Loading...
HomeMy WebLinkAbout064870 - Construction-Related - Contract - Capko Concrete Structures, LLCFORT WORTH,., CONTRACT FOR THE CONSTRUCTION OF CSC No. 64870 CONCRETE PAVEMENT JOINT AND CRACK SEAL UNIT PRICE CONTRACT Mattie Parker Mayor VARIOUS PROJECTS Jesus "Jay" Chapa City Manager Lauren Prieur Director, Transportation and Public Works Department Prepared for The City of Fort Worth TRANSPORTATION AND PUBLIC WORKS 2025 ..OF TFYI.r�11 •. 1 . jIRETOMIWA SEYON OTUYELU ............ ..............:... 154477 i �..�ENSE. r • OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH, City of Fort Worth 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 Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 00 11 13 Invitation to Bidders 02/08/2024 0021 13 Instructions to Bidders 09/01/2025 0035 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/19/2025 00 42 43 Proposal Form Unit Price 09/30/2021 0043 13 Bid Bond 09/30/2021 00 43 37 Vendor Compliance to State Law Nonresident Bidder 09/30/2021 0045 11 Bidders Prequalifications 08/13/2021 0045 12 Prequalification Statement 09/30/2021 0-� preqttf4ifieMiatt AprlieeAi 06/13/2025 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 41 Small Business Goal 9/01/2025 00 52 43 Agreement 9/19/2025 0061 13 Performance Bond 12/08/2023 0061 14 Payment Bond 12/08/2023 0061 19 Maintenance Bond 9/19/2025 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 09/01/2025 00 73 00 Supplementary Conditions 9/19/2025 Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 012975 Mate -ials O Ua* 9 9 02- 01 31 19 Preconstruction Meeting 09/01/2025 01 31 20 Project Meetings 07/01/2011 01 32 16 Construction Schedule 10/06/2023 01 3233 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 01 35 13 S ecial Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 50 00 Temporary Facilities and Controls 09/19/2025 01 5526 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Signage 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 19, 2025 Concrete Pavement Joint & Crack Seal Unit Price Contract Various Projects 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 1017839 1 Project Record Documents 07/01/2011 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 imnrovements Date Modified 32 1123 Flexible Base Courses 10/22/2025 TxDOT Cleaning and Sealing Joints 10/22/2025 Item 438 TxDOT Cleaning and Sealing Joints and Cracks 10/22/2025 Item 713 TxDOT Repair of Spalling in Concrete Pavement 10/22/2025 Item 720 TxDOT Diamond Grinding and Grooving Pavement 10/22/2025 Item 3004 Division 34 - Transportation 3471 13 1 Traffic Control 10/22/2025 99 99 00 — Special Specification 99 99 00 1 Additional Specifications 10/22/2025 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: http://fortworthtexas.gov/tpw/contractors/ or https:Happs.fortworthtexas.i!ov/Prof ectResources/ Division 02 - Existing Conditions Last Revised 0241 13 Selective Site Demolition 03/11/2022 02 nt to yr-rrr� 1�12n12044 rLravrivzz 0241 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 06/13/2025 03 34 13 Controlled Low Strength Material CLSM 03/07/2025 0-334- -6 , 2�'l12 r� 20,iz 03- 90-V8 , 2zzr20/2012 Division 31- Earthwork 31 00 00 Site Clearing 03/22/2021 3123 16 Unclassified Excavation 01/28/2013 CITY OF FORT WORTH Concrete Pavement Joint & Crack Seal Unit Price Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Projects Revised September 19, 2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 Division 32 - Exterior ImDrovements 2 n1 17 �-i-v-rTr 12/2n/20 z L, rvrz-v .z 22 v 12/2rcr20/iviz 32 01 29 Concrete Paving Repair 06/13/2025 32 1123 Flexible Base Courses 12/20/2012 22 1 1 2n �rrz� Lime e Treated Base !''..,,,-�o� 12/20,1201 "/ rcravrzvzz 22�� Gemert Treated Base rotffses 06/1� n�i 324447 n4 /2vrnz 1201 5 324246 6/n2�4 2 2 1 21 /2rLrLvriviz 32 13 13 Concrete Paving 06/13/2025 32 1320 Concrete Sidewalks, Driveways and Barrier Free Rams 12/09/2022 32 1373 Concrete Paving Joint Sealants 12/20/2012 2 1 n 1 � 7�i-r-Tv 12 /2n/2012 rcrzvrzvzz 2 2�3Gotter-s12 On 32 1723 Pavement Markings 06/10/2022 32 1725 Curb Address Painting 11/04/2013 2 3 12 r'L.ai L'eaees .,-a Gates 12/2n/2n12 2 2 �3rzvti [x ir-e Fences —A41-d G-;#e,, /20/2012 12�z 2 2Plaee-Geiw-r-kete.8I-9 3291 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022 3292 13 Sodding 05/13/2021 3292 14 Non -Native Seeding 05/13/2021 3292 15 Native Grass and Wildflower Seeding 10/06/2023 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 9 09 /no�II n941 2� 12/n3 23 -n2TnBypassz 2a/201/20 .z 22 nn 1n /22 �-vrry 12�/2nn1z 22 n4 11 refr-os e„ rert,-„t Tort Stations 12/2n/2n12 �--v�-rr rLravriv�z 22 nn 12 12/2n/2n12 �--v�-rz rLravrivzz 22 nn 2n Tempefafy Watef Sen4ees non 9/2n2c 22 nn nn 02/n�/2012 Ts-v�-Tv vz-rvvrz-v .� 22�o Gleaning of Pipes n2/1�z 8Exea-vatiefl-I06/1 -5 1 2 /2zzravrzviz 3305 13 Frame, Cover and Grade Rings 09/09/2022 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 03/11/2022 Grade 3305 16 Concrete Water Vaults 12/20/2012 CITY OF FORT WORTH Concrete Pavement Joint & Crack Seal Unit Price Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Projects Revised September 19, 2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 1Concrete Collars1 1 • • �.M MICRO-,!] • . • • • • • • . . . •• • • • 1013 • • • • • . • • • _. • • • I • • • • • • • . . • • • • P . • _ • • •. • • • • • •I Em • „M New • • • •R MIN • • • „ • 3��':. I . _ • . . _ • • .Now • \ • _ • • I • • • • Curb and Drop Inlets al =11• I •07 In ■ • • • CITY OF FORT WORTH Concrete Pavement Joint & Crack Seal Unit Price Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Projects Revised September 19, 2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 1portation MMAMAir 111, 03 . 1 .. . . OZA _■ �. ._ -■ .. �_ iA- •- Traffic Control 1 1 Appendix GC-6.06.1) Small Business Utilization Form GC-6.07 Wage Rates GN-1.00 General Notes SD-1.00 Standard Construction Details END OF SECTION CITY OF FORT WORTH Concrete Pavement Joint & Crack Seal Unit Price Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Projects Revised September 19, 2025 2/26/26, 9:24 AM M&C Review Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FORT WORTH Create New From This M&C REFERENCE **M&C 26- 20JOINT AND CRACK DATE: 2/24/2026 NO.: 0152 LOG NAME: SEAL UNIT PRICE CONTRACT CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (ALL) Authorize Execution of a Contract with Capko Concrete Structures, LLC, in an Amount Not to Exceed $750,000.00 for Task Order Construction Services Related to Concrete Pavement Joint and Crack Seal Unit -Price -Contract Projects at Various Locations with Two Renewals for the Same Amount Each RECOMMENDATION: It is recommended that the City Council authorize execution of a contract with Capko Concrete Structures, LLC, in an amount not to exceed $750,000.00 for task order construction services related to Concrete Pavement Joint and Crack Seal Unit Price Contract projects at various locations in the City, with up to two renewals for the same amount. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize execution of a contract with Capko Concrete Structures, LLC for task order construction services related to projects at various locations in the City. This contract will provide construction services on an as -needed (task order) basis for concrete pavement maintenance projects related to concrete joint seals, crack seals, spall repairs, and other localized maintenance activities throughout the City. The contract amount is capped at $750,000.00. The contract may be renewed two additional times for the same amount. The project was bid in a low bid format to determine unit prices to be paid when task orders are issued under the Citywide Concrete Pavement Joint and Crack Seal Unit Price Contract projects. This project was advertised for bid on October 29, 2025, and November 5, 2025, in the Fort Worth Star -Telegram. On December 4, 2025, the following bids were received: Bidder Bid Amount Capko Concrete Structures, $2,239,353.50 LLC A&D Paving, LLC $2,639,268.02 This task order contract will serve current and future capital projects as needed, and a funds availability verification will be performed by Transportation & Public Works Contract Compliance Managers prior to task order assignment. The Small Business (SB) Goal - Capko Concrete Structures, LLC has met the City's small business goal. The project is located in ALL COUNCIL DISTRICTS. FISCAL INFORMATION/CERTIFICATION: alops. cfwnet.org/cou ncil_packet/mc_review.asp?I D=34195&counci Idate=2/24/2026 1 /2 2/26/26, 9:24 AM M&C Review The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the various capital improvement program funds to support the recommendation and execution of the contract. Prior to any expenditure being incurred, the Transportation & Public Works Department has the responsibility to validate the availability of funds. TO Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) Submitted for City Manager's Office by: Jesica McEachern (5804) Originating Department Head: Lauren Prieur (6035) Additional Information Contact: Monty Hall (8662) ATTACHMENTS CPN106374 -Bid Tab.xlsx (CFW Internal) FID Table Joint & Crack Seal Task Order Contract.xlsx (CFW Internal) Revised 1295 Form.pdf (CFW Internal) Sam.gov Capko Concrete Structures LLC.png (CFW Internal) apps.cfwnet.org/council_packet/mc_review.asp?ID=34195&counciIdate=2/24/2026 2/2 CITY OF FORT WORTH Transportation. alnci Public Works Department C one.rete Pavement Joint & Crack Seal Unit Price Contract ADDENDI TM NO.1 Addendum No. L Issued Wednesday, y, Septernber 20, 202- Bid 0 pe n Date: Thursdav, Drcember 4", 2025 This Addmdurn 1onras part ol'thc. Specifications & ConlrmA Documents Etr the above-rcferenced Pi-gjccl and Inot#itics the original Specifications and Contract Documents. Bidder shall acknovviedge receipt of this addendum in the space provided below and in the prca'pusal (SECTION 00 41 00). Failure to ackiinwled e receipt of this adden&LM could subject the bidder to di-9qualiflcation. The Plans and SpMficsrlion docurnenLs for Concrete 13av meat .Joint & Crack Seal Unit Price Contract, are he3)ehy revised € y Addendum lo. l as follows - SPECIFICATIONS & CONTRACT DOCL Pk11i.l;NTS. _ SI CTION 00 11 13 — Ri�place the INVITATION TO BIDDERS in its entirety with the Attached revised l-'v'll 1'ATI0N -1-0 BIDDERS, b- SECTION 00 52 43 — Replace the AGREEME-IINT in its entirety with the. attached AGREEMENT. c. APPENDIX GC-6.06 D — Replace the 5k1r' L1, BUSJI E-5S UTILIZATION FORM in its k:tltirC't-' with the attached SMALL Bl. FST.�'FSS UTILTZATTON, FORMA d. 5I.T3MIS.q[O ' INS-I-RUCTIONS—?6-002.?—The submissian instructions ; hA e.lec 6 u d4wd to include Adc ndutn No. I under the Rei nested itifbrnintion seGtion- The aifende+rs asked the following during the pre -laid conference and on Bonfire- TI3e City c>f iF'orl -s Question ?. When is comiruc:iion cxpected to start? kesl),o se 2 Work on the 1x-[ljtcr is expected to begin in.Feb;-tea) 2026 Task t?rd t.rx will be i,,.vued on apt as -needed busks. The selui:* } s ardor trrust have cre s availahlu uro,llprupaf-uLl io init c£rt- ItW?* upon receipt Qfihe Yodce er) 19ruceed of each Task Order-- 0uestian .5. Arz ihcrQ any SB£ Reciuiretncttr for this pn)jeci? Resl nse 3: s,, a Snuill f zisi'nv.Fc Frrteipr';!se goal has been set of 30%.f n, this prqiec't. -she Utilr_a6un f-Ay-nz is part uf-tile projeci ma,k naf and is aliached to this rldtckmdum C IT1 O f'Ok t W R I'3 Corps rr€e 1�ai eni• nL Joint Vie. Crack Sta3 Cmt PrLec Cnntracl S'[ANl}. PI) C'O STRI.VTION SIYFfill'fCATTC)N LX)C LAMENTS AcWcndum No I Reniwd Septcmlvr 1 d. Various Projects 'I -his Addendum No. I forms part ofthe SpeciIications and Contract Document forthc above- refcrer ced prcaject anti modifies the original Project Manual and Contract. DocurTivnis of ffic sanac. Acknowledge yow receipt of Addendum o, l by completing the 1"CEILIeStcd -Difort-nation In Llic ,space pro vidcd in SccI-ton 00 41 09, Bid Form. Pavc 3 o f 3 A signed copy of Addendum No. I should he included in the. SLibmitted scaled bid at the time of bid submittal. failure to acl€no -ledge the receipt of Addenduin No. ] could c�teisc dic. s ibicd bidder to be eonsidered "NONRESPONSIVE," resulting in disqualification. Addendum No, 1 RECEIPT ACNOWLL•DGEME;NT: �r cyn ati ; Capko Concrete Structures, LLC Address- PO Box 426 Ciry: Azle St.,ite- TX Lauren Priirur, E'.Li Director. Transportalion and Pub]le Works By: z tri c [aIem Arega. P. F. Encineering Manager. _IePW CITY OF FORT' lvoiC 'm Uoncrele L'nverneal Joi nL &-- C oork Seal Uri ii Frice Cori; ac4 STAW)ARD t 0\NTRUC.TT0N['SP'EC[FJC?kTJ0 D0CLNJE- 1S Addendum .°Va L [terave+9 5eptemkes 14, 2022 Various Projects 0011 13 INVITATION TO BIDDERS Pagel of 3 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of Concrete Pavement Joint and Crack Seal Unit Price Contract, will be received by the City of Fort Worth via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project until 2:00 P.M. CST, Thursday, December 4, 2025. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST in the City Council Chambers. Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https:Hfortworthtexas.bonfirehub.com/portal/?tab=openOpportunities Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non -responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. SUPPORT For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en- us Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. CITY OF FORT WORTH Concrete Pavement Joint & Crack Seal Unit Price Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Addendum No. 1 Revised 2/08/24 Various Projects 0011 13 INVITATION TO BIDDERS Page 2 of 3 To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com) GENERAL DESCRIPTION OF WORK The major work will consist of miscellaneous task orders of pavement rehabilitation, including concrete pavement joint clean and seal, crack repair, and spalling repair. The purpose of this invitation is to set unit prices, the City's contract budget may be less than the bid amounts, therefore, the City is not obligated to award the contract for the full bid amount. PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre -qualified by the City at the time of bid opening. The procedures for qualification and pre -qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes" under the Intent to Bid section. All Addenda will be posted in the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab—openOpportunities, under the respective Project. PREBID CONFERENCE — In -person and Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time, as well as simultaneously via a web conferencing application: DATE: November 11, 2025 TIME: 11:00 AM Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. CITY OF FORT WORTH Concrete Pavement Joint & Crack Seal Unit Price Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Addendum No. 1 Revised 2/08/24 Various Projects 0011 13 INVITATION TO BIDDERS Page 3 of 3 WAY. ► 1 City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. FUNDING Any contract awarded under this INVITATION TO BIDDERS is expected to be funded from revenues generated from PAYGO and reserved by the City for the Project. ADVERTISEMENT DATES October 29, 2025 November 5, 2025 END OF SECTION CITY OF FORT WORTH Concrete Pavement Joint & Crack Seal Unit Price Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Addendum No. I Revised 2/08/24 Various Projects 0021 13 INSTRUCTIONS TO BIDDERS SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms Page 1 of 9 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making electronic Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre -qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. CITY OF FORT WORTH Concrete Pavement Joint & Crack Seal Unit Price Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various Projects Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: https://www.fortworthtexas. -og v/departments/tpw/development/cfw-departments-tpw- contractors under Division 00 - General Conditions and as follows: 3.1.1. Paving — Requirements document located at: https://app-us3. e- builder.net/public/publicLanding.asl2x?QS=4d008O4b 133b408a85a69323548dda25 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: https://app-us3. e- builder.net/public/publicLanding.aspx?QS=e43c4239775f4b2583552c029c6a 1 ed2 3.1.3. Water and Sanitary Sewer — Requirements document located at: https://app-us3.e- builder.net/public/publicLanding.aspx?QS=4fc66ff8c36c4cO29d542d4e55114e8d 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 3.5. OMITTED Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: CITY OF FORT WORTH Concrete Pavement Joint & Crack Seal Unit Price Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various Projects Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 9 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. OMITTED 4.1.5. Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.6. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.7. Should perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.8. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, 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. CITY OF FORT WORTH Concrete Pavement Joint & Crack Seal Unit Price Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various Projects Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 4.1.9. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.1.10. Indicate their intent to bid by selecting "yes" in the Procurement Portal under the Intent to Bid section. You must indicate your intent to bid to be able to submit a bid to the City. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4. Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. CITY OF FORT WORTH Concrete Pavement Joint & Crack Seal Unit Price Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various Projects Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right- of-way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City electrically through the Vendor Discussions section under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or before 2 p.m., the MONDAY, 10 days prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications shall be posted under the respective Project via the Procurement Portal https:Hfortworthtexas.bonfirehub.com/portal/?tab=openOpportunities CITY OF FORT WORTH Concrete Pavement Joint & Crack Seal Unit Price Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various Projects Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. It. 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. CITY OF FORT WORTH Concrete Pavement Joint & Crack Seal Unit Price Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various Projects Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. 12.2. All blanks on the Bid Form must be completed and the Bid Form signed electronically or signed in ink and scan. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. 14. Withdrawal of Bids CITY OF FORT WORTH Concrete Pavement Joint & Crack Seal Unit Price Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various Projects Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal https:Hfortworthtexas.bonfirehub.coMZportal/?tab=openOl2portunities. 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. 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 parry to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. CITY OF FORT WORTH Concrete Pavement Joint & Crack Seal Unit Price Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various Projects Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH Concrete Pavement Joint & Crack Seal Unit Price Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various Projects Revised/Updated September 1, 2025 35 13 CONFLICT O1 INT=RES- 37ATEMEN-T Page 1 of r SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offerer OF respondent to a City of Fort Werth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on fide with the City Secretary's Office pursuant to state law. if a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder. Offeror or respondent is affiliated with your company, then a Lodi Govarnment Officer Conflicts Disclosure Statement (CIS) may be required_ You are urged to consult with counsel regarding the applicability of these lfortns and Local Government Code Chapter 176 to your company. The referenced forms may be cla wnloaded from the links provided below — Form CI ,Conflict of Interest Questionflaire) {stat6.t .us; https;;'www.etl.iEcs.�tate.tx,usrdatai[OrMalconflic IS.pdf I - CIO Farm does not apply CIQ Ferris is on file with City Secretafy CIO Form is being provided to the City Secretary CIS Form does not apply CIS Form is on File with City Secretary s_ CIS Form is being provided to the City Secretary BIDDER: Capko Concrete Structures, LL By- John J_ Capko I' Signature_, Tine: Presidel,.t ' Owner END OF SECTION CITY OF FORT WORTH 3-Concrete PauemeM Joint Crack Seal Uhit Price Contract STANDARD ON TRUC710N SPECIFICATION DOCUMENTS Various Projects Revis€d February 24. 2020 W'41 Or) ND FORM Pam 1 013 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. Concrete Pavement Joint.and Crack Beal Unit Price Contract City Project No.: unitsf ections; 1. Inter frito Agreement The undersigned Bidder proposes and egrees, 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 anti wvithirl 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: SiddE�r accepts ali of the terms and Conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the diasposition of Bid 8+orrd- 2-2. Bidder is aware of all costs to provide the required insurance, will de so pending contract eward, and will provide a valid insurance certffiGate meeting all regUirements within 14 clays of notification of aweard. 2-3- Bidder certffies 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, q corporation. 2.4 Bidder has not directly or indirectly induced oar solicited any rather Bidder to submit a false or sharer Bid. 2.5. Bidder has not solicited nr 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, "eorrupl practice" means the offering, giving, recelving, or soliciting of any thing of value likely to influence the action of a public Acial in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence ffie bidding process to the detriment of City (b) to establish Bid pries at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme car arrangement between two or more B<dders, avilh or Without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels_ CITY OF FORT WORT 3-Conarato PAvowr'a Join9 CrscR Seel unik PhceGanUud.XLfX STANDARD Gr}NS T RUCTI N F,CATI~; N DOC;UMENTS Various Projects Revised °WMM29 p0 1 00 13 ID FORM RageaoT� d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding prdcess or affect the execution of the Contract: 3_ Praquaiifcation The Bidder acknowledges that the following work types must to performed only by prequalified contractors and subcontractors'. a. N r4NE b. - d. . 9- h. - 4. Time of Completion 4 ' -lie Work will be complete for Final Acceptance within the days specified in each task order, 4_2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to Complete the Work {andfor achievement of Milestones) w1thin the tirnes specified in the Agreement. S. Attached to this Bid The toNowing documents -are attached to and made a part of this Bid - a_ This Bill Form. Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph b.01 of the General Conditions. c. Proposal Form. Section 00 42 4 d_ 'vendor Compliance to State Law Non Resident Bidder, aMion 00 43 37 e. VWBE Forms �opticnal at time of bid) f. Prequalification Statement, Section 00 45 1 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, C I Q or CIS forms are to be provided direci:ly to City Secretary h_ Any additional documents that may be required by Section 12 of the Instrudions to i3idders CI TY OF FORT WORTH 3-0onaekt Pdvemaot Jo;nt Crack Sea! Urk Prate Contract -Am STANDARD CONSTRUCTKIN SREC7FICA110H 00CUM�44TS Various Projects 9Remsm %M2021 Op 41 ws BID FORA Page 3of3 6. Total Bid Amount 6-1. Bidder will complete the Work in accordance with the Contract Documents for the fallowing bid amount.. In the space provided be law, pleaseenter the total bid amount for this project- Only this figure will be read publicly by the City at the bid opening: 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the resptctive estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid Total Bits 7. Bid Submittat This Bid is submitted on Respectfully submitted. By- - (Sigrlat re) John ,I__ 4 kg o lV (Printed dame) Title' President I Owner Company: Capko Concrete Structures, I-I-C Andress' PO Box 42.8 Azle. TX 7 098 State of Irice rporation. Texas $2.2.39.3 3.50 by the entity named below - Receipt is ackTiowledged of the Initial follo in Addend Addendum No. 11 Addendum No. 2: Addendum No. 3' Addendum No- 4'. Corporate Beal - Email; jSohn@eapkoconoretestructures.com Phone: 682-247-1035 END OF SECTION CITY OF FORT WORT H 3-�Oncrete f%veme')t Jaiwt GWk neat Umn Prce CC-ntract.x1sx STANDARD CON1STRUCiTiCIN SPECIFICATION DOCUMENTS Various Projects R 'S -d W30?2Q21 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application 00 42 43 BID PROPOSAL Page 1 of 2 Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure ; Quantity Range Quantity (Max per age) Unit Price Bid Value 1 UNIT 1 - Existing Conditions 1-100 100 024 1. 1000 Remove Concrete Pvmt 0241 15 SY 101 -500 500 501+ 501 ff- $60.00 $6,000.00 $50.00 $25,000.00 $50.00 $25,050.00 UNIT 1 SUB -TOTAL UNIT 2 - Earthwork $56,050.00 2 3110.0101 Site Gleaming 31 1000 1-50 50 $30.00 $1,500.00 SY 51+ 51 $30.00 $1,530.00 3 3123.0101 Unclassified Excavation 3123 16 CY 1-50 50 $77.00 $3,850.00 51+ 51 $76.00 $3,876.00 UNIT 2 SUB -TOTAL $10,756.00 UNIT 3 -Exterior Improvements 4 9999.0001 Cleaning and Sealing Existing Joints (438-7001) TxDOT Item 438 LF 1-10,000 10,000 $2.00 $20,000.00 10,001 - 50,000 50,000 $2.00 $100,000.00 50,001+ 50,001 $2.00 $100,002.00 5 9999.0002 Cleaning and Sealing Existing Joints (Wide Joints) (438-7001) TxDOT Item 438 LF 1-10,000 10,000 $4.00 $40,000.00 10,001 - 50,000 50,000 $4.00 $200,000.00 50,001+ 50,001 $4.00 $200,004.00 6 9999.0003 Crack Cleaning and Sealing (JCP) (713-7004) TxDOT Item 713 LF 1-500 500 $2.001 $1,000.00 501 - 2000 2,000 $2.00 $4,000,00 2001+ 2,001 $2.00 $4,002.00 7 9999.0004 Spalling Repair (Hydraulic Cement) (720-7001) TxDOT Item 720 SF 1 - 200 200 $50.00 $10,000.00 201 - 2000 2,000 $30.00 $60,000.00 2001+ 2,001 $30.00 $60,030.00 8 3211.0122 Flex Base, Type A, Gr-2 32 1123 CY 1-100 100 $150.00 $15,000.00 101 - 300 300 $150.00 $45,000.00 301+ 301 $150.00 $45,150.00 9 3213.0101 6" Cone Pvmt 32 13 13 SY 1-100 100 $126.00 $12,600.00 101-500 500 $107.00 $53,500.00 501+ 501 $107.00 $53,607.00 10 3213.0102 7" Cone Pvmt 32 13 13 SY 1-100 100 $132.00 $13,200.00 101 -500 500 $115.00 $57,500.00 501+ 501 $115.00 $57,615.00 11 3213.0104 9" Cone Pvmt 32 13 13 SY 1-100 100 $143.00 $14,300.00 101 -500 500 $126.00 $63,000.00 501+ 501 $126.00 $63,126.00 12 3213.0106 11" Cone Pvmt 32 13 13 SY 1-100 100 $155.00 $15,500.00 101 -500 500 $139.00 $69,500.00 501+ 501 $139.00 $69,639.00 13 3213.0202 7" Cone Pvmt HES 32 13 13 SY 1-100 100 $142.00 $14,200.00 101-500 500 $126.00 $63,000.00 501+ 501 $126.00 $63,126.00 14 3213.0204 9" Cone Pvmt HES 32 13 13 SY 1-100 100 $155.00 $15,500.00 101 -500 500 $138.001 $69,000.00 501+ 501 $138.00 $69,138.00 15 3213.0206 11" Cone Pvmt HES 32 13 13 SY 1-100 100 $170.00 $17,000.00 101 -500 500 $154.00 $77,000.00 501+ 501 $154.00 $77,154.00 16 3213.0401 6" Concrete Driveway 32 1320 SF 1-100 100 $25.00 $2,500.00 101 -500 500 $18.00 $9,000.00 501+ 501 $18.00 $9,018.00 17 3213.01403 8" Concrete Driveway 32 1320 SF 1-100 100 $26.00 $2,600.00 101-500 500 $19.00 $9,500.00 501+ 501 $19.00 $9,519.00 18 3291.0100 Topsoil 3291 19 CY 1-10 10 $100.00 $1,000.00 11 - 50 50 $95.00 $4,750.00 51+ 51 $95.00 $4,845.00 19 3292.0100 Block Sod Placement 3292 13 SY 1-100 100 $45.00 $4,500.00 101 -500 500 $20.00 $10,000.00 501+ 501 $20.00 $10,020.00 UNIT 3 SUB -TOTAL $1,989,645.00 UNIT 4 - Utilities 20 3305.0106 Manhole Adjustment, Major 3305 14 EA I - 5 5 $1,500.00 $7,500.00 6+ 6 $1,500.00 $9,000.00 21 3305.0107 Manhole Adjustment, Minor 3305 14 EA 1- 5 5 $500.00 $2,500.00 6+ 6 $500.00 $3,000.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 Concrete Pavement Joint & Cmck Seat Unit Price Commet Various Projects SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application 00 42 43 BID PROPOSAL Page 2 of 2 Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Quantity Range Quantity (Max per age) Unit Price Bid Value 22 3305.0111 Valve Box Adjustment 3305 14 EA 1- 5 5 $50.00 $250.00 6+ 6 $50.00 $300.00 23 3312.2003 1- Inch Standard Plastic Water Meter Box 33 12 10 EA 1- 5 5 $300.00 $1,500.00 6+ 6 $300.00 $1,800.00 24 3312.2003 1- Inch Standard Concret Water Meter Box 33 12 10 EA 1- 5 5 $300.00 $1,500.00 6+ 6 $300.00 $1,800.00 UNIT 4 SUB -TOTAL $29,150.00 UNIT 5 - Transportation 25 3471.0001 Traffic Control 34 71 13 MO 1 10 1 10 $3,000.00 $30,000.00 26 13471.0002 Portable Message Sign 3471 13 1 WK 1 30 30 $500.00 $15,000.00 UNIT 5 SUB -TOTAL $45,000.00 UNIT 6 - Non -Standard Items 27 9999.0005 Work Order Mobilization ($0 - $50,000) 01 7000 EA 1 1 $2,000.00 $2,000.00 28 9999.0006 Work Order Mobilization ($50,001 - $200,000) 01 7000 EA 1 1 $5,000.00 $5,000.00 29 9999.0007 Work Order Mobilization ($200,001 - $500,000) 01 7000 EA 1 1 $10,000.00 $10,000.00 30 9999.0008 Concrete Saw Cutting 99 99 99 LF 1 - 1,000 1,000 $3.00 $3,000.00 1,001 - 5,000 5,000 $2.75 $13,750.00 5,001 - 15,000 15,000 $2.50 $37,500.00 15,001+ 15,001 $2.501 $37,502.50 UNIT 6 SUB-TOTALI $108,752.50 END OF SECTION Base Bid Summary Unit Sub -Total UNIT 1 - Existing Conditions $56,050.00 UNIT 2 - Earth Work $10,756.00 UNIT 3 - Exterior Improvements $1,989,645.00 UNIT 4 - Utilities $29,150.00 UNIT 5 - Transportation $45,000.00 UNIT 6 - Non -Standard Items $108,752.50 Total Bid $2,239,353.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 Concrete Pavement Joint & Cmck Seat Unit Price Commet Various Projects SECTION 00 43 1I3 BID BONO KNOif ALL BY THESE PRESENTS. rsa 43 IJ BID BOND pap or Th t we. C:ap o C:oncrete Structures, LLCM . known as "Bidder" hereon and PhiladeltAiia i1t.(JcTrtt1itX a corporate surety duly authorized to do business in L" Staie ref Texas, known as "Surety' herein. are held and firmly bound unto the City of Fort Worth, a municipal corporation created pur5hrant to the laws of Texas, itnow n as -04" herein. in the perxal sum of five percent (56%) of Biddaar's maximum bid price, iris lawful -money of the Uns ad States. fo be paid in Fort Worth. Tarrant County, Texas for the payment of winich sum well and truly to be inade, we bind ourselves, our theirs, executors, administrators, succiassors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the foil ring proj�act designated as CPN Concrete Pavement Joint and Crack Seal Unit PriCe Contract NOW, THEREFORE, the condition of this obligation is such that i€ tha City shall award the Contract tor the foregoing project to the Principal, and tf3e Principal shall satisfy all reqxirentents and conditions required for the execution of the Contract and shalt enter into the Contract in wri#inq with the City in accordance with the terms of suclb same -.then this obligation shall W and be:Con i; null and void. If, however: the Principal fails to execute such Contract iri accdrdanw with the terms of same or fails io sarsfy all requirements and condit+bns required for the exeGutioo of the Contract, this bond shall became the property of the City, without recourse of the Principal andrer Surety. not to exceed the penalty hereof, and shall be used to clxmpensate City For the ,difference between Principal's total bid amount and the next selected NddeT s total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall Ire in Tarrant County, Texas.or they United States Bisifist Court For the Northern District of Texas Faint Worth Division IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED his instrument by duly authorized agents and ofti,ars on this she 4th day of December , 2025_ f4T7ES T. Witness as to Principal CIT Y 17 RNIT M)RTH sr,MARC- CONSTPUCTION.SKOFICAMN DOCUMENTS RPVi5 Po- %.7021 PRINCIPAL: BY: " °�- sgTeatLire 1-401 -, ? Nafrie and Titter Camre,e Paverner3 SnirR. & Crack Seal LM.Pkin&Qrdntract Various Projects Witness as to Surety Melissa Pitts, Bond Sect:i�lary Attach Power of Altorney (SurptV) fir Attorney -ill -Fact W 43 13- I"aq e 2 oT 2 Addfess; P.O. Box42 �Azle. TIC 7 (. SURETY: Philadelphia ielphia l.IldeiimiLy Imuii'ance C01-13178311' Joi-dan Pitts, f ttomey-N-Fw Mame and Title Address; Elie Bala Plaza, Suite l[10} Bala Cyn w-vd, PA 1900,1-0950 Telephone Number: 9- 61-0314 'tote: If signed by art officer of the SurelyCompany, there must be on file ,a certified extract hom the bylaws showing that this person has authomy to sign such oblxgabon. If Surety's physEcat address r.9 diffefent from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded F F) OF SFC HON, .CITY 4F FORI WOR2 H STANDARD CONS RUG)K44. ECIFIUATION I- LJMF JTG Rgv+aed grKV-C21 Corlavre Pavement JoYrt & ',rack Sea L,4111 Prices C&2fscl Various Projects 1'HIIA1)Ell YFIIA UNr?EMNITY INSUIZ.AINC>W. w<.'t.l•W1PA%VY OLLr33L11a1 MLLLSuiLr 100 Bala Vv n�vd, PA 1'JL M-W150 Power OF `hllorLtei' KNOW Al-1- FE'R',OiNS RY 'l IILSL F RESILNJ S: L11:it PHILAA0ELPRIA IItiOFNINITI INS1.RANCL COMPAr%Y (tree Ccnnraiw), a corporancm organircd mid .irtsting 1Lnde1- the I l:x of' nlie C oinnionweal-th of Pennsvlvanir3, discs herchy cnitsrITI ire and aj-3pn int L.Ioyd Rav Pitts Jr- a nil?or .lordan Pitts Let' Pith Fen el l & �'tMeiain. T,1C ... DTOL Billy Rowels & tdkSjkr,'t1LeP:;tig6U_s, ics true and Ja-' [d YULuerLep-in-t",ki;L %will f011'awl%ority To CxCCL1dC on its khall'boli @, url&rhikin�L3, TC-CJJ 1!liZLthreS w,.d Wiwi contrulL of irvleninit% Ind writings Al iplory iv lhG LYi ire . ti7LY7_.t7f. iSkltd i3t the l•UutSe Of ks bkiSI less illbd`tb birid the Comp rLy thCt�tby, in NEL anlL1L. w Mi. to txicLAJ SA000.00C. Ilia 3'4jv,tl UJ Al?OLMY 1S grmwd and is Sigl1L 1 MiAl St'Rlyd LA' JzLc hrliIC Linder and by Lhe aullwriLy uCkhc Csrlluwing Rcsultih nL MliVkili 1Fv Lhe Board of IXlk'i antis LPF F11IJLALX-L-*LdtA INULMNI T1'Y LNSl eRANCE CC7N PA1vY on the 14" nF'Nrvcmhcr 201t. RESOLVED; Mal Ilia lluard of Di'wkws herd•,}' ar: lkor c.% the Preraden( or:nry Viun i irsident of Lhe Cn3ri '_ {1) ApI?nirAAtit+nr)cv(s1 in Fact anti allth(Vi7m the Attiwwy(s) ni Fact:i)rxmu1r on- 1 half of ek C ojripwk y bnii& eirLtl uridci::ilin . corLlwp of imlcnwil} of Ld (03 y vcri.Lii ip ubl iguLury ila Lhe naLurc Lhempf an' d LCL nMch ncc sell: of Lhr C'olnparip tlLtrrw, and (?) to relnrn•c,arraiw time:• nnu g0l, A11orn+ ,-Irt-Fact and rc%v)krthe authontu p cn. And, he it . 1LIlk LILLR RE NOLVED; 'Ihpt.Lhr."ipmatures arsLleh oltiLxxs and The seal of The t:'onmoily inoy he 0J1,1xcd to ally '%i1rh Tenser elt' A[ttaniev nr ce tificaic irlal tnLz th-�rc16 by t'acstmile. and am such PON%& 1}f Arrt mcy so i"%'r olcd and certified I>y laixilhila.sigrt5ll ies'arLgt [�iifSiillile sCal e1ro,,911 be w lid. klfv3 biAdirrg lipOn Lhe Com"Ly 6 llle 4i.Ltutc wish Tespcul. LG aa1V bmxl 41 urideTLA-ing Lu ',%11: t! ell Is aMktcl LCLJ. IN TESTIMONY WHF,ra1.OF. 11L1U AIM 11H1.1 Ih:DY'P,#N17Y 1r���rRAI�CC COMPANY 11AS CAUSED -MIS 1NSTRUr 41 N7 TO € V SIGNED A1q, 61'T CORPORATE. SEALM BL AFFIXED DY 11 S A1+"1I101UILD 01TIC:L:'L1 Ll* 51 H DAY OF� 0C.l0BL-'R 2(i24. fSeal F Joh {s1+o-m�b, YL�sr<4riit. C'�O J'ililadc 1pihiiu lndcnrnlry 1LnIIFdnef ('nniT)wnv On it-is'SI' dam' 40ct hcs, 2024 hctxrc nic L:--amc 11w in lividual '.r3Lo e.`LL-CuLed the preutxdint ii),.tilru113MR, to r'ne perwu011y k.ixlwiL, and bririg by Me dtdy sl%'"1u silid that, he is itac thmindescriklcd and 81.01ufized.o icef ul t3bc P1IiLAr1F'LPLIIA Irtilll' ISITY IN' L RANCE COMPANY, Lhat MD. wal al7ixLxJ to snid imireiinvnt is the CcirpurlLla' seal of paid Cc3Liripanv- that 11m aaid.Corrx]rate Neal and his--appator,.. ux:rc dl®I4' atii.+cixi C,L7lr11ly�lYH@OP, of Pthesylwkn4- NDEMY Saul Vanaultl'dEkenn. NOIOry'PuNic Qeiawarc courtly MY to Lrvn15e10a expkim November 3.3028 Carn Tieslan numt^e • 1.36624 1`4err;.6ri2 !7$y1v6-iA3seriLrl14nofN�k@r:es `Jntara l'tlblir: lrsiding at. I anus , d. PA kdy cprnnligs Rr+'ax i Gs Novi:rrnbvir 20n 1 Edward 5a}': 1:1_ Colpowi.r &i•t;fcriey ul V1.1.11-ADL-`LIIRIA ILN13FAIN1-IY IN131-R N-CL COMPANY- d6 Irtrebv eellil%: dMI Lhr foregoing 3rsuJuLivn ctE 4Se llui rd of DiTIT :'LOM atld the !-{-m-dr i)f ALrtlnicv LSVLcd purca mw di, rtOo on rite 5" d* OUIOhCF 201 4 a w LFuc and iiwrcct and am idle in full kirce atilt ctl�7.ct I do filmic r (,.w(fv That RAM (1101ri . -Atw) k3f t-rd the paw-ir•r of doriie; a� }'residrnr, was In the dare of "0211tinil of the NTW11CA ls(nl0 t,l Aktiirriey Llit! 1131 r[rL;kd Prcri&im of PULADE110A 1 DT-M'VIrY I?ISI.IkANCL COMPANY 25 1n Testimrnn� W'hcrecitl have %;il scriiscd IM IlaLlle NO alfix+� dIr 1:"inldt seal O'CaCh COMpnny t3•us # day t}f r �L1 CLI,%-,Ttrd Ssayaga, Cori iwatc. Srcrr6a PHII.ADkIFM1,4l, INT)EMN ITV IN.M Rr1N CE CD%TPARS- - C434a37 VENDOR COMPLIANCE TO STATE LAIN Page's of I SECTION 00 43 37 VENDOR COMPLIANCE TO STATE SLAW NON RESIDENT BIDIDIiR 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 priricipal plaice of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount J wer than the lowest Texas resident. bidder by the same amGunt that a Texas resident bidder would the required to under id a nonresi,dert bidder in order to obtain a comparable contracct 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 wiff automatically disqualify that bidder. Resident kidders must &6ck the box in Section B. A. Nonresident bidders in the State of , ur principal place of business, are required to be percent lower than resident bidders by Mate Law, A copy of the statute is attached. Nonresident bidders in the State of are not required to underbid resident bidders. ciur principal place of business, D- The principal place of business of our company or our parent company or majority owner is in the State of Texas. BIDDER: FNO 0. F S EC"1-10LN Sy: John J. Capko IV S22!t<-2= za 1 1 IV " ( ignatu ) Title- President 1 Owner Date- 121412025 C CFY OF FORT WORTH STANCiAR0 CONSTRWCTION S>PECIFICATtON DOCUMENTS Revised $r3&2429 3-Cain fOO P2vi§i1.W?0t JoiM CraCk S020 Unit PHLk Cot6ia-A Various Projects 004511-1 BIDDERS PREQUALIFICATIONS Pagel of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 5 have applied for prequalification by the City for the work types requiring prequalification 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven (7) days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 16 The prequalification process will establish a bid limit based on a technical evaluation and 17 financial analysis of the contractor. For example, a contractor wishing to submit bids on 18 projects to be opened on the 7th of April must file the information by the 31st day of March 19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's 20 Prequalification Application, the following must accompany the submission. 21 a. A complete set of audited or reviewed financial statements. 22 (1) Classified Balance Sheet 23 (2) Income Statement 24 (3) Statement of Cash Flows 25 (4) Statement of Retained Earnings 26 (5) Notes to the Financial Statements, if any 27 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 28 of Incorporation, Articles of Organization, Certificate of Formation, LLC 29 Regulations, and Certificate of Limited Partnership Agreement). 30 c. A completed Bidder Prequalification Application. 31 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 32 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 33 number visit the Texas Comptroller of Public Accounts online at the 34 following web address www.window.state.tx.us/taxpermit/ and fill out the 35 application to apply for your Texas tax ID. 36 (2) The firm's e-mail address and fax number. 37 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 38 is used by the City for required reporting on Federal Aid projects. The DUNS 39 number may be obtained at www.dnb.com. 40 d. Resumes reflecting the construction experience of the principles of the firm for firms 41 submitting their initial prequalification. These resumes should include the size and 42 scope of the work performed. 43 e. Other information as requested by the City. 44 45 2. Prequalification Requirements 46 a. Financial Statements. Financial statement submission must be provided in 47 accordance with the following: 48 (1) The City requires that the original Financial Statement or a certified copy 49 be submitted for consideration. CITY OF FORT WORTH Concrete Pavement Joint & Crack Seal Unit Price Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Projects Revised August 13, 2021 0045 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility for Award of Contract 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH Concrete Pavement Joint & Crack Seal Unit Price Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Projects Revised August 13, 2021 004511-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to 2 perform the prequalified work types until the expiration date stated in the letter. 3 8 END OF SECTION CITY OF FORT WORTH Concrete Pavement Joint & Crack Seal Unit Price Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Projects Revised August 13, 2021 ill! 45 12 PREQUALIFICAT1014 SIATEMENT Page 1 Df I SECTION 00 45 12 PREQUALiFICATION STATEMENT Each Bidder fur a City procurement is required to compete the information below by identifying the prequalified contractors andlor subcontractors whom they intend to utiiijze for the major work type(s) E sWl- Major Work Type Contractcrf5ubcor�ractor Company Name I Prequalification Expiration Date NONE The undersigned hereby certifies that the contractors andlor subcontractors described in the table above are currenthy prequalitied for the work types listed. BIDDER: apko Concrete Struotures, LLC By, John J Oapko IV PO Box 426 L (igr� rej Azle. TX 76098 Title; President I Owner Date: 10�i END OF SECTION CITY OF FORT WORTH 3-CoflvWa F2averrleait Joust Crdrk Seal Unit Pdra Cnnirw.; W 5TANIDARD CO NSTR!JCTIUN SPECIFiCAT1ON D?OCt1MENTS R (14)' '`2021 Various Projects 2 4 5 6 7' y 1.0 12 14 15 16 1? 18 f {) 20 ?1 22 23 24 25 26 �-7 28 0 -1 3., _ 4- 35 36 37 .3 38 39 ik1,17 trb . I CONTRAC I OR COMPI.W.NUF WM I �`�3ItK.LE2'4 4'[1�1i°F.V i �TfCJ�' L,L14 SPCTIGN fl0 4- 26 CONTRACTOR OR {:C)i` 1PLTA',C1-. WITH WORKER'S C'(lMPi-:TNSATIO LA Pursuu,�m io'Fexas Labor Co& Svcs ion 406.0 6(�i), ws amended, Contractor s krtEfies that it providcl, worker's conlpensatiotl insw-ance covcra c rur all cif its employees employed on City. Project No. 106374, Contractor further cerdties that_ pursuaw to 'Fexass Labor Oft, Swim 406.096fb). as amended. it witI provide (a Cite its subcontractor's mriiIicates ofcnm pilalicc with worker's compen-smion coverage.. Capko Concrete Strucwres. LLC C olalpaw PO Sox 4215 Address Fine. TX 7641�8 Ci€y. Slalk;, dip THE- .STATE OF TEXAS § COUNTY OF TARFtANT By- Jahn ,!_ Capk0 1V I Nexse Print) 'Filie: PresadeF71lO-rw (Please ?rim) BEFORE- F_ the undersigned au f oritw_ rYn lhi.s day persona[lyappearcd . known to me to he the person whose narne is subscribed to Ehc fo going instrument., and acknowledged to me that helstae executed the same as the act and deed of,(An�� a~r�s� �2�< #or the purposes and corislderation therein 'expressed and in the rapacity ihuT-tzin staled.- tT V N UNDER MY I [AC1 ANID SVAL OF OFFICE This day, of M8ksia&a Mello i my comtmitsion xµlraa 512112028 NGtary ¢Qi34$11Z77 Nowt' Public in and for the Strut± c)f-[-vxas FNE) OF SECTION CITY OF FORT lb°OR I f Comi ew Pirr CT ent Join[ & (:Teel~ ~cal 1-,Mi Price Coaafaei Revised Jul% 1. =11 I Various Projects 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 00 45 41 - 1 SMALL BUSINESS ENTERPRISE GOAL Page 1 of 1 SECTION 00 45 41 SMALL BUSINESS GOAL APPLICATION OF POLICY If the total dollar value of the contract is $100,000 or 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. 38 END OF SECTION CITY OF FORT WORTH Concrete Pavement Joint & Crack Seal Unit Price Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Projects Revised September 1, 2025 00 52 43 - 1 Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on 02/24/2026, 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 Capko Concrete Structures, 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: CONCRETE PAVEMENT JOINT AND CRACK SEAL UNIT PRICE CONTRACT VARIOUS PROJECTS 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 SEVEN HUNDRED FIFTY THOUSAND AND 00/100. Dollars ($750,000.00). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance within the number of days specified in each task order. 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. 4.3 Renewals This contract may be renewed to 2 (two) additional terms, upon expiration of contract funds, under the same terms, conditions and unit prices. In no event shall the contract's total time exceed five years from the initial Effective Date. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 19, 2025 (effective September 1, 2025) Concrete Pavement Joint & Crack Seal Unit Price Contract Addendum No. 1 Various Projects 00 52 43 - 2 Agreement Page 2 of 6 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance Certification Form (ACORD or equivalent) d. Payment Bond e. Performance Bond f. 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 specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH Concrete Pavement Joint & Crack Seal Unit Price Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Addendum No. 1 Revised September 19, 2025 (effective September 1, 2025) Various Projects 00 52 43 - 3 Agreement Page 3 of 6 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. /MW. Aur1K141ARllIM111M 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non -appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. CITY OF FORT WORTH Concrete Pavement Joint & Crack Seal Unit Price Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Addendum No. 1 Revised September 19, 2025 (effective September 1, 2025) Various Projects 00 52 43 - 4 Agreement Page 4 of 6 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time -employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 19, 2025 (effective September 1, 2025) Concrete Pavement Joint & Crack Seal Unit Price Contract Addendum No. 1 Various Projects 00 52 43 - 5 Agreement Page 5 of 6 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any 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 contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. 7.14 Small Business Utilization. Contractor shall not make any unjustified 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 19, 2025 (effective September 1, 2025) Concrete Pavement Joint & Crack Seal Unit Price Contract Addendum No. 1 Various Projects 00 52 43 - 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: By: John C Feb 11, 2026 16:04:35 CST) Signature John Capko (Printed Name) Owner Title P.O. Box 426 Address Azle Texas 76098 City/State/Zip 02/11 /2026 Datc OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth By: Jesica McEachern Assistant City Manager 03/16/2026 Date on,, ponT ua ^.W , �e Attest: x` b `'tgzu4� ae�n�xasaa4 Jannette Goodall, City Secretary (Seal) M&C: 26-0152 Date: 02/24/2026 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. Iretomiw�elu (Feb 11, 2026 16:06:14 CST) 11, 2026 16:06:14 CST) Iretomiwa Otuyelu, PE Project Manager Approved as to Form and Legality: Douglas Black (Mar 5, 2026 09:33:57 CST) Douglas W. Black Sr. Assistant City Attorney APPROVAL RECOMMENDED: d.711� Lauren Prieur (Mar 2, 2026 16:51:07 CST) Lauren Prieur, Director, Transportation and Public Works CITY OF FORT WORTH Concrete Pavement Joint & Crack Seal Unit Price Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Addendum No. 1 Revised September 19, 2025 (effective September 1, 2025) Various Projects 0061 13- I PERFORMANCE BOND Page I nf' Fond Number: PB12379800054 1 SEMON 4161 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS 5 5 KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT j 7 That we. Caoko Concrete Structures, LLC. known as `Principal" herein and _ Insurance Company , a corporate surcty(suE•ctics, if more than 9 one) duly authorized to do business ill the State of Texas, known as "Surely" herein (whether one 10 or more), are held and firmly bound unto the City of Fort Worth, it numicipal corporation created 11 purulant to the laws of Texas, known as "City" herein, in the penal sutra of. Seven Hundred Fifty 12 Thousand and 00/100 Dollars ($750.000.00), lawful money of the United States, to be paid in Fort 13 Worth. Tarrant County, Texas for the payment ol'which suns well and truly to be made, we hind 14 ourselves, our heirs. executors, administt-ators, successors and assigns, jointly and severally, firmly 15 by these presents. 16 WH RF:AS, the Principal has entered into it certain written contract with the City awarded 17 the 24'h day of Fchruarv. 2026, which Contract is hereby referred to and made,+ part hereof for all i8 purposes as if fully set forth herein, to furnish all materials, ce3uipme111 labor and other accessories 19 defined by law, in the prosecution of the Work, including any Chauge Orders, as provided for in 20 said Contract designated as Concrete Pavement Joint and Crack Scal Unit Price Contract, 21 Various Projects. 22 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 23 shall faithfully perl'orrn it obligations under the Contract and shall in all respects duly and faithfully 24 perform the % ork, including Change Orders, under the Contracl, according to the plans, 25 specifications, and contract documents therein referred to, and as well during any period of 26 extension of the Contract that may be granted on the part of the City, then this obligation shall he 27 and become null and void. otherwise to remain in full force and effect. 28 PROVIDED FURTHER, that if any legal action be tiled on this Bond, venue shall lie in 29 Tarrant County. Texas or the United States District Court for the Northern District of Texas, Fort ;(t %Voilh Division. CI ul' fORT WORTI1 Concrete Firemen Joint h Crack Seal Unit Noce C'onmict S rANDAKI) CONS I KUC I ICON SPEC IJ-ICA rrON tK)UNIENYS Vanvus Projws RcviW41 Dcccmaxr 8. 2023 W.61 13.2 PERFORMANCE BONE] Page 2 nF . t This band is made and executed uted in compliance with the provisions of Chapter 2253 of the 2 Texaq Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety lutve SIGNED aild SEALED this 5 instrument by duly authorizcd agents and officers on this the 24th day of FebrualY 6 _ o 26 . 7 PR-T` CIPAL. 8 {.apko Concrete Structures, Lief: 9 1 [� 11 12 13 14 15 16 17 1s 19 20 21 22 23 24 25 26 27 28 29 I() 31 32 33 34 35 'if, 37 3#i CIO 41 42 43 44 ATTEST: tPrinCip311 Secretary Aajyur ��� witncxs as to PIS rlcipal #, rd 1;&A�,k& fx srzotA Arless oydRay Pitts, Jr. BY, Narnbran€1 'Title Add,111: PO Box 426 Azle, T 76095 .S RF.TY: Philadelphia Indernpi Insurance C;ornpany BY 5i�naa JoLdan Pitts, A[`orc1, y In•Fart Name and Title Addres;, ()1}e Bala Plaza Suite 100 J}ala Cypm Edj ErA 19004-0951) Telephone Number: 469 661 4 Email Addr s: .pins i sia.com *Note: if signed by an oftiiccr (if the Surcly Company, there. muse be all file a ecltlhctl extract from LhL: by-laws: showing that this person has authoirity to sign such obligalion. If Surety's pliysieal aaddress i4 different Frtzm its mailing addre~Ls, boil] must he 1317-oviti0d. The date orthe bond shall not he prior to the dale the Contmot. is awaayded_ crny of FORT i4'ORI 11 Convr+cae: Pop%-rmcml 3uiriI & CYnc9L Seal 01h, YriCe CUIVAet STANUr'tIM1fY1 4'rRUCl'IC)NSPFUIFIC_AFION00(911MENIS vpriousP[Uj is flo (71 14 . 1 PAYNILFI'iiONU Fagc 1 of 2 Bond Number: PB12379800054 I SECTION Lill 61 14 2 PAYMENTBOND 3 4 THE STAT>~ OF TEXAS i § KNOW ALL BY THESF PRESENTS: CO[1T1�� V OF TARJRANT 7 That we, Capko Concrcic Strueturg, .LLC, known as "13rincipatl" huTvia . .and 8 Philadelphia Indemnity Insurance Company _, a corporate surity g (xwarCLIC,%), duly authorized to do btilsii wss in the State of Texas, known as "Surety" herein ( hethur 10 uuv or more), are held and Firmly lx-)und unto the City of Furt Worth, a municipal corporatimfl J I created pursuant to the laws of the State of Tttxas, known as "Laity" herein. in the penal sum Ur 12 Seven Hundred Fifty Thoasand and 00 100 Dollars (S750000.00). lawful Tnoney of the United 13 Mates, to be (laid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and 14 irttly he made, we bind ourselves, our heirs, €.xceuturs, administratuis, successors and assigns, 15 jointly and severally. firmly by these present,,=: 16 WHEREAS, principal has entered into a certain w1ittun C'olitiwt with Pity, awarded the J'7 241h ,day of FchrudYy, 2026, which Contract is herchy+ referred to and made a part la mof for all s purpoNcv,as if fully so[ forth herein, to furnish all materials, equipment, laborand other accessories 19 as defined by law,. in the prwsomtion of the Work as provided for in said C:ontraCt and designated 20 as Concrete PaV nlCRt Joint and Crack Seal Unit Price Contract, Various Projects. 21 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 22 Principal %hall pay :all monies owing to any (and all) payment bond hcnetic:iary has defined in 23 C''hapwr 2253 of the Texas Government Code, as amended) in the prosetmion of the Work wider 24 the Convact, then this obligation shall lie and became mull and void, otherwise to rctriain in full 25 farce and effect. 26 This 1xind IS made and executed 1n complialnue with the pro isians of Chap-Wr 7233 of the 27 Texas Governmcnt Code, as amcnded, and all liabilitics on this bond shall be dctenrlined in 28 aevordance with tht provisions of said YWtutc_ 29 CITY OF FOR I" lr'CATII Cej3 .rele T'avemeryt Jolnl & lCrgrl, ;cal L nat Prier Cooaract STANDy%RD [:.014 I'MiCTION Sd FCTIf'.4TION IXX.UNtLNTS Varivu-, Pro*,,. Rrsised llweinher X, 2023 OU61 14-2 Page 2 of 2 Iti 14'I'-3`NF.1;,4 WHFeREOF, the Principal and 4urdy havc each SiG l-D aikd SF..ALF.D 2 this inswumcw by duly autfiorizvd agcnt�j smut ofTiccr,% on this (tic: 24th duly of 3 February , 2o 26 4 W 12 ATTFST; Al��� Mr -I >.c.ipal) S"rciary r , 4 1111i'*S a1% to Principal. ATTFST: (Stinty) Smetary kk issa Pitts 4 Wilne. aA Ord y 1, oyd Ray Pitts, jr, PRINCIPAL. azpko Concrete Structures, LLC LAY; i�ilatllre Name tlnCl `fit e Address: PO Biax 426 Azle, TX 70,998 SURETY- PhiladeX)Itia IndemniLy ITl$urance Company By tiiU11 or:1an iLts, Atturnc-In-fact `Jame and Titic ALIdres5' Qne Bala Alma Suite 100 Pala C:yLiL, ^F ,c , PA 19004-0954 � Telephone Numb r 469-661-Q314 .Email Address_ iRitts-) . ;bia.[om Note- if si6mud by an officer cif the Sw'ety, therc must be on file a curt] Pied extract 5-011 the (bylaws flowing lhail this person hats ittllllority to 6gn such obligation. If Surety's physical address is different from its mailing addrem,. hoth must be pruvidcdl The dalc of the bond small not be prior to thc: &tc the Contract is awarded. FND OF SECTION ('1T1' 0 v0kT WORTH Coneretr Favmm- Lt Joint & Craeb 3r411 I. nir Prirx Comma STANF)ARI.1CO-SSTRL:C'TION SPEC Ir LCAT 10K, D0 C1_M1FN-rS V.u°irmj-q Projects kt!.vjxed 1]es mhcr i , 2:I i2 PH1T., DF.I.PHIA INDEMNITY INSURANCE COMPANY 011C Tula RUA. 91.1itC I M Bala Cypkv.yd, PA 190Cia-09,W Power nr ATtorney KNOW All. PFRSONS BY THESE PRESHNIN bat PHILADYLPHI.A IC"i:}:14PANN' (t3te Compam I, a exporati-om areanized and existing Sextet Utr [a14? of the Coniimonu CAllh of Pennsv a anis- dq)L`S Ns rchv constittite and appaint I.IIMd Rmv Pitts ,1 r. andior Jardan MIS or Pitts f ennril & -Wriciates. 3-1:£:. DHA Pitts Bonds & insurance Agency, its true and Ia%� fui Atturnev-in-faet v0h full atuthotilR to eKect+te on its tKMIfb[inds, undenaL i ngs, rewpntL-d vm, Lind ulh.cr Nmimcis (1t itt&Cninity and v,ntrngc ohltpinrn° in the natvr; ihcreat, msmd in the course of il-s busimess and to Maki Llae Con)WLIl tlieret)y-, in an aanlfrmllt ra}t ti) efCL'CCd SUJ,t104,W1D, this FmNer of Aiturne3 is graded and is sigattd and seal' xl tw tkAunile urrrlcr ani hv' the aothcwkm- of the folkiwing Rc,.quluiion added by 11w Raved of UCCEars ff PH11.A131-J-PHIA 1NL]L',NIMIY INSURANCE COMPANYion(he 14"•uf Nok:etlmbef 2016. RESOL%rFD: That the 13mrd aP Dimetars hcmhy authnrizes the Presideni. tx any Vice Pr-csideiyt of the CotnpamV { I } Appaimrt Attnrncy(s) i n Fact and aukhorim the Auur[reylsj in Fact to cxectltc on L+tta f of die Compam I)nnds and undcrtakings. cantraLt_ti of indemnity and outer Ltrttrn.gs ryhl[gamw in the nature fllCFC f and lu aumch tlae seal ofUeL'ompam'therctp; and 12I to rein OWV° at any ame, w*, slash Attnrncy-in-Fact and revoke the nu liurfty Lai Yen And, he it R `RTH E.R RF5[i1.�`F'T? 'I -hut the SrgWttLrrs Of such officers and ibe seal of rlrc C[amrarTy may be offixed to arty such Parwcr of Attvmey or mrtif sate relaibkj.thervo by racsimile, and any such Pbk-,-ey of Attomcy::ua executedamid rcrt&Cd by facsimile sigrowres and trbcsimdc send shall be valid and lyiitcling upon the Cgilipany in the CIAUTIC %ith r SM1. to ally bowl or undertaking to Which it is attached IN TESTIMONY WH1-Rl--()], PIIIL.ADELP1[]A [NDEMN17Y INWRANCE COMPANY HAS CAUSED -PHIS INS'IRIAMENT TO DE SIGNED AND IT'." CORPOKA H-- SLrLLTO BE AFFIXI' D HY ITS AI f l flit RIZE- CI OFFICE TI I [S ) Tfl DAY OF ll[7I'CI3E €L 2024 lSeall _ loh ulom b. ?nmjdcitt & CEO 11hilimielphia ImJemnily InsuranceCcompany On this i' 4LIm of (}clohcr, 2024 bt! ure me c2ors2 d w individual who mauled die piv:eding Instrument to me perWnall}' t;w%%n, and hcing by mn duly s%%Wn sand that. lme is the therein dLrsrrikvd milk] anthopra i atTwcr DC the PI I I LA DELPH I A INDF91ti ETY I.`ti&MiNICE COMPANY, that the seAl in mid instrument is the Corpus ate seal of sand {`nmpany.' thin lbe said Corpnrste Scat and hiS5ipllattare kwfe duly Rif, KM. C4m�+ae++rru#r a[Frnnsytranie Hoflrp Sea' Veriesas Mdtentie. Notary Pt:W C Dslfwam l auffl� COrWitirA00iralb3.ZD28 GamTissionnurrLW IU6314 MeMr,Pon,#ylvt•sA m'miaeofHolum NoLm F`uUlie. tesadIngall' Lima wd,PA My mmmissicmi eldpires- Nuvembrr -�_ 2028 I. Cdve-ard ,Saymga L'orpuraafe Seeretaiy of PH[1.+L2HTHIA INDEMNITY INSURANC.r �'OMPAN Y, do hereby L*atilp• that the fnreguing resulutiuri ilf the Rrmrd of eu Uirears tail the 1'omcr afAttcartuet isstmd Innsuam ihercta an the 5a' day {Ausber 2924 are trite and sanest wkd acre stihl it} full f#roc and sheet 1 do further cerliN t[Tat John i,ilttmb, 3vho execul d the Pmv r of Attorney as presidwt, uqg on the .i-tc oCexectiticm of the attarshcd Pmver of t.ttaritey the dliiw ciccied President of RHILADLL VIIIA rNm:m\1T'Y INSURANCE C:UMPANY to TmLim"y Wbereaf I have sLdasi:•ribed my nacre and atifixcsi the faacsim ile seal of each C4 mtipany this 24th Ltay of February , 20 26 L wail Savago. C'orparste Secwi ary PHILAIYk:1.9111A INDENI MTY INStRA CE-CO iPANY 114 FORTANT N0TJCE To obtain Information or make a complaint; You rney call the Surety's toll free telephone number for information or to make a complaint at: 1-877-438-74 9 You may also write Philadelphia Indemnity Insurance Company at. One Bala Plata, Suite 10D Bala Cynwyd, PA 19004 Attention: Senlor Vice President and Director of Surety You may contact the Texas Department of Insurance to obtain information on oornpanies, coverage. rights or complaints at: 1-8 00 -2 52-3439 You may write the Texas Department. of Insurance at: P.O. Box 149104 Austin, T}t< 78714-9104 Web: httra'Hwww,tdi,texA .uc�u PREIUM QR CLAIM DI S PUTES; Should you have a dispute wincerning your prernium or about a claim. you should contact the Surety first. If the dispute Is not resolved, you may contact the Texas Department of Insurance - ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document - ACV'i IMJ=ORTANTE Para obener informaciorn o pare someter una queje: Usted puede Ramer al numero de telefono gratis de para info rrnacion o pare someter una queja al: 1-877-43&74 9 Usted tanbien puede escribir a Philadelphia Indemnity Insurance Company: One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004 Attention: Senior Vice President and Director of Surety Puede comunica a con el Departamento deg Seguros de Texas para obtener information acercz de companias, coherturas, derechos o quejas el: 1-800-252-3438 Puede escribir al Departmento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-91 t4 Web. httV'+Mw-ww td #2xas �ov DISPUTAS SOME PRIMAS 0 REIILAMOS: Si tiene una dispute wncerniente a su prima o a tin reclamo, debe comulnlearse con el Surety primers. Si no se resuelve la disputa, poede entrances comunicarrse con el departamento (TQI)- UNA ESTE AVISO A SU FIANZA DE GARANTIA: Este aviso es solo para propvsilo de information y no se convierte en paste o condition del documento adjurito. 0061 Ii1-1 MAINTENANCE BOND Pair 1 43 Bond Number: PB 1237 800054 SECTION M 6119 2 A+1. INTI:NA CE Bali 3 4 THE STATE OF TEXAS 5 § KNf]'4'4' ALL BY THESE PRESENTS: 6 COUNTY OF TARRAINT § 7 That we Canko Concrete Struc.tuttj& LLC, known as "Principal" herein and 8 Philadelphia Indernnity Insurancc Cfompany a corporate surety (sureties, if more than 9 one) duty authorized to do Business in the State of Texas, known as "Sw'ety" herein (whether one 10 or more), arc held and firmly bound unto the City of Fntt Worth, al municipal corporation created I I Vursalaatrt 10 the laws of the State or Texas, kilo-wn as "City" herein, in the Stkrn of Sc:vcu Hundred 12 Fitly Thmrswid and ("100 Dollars (S750,000.00), lawful money of the United States, to he paiti 13 is Fort WoTth,'I"grant County, Texas, for payment of which sure well and truly he madu unto the 14 City and its succe'SM)TS, wit: bind ourselves, our executor, adminiatrators. succussors and 15 a!3signs, jointly and severally, firmly by thaw pprusunts. 16 17 WFllh:REAS, the Principal has e[ttc-rcd into a certain written contract with Ific City awarded 18 the 24" day of 1=ebniar�, 20266 which Contract i� hertrby referred to anda made part hereof for all 19 purposes as i f fully wt fai-th herein, to Furnish all materials, CgUiLpMikce[t labor and other accesstwk.-,q Zit its dh;,dincd by lawin the pru,'cuUticn of that Wt)rk, including. any Work r'esultiTig Crum a duly 21 authorized Change Order (r collectively herein, the. "Work'") as provided for in said contract and 22 designated as Concrete Pavement Joint & Crack ;weal Unit P4ee. C oniratct, Various Pi'L jccis, wid 23 24 V4HERFAS, Principal binds itself to use qucb materials and to so consarkac[ Ihe Work in 25 accorda.nce with the plans, spcoitivatio s and Contract Documents that the Work is and will iviiain 26 frue from defects it, matcrials or workinrtnship for and durinV the; period of tw,a (2� year's after the 27 date of Final Acceptance of the Work by thQ City (-Maintenance Period"), and 29 29 WHFR AS, Principal hlntls itself to repair or roconstruct the Work in wholc or itl part upon 30 receiving notice from the; City of the need therefor at any time within the Maintenance Period. 31 CITY 0I l°UAT WORTFI coliere[e Pavern.ent Joint & Crack Seal l 114 F`rirt Contraca S'FA NDARr1 CONSTRUC I [ON SPFCJFTC.1Tid]ti LKX'LAlFNTS Yannus Fmjcus R-vixdS,Vttnhrr 11),2(V5 1 2 3 4 5 6 7 1 [1 11 12 13 14 15 l6 17 K 19 W6119-2 .i:AINTFP4AhC:E RONL} Page ' of l NOW THEREFORE, the condition of this obligation 1'v uit h that if Prltioipal shall rCL1 cdy any cir fvctive Work. for which timely notice was provided by City, to a cornplction satisfactory to the City, then this obligation shall become null aTId Void; otherwise to romain in Ertl] forec and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstnict any timely noticed defective Work, it is agreed that the City may canse any and all such defective Work to he r4pa ired an&or reconstructcd w11h till associated cost; thereof being bornc by the Principal and the ';urcty under this Maintimanec bond; and PROVIDED FURTHER. that if any legal action be tiled on this Bond, venue shall lie in Tarrant County, Texas or the United States Dist6QL Court !or LILc NOrdIcM Ftistrict of Ttxais, Fort Wenh Divjslon, and PROVIDED FURTHER, that this uhligd.tion sfia[l continuous in nature and successive rcwvciies may be had hereon for ,us �essivu breaches. CITY' OF F010 1YC}RFM C'urwlete J'Rvemen( Joint & C'rack'veal Unir thus, Comittact STANDAR-DC(-lwSL'RUUJ-10NSPFC1F1C'A1'X?PS LR)L'UMENTS �` Ciuoaf'auatixla lbeviwd SepLmnber 11).2025 " 61 19 - 3 IMAIVTENA-'iCL BOND Page 4 of I 1 IN WITNESS WHEREOF. the Principal and the Surety have each SIGNED and SEALED this 2 instr<tment by duly authorized agents and officers, on this ilie 24th _ . day of February 3 , 24 26. 4 5 6 7 to 11 ATTEST: 1 14 tl'rincigal} Sedvmary 15 16 17 18 g 20 Vimcs!i as to Principal 21 144A rAf /i' c,66,, U �� 24 25 26 27 28 29 :ATT .4l-: ifs r �1 32 i Suretyl ccretan vk-111 �R a PLit:S 33 34 35 L4 itlti s5 as to - Lloyd Ray Pitts, f n t, 37 PRINCIPAL: a,po gcincrete Structures, LL U r�0 ,7. rAM-Z)-rQ &ES 9&�T AeA- NarAc and 1-itle Addre _ PO Box 426 Azle, TX 76098 SURETY-. Phil'id i Indemnity Insurance Company 13Y, SYgII' Jerdan Pirm, Atto!tngr-lit-Vast Name and Title Mdress: Di)e Bala Plaza Suite 10-0 Fi�1�tt�+�i1b�kt1��'11 l�+OU-04St} T lcphunc Nambm 469-661-0314 Email Address: _1F�LU&CM tsboaxom 38 *Note- if signed by an officer of the Surety Company, there raust be on file a certified d:xtract 39 from tN by-laws showing that this, pursdan has authority to sign quell ohligation. if 40 Surety's physicM address is differcia from its mailing, , address. bath niu t be provld.icd 41 The d;ate of tho hand shall not L7e prior to the date the Contract is a arded- 42 CITY OF FORT WORTH STa4NDARL] CON STRU€'TIO _SPRC1FICATION 1]L'(IWFNT;q Revi—.w :Sepi irkb i M 2025 Con€ray€ IF vvncnr Jolt t & Cnkk Sea! Unil Price L'antract V3rlklU4 Proiws PIIILADELP111A INDEMNITY INSURkNC"E COMPANY One Bala Playa ;iuitr I Bala Cy riwyLL PA 19004-0950 Power of Al lornty I:N[11r4 ALL PERSONS BY'IIILSLPRESLNTS [hat PRILA13LLP.1IIA ENDEMNITI INN I, RA-SC-E.00.1IP,ALind existing under [he ijws of the C ummuni+,,ealth of Pemswlir unia_ dues hereby' conslitutt.and appoint Lloyd liln YYlts Jr, >to ur. !u darn I'itis of Pitts F`rn ne]! � Assoeintcs, LLC, UBA Milts Bonds sift In3uraLLre ,ALs`nev, its Lrur attd lawatul Attoarney-in-ract %VLth full authtanlr to execute on its behalf bo nds. ursk- akings. reco,Pn 7.arnces and other enntracta 0t`Lndcnmi1y and xxntingsobllgutory inthe nature thereof, issued in the course ofns business and Lo bind the Company thereby, in an amount not to cxrccd . 5tt. t 'this Pourr ofAt6nrnet^ is granted aM is signed and arided by iacsimnlc under and by the aulhnrity of the follov,inP Resolution adopted by Lhc Koard of IIirconm cat` PHILAD LRHIA INDEMNITY 1NSVRANC C'OMIIAN I on the 18 -nt'No niber'-0I6 b ES0L%' L D: 'I haL [he Board i, r Din:r N- he relay aulh )n7cs the Prem. dent or any Vccc President of the C'ompzay: (1) Appoint Atfomc-y15) in Fact and awthosizcthe #ttonicy(s) in Fact tv execute on behalf of Llle Cornp&iy buinis and urdrFkLkings, tuntraus of indemnity and utlicr un-itin�,s nhligatrary in the ngtnrc tliercof and to attach the seal ofthe C'ninpony 11wroo. and (2) to rlenm e, of any time, am- Stich Attornee-in-Fw1 aaad all uloe il]e auihoiity given..And- bc iL R-11TH F R RESOLVED: 'TIYaL the sLgnalurrs of such offiecr5 rand the scat of Lh f:nnipany raay he :%fltxcd to ary such Power af.Attnrrwv or ortiticati~ felaiirip Lbowto l v fm3hiNile, and any Su11Y 1`10,,4et of MUMXV se executed and certified bye facsimile si�natures and facsimile sea],hall he valid m:d bmdinE upon the (%vmpant= in $4- future wfib respect to any tend or undefiakiilg to uhich it is Xiachc-d FN' TF.STI MONY WHEREOF'', PlilT ADELP111A LNULMNEIT INSURANCF. COMPANY HAS (,AIJSF.IS THis rNSTRLJN4F%17 TO 13E SIC,NM AND ITS CORPORATE SEALTO BE AFFIX[-D BY IT& AUTl- OkIZED t1FF IC THN —NTH DAY OF OCTQRFR Z(124. tSrull doh C,lertttl3,. Prosident & CEO Plipl delphia Lndemnily IntmariCe Company On this 5 day of O: iobrr, 2024 hefurr nic came the i rxi ividuA wiv) exerured the prxcd ing inslnimcnt, to me pefsoMlly kootxsa, and brinC, by one dwly veorn said that he is the therein described and am1wrizM officer of the PH ]LADELPH I.% ItiDERINITY INSURA CF COMPANY. ghat the seal, ufCx.!d La said inslnmitnt iF. the CoFporalc seal of said CtnnpiLm; that l be said C orporme 51af a, d his signature is d wry altlxt+d 00*uroM1wullh ar Pims)i anlo - Anary Sea, Von esse Wkenr ie. NalaryFLmuc Delaware County M'corr na4me>lpkwi4L wbor3.2028 Conan issbn numbe • 13J6 BHA MerAW. Penis yivan.Lik Asv Gil lion of Nvarias Notary PLiblw: c rC`siding UL Lnnvmod- PA My cornmiscfnnexplies. Norcrohcr.1, 2028 L, LdWad Say'agn, C'eLlpofaroe StTit!(aiy of PI ILLAUHI.PHIA 1NF)ENINITY IMSURANC V. COMPANY, do hc(.Ebv etitil-% Lhat 45e lunc ln�• rcanlutlnn 0-r thb Masud Of Pirccivi s and gar PLY%wr or A.ttoniLv issued pl+rstiam LhCretu un Lho S" day t 1voher 2024 are true �¢Ldl COrrML mend ire sell in full rarpc and effeCL. I del further certi fy that John Glum ,Nino excetL d She Nv%el of ,Ationwv as President, was on Llie data tit` exeeutiaan of the sttrachcd 1"owvr Of ALLoeltcy Liar duly dieted I'resldCrfL of PHILADEL['HUINiDENINITY INS(JRANC=E.C.i3a'll"a1fdY. In Ttnaunum- WhereoCl ha%T suhscrihCd My name aril uflixed the facsimile %=l ofeach Coinpanv ihi3 24th day of February tit 26th leduard SavW, Ccwporatc Se retpi-% PHII-APELFRIA INDF1i1.MIA INSL.FLA*Lt:ECOMPANN' IMPORTANT NOTICE To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1.87743 8-7459 You may also write Fhiladelphia Indemnity Insurance Company at: One Bala Plaza, Suite 100 Bala Cynwyd, PA 1004 Attention: Senior Vice President and Director of Surety You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at P.O. Box 149104 Austin, TX 78714-9104 Web: httP:flW rv_tdi_rexas.a PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first_ If the dispute is not reso€+red, you may contact the Tees Department of Insurance. ATTACH THIS NOTICE TO YOUR E30ND: This notice is for information only and does not become a dart or conditlon of the attached document, AD'VISO IMPORTANTE Para obener inforrnacion o para someter una queja: Usted puede Ilamar al nurnere de teiefono gratis de pars informacion o para sornet+er una queja aI: 1-877-43B-7459 Usted tanb+en p�iede escribir a Philadelphia Indemnity insurance Company: One Bala Plaza, Suite 104 Bala Cynwyd, PA 19004 Attenflow Senior Bice President and Director of Surety Puede connunicarse can e€ Departamento de Seguros de Texas Para obtener informacion acema de companies, coberturas, rderechos a quejas al: 1-800-252- 439 Puede escribir al Departmento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Web: bttj7. wr w.tdi_texas joy DISPUTAS S013RE PRIMAS O RECLAMO . Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse. con el Surety primers, Si no se resuelve la disputa, puede entonces comunirorrs.e con el departarnento (TIDI). UNA ESTE AVISO A Sly FIANZA DIE OARANTIA: Este aviso es solo pars proposito de informacion y no se oonvlerte en parte o condicion del ftlumento adjunto_ Flores, Sophia From: Jordan Pitts <JPitts@pittsbia.com> Sent: Wednesday, February 25, 2026 3:05 PM To: Flores, Sophia Cc: Fields, Nicholas S; Otuyelu, Iretomiwa S Subject: Re: Verification of Bond# P1312379800054 This email is from an unknown sender This is the first time you are receiving an email from this sender. Report Suspicious Hello Sophia, These bonds are valid. Thank You, Jordan Pitts Sent from my iPhone On Feb 25, 2026, at 3:01 PM, Flores, Sophia <Sophia.Flores2@fortworthtexas.gov> wrote: Hello, The City of Fort Worth requires bond verification before a contract can be executed. We have received the following bonds from Capko Concrete Structures, LLC, Bond #PB12379800054, in the amount of $750,000.00, issued by Philadelphia Indemnity Insurance Company.: for City Project #106374, Concrete Pavement Joint & Crack Seal Unit Price Contract. Please confirm that the bonds and corresponding amounts are valid so we can proceed with awarding the contract to Capko Concrete Structures, LLC. If this is not the right bond verification address, please provide for Philadelphia Indemnity Insurance Company. Bond Number: 11B123798000.' SECI(ON 00 61 1= 2 PERFORMANCE BOND �f THE STATE Or TEXAS § 5 y KNOW ALL BY 1HESE 11RESEN TS: 6 COUNTY OF TARRANT j 7 That we. Canko Concrete Structures. LLC. known as "Principal" herein al: _Yhil���llhi, lnSj�n�nity Itlsur<?<nce Company , a corporate surcty(sui-elies, if' more the 9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether or 10 or more;), arc held and firmly butind unto the City of Fort Worlh, it municipal corporation creale 1 1 pursuant to the laws of Texas, knoevn as "City" herein, in the penal sum of'. Seven I lundi-cd Fif 12 Thousand and 00/100 TMIars (5750.000.00), lawful money of the United State,., io be paid in Fn 13 Worth.. Tarrant C•ounly. "Texas for tlx: payment of which sum well and truly to be nrttic, we hit 14 ourselves, our heirs. executors. administrators. successors and assigns, jointly and severally, firm 15 by these presents. 16 WW,RFAS, the Princilkzl has entered into a certain written contract with the City awards 17 the 24't' day of Fchruarv. 2026, which Contrael is hereby referred to and made ,t pan hereof for 18 purpose• as if fully set forth herein, to furnish all materials, equipment lahtx• and other accessori, 19 defined by law, in the prosecution of the Work, including any C;hauge Ordcrs, as provided R)r 20 said Contract desienated as Concrete Pavement Joint and Crack Seal Unit Price Contra( 21 Various Projects. Thank you, FORTWORTH. Sophia Flores Contract Compliance Specialist Transportation & Public Works Office 817-392-2026 100 Fort Worth Trail, Fort Worth, TX 76102 CONNECT WITH US. © 0 ( O 4 FORT WORTH. City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: Capko Concrete Structures, LLC Subject of the Agreement: Authorize Execution of a Contract with Capko Concrete Structures, LLC, in an Amount Not to Exceed $750,000.00 for Task Order Construction Services Related to Concrete Pavement Joint Concrete Pavement Joint and Crack Seal Unit -Price -Contract Projects at Various Locations with wo Renewals for the Same Amount Each M&C Approved by the Council? * Yes 0 No ❑ If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑ No 8 If so, provide the original contract number and the amendment number. Is the Contract "Permanent"? *Yes 8 No ❑ If unsure, see back page for permanent 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: 02/24/2026 Expiration Date: 02/23/2031 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. Project Number: If applicable. 106374 *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 processing in the following order: rder: 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 ,FORT WORTHO Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: Concrete Pavement Joint and Crack Seal Unit Price Contract M&C: 26-0152 CPN: 106374 CSO: DOC#: Date: 02/25/2026 To: Name Department Initials Date Out 1. Sophia Flores TPW - Review 02/26/2026 2. Iretomiwa Otuyelu TPW-Approver 02/26/2026 3. Donnette Murphy Risk -Approver pDR 02/26/2026 4. 1 Patricia Wadsack TPW-Approver PLW 03/02/2026 5. Lauren Prieur TPW — Signer xbev Lauren P—, 03/02/2026 6. Lorita Lyles Legal - Approver 03/03/2026 7. Douglas Black Legal -Signer _ glas 61ack 03/05/2026 8. Jesica McEachern ACM -Signer 03/16/2026 9. Katherine Cenicola CSCO-Approver 03/16/2026 10. Jannette Goodall CSCO-Signer e a" 03/16/2026 11. Allison Tidwell CSCO-Form Filler .% 03/16/2026 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 NEXT DAY: ❑YES ❑No ROUTING TO CSO: ®YES ❑No Action Required: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return to: Please notify TPWContract&fortworthtexas.gov. Thank you!