and all liabilities on tlais bond sha11 be detexmined in accordance with the provisions of said statute. C1TY OF FORT WORTH 2O26 CONCRETE RESTQRATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION BOCUMENTS CPfY PROJECT N0. IQ6176 Revised December 8, 2023 00 61 14 - 2 PAYMENT BOA'D Page 2 of2 l IN WITNESS WIIEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized a�ents and officers on this the 28th day of 3 January ,?p 26 . 4 ATTEST: PRINCIPAL: R&A Legacy Construction LLC BY: ��i�J� Signature ��.�i� �-�v.+d+� ,�Y�r��IG�/�',�-- Name and Title (Principal) Secretary ,� c , � 'lf Witness as to Principal ATTEST: ! /Lti�./!��� ( ��Z�i��€ia�1 - (Surety) Secr�, ta�y \.f ��fV�1���./� �.---� Witness as to Surety 5 6 7 8 9 10 11 12 Address: 1309 Glasgow Rd Fort Worth, Texas 76134 SURETY; NGM Insurance Comnanv . � ! _ BY: ��/ ` . - Sig�iature �-�- , Troy Staples, Attorney-in-fact _ Name and Title Telephone Number: (g04}380-7282 Email Address: N/A Address: 55 West Street Keene, NH 03431 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bytaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both rnust Ue provided. The date of the bond shall not be prior to the date the Contract is awarded. END Or SECTION CITY OF PORT WOR"I'H 2D26 CONCRETE RESTORr1TI0N CONTFZACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMLNTS CITY PROIECT NO. I06176 Revised December 8, 2023 State of County of ACICNOVVLEDGI�IEfVT OF PRI9VCIPAL (Individual) 1 ) ) On this _ day of in the year before me personally come(s) _, to me known and known to me to be the person(s) who (is) (are) described in and executed the foregoing instrument and acknowledge(s) to me that he/she executed the same. Notary Pub�ic State oF County of ACKNOWLEDGMEIVI' OF PRitVCIPAL (Partnership) ) ) ) On this day of , in the year , before me personally come(s) , a member of the co-partnership of to me known and known to me to be the person who is described in and executed the foregoing instrument and acknowledges to me that he/she executed the same as for the act and deed of the said co-partnership, Notary Public ACI(NOWLEDGi�tENT OF PF2IIVCIP�IL (Corporation) State of t ��i�� ) County of ��/�Q- � )> On this 3G�1t day of �Urif.•G�y in the year �� , before me personally come(s) �G�Gs��' ���u7 ��"lA7 Y,� �`G�fti%"�O , to me known, who, being duly swom, deposes and says that he/she is the ���/�/ �l�w� of the %f C'���I�►��'1 f--LG - �� the corporation described in and w�h executed the foregoing instrument; that he/she knows the seal of the said corporation; the seal afFixed to the said instrument is such corporate seal; that it avas so afiixed by the order of the Board oF Directors of said corporation, and that he/she signed his/her name thereto by like order. . I Notary Public State of Minnesota ) ) County of Dakota ) ACKN0IA/LEDGI�IEIV'T OF SURE'i"Y .`�`a�p�,, BENNIE CLAYTON CASTON, IIL P �2`:� �= Notary Public, State of Texas ' 9••....• }� Comm. Expires 12-12-2028 �,,�S,oFS::•` Notary ID 135202019 , On this 28th day of Januarv, in the year 2026, before me personally come(s) Trov Staoles, Attorney(s)-in-Fact of NGM Insurance Comoanv with whom I am personally acquainted, and who, being by me duly swom, says that he/she is (are) the Attorney(s)-in-Fact of NGM Insurance Comoanv company described in and which executed the within instrument; that he/she kno�v(s} the corporate seal of such company; and that seal affixed to the within instrument is sucli corporate seal and that it was a�xed by order of the Board of Directors of said company, and that he/she signed said instrumenl as Attorney(s)-in-Fact of the said company by like order. �iif .... ... .. __ .� ... ..� .-, r..r_a,.''� { ` /�'��� ;: ��\BR!TTidEYELIZABETFIh9ARTItJE? b �L�(/�-�( �i�� �— ° ' �%�' � Notan- �'�,�blic ` `.� .ryti �.�.,,, i��-=i; Notary Public � � `'.' —�:%' Piiinr*,sota �' }�_ _ %' '.ly Camm,iss�an C-Ar zs 01 ..12i�.�� �. _ _.,..�: .-.��-�.> ;�::-•-�l-c.;--=- �p7:.,� - A S�EET � �nea Q� � AIVtEttICA �: ca,oi�• POWER OF ATTORNEY INSURANCE KNOW ALL PARTIES BY THESE PRESENTS: That NGM Insurance Company, a Florida corporation having its principal office in the City of Jacksonville, State of Florida, pursuant to Article IV, Section 2 of the By-Laws of said Company, to wit: "Article IV, Section 2. The board of directors, the president, any vice president, secretary, or the treasurer shall have the power and authority to appoint attorneys-in-fact and to authorize them to execute on behalf of the company and affix the seal of the company thereto, bonds, recognizances, contracts of indemnity or writings obligatory in the nature of a bond, recognizance or conditianal undertaking and to remove any such attorneys-in-fact at any time and revoke the power and authority given to them. " does hereby make, constitute and appaint Zachary Pate, Troy Staples, Jennifer Boyles, Nicholas Hochban--------------------- its true and lawful Attorneys-in-fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed, bonds, undertakings, recognizances, contracts of indemnity, or other writings obligatory in nature of a bond subject to the following limitation: 1. No one bond ta exceed Twenty Millian Dollars ($20,000,000.00) and to bind NGM Insurance Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers ofNGM Insurance Company; the acts of said Attorney are hereby ratified and confirmed. This power of attorney is signed and sealed by facsimile under and by the authority of the following resolution adopted by the Direeiors of NGM Insurance Company at a meeting duly called and held on the 2nd day af December 1977. Voted: That the signature of any officer authorized by the By-Laws and the company seal may be a�xed by facsimile to any power of attomey or special power of attomey or certification of either given for the execution of any bond, undertaking, recognizance or other written obligation in the nature thereof; such signature and seal, when so used being hereby adopted by the company as the original signaiure of such office and the original seal of the company, to be valid and binding upon the company with the same force and effect as though manually a�xed. IN WITNESS WHEREOF, NGM Insurance Company has caused these presents to be signed by its Secretary and its corporate seal to be hereto affixed this 9th day of October, 2024. NGM INSURANCE COMPANY By: � � � :��'�'; "ery�� � � � 1929 7i� Lauren K. Powell �� � Vice President, Corporate Secretary �M«����°'� State of Wisconsin, County of Dane. On this 9th day of Qctober, 2024, before the subscriber a Notary Public of State of Wisconsin in and for the County of Dane duly commissioned and qualified, came Lauren K. Powell of NGM Insurance Company, to me personally known to be the officer described herein, and who executed the preceding instrument, and she acknowledged the execution of same, and being by me fully sworn, deposed and said that she is an officer of said Company, aforesaid: that the seal affixed to the preceding instrument is the corporate seal of said Company, and the said corporate seal and her signature as officer were duty affixed and subscribed to the said instrument by the authority and direction of the said Company; that Article IV, Section 2 of the By-Laws of said Company is now in force. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal at Madison, Wisconsin this 9th day of October, 2024. �Y�J. ,��..... .,�'�a �� J � : ._ �. 4 :'aOT�Ry'•: w�. A My Commission Expires February 8, 2027 '�•.o"a"`.�= m9" I, Nathan Hoyt, Assistant Vice President ofNGM Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said Company which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company at Madison, Wisconsin this 28th d1y Of January , 2026 , �, �� :r �.� .__.__ �..3 `_L�,h�� .. - ... — °� � LYid Nathan Hoyi, Assistant Vice Presi�e�C. M,° �� - ``"_;` _ = WARNING: Any unauthorized reProduction or alteration oFthis documen[ is Prohibited. — --� -- - ,,, TO CONFIRM VALIDITY of the attached bond please call 1-603-354-5281. --_- �_ , � - TO SUBMIT A CLAIM: Send all coaespondence to 55 West Street, Keene, NH 03431 ��,- � �� -;- - Attn: Bond Claim Dept. or call our Bortd Claim Dept, at I-603-358-1437. ; �: _ .�` ''J'_ -__.- �'": 00 61 19 -1 MAIIVTENANCE BONA Pagc I of3 Bond No S-342267 1 2 3 4 5 6 7 8 9 10 li 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 SECTIQN 00 6119 MAINTENANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESEIVTS: COUNTY OF TARRAN'� § That we R&A Legacy Construction LLC, known as "Principal" herein and NGM Insurance Company , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fart Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum of TWO IvIILLION TWO HUNDRED SEVENTY-I�IINE THOUSAND, FOUR HUNDRED FORTY-N1NE AND 16/100 DOLLARS ($2,279,449.1b), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and huly be made ianto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, joinfly and severally, firmly by these presents. W�IEREAS, the Principal has entered into a certain written contract with the City awarded the 13�' day of Januarv. 2026, which Contract is hereby referred to and a made part hereof for all pwposes as if fully set forth herein, to fiunish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract and designated as 2026 CONCRETE RESTORATION COI�ITRACT 2, City Project Na. 106176; and WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or worlananship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 29 3o WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 31 upon receiving notice from the City of the need therefor at any time within the Maintenance 32 Periad. 33 C1TY OF FORT WORTH 2O26 GOIVGRETE RESTOItAT10N CONTRAGT 2 STANDARD CONSTRUCT[ON SPECIFICATION DOCiJMENTS CITY PROJECT NO. 106176 Revised September 19, 2025 1 2 3 4 5 G 7 8 9 10 OObI 19-2 MAINTENANCE BOND Page 2 of 3 NOW TI3EREFORE, the condition of this obligation is such that if Principal shall remedy any defeckive Work, for which timely notice was provided by City, to a completion sakisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and e£fect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defeceive Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and 11 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 12 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 13 Worth Division; and 14 15 PROVIDED FURTHER, that this obligation shall be continuaus in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 GITY OF FORT WORTH 2OZG CONCKETE RESTORATION CONTRAC'f 2 STANDARD CONSTRUCTION SPECffICATION BOCUMENTS CITY PROIECT N0. 1 Q5176 Rcviud September 19, 2025 0061 19-3 MAINTENANCE BOND Pacc 3 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 1� lb 17 18 19 20 21 22 23 24 zs 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 IN tiVITN�SS WH�R�OF, the Principal a�id the Surcty have each SIGNED and SEALED ihis insirument by duly authorized agents and officeT•s on this the 28th day of .lanuary . 20 2s ATTEST: (Principal) Secretary Witness as to rincipal ATTEST: � L���l�L (Sure �) 5ecretar -' . � �'—�) R%itness as to Surety PKINCIPAL: R&A Legacy Construction LLC � � � IIY: Signature ��`� .,�a,� �11'�'�'' d�i?��,� 1'1J''ji,'��' Name and Title Address: 1309 Glasgow Rd Fort Worth. Texas 76134 SURETY: NGM Insurance Companv BY: /�='�'� : _�. - — lSignature Troy 5taples, Attorney-in-fact Name and Title Address: 55 V�1est Strezt Keene. NH 03431 Telephone Number: (9D4)380-7282 Email Address: N�A *Note: If signed by an officcr of the Surety Company, there must be on file a certifed extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is difterent from its �nailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITI' OF FORT R�ORTI-i STANDARD CONSTRUC"CION SPECIFICA"I'[ON DOCUn4ENTS Re��ised Scptember 19, 2025 202G CONCRETE it�5T0RATI0N CONTRACT 2 CIT1' PROJECT N0. 1061'l6 ,4CKfdOWLEDGI�I�NT OF PRINCIPAL (Indi�idual) SCate of Counly of � On this day of . in the year , before me personally come(s) to me known and known to me to be the person(s) who (is) (are) described in and executed Uie foregoing instrument and acknowledge(s) to me that he/she executed the same. Notary Public StaLe of County of ACKNOWLEDGMENT OF PFtIfVCIPAL (Partner�hip) u On this day of in the year before me personally come(s) a member of the co-partnership of to me known and known to me to be the person who is described in and executed the foregoing instrument and acknowledges to me that he/she executed the same as for the act and deed of the said co-partnership. Notary Public State of �'�%�� Counry of ����Q� ACKIVOWLEDGMENT OF Pl�INCIPAL (Corpora�ion) 1 ) 1 On this J �'l day of �' �sG�. , in the year �1.P, before me personally come(s) ,, ���'f �%/' .Ar� /`7 ��4�.✓ , to me known, who, being duly sworn, de'�ses an� says that he/she is A the I�'►Gr�uh.Zd1.i�%' 9' ot the " � G'r/`�'h'6sE'�iT� L L/ 4 the corporation described in nd which executed the foregoing instrument; that he/she kno4vs the seal of the said corporation; the seal affixed to the said instrument is such corporate seal; that it was so affixed by the order of the Board of Directors of said corporation, and that he/she signed his/her name thereto by like order. �'1�! Notaiy Public `,��PaYP�g�� BENNIE CLAYTON CASTON, UI. ACKNOWLEDGI�9EIVT OF SUE2ETY ;o:• �'- Notary Public, State of Texas :_: �, ;N�;., •'e� Comm. Expires 12-12-2028 State oF Minnesota � '�%;�oc,��' Notary ID 135202019 y, County of Dakota ) On this 28th day of Januarv, in the year 2026, before me personally come(s) Trov Staoles, Attorney(s)-in-Fact of NGM Insurance Comvamr with whom I am personally acquainted, and who, being by me duly swom, says that he/she is (are) the Attomey(s)-in-Fact of NGM Insurance Comoamr company described in and which executed the within instrument; that he/she know(s) the corporate seal of such company, and that seal affixed to the within instrument is such corporate seal and that it was affixetl by order of the Board of Directors of said company, and that he/she signed said instrument as Attorney(s)-in-Fact of the said company by like order. �,_.,._ �. .� r ,� ,� _ i,� � � � y�;��� BRITfNEY ELIZABETH h1kRTl`�F> > ���' ubliC i:,.;;..F . �-:. Nota P � � 1 %� --: ��cF `y ��\,�,-=,�=? Niinnesota a � ��;;;=.�� t.fy Cornmissian Expues 01131;2029 ? -- _. :. �r � ��-�_�"�—c,.��� i ( /i �C•{��� /(/l. G..�.� t�.*-v Notary Public � � �,��;�§�� : �, 'Qo� �E(�ICA ' G;oE�`! POWER OF ATTORNEY ENSURANCE � KNOW ALL PARTIES BY THESE PRESENTS: That NGM Insurance Company, a Florida corporation having its principal office in the City of Jacksonville, State of Florida, pursuant to Article IV, Section 2 of the By-Laws of said Company, to wit: "Article IV, Section 2. The board of directors, the president, any vice president, secretary, or the treasurer shall have the power and authority to appoint attorneys-in-fact and to authorize them to execute on behalf of the company and affix the seal of the company thereto, bonds, recognizances, contracts of indemnity or writings obligatory in the nature of a bond, recognizance or conditional undertaking and to remove any such attorneys-in-fact at any time and revoke the power and authority given to them. " does hereby make, constitute and appoint Zachary Pate, Troy Staples, Jennifer Boyles, Nicholas Hochban------------------- its true and lawful Attorneys-in-fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed, bonds, undertakings, recognizances, contracts of indemnity, or other writings obligatory in nature of a bond subject to the following limitation: 1. No one bond to exceed Twenty Million Dollars ($20,000,000.00) and to bind NGM Insurance Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of NGM Insurance Company; the acts of said Attorney are hereby ratified and confirmed. This power of attorney is signed and sealed by facsimile under and by the authority of the following resolution adopted by the Directors of NGM Insurance Company at a meeting duly called and held on the 2nd day of December 1977. Voted: That the signature of any officer authorized by the By-Laws and the company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, recognizance or other written obligation in the nature thereof; such signature and seal, when so used being hereby adopted by the company as the original signature of such office and the original seal of the company, to be valid and binding upon the company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, NGM Insurance Company has caused these presents to be signed by its Secretary and its corporate seal to be hereto affixed this 9th day of October, 2024. NGM INSURANCE COMPANY By: t,,,� l.� � �,�`o""� � (Xr• 1� /'� �� �� �� Lauren K. Powell � Vice President, Corporate Secretary�A�'°��� State of Wisconsin, County of Dane. On this 9th day of October, 2024, before the subscriber a Natary Public of State of Wisconsin in and for the County of Dane duly commissioned and qualified, came Lauren K. Powell of NGM Insurance Company, to me personally known to be the officer described herein, and who executed the preceding instrument, and she acknowledged the execution of same, and being by me fully sworn, deposed and said that she is an officer of said Company, aforesaid: that the seal affixed to the preceding instrument is the corporate seal of said Company, and the said corporate seal and her signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Company; that Article IV, Section 2 of the By-Laws of said Company is now in force. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal at Madison, Wisconsin this 9th day of October, 2024, P�Y.J',RA •. 4 ,//�� J � � ,� NOTnq�`;. % ta+i • . My Commission Expires February 8, 2027 � a'��A����o�a m °F "v�ns�. .....' I, Nathan Hoyt, Assistant Vice President of NGM Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Aower af Attorney executed by said Company which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company at Madison, W9sconsin this 28th day of January 2026 , �++�a,,,, �:. ..� ' �- �a o� _ `��.ig�-` . -� Nathan Hoyt, Assistant Vice Presid.:l�t�'_ '��--� .`. WARNING: Any unauthorized reproduction or alterntion of this documen[ is prohibited. ��'` � �_ - TO CONFIRM VALIDITY ofthe attached bond please call 1-b03-354-5281. '' f -,� TO SUBMIT A CLAIM: Send all correspondence to 55 West Street, Keene, NH 0343t -- �-� -�- Attn: Bond Claim Dept, or call our Bond Claim Dep� at 1-603-358-1437. -�-� "'` ':� - ,�_ �� � � .- - `-: . . ��` ��`_• - - - Flores, Sophia From: Sent: To: Subject: Laudermilch, Megan <LaudermM@MSAGROUP.COM> Monday, February 9, 2026 3:22 PM Flores, Sophia FW: Verification of Bond#5-342267 This email is from an unknown sender This is the first time you are receiving an email from this sender. Report Suspicious Hi Sophia� Thanks for the email. This bond is valid and was issued on behalf of R&A Legacy Construction. If you have any other questions, let me know. Thanks! Megan Laudermilch Account Management Executive Main Street America Group/NGM Insurance Company PO Box 21 Camp Hill, PA 17001 Office: 904-380-7092 Mobile: 717-599-2874 LaudermM@msa�roup.com From: Flores, Sophia <Sophia.Flores2(�fortworthtexas.�ov> Sent: Monday, February 9, 2026 2:08 PM To: Bonds <Bonds@MSAGROUP.COM> Cc: Fields, Nicholas S<Nicholas.Fields@fortworthtexas.�ov>; Islam, Tariqul <Tariqul.lslam@fortworthtexas.�ov> Subject: RE: Verification of Bond#5-342267 You don't often get email from sophia.flores2(c�fortworthtexas.�ov. Learn whv this is important Good afternoon, Please see the below email regarding verification of the referenced bond. If the bond information looks to be correct then please respond with confirmation that the bond is valid. Thank you, � FORT WORTHo Sophia Flores Contract Compliance Specialist Transportation & Public Works Office 817-392-2026 100 Fort Worth Trail, Fort Worth, TX 76102 CONNECT WITH US. O � O O From: Flores, Sophia Sent: Wednesday, February 4, 2026 3:52 PM To: bonds@msa�roup.com Cc: Fields, Nicholas S <Nicholas.Fields(�fortworthtexas.�ov> Subject: Verification of Bond#5-342267 Hello, The City of Fort Worth requires bond verification before a contract can be executed. We have received the following bonds from R&A Legacy Construction LLC.: Bond # S-342267, in the amount of $2,279,449.16, issued by NGM Insurance Companyfor City Project #106176, 2026 Concrete Restoration Contract 2. Please confirm that the bonds and corresponding amounts are valid so we can proceed with awarding the contract to R&A Legacy Construction LLC. If this is not the right bond verification address, please provide for NGM Insurance Company. Thank you, FORT WORTH� Sophia Flores Contract Compliance Specialist Transportation & Public Works Office 817-392-2026 100 Fort Worth Trail, Fort Worth, TX 76102 CONNECT WITH US. O � O�' O This e-mail message and attachments may be confidential, proprietary or privileged information. If you are not the intended recipient, any unauthorized review, use, disclosure or distribution is prohibited. Please notifyThe Main Street America Group immediately by replying to this message or by sending e- mail to security@msagroup.com and then delete this information from your computer. Also, please be advised all e-mail communication from this source is subject to monitoring and review for compliance with company policy. Thank you. Flores, Sophia From: Nick Denn <NDenn@patebonding.com> Sent: Monday, February 9, 2026 1:36 PM To: Flores, Sophia Cc: Islam, Tariqul; Arega, Zelalem; Ivan Roman Subject: RE: 106176_Phase 1 Routing between CITY OF FORT WORTH, eduardo roman and Zelalem Arega is Signed and Filed! This email is from an unknown sender This is the first time you are receiving an email from this sender. Confirming verification and bonds are valid, everything looks good on our end. Nick Denn Pate Bonding, Inc. 737-402-8298 (direct dial) Report Suspicious From: Flores, Sophia <Sophia.Flores2@fortworthtexas.gov> Sent: Monday, February 9, 2026 1:29 PM To: Nick Denn <NDenn@patebonding.com> Cc: Islam, Tariqul <Tariqul.lslam@fortworthtexas.gov>; Arega, Zelalem <Zelalem.Arega@fortworthtexas.gov>; Ivan Roman <r.alegacyconstructionllc@gmail.com> Subject: RE: 106176_Phase 1 Routing between CITY OF FORT WORTH, eduardo roman and Zelalem Arega is Signed and Filed! Hello Nick, The City of Fort Worth requires bond verification before a contract can be executed. We have received the following bonds from R&A Legacy Construction LLC.: Bond #S-342267, in the amount of $2,279,449.16, issued by NGM Insurance Company for City Project #106176, 2026 Concrete Restoration Contract 2. Please confirm that the bonds and corresponding amounts are valid so we can proceed with awarding the contract to R&A Legacy Construction LLC. If this is not the right bond verification address, please provide for NGM Insurance Company. Thank you, Sophia Flores Contract Compliance Specialist FORT WORTHo Transportation & Public Works Office 817-392-2026 100 Fort Worth Trail, Fort Worth, TX 76102 CONNECT WITH US. 0 � O�' O From: Nick Denn <NDenn patebondin�.com> Sent: Monday, February 9, 2026 1:20 PM To: Ivan Roman <r.ale�acvconstructionllc(��mail.com>; Flores, Sophia <Sophia.Flores2@fortworthtexas.�ov> Cc: Islam, Tariqul <Tariqul.lslam[c�fortworthtexas.�ov>; Arega, Zelalem <Zelalem.Are�a(a)fortworthtexas.�ov> Subject: RE: 106176_Phase 1 Routing between CITY OF FORT WORTH, eduardo roman and Zelalem Arega is Signed and Filed! Hi Sophia, Let me know what you need from me. Thanks, Nick Nick Denn Pate Bonding, Inc. 737-402-8298 (direct dial) From: Ivan Roman <r.ale�acvconstructionllcC��mail.com> Sent: Monday, February 9, 2026 1:18 PM To: Flores, Sophia <Sophia.Flores2�fortworthtexas.�ov> Cc: Islam, Tariqul <Tariqul.lslam�fortworthtexas.�ov>; Arega, Zelalem <Zelalem.Are�a@fortworthtexas.�ov>; Nick Denn <NDenn(�oatebondin�.com> Subject: Re: 106176_Phase 1 Routing between CITY OF FORT WORTH, eduardo roman and Zelalem Arega is Signed and Filed! Correct ive ccd him intothis reply On Mon, Feb 9, 2026, 1:13 PM Flores, Sophia <Soahia.Flores2Ca�fortworthtexas.�ov> wrote: Hello Ivan, Can you please confirm the email address for your contact at the bond company? The email address for Nick Deen, NDennCc�patebondin�,com, bounced back as undeliverable. Thank you, Sophia Flores FORT WORTHo Contract Compliance Specialist Transportation & Public Works Office 817-392-2026 100 Fort Worth Trail. Fort Worth. TX 76102 CONNECT WITH US. O 0 O�' O From: Flores, Sophia Sent: Monday, February 2, 2026 10:32 AM To: Ivan Roman <r.ale�acvconstructionllcCc��mail.com> Cc: Islam, Tariqul <Tariqul.lslam@fortworthtexas.�ov>; Arega, Zelalem <Zelalem.Are�a(�fortworthtexas.�ov> Subject: RE: 106176_Phase 1 Routing between CITY OF FORT WORTH, eduardo roman and Zelalem Arega is Signed and Filed! Yes, this is a big help! Thankyou! Best regards, FORT WORTH� Sophia Flores Contract Compliance Specialist Transportation & Public Works Office 817-392-2026 100 Fort Worth Trail. Fort Worth. TX 76102 3 CONNECT WITH US. O 0 O�' O From: Ivan Roman <r.ale�acvconstructionllc «��mail.com> Sent: Monday, February 2, 2026 10:30 AM To: Flores, Sophia <Sophia.Flores2@fortworthtexas.�ov> Cc: Islam, Tariqul <Tariqul.lslam@fortworthtexas.�ov>; Arega, Zelalem <Zelalem.Are�a@fortworthtexas.�ov> Subject: Re: 106176_Phase 1 Routing between CITY OF FORT WORTH, eduardo roman and Zelalem Arega is Signed and Filed! 737-402-8298 Nick deen direct line if nobody is getting back to you NDennC«�qatebondin�.com On Mon, Feb 2, 2026, 10:25 AM Flores, Sophia <Sobhia.Flores2Cc�fortworthtexas.�ov> wrote: Good morning, Yes, I received everything back from Phase 1. I am just waiting for verification from the bond company before I start routing for Phase 2 of signatures. Let me know if you have any questions. Thank you, Sophia Flores Contract Compliance Specialist FORT WORTHo Transportation & Public Works Office 817-392-2026 100 Fort Worth Trail, Fort Worth, TX 76102 CONNECT WITH US. O � O O From: Islam, Tariqul <Tariaul.lslam(�fortworthtexas.�ov> Sent: Monday, February 2, 2026 10:20 AM To: Flores, Sophia <Sophia.Flores2(�fortworthtexas.�ov>; Ivan Roman <r.ale�acvconstructionllc��mail.com> Cc: Arega, Zelalem <Zelalem.Are�a@fortworthtexas.�ov> Subject: RE: 106176_Phase 1 Routing between CITY OF FORT WORTH, eduardo roman and Zelalem Arega is Signed and Filed! Hi Sophia, Did you get a chance to start the phase 1 routing for the contract? Thanks, Tariqul Islam Graduate Engineer TPW/Pavement Management 100 Fort Worth Trail Fort Worth, TX 76102 817-392-2486 tariqul.islam(a�fortworthtexas. �ov City of Fort WoNth — Working together to build a sti^ong community. � F��T ��R�'x� From: Flores, Sophia <Sophia.Flores2(c�fortworthtexas.�ov> Sent: Friday, January 30, 2026 2:20 PM To: Ivan Roman <r.ale�acvconstructionllcCc��mail.com> Cc: Arega, Zelalem <Zelalem.Are�a@fortworthtexas.�ov>; Islam, Tariqul <Tariaul.lslam@fortworthtexas.�ov> Subject: RE: 106176_Phase 1 Routing between CITY OF FORT WORTH, eduardo roman and Zelalem Arega is Signed and Filed! Awesome, thankyou so much! Best regards, Sophia Flores Contract Compliance Specialist FORT WORTHo Transportation & Public Works Office 817-392-2026 100 Fort Worth Trail, Fort Worth, TX 76102 CONNECT WITH US. O � O�' O From: Ivan Roman <r.ale�acvconstructionllc@�mail.com> Sent: Friday, January 30, 2026 2:11 PM To: Flores, Sophia <Sophia.Flores2(�fortworthtexas.�ov> Cc: Arega, Zelalem <Zelalem.Are�a@fortworthtexas.�ov>; Islam, Tariqul <Tariqul.IslamC�fortworthtexas.�ov> 6 Subject: Re: 106176_Phase 1 Routing between CITY OF FORT WORTH, eduardo roman and Zelalem Arega is Signed and Filed! i will send coi shortly and have originals dropped off monday thank you On Thu, Jan 29, 2026 at 8:30 AM Flores, Sophia <Soahia.Flores2Cc�fortworthtexas,�ov> wrote: Good morning, Perfect, thankyou! Best regards, Sophia Flores Contract Compliance Specialist FORT WORTHo Transportation & Public Works Office 817-392-2026 100 Fort Worth Trail. Fort Worth. TX 76102 CONNECT WITH US. 0 0 O�' O From: Ivan Roman <r.ale�acvconstructionllc(c��mail.com> Sent: Wednesday, January 28, 2026 5:24 PM To: Flores, Sophia <Sophia.Flores2(a)fortworthtexas.�ov> Cc: Arega, Zelalem <Zelalem.Are�aC�fortworthtexas.�ov>; Islam, Tariqul <Tariqul.lslam�fortworthtexas.�ov> Subject: Re: 106176_Phase 1 Routing between CITY OF FORT WORTH, eduardo roman and Zelalem Arega is Signed and Filed! �� Just received bonds i will have them notarized and send everything over with coi attached On Fri, Jan 23, 2026, 4:30 PM Flores, Sophia <Soqhia.Flores2Cc�fortworthtexas.�ov> wrote: Good afternoon Eduardo, I have received the signed agreement, and nowjust need the signed bonds and certificate of insurance. I have attached the blank bonds documents for you to use. Once you have both the bonds and certificate of insurance you can email me a copy. Please also submit the original physical bonds with wet signatures either in person or by mail. If mailing, send to: 100 Fort Worth Trail. Fort Worth. Texas 76102, addressed to Transportation Public Works, 11th Floor, Contract Compliance. If submitting in person, deliver to the New City Hall building at 100 Fort Worth Trail. Fort Worth. Texas 76102. Place documents in an envelope addressed to Transportation Public Works, 11th Floor, Contract Compliance and drop it off in the mail room. Let me know if you have any questions! Thank you, Sophia Flores Contract Compliance Specialist FORT WORTHo Transportation & Public Works Office 817-392-2026 100 Fort Worth Trail. Fort Worth. TX 76102 CONNECT WITH US. O 0 O�' O From: Adobe Sign <adobesi�nC�adobesi�n.com> Sent: Friday, January 23, 2026 3:23 PM To: Flores, Sophia <Sophia.Flores2@fortworthtexas.�ov>; Flores, Sophia <Sophia.Flores2@fortworthtexas.�ov>; eduardo roman <r.ale�acvconstructionllc��mail.com>; Arega, Zelalem <Zelalem.Are�a@fortworthtexas.�ov> Subject: 106176_Phase 1 Routing between CITY OF FORT WORTH, eduardo roman and Zelalem Arega is Signed and Filed! � 106176_Phase 1 Routing between CITY OF FORT WORTH, eduardo roman and Zelalem Arega is Signed and Filed! To: Sophia Flores, Sophia Flores, eduardo roman, and Zelalem Arega Notifications have been automatically sent to all parries to the agreement. You can view the document in your online account. The agreement is fully executed. The sender of this agreement has control over the retention period for this agreement which determines the amount of time it will be available for download from Adobe Acrobat Sign. Adobe recommends that you save a local copy of this fully-executed agreement for your records. To ensure that you continue receiving our emails, please add adobesien�a)adobesien.com to your address book or safe list. 10 FORT ��RTH� City Secretary's Office Contract Routing & Transmittal Slip COnti'aCtOr'S Name: R&A Legacy Construction LLC Sub�eCt Of the Agreement: Authorize execution of a contract with R&A Legacy Construction LLC in the amount of $2,279,449.16 for the 2026 Concrete Restoration Contract 2 project at various locations M&C Approved by the Council? * Yes 8 No ❑ If �so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑ No 8 If so, provide the original contract number and the amendment number. Is the Contract "PermanenY'? *Yes 8 No ❑ If �unsure, see back page for pernianent contract listing. Is this entire contract Confidential? *Yes ❑ No 8 If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: 01/13/2026 Expiration Date: 01/13/2031 If different from the approval date. If applicable. Is a 1295 Form required? * Yes 8 No ❑ *If �so, please ensure it is attached to the approving M&C or attached to the contract. Proj ect Number: If applicable. 106176 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes 8 No ❑ Contracts need to be routed for CSO processin� in the followin� order: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department. Permanent Contracts Advanced Funding Agreements Architect Service Community Facilities Completion Agreement Construction Agreement Credit Agreement/ Impact Fees Crossing Agreement Design Procurement Development Agreement Drainage Improvements Economic Development Engineering Services Escrow Agreement Interlocal Agreements Lake Worth Sale Maintenance Agreement/Storm Water Parks/Improvement Parks/Other Amenities Parks/Play Equipment Project Development Property/Purchase (Property owned by the City) Property/Sales (Property owned by the City) Property/Transfers (Property owned by the City) Public Art Sanitary Sewer Main Replacements Sanitary Sewer Rehabilitations Settlements (Employees Only) Streets/Maintenance Streets/Redevelopment Streets/Repairs Streets/Traffic Signals Structural Demolition (City owned properties) Utility Relocation Water Reclamation Facility Water/Emergency Repair Water/Interceptor Water/Main Repairs Water/Main Replacement Water/Sanitary Sewer Rehabilitation Water/Sewer Service Water/Storage Tank F�R'���RTHa Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: 2026 Concrete Restoration Contract 2 M&C: 26-0041 Date: 02/12/2026 CPN: 106176 CSO: DOC#: To: Name Department Initials Date Out 1. Sophia Flores TPW - Review �- 02/12/2026 2. TariqulIslam TPW-Approver T?/ 02/12/2026 3. Donnette Murphy Risk-Approver b"` 02/12/2026 4. Patricia Wadsack TPW-Approver p(�'�1/' 02/13/2026 5. Lauren Prieur TPW - Signer ��� 02/15/2026 6. Lorita Lyles Legal - Approver �� 02/23/2026 7. Douglas Black Legal-Signer � 02/23/2026 o�q�ar����k 8. Jesica McEachern ACM-Signer ��� 03/01 /2026 9. Katherine Cenicola CSCO-Approver cc 03/02/2026 10. Jannette Goodall CSCO-Signer !� 03/02/2026 11. Allison Tidwell CSCO-Form Filler .d� 03/04/2026 12. TPW Contracts TPW DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES �No RUSH: ❑YES �No SAME DAY: ❑YES ❑No ROUTING TO CSO: �YES ❑No Action Required: ❑ As Requested ❑ For Your Information � Signature/Routing and or Recording ❑ Comment ❑ File NEXT DAY: ❑YES ❑No ❑ Attach Signature, Initial and Notary Tabs Return to: Please notify TPWContract(a�fortworthtexas.�ov. Thank you!