Loading...
HomeMy WebLinkAboutContract 49215 CITY SECRETARY CONTRACT N0.. C Z N 19ccr. r TAKEOVER AGREEMENT U i Y OF FORT WORTH � CITYSECRETARY This Takeover Agreement (the "Agreement") is made and entered into by and �<1 e een Hudson Insurance Company (the "Surety") and the City of Fort Worth, Texas, a S b E Z ome-rule municipal corporation situated in Tarrant, Denton, Johnson, Wise and Parker Counties, Texas (the "City"), acting by and through its duly authorized Assistant City Manager. Now therefore, in consideration of the following good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, and in consideration of the mutual promises and agreements herein contained, the Parties agree as follows: 1. The Prime Contract. C. Perry Builders, Inc. ("Perry") and the City entered into a construction contract dated January 20, 2016, City Secretary Contract No. 47432, (the "Prime Contract") for the construction of the Victory Forest Recreation Center (the "Project"). The Prime Contract plus amendments and change orders allowed 371 days for completion of the work. 2. The Bonds. As required by Texas law and under the terms of the Prime Contract, Perry and the Surety made, executed and delivered to the City Performance Bond No. HICSW-10-A209-0213 (the "Performance Bond") and Payment Bond No. HICSW-I0--A209-0213 (the "Payment Bond") (collectively, the "Bonds"), each in the penal sum of$5,155,700. 3. Perry's Termination. On March 8, 2017 the City terminated the Prime Contract with Perry with the terms and conditions of the Prime Contract surviving for the purposes of enforcement of the Contract against the Surety, by delivering a notice of termination to Perry and the Surety that Perry had violated the Prime Contract by failing to supply enough properly skilled workers on the job site, failing to pay subcontractors, and misrepresenting to the City that payments have been made to subcontractors. City and Surety agree that City's termination of Perry was in compliance with the terms and conditions of the Prime Contract. City and Surety further agree that Perry failed to pay subcontractors and material suppliers amounts that the City had paid to Perry. 4. Completion of Prime Contract Scone. The City acknowledges that the Surety, by its execution of this Agreement, is acting in its capacity as the surety for Perry in making arrangements for the performance and completion of the Prime Contract, and not as a completing contractor, and that the Surety is not assuming any obligations or liabilities beyond those set forth in this Agreement and the Bonds which incorporate the terms and conditions of the Prime Contract. As to the completion of the Prime Contract, except as otherwise provided in this Agreement, the Surety is entitled to aII rights, title and interest of Perry in and to the Prime Contract in all respects as if the Surety were the original party to the Prime Contract. The Surety is not to be considered a contractor, however, for any other purpose. 5. Completion Contractor. The City acknowledges that the Surety will subcontract the performance of the work under the Prime Contract to a completion Takeover Agreement—City Secretary Contract No.47432 Page 1 of 11 Hudson Insurance Company OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX contractor (the "Completion Contractor"). The Surety's choice is AMX Construction & Specialty Services, L.P. as the Completion Contractor. The Surety may satisfy the required insurance obligations under the Prime Contract by providing evidence of the required insurance coverage carried by the Completion Contractor, with the Surety being named as an additional insured under the policy or policies. The Surety reserves the right to require the Completion Contractor to obtain a new payment bond (the "New Payment Bond") and a new performance bond (the "New Performance Bond") covering the completion of the Project. The Surety further reserves the right to contend that any claims against the Completion Contractor for nonpayment are covered by the New Payment Bond and that any claims against the Completion Contractor for nonperformance are covered by the New Performance Bond. The Surety reserves the right to terminate its contract with the Completion Contractor at any time, subject to seven business days' prior written notice to the City, and to contract with another Completion Contractor. No contractual relationship pursuant to this Agreement shall exist between the City and the Completion Contractor. 6. Prime Contract Balance. The City and the Surety agree that as of the effective date of this Agreement: (a) The original Prime Contract amount was the sum of$5,155,700.00 which included a Base Proposal of $4,796,000.00 and City's General Contingency Allowance in the amount of$359,700.00. (b) The authorized amount of the Prime Contract, including all approved change orders, through Pay Application No. 10 is the sum of $5,297,316.80, which sum includes the City's General Contingency Allowance. (c) Perry has been paid through Pay Application No. 10 the sum of $3,830,904.20; (d) The balance of the City's General Contingency Allowance through Pay Application No. 10 is $83,995.90. The use of the City's General Contingency Allowance is at the sole discretion of the City, and any portion of the City's General Contingency Allowance that is not authorized by the City to be used shall be retained by the City at the completion of the project. A change order shall be issued upon completion of the work by the Completion Contractor to reduce the final contract amount by the balance of the remaining funds in the City's General Contingency Allowance. The Surety, Completion Contractor and Perry have no rights to the remaining balance of the City's General Contingency Allowance as a result of this Takeover Agreement. (e) The amount of retainage the City holds through Payment Application 10, minus the remaining balance of City's General Contingency Allowance is $117,630.64. (f) Prior to termination of the Prime Contract, Perry submitted to the City Proposed Change Order Request 431 in the amount of $7,896.96 for replacement of toilet partitions. City and Surety agree that City did not approve of Proposed Change Order Request 431 before termination of the Takeover Agreement—City Secretary Contract No. 47432 Page 2 of 11 Hudson Insurance Company Prime Contract and Proposed Change Order Request #31 is denied by the City. (g) City and Surety agree that Proposed Pay Application No. 11 was submitted by Perry to City prior to termination of the Prime Contract and pursuant to the terms and conditions of the Contract and Texas law; City did not approve Proposed Pay Application No. 11. City and Surety agree that Proposed Pay Application No. 11 is hereby approved by City and Surety, as revised, as set forth in Exhibit"I" in the amount of$304,841.31. The City agrees to remit payment of$304,841.31 to the Surety within five (5) days of this Agreement being executed. The Contract Balance, as defined in this Agreement, shall be reduced by the amount of Pay Application No. 11. Surety shall pay all subcontractors and material suppliers for any amounts due and perfected under the Texas Government Code that are contained in Pay Application No. 11. City shall not be liable for any amounts owed to subcontractors or material suppliers that are contained in Pay Application No. 11. City and Surety agree that City had to take remedial measures to secure the job site and to move, store and secure furniture and equipment as a result of Perry's failure to comply with the terms and conditions of the Prime Contract. City's estimated actual damages for remedial measures for which Surety is responsible are as follows: i. Building Security Fencing $3,210.00 ii. Office Furniture Warehouse Storage $3,600.00 iii. Additional Moving Fees for Equipment $500.00 iv. Moving Materials,Labor and Van $4,011.96 V. Equipment Security Fencing $3,000.00 Total $14,321.96 City and Surety agree that the Contract Balance as defined in this Agreement shall be reduced by the City's actual damages for remedial measures. City shall provide Surety with proof of the City's actual damages for remedial measures and the Contract Balance shall be adjusted accordingly by change order in accordance with Section G-9 of the Prime Contract. (h) The "Contract Balance" means the balance of the contract amount through Payment Application 11, minus the remaining City's General Contingency Allowance and the City's actual damages for remedial measures shall be hereinafter defined as the sum of $1,063,253.43. The Contract Balance shall be increased or decreased, as appropriate, during the period of this Agreement as a result of any change orders for extra work (work that is different from, in excess of, or beyond the scope of the work required by the Prime Contract) requested or required by the City after the date of the execution of this Agreement and as further set forth in this Agreement in Takeover Agreement—City Secretary Contract No. 47432 Page 3 of 11 Hudson Insurance Company accordance with Section 252.048 of the Texas Local Government Code and Section L of the Prime Contract; and (i) As of the date of the execution of this Agreement, the City represents and warrants that, according to the records available to it, the Contract Balance as defined herein is accurate. The Surety reserves the right to verify the accuracy of the Contract Balance. The Surety's sole remedy against the City for breach of this representation and warranty is reformation of the Contract Balance to the proper amount. 7. Surety's Right to Contract Balance. The City acknowledges that the Surety has a priority interest in the Contract Balance. The Contract Balance is dedicated to and will be applied to the completion of the Prime Contract pursuant to this Agreement. The payment of any remaining Contract Balance to the Surety shall be made in accordance with the terms of the Prime Contract as to the time, amount and method of payment. The Surety agrees to spend its own funds as may be necessary from time to time to pay for the performance of the Prime Contract by the Completion Contractor in the event that the Contract Balance is insufficient, with any such payments being credited against the penal sum of the Performance Bond. The City further agrees that it will not acknowledge or honor any claim or charges against the Contract Balance by Perry or any alleged assignees, successors, creditors, or transferees of Perry, or any other party making claim to any such proceeds or balances without the prior written consent of the Surety, or except by order of a court of competent jurisdiction after due notice to Surety. No payments to the Surety shall be withheld by the Owner based on any other issue or circumstance on the Former Contractor's other projects with the Owner. Surety agrees that it will pay all retainage and other amounts owed and due pursuant to the respective subcontract and the Texas Government Code to subcontractors and material suppliers from the Contract Balance or Surety's own funds and City shall not be liable to subcontractors or material suppliers for any retainage or other amounts owed under the Prime Contract. 8. Project Schedule. The City agrees that the dates for Commencement of Work, Substantial Completion and Final Completion on the Project with regard to this Agreement are as follows: Commencement of work: Five (5) days after a Notice to Proceed from the City Substantial Completion: 120 Calendar Days from Notice to Proceed Final Completion: 180 Calendar Days from Notice to Proceed The Surety reserves the right to request additional extensions of time. 9. Liquidated Damages. City and Surety agree that the original date of substantial completion of the Prime Contract is extended to the Substantial Completion date listed in paragraph 8 above. Surety shall pay to City liquidated damages for the Completion Contractor's failure to complete performance of the work in the Prime Contract by the Substantial Completion Takeover Agreement—City Secretary Contract No.47432 Page 4 of]1 Hudson Insurance Company date listed in paragraph 8 above in the amount of$500.00 per calendar day as set forth in the Prime Contract and incorporated into the payment and performance bonds. City and Surety agree that this amount is intended as liquidated damages and not as a penalty and that it is meant to be compensatory rather than punitive. The liquidated damages are intended to compensate City for items including, but not limited to, lost use of the building by the public and further damage to the building. 10. Surety Liability Not to Exceed Performance Bond Penal Sum. The total liability of the Surety under this Agreement and the Performance Bond for the performance of the work, after the expenditure of the Contract Balance, is limited to and shall not exceed the penal sum of the Performance Bond in the amount of$5,155,700. All payments of any nature made by the Surety for the performance of the Prime Contract shall be credited against the penal sum of the Performance Bond. Any costs incurred due to the failure of the Completion Contractor's subcontractors to complete their work shall be credited against the penal sum of the Performance Bond. Nothing in this Agreement constitutes a waiver of such penal sum or an increase in the liability of the Surety under the Performance Bond. 11. Surety Liability Not to Exceed Payment Bond Penal Sum. The Payment Bond shall remain in full force and effect. City shall not withhold any of the Contract Balance from the Surety because of or on account of any claims, liens, suits or demands by any persons or entities furnishing or alleging to have furnished labor and/or materials to the Project. The total liability of the Surety under the Payment Bond is limited to and shall not exceed the penal sum of the Payment Bond in the amount of $5,155,700. All payments of any nature made by the Surety for claims against the Payment Bond shall be credited against the penal sum of the Payment Bond. Nothing in this Agreement constitutes a waiver of such penal sum or an increase in the liability of the Surety under the Payment Bond. 12. Additional Work. The City agrees that the scope of the work for the Project is confined to terms of the Prime Contract and any change orders or amendments that were agreed between the Prime Contractor and the City prior to execution of this Agreement and attached as Exhibit "E" to this Agreement. The Surety reserves the right to refuse to perform any extra or additional work if such work constitutes alone, or in the aggregate with all prior Change Order work, a cardinal change under the Prime Contract. Further, in the event the City seeks the performance of additional work which is not subject to valuation by application of the unit and/or lump sum prices set by the Completion Contractor, it shall negotiate the appropriate value of such work with the Surety. 13. Right to Use Equipment and Materials. To the extent the City has any right, title or interest therein, the City agrees that the Surety and its Completion Contractor shall have the right to use, without charge, any of the equipment, materials and appurtenances furnished or supplied by Perry which may be stored on or about the premises of the Project site or materials which may have been fabricated for use in connection with the Prime Contract, whether or not presently on the Project site. Insofar Takeover Agreement—City Secretary Contract No.47432 Page 5 of I I Hudson Insurance Company as the City has any right, title or interest in or to any subcontract, purchase order, or contract of Perry for the Prime Contract, however derived, the City hereby irrevocably assigns aII such rights, title or interest to the Surety and/or agrees that the Surety and/or the Completion Contractor shall have the right to utilize the same without charge. 14. Reservation of Rights. The Surety expressly reserves all prior rights, equitable liens and subrogation rights under the Prime Contract and at law of either the City, Perry, Perry's subcontractors, suppliers, materialmen and laborers, as well as the Surety's own rights dating back to the execution of the Performance Bond and Payment Bond including, but not limited to, those rights and remedies that accrued prior to the execution of this Agreement and those rights and remedies that may accrue during the completion of the Prime Contract. The Surety further reserves all rights, claims, causes of action, demands and defenses, known or unknown, now existing or accruing after the execution of this Agreement that it has or may have against the City. It is not the intention of the Surety in entering into this Agreement to waive, prejudice, amend, alter, revise, release or in any way adversely affect any right, claim, cause of action or defense, that it, as Surety, or Perry, might have against the City or any other person, party, or entity. The Surety explicitly reserves all of the rights available to Perry under the Prime Contract. Furthermore, any and all claims, rights, causes of action of or against Perry arising prior to the execution of this Agreement are preserved. The Surety shall have the right to pursue these claims in its own name or in the name of Perry. 15. Authorized Representative. The Surety shall be represented at the Project by the Completion Contractor with the Completion Contractor having no authority to bind the Surety to any additional work or changes to the Prime Contract, unless expressly provided in this Agreement. The Surety designates the Completion Contractor to prepare and process pay requisitions on the Prime Contract. However, the Surety will sign all pay requisitions submitted to the City. Payments from the City shall be made payable to the Surety and transmitted to the Surety at the following address, unless and until the City is notified in writing of any different address: David L. Styers Hudson Insurance Company 3301 Windy Ridge Parkway SE Suite 275 Atlanta, GA 30339 The Completion Contractor shall have, on behalf of the Surety, the authority to negotiate and sign change orders for extra work (work that is different from, in excess of, or beyond the scope of the work required by the Prime Contract) requested or required by the City (hereinafter "Change Order") without the Surety's prior written approval, provided the Change Order does not exceed $15,000 and the Completion Contractor is given additional time to perform the Change Order. If no additional time is given to the Completion Contractor to perform the Change Order, then the Surety's prior written approval is required to negotiate the Change Order and the final Change Order must be signed by the Surety. The prior written approval of the Surety shall be required on all other Change Orders, The Completion Contractor has no authority to negotiate deductive Takeover Agreement—City Secretary Contract No. 47432 Page 6 of 11 Hudson Insurance Company Change Orders, credits, back charges or net deductions from the Prime Contract or the Contract Balance of any nature whatsoever, to agree to any schedule changes or to agree to perform warranty work of Perry or corrective work as a result of latent defects in work performed by Perry without the Surety's prior written approval. 16. Right to Inspect. The City agrees that the Surety will have the option,but not the obligation, to inspect the work performed by the Completion Contractor at the Project at any time during the progress thereof. City shall have the right to inspect all work performed or being performed by the Completion Contractor. City shall have the right to reject all defective work performed by the Completion Contractor or the Completion Contractor's subcontractors or material suppliers, and shall provide prompt notice to the Surety of any such rejection. 17. Governmental Powers. It is understood that by execution of this Agreement,the City does not waive or surrender any of it governmental powers. 18. Notice. Any notices that are required to be given by the terms of this Agreement or the Bonds shall be made as follows: As to The City: Via certified mail, return receipt required, postage prepaid to: ,04141V",4SS AACH/'TECvML- sf-Rv,cCSM14"W-11 e/ry of f6/trwa47-11 ya/W. l3r'rST fa2T waiV'��Tx 7n/6 A With a copy to: 5Aies 0/SES TE C cams Yl{cmw SVN//1/�T�N[7L-Alt ciTY ai Lo /?T We✓L7-h1 YO/ w,I371,57. Fo4rwv,!T -Y 7k/ma 14s to the Surety: Via certified mail, return receipt required,postage prepaid to: David L. Styers Hudson Insurance Company 3301 Windy Ridge Parkway SE Suite 275 Atlanta, GA 30339 Takeover Agreement—City Secretary Contract No. 47432 Page 7 of 11 Hudson Insurance Company With a copies to: Keith A. Langley Langley LLP 1301 Solana Blvd. Building 1, Suite 1545 Westlake,Texas 76262 And Keith Roberts Roberts, Taylor& Sensabaugh, Inc. 4001 Gateway Drive, Suite 100 Colleyville (DFW),TX 76034 19. Reasonable Access to Documents. The City agrees to provide the Surety and the Completion Contractor with reasonable access and/or copies of documents submitted by Perry (or its subcontractors or vendors) to the City in connection with the Project or the Contract, including correspondence, contract documents, plans, specifications, as-built drawings and submittals. 20. No Third Party Beneficiaries. This Agreement is solely for the benefit of the City and the Surety. The City and the Surety do not intend by any provision of this Agreement to create any rights in or increase the rights of any third-party beneficiaries, nor to confer any benefit upon or enforceable rights under this Agreement or otherwise upon anyone other than The City and the Surety. Specifically, the City and the Surety acknowledge that nothing in this Agreement shall extend or increase the rights of any third-party claimants or the liabilities or obligations of the Surety under the Bonds. 21. Entirety of Agreement. This Agreement constitutes the whole of the understanding, discussions, and agreements by and between the City and the Surety. The terms and provisions of this Agreement are contractual and not mere recitals. The City and the Surety acknowledge that there have been no oral, written or other agreements of any kind as a condition precedent to or to induce the execution and delivery of this Agreement. Any written or oral discussions conducted prior to the effective date of this Agreement shall not in any way vary or alter the terms of this Agreement. This Agreement shall be binding upon the parties and their respective successors and assigns. 22. Modifications. This Agreement shall not be changed, amended or altered in any way except in writing and executed by both the City and the Surety. 23. No Assignment. This Agreement may not be assigned in whole or in part by either party without the prior written approval of the other party except as otherwise stated herein. Takeover Agreement—City Secretary Contract No.47432 Page S of 11 Hudson Insurance Company 24. Multiple Counterparts. This Agreement may be executed by the parties in separate counterparts, each of which when so executed and delivered shall be an original, but all such counterparts shall together constitute one and the same instrument. A facsimile or electronic signature shall constitute an original signature. Each counterpart may consist of a number of copies each signed by less than all, but together signed by all of the Parties. 25. Construction. The Surety and the City, together with their respective attorneys, participated in the drafting and preparation of this Agreement. Therefore, the Agreement shall not be construed in favor of or against any party on the basis that such party did or did not draft this Agreement or any attachment to it. If any covenant, term, or condition of this Agreement is illegal, invalid, or unenforceable for any reason, the illegality, invalidity, or unenforceability shall not affect the legality, validity, or enforceability of the remaining terms, covenants, conditions, or provisions of this Agreement. 26. Documents Incorporated by Reference. In addition to the contract documents previously referenced in this Agreement, the parties incorporate herein by reference the following documents: Exhibit"A": Most Recent Payment Application of Perry; Exhibit`B": Most Recent Unpaid Payment Application of Perry; Exhibit"C": The Prime Contract; Exhibit"D": The Payment Bond and the Performance Bond; Exhibit`B": All Change Orders and Time Extension Requests; Exhibit"F": All Notices of Defective Work; Exhibit"G": All Claim Notices on the Project from Subcontracts or Vendors; Exhibit"H": A listing of all payments made by the City to Perry, showing the payment date, the amount paid, the check number,and the payee. Exhibit"I": Revised Pay Application No. 11 27. Order of Precedence. In case of conflict between the provisions of this Agreement and the provisions of the Prime Contract and/or the Bonds, the documents in this following order shall control: (1) this Agreement; (2) the Bonds and the Prime Contract. Takeover Agreement—City Secretary Contract No.47432 Page 9 of 11 Hudson Insurance Company 28. Capacity and Authority. The Parties represent and warrant that: (a) they have the legal capacity and are duly authorized to execute and deliver this Agreement; (b) they have taken all action and obtained all consent, if any, necessary to authorize the execution and delivery of this Agreement; (c) this Agreement is a legal, valid, and binding obligation, enforceable in accordance with its terms; and (d) the execution and delivery of this Agreement does not conflict with or result in a breach of any of the terms or provisions of, or constitute a default under, any materials agreement or instrument or any other provision of law, statute, or regulation to which they may be bound. 29. Venue. Should any action, whether real or asserted, at law or in equity, arise out of the execution, performance, attempted performance of this Agreement, venue for said action shall lie in state courts located in Tarrant County, Texas, or the United States District Court for the Northern District of Texas,Fort Worth Division. 30. Terms are Contractual. The provisions of this Agreement are contractual and are not mere recitals. 31. Governing Law. This Agreement shall be governed by and controlled by the laws of the State of Texas. 32, Headings. The headings of the sections and subsections of this Agreement are inserted for convenience only and shall not control or affect the meaning, construction, or effect of this Agreement, or any provisions hereof. [SIGNATURES AND EXHIBITS ON FOLLOWING PAGES] Takeover Agreement—City Secretary Contract No.47432 Page 10 of 11 Hudson Insurance Company EXECUTED, effective as of the date of the last signature below. CITY OF FORT WORTH ,^ SURETY Jesus J. Chapa Assistant City Manager Name: -'Ott 1 , -4,1 // d� J Title: Date: Date: Recommended by: ATTEST: Steve Cooke — Director, Property Management Department Signature Name: ;rv �7�r^�t���� : Approved as to Form & Legality: Richard A. McCracken Assistant City Attorney City Contract Compliance Manager: M&C No. /J By signing I acknowledge that I am the Date: &A 10" person responsible for the monitoring and Form 1295: administration of this contract, including ensuring all performance and reporting requirements. ATTEST: ame of Employee y J. Kayseri City Secretary F FQR�, Title * ' = OFFICIAL RECORD * CITY SECRETARY Takeover Agreement—City �tra .47432 dTx l'1 Hudson Insurance Company EXHIBIT A au& � 9d pxP too JZ LF °S 06 E x � ms""µ 1� •7-!W 0 m F �1t t w a f� �" "•-.F • .r 0p O y o v U HEOUI G o f uj I z L ` C r w o p 3 •FcF o w. 10 p �:4) O m ° g E N 5 U R m v 4y�4' B.S, p J r p t � r o`b o e $ � $ c z FC a C CD C-4 N W r 'grw S. C O 3 ° o a c e e 0 ° ecfi ta7 c o CD . 3y esu Z or- UO F v m c ° e0 o W ti d c .07 ° O 0. CO' =3 0 c ''c CL c p W Q Q o 1 U $ � � 04 � a 3cm3d a �4- 0 1 =c4Ta JA �� o ca�� m•� � epiOF c� aU EE° z 0 � 5C0 as j U c ti o c � u o d Q ^ m kom�� � r a g a Z e F F g CD n SV4 !!W ° ° r o r Icq rn t� Q .. CD TC o �'a N� N m a N a ° 3 3 Z } �_�� r; o cz W n a U U V u(A N N sn yr cq c9 C) O C) 10 {7 o �Ol q V �'W v Fpi c Z 0. J FG LL. i3fA 4.9 r Fo CW7 � - C7 < � 0 c n yr o vQ d „WOE 3 ^ 'c + P Q <J " Z 3 F v "' u hF �Q �a •So m '^ o O Q U� C7� n c "' rn O� EA O 3 C7 0 sa z �oF- ° c odd � b u > U 0 3 3 V � NcC F- ° ¢ F ua vwrncu, EA'avUid c p H o o Q ° +o° ° o W `�i 0•^ u .a m e $ rn e Q V u. F� V -- � ZZ EL U�� � �W. e c s V W Z U ,_ c Q �¢ 0 Qh E� Ey ° W zFU �7 w 0 0 CA J O u c o z m� �w m c kl z c_ o a v� �. O � uCO � v� O WQO� F- CL o a o 0 07- F a � uw F_ F ° 7- u p Q F U V aU - N� � 10 � �,; � � a Lm 1000 O O � �-� h OM pM .~-� O S . f+1 m ri n b ON1 O tO/f O n O ci 8 O �D O O O O N O C $ " n � O O$ M P l0 Ln -f �, O � .MN., N C OND' o b .ti $ w^f4 C6 O o o c� f n\^a 9 rV .y a N ^ S 3; ti 88 0888 .- i y rn m � M o - i � coNLn U n W ^ ti N N M26— tff tri .-� ., co ., .� .. ., ., . .. ., . .. .. .. .. Ln .. . r+ A z �Op �p NLppppp 1L%1 M O Cy! �O 8 S pp S S 8 SLn UQ a � O a+^OT 0% C4 M 40PCO co Co 0% 0n .Nr LLSP OP OOl Ln LnOOONDP O -4Ln pG+V Lr Ln O CH l0 N.� M rl Lr N ri P ll f� .i N M N LM CO N to M � •-I P N 88 $ SS888 O W 000 o o pppp OO .+ OopLn . Ln M oOOO Lo O O O S O O S S O O N O O S S S Ln M O O Ch S O S S Coco S o 0 O S O O C 01 O C C O O G O C G C C LN ^ G O O C O C C C G g Ln 1 N P OL Vi L P Lr V N ti P C7 N ti N C p p CCpp p p ��pp O pf� Op Cp Cp Op C Cp p C Gp Cp Cp S 01 S C! S S N S S I� O N O O O O S S S O S S S O O O S S F C T O ry 00 CfQ C O O O C C G C G Q g � g O CI C Q D U+ Ln Ln ONLD -4 M MLAN ti en NNN 7riM 0.e Ln m N M N a p pp �p �p p p p p p p S 8stA pipp .Ny 011 ONMoOaa fN� O � �pNpp Lunt R�plO Ln M- -4 e0 O8 S8 pSODSOp Sp O88O OP OS OCT Vim" LD M OMD C^i, T N N N b Q O Q O O LM . Ln O O �D LOIf tD O O .�+ �! LA Lr� .4 M fh LA N.-i R M N_ _r Mf N ff P r�Lm Lo I,1,M Q' Ln CD f-, N tG P .4 N f� N •+ fp N n F- up W = CL z u ON M P Ln N CO 0 -4 4 O < LUQ gL ' � � 'S 'S '2 '2g7 � g '2ggg '2r ff c �c rn 1O U) gds .. 6 9 �S �S �S � 6660 � 6666 5 � s oo osson3 S ; 5 o Is i0 m �o w w m "a m -a m m -a W R m -;a m m eu c a a r aaaaaaa aaa aaa �rp = LL cy (L) v v d m v vm m v aa', N d a CS d, p i m v = d cm z g c a a c r p a a a :60 c c c :,Pr- c c c c c c c c o E v E ? c S � 665- : 86 : 8s8888888888 � EF- F- ., � 8 � 8f z 8is88888888889898898888 � g � 8 � � o $ $ � O N N N N N N N N fV N N N N N N N N N N N N M M Ln Ln Ln N N M y 888088Rm88u"'i88888LP, 8Cc) 8, 8088088880088Lon ... O O Q N ^ O N O 00 O O O O S M O O O O O O O O O O O O O O O v M N' ti %O r4 dN' N of fn N N 8 O O S pO p S S S S S S Sp S S O S S S f O� S S O O S O S S O O '0 x N .-i 8 LA O O O�D Ln m ko S O � n S ONi N C N rNi 4 M N b to .-i .-i pf tD NN 8 pp1 8 pQ M en L? C7 01 O M M N M M N N m N w n M cc r+ OD eh .� M Ln O f�1 to N O G M N N P M M N vi Of W N vi v ti O.-i Me M M Q1 ti op g.1� O p V 7 .a N .-� N .ti N CO z Q O z + T o O o S Qt 0 0 0 0 0 0 0 0 O O O O O T Z00 O $ 88 S8 888 88 e $ SMg - G o - 8 ,U y Qa + N ooM C m �a{� M� mo rt Ln � 00 N V, N M lff it O �D 8S $ 88. 8. o8. 8.8! 38888888888888888888 'Eo 0 0 0 0 0 0 0 0 o O c c o 1%.x 0 0 0 0 0 0000000000 go MtT w SS $ 8888 -08 -0So08888; x88 -088888888888 0 C 0 ^ Q O O m 0 OO � C G C Ca g C Gd O G O G G O C G C C O O 'J w 1I1�O\ ��.-jij (rj OMD l�O`lA tD Q N � 8g8888o8gSoS83o88 -008888 -0888888888 o CR "i M S PP O Q W N O N OD " 01 P Q. 6 G 88888088888888888CI8888888888CO0888 ti O O IOA O .�-� M O 01 Ln N n O, tD O M ^ M co 7.~r M 1A O IM�f l�A N O to U M h rl ti%e LR h N n OD.-i fn tai'K az Oz L' of ti O M tY M!+f ON- V- N v N %0 n co J ZC G o a _ 10 0. yy L _ 8 ; Lu W ay a 5 y § w a3 �L° ru lo- +g� C pp ��p = zIn _ Ua v g O '$ Lns °' g' yam' $ E 8 E c g cooCi'79 m S g a t 8 c U E ate; p w i7 g� ani c O Q a ssM s M M M C—D ssmM N � at c - , N C Ln M s 0 Ln ,.] Lf? O O+ '7 S LI r^p�� S M O O N N O Q O 0 441 W M v n n � N Ol S .�-I O O co m b ^ m N N C 'r O �-+ N M N M N O Ol N tp Lm N N M rel ,-1 N N �+ > H .r .r H H p 10 pp �N�pp wi N N 0 0 0 0 S O CD O H O n 0 p� t[� Q m r, o W�. pOppp N : in O tO O Off � O L .�+ OBD M M LL (7 O N O N N M O Num� M N N A x U N M .Mi N C .Ni O t�0 .A-1 7 r4 0 LLQ QF 0 a` o d` tl` eoen� d` T O� ao� 8� Ol` QQv1 p� OR U 07 A N A O1 O O t0 fh O N t0 1011 A zo a t0 ozo �8obC! p�. . . $ oo. Lr! 8888 I 0 Ln 40 Off N O O N Q Nf QQ N N O 1011 O to M V N M tyD- C� G� M A 1D M o K v l/1 O.a F y C a] M •f .-1 O ~ O N H tG N M •f M m a V r1 N N N ti N N O w ,. Ssss88sssggsssssss m 0000c000d00000aCl oN £ �` v000 N A v 0 o. O O S S O 8888 Cc M O S O O S n O O N O O O O C O IIO C G C G cOD O C O OW N ODD lri CLIA CCOi .1G-1 N.��-1 M � A fV 8888gs `b', $ °.-.° 880 $ 888 O VO1 N O $i C 0 Ln ^ O G O 11a f�p V t$ g 0 Cao + W I� d' Q1 A T Of G .r 1� Iz O co A M �• q q epi ti 0No V. ~ N .°D-I v m °� O 4 cBSgppg88oOm p$�� pQSgggtgpo88 ��8p1 m W O O ON1 M 'o 01 O CMD Ln fO�1 OD OI fn N ONi M 0 a pp U tp tpp� O t0 N ri O ti N Q 0 > M N M ~ N M -ftp N N CO N V N � fC c aR., x c °3 z =_ O c Q F LU W j'7 f0 U $ w o a be LU C o W " m `s J7 co to y C fD yP—j A =r � ID t Z 5E7 z O i o a c� c m c m Ec " '^ In Q o_ o _ € c a , c ti L rn t 8 .0 CL qo O O �o ama a � Ev cc i. rn e °Z vl q qq3" 8 pp p O 8E us 8¢ O 6 Z 00 00 S O O 8 M " .Mr .A-I ^ M W .-I Lo p ti "i 1p DD ti �.y N N eV IV N P'1 m p N N N N N M M M M M M M M M PARTIAL CONDITIONAL WAIVER I/we have a contract with C Perry Builders.Inc to provide General Construction for the improvement of the property described as: Project Name and Address: Victory Forest Recreation Center at 3427 Hemphill Street Fort Worth,Texas 76104 And by singing this waiver waive my/our construction lien in the amount of$521,751.62 for labor/materials provided through 10/31/2016 This waiver,together with all previous waivers, if any,(circle one)does/does not cover all amounts due to me/us for contract improvement provided through the date shown above. This waiver is conditional on actual payment of the amount shown above. If the owner or lessee of the property or the owner's or lessee's designee has received a notice of furnishing from me/one of us,or if I/we are not required to provide one,and the owner,lessee,or designee has not received this waiver directly from me/one of us,the owner,lessee,or designee may not rely upon it without contracting me/one of us,either in writii*,by telephone,or personally,to verify that it is authentic. Alvin Croon,Vice President C Perry Builders Inc. (Signature of lien claimant) Signed on: 4` Itch `i Address: 1002 Walker Road Sumrali, MS 39482 Telephone: 601-758-3136 STATE OFr COUNTY OF f0iU0,) Personally appeared before me,in the county and state aforesaid,the within named of(Contractor/Supplier),who acknowledged that he signed the foregoing instrument in his said capacity as ' rC,- s Yt of(Contractor/Supplier) having first been authorized so to do. This thecaOL day of jam - 20 ' Kimberly K MtQua int Notary Public, Notary Publirl f State orTeaas Expires:05/27/2019 My Commission E Aires i1' i PARTIAL UNCONDITIONAL WAIVER I/we have a contract with C Perry Builders,Inc to provide General Construction for the improvement of the property described as: Project Name and Address: Victory Forest Recreation Center at 3427 Hemphill Street Fort Worth Texas 76104 And hereby waive my/our construction lien in the amount of,918,W.30 for labor/materials provided through 09/30,1,.2016 This waiver,together with all previous waivers,if any,(circle one)does/does not cover all amounts due to me/us for contract improvement provided through the date shown above. If the owner or lessee of the property or the owner's or lessee's designee has received a notice of furnishing from me/one of us,or if I/we are not required to provide one,and the owner,lessee,or designee has not received this waiver directly from me/one of us,t6e owner,lessee,or designee may not rely upon it without contracting me/one of us,either in writ', by telephone,or personally,to verify that it is authentic. Alvin Crosn,Vice President,C Perry Builders,Inc. (signature of lien claimant) t Signed on: Address: 1002 Walker Road Sumrall MS 39482 Telephone: 601-758-3136 STATE OF COUNTY OFJ "c�t Personally appeared before me, in the county and state aforesaid,the within named C f ,of(Contractor/Supplier),who acknowledged that he signed as, n y the foregoing instrument in his said capacity as of(Contractor/Supplier) having first been authorized so to do. This the e'1 day of N. Kimberly K McQuarry Notary Public, i Notary Publib----9 .� s State erTexas I Expires.ost27t2019 My Commission Expires DO NOT SIGN BLANK OR INCOMPLETE FORMS. RETAIN A COPY CV10 ERRY R- (JIL ERS , NC . 1002 Walker RD. Sumrall, MS 39482 PHONE: (601 ) 758-3136 FAX: (601 ) 758-3106 Weather Days November 1, 2016 Mr. Javier Lucio RPGA Design Group, Inc. 101 South Jennings Ave. Fort Worth, TX 76104 RE: Victory Forest Recreation Center At this time, C. Perry Builders, Inc. has experienced 4_days due to weather delays for the month of October, 2016. Yours truly, omas M. Coggins, Project anagen C. Perry Builders, Inc. a3 a v X � N II Q b 0 N N L m0 0o y Q Ln 10 i Q O i, a� a� 3 c C 0 a� _a. 0 U .D 0 M LL b o LL 3 Q1 0 3 3 0 o r• , o 3 A 3 Q -a � s 3 " o AU o U ; Q b d C � C O w, LL OA b ° LL C co 3 a1 ° c0 N m E 01 v ty 3 I— o ° x c X o ~ t0 :° O O c i N O U M co + Q i 3 0 a, _ LL o O tn �_ 0 0 :3 41 a� > NCL C > d1 ami F2 L Q 4 _0 Q N E cUo N E .0O N O i p- N O ~ d � w OCA M M M 3 o X u 3 r O c a s a O o 0 0 0if 0 Q o 3: of C9 n � n n OR J co N N co 00 N N co N .0 � O '7 ` � C O Ln m _ y j L N L � OL � 00 n 00 00 O Q L ILA L Q N r N C N .0 N N N .0 N .� ei r � � 7 C 0LD M to d O O OL co 00 Ln 0 d 2 N .� N N N N N .0 N :n tA L L L L L L L CL Q a a n. a a c� O E o f O E o f O E O E o f Ti 0 cn > a a a a a a a a of of of .- E E .- E o77 ONf 3 i 1 00 t L L L L L L L 3 J L L N a LT iz iz iz iz a a a Ln E Ln E oo E n E co E n E �o E 0 0 dl 0 — 0 > N 0 > a 1D LD O O% oO O% p o O% Oo tO Lo co 0 t di p 3 O O O O o r p O% O OL O O% O 00 0 M O O\ O% O N MM� r Q W LL LL LL 3 o O 3 O M -°� n Lno Ln LAo 0o � o LA 3tm Iq Ln OR 'I LL Ln LL O% LL_ Ln LL O% LL O I.L. N LL Q Ln o an o V) o %0 o LO o n o LD o LC 0L LL LL LL LL 0 0 0 0 CU 21 ON LL LL M LL Q = Ln o �O o W o n n n o � N n N N M o 00 N e- J LLA o Ln o LLn o LO 00 o n o LLA a M C6 y N aj 3 C) 0) 0 tm 0? M LD 0 N 0? R U > O LL � LL M LL (� LL r LL r LL Ln LL O a no ro no 1� 0 coo 000 %0o c }, %0 m Ncu (D CL 1 4 n 00 N 01 00 00 %O L. N Ol LD LL r LL 00 LL 0 LL LL fV LL ^ LL N t J 2 H 2 00 0 00 o 00 0 01 0 01 0 01 0 o 0 0 L N i 3 V " p �. Ci U N 0 N l M Ln tO w �� o a M M C O X y U C C C C C C M C C C C C tl Q (n O O O O O O O O O O O O C. M 10 r 3 O m 00 O 0% 00 n Ln %D r- O O 01 ON CA00 00 d 00 00 03 00 t0 CD S J N N N .� N .� N N .C: N .� N N .0 N .� N .� N .� ;n Cl- %D ch of 01 r 01 N Y r N O 0 O O 00 00 LD n OO > 0% 0% 0► (S 00 66 OO Oo 00 Oo o0 d N N N N N N N N N N N N y vi L N N O O - 0� 00 a0 i 0; 01 Oi 6 0h 00 00 00 OO 00 N .� N N .� N .� N N N .� N N N C N .� s }' L L F- a a a a a a a a a a a a a c? o f o f o f o f o f o f o f o f o f o f o f o f C LL L L t L L L L L L L r; > a a a a a a a a a a a a d O E O E O E O E O E O E O E r E r E r E O E o f � S t L L L L L L L L L L 3 Ls a a a a a a a a a a a a cn = E M E M E oo E Lo E a E M E m E oo E Ln E rn E Ln E 0 0 0 O Ln o d' o O o L` r M o Ln o M o o M o in o M o M o N M fn o 1J7 C} o 'd o o Q o 0 0 � 0 0 > r In o N o O o M o o N o o N o O o r M o O > Q r o LD o LD o W o �D o �. o LD 0 Lo 0 LD o Lo LD 0 V a.a 'G .O E S o 0 0-0 0 C C N o 00 o LD o r Ln 00 0 00 o to o r M o M o art T.. 2 a 0 0h o m 0 0� ►- 00 0 00 0 00 0 00 00 0 00 0 3LL o ° ° O O LL MU- LD LL CO LL M LL LL N LL N LL r N LL J N o 44 o of o d' o Ln o et o in LD o Lo o LO LO LD 0 T j c N 00 00 N 00 N N ►- Ln r Q1 00 > ui LL 00 LL 00 LL fV LL O LL r LL ►: LL N LL 4 LL d' LL 4 LL V LL C Q Ln o 14 o o Ln o %D o Ln o LA o t0 o LD o %D o Lo o LD o ^ O r...� Q. s LL LL � Y, o 0 N LL LD LL M LU Ln LL 01 LL Ln LL N LL L- ^ 00 LL 0% LL 0% LL 2 Lo o Ln o Ln o to o LD o Ln o LD o Lo LO LD o Lo o LD o O LL Lo n r co Ln n o0 Ln ° LD C%) r o o O N LL O Ll T o M LL Ln LL L: LL M lL L: LL LL N LL o y J Ln o In o a' o Ln o LO o 1!'1 0 1!'1 0 �D o 1� o f` n /- o r 3 M �O n N n 01 o N CO 00 r > M LL N LL M LL C5 LL LD LL M LL In LL Ln ON LL pi LL 0 LL p1 LL C Q LD o LD o LD o %0 o n o LD o LD o ti n o o f` o N o U: � L 0Ln Ln %D m Ln M CD ol 01 r 01 t9} m Ln LL of LL O0 LL N LL M LL LL 00 LL N LL N LL N LL O LL 2 n o 00 o 00 o M o ^ o n o 00 o 0% o 0% o 01 o 01 o 3 O 0o chWoro °r' r T O 0. t M � M a �L_ CG o �C v L01 E c c c c c c c x 0- Q to O O O O O O O O O O O O ;I L0 00 M n 01 n Ln 00 Ln cy 3 O O O O 01 C► O O 0! C� 00 O 00 0, T T o co 00 C O 01 ch J N C N N N = N = N N .0 M .c M .� N N .0 N .C: � C C00 00 00 o Ln C o M O O O O to O O O m > 66 Oi Oi m m G% O O O O T Q N .� NN .0 N .� N N N .� M M rn M N .0 GS c C C C C _ C C Ln V) S N N N N r r O i p1 Tc M M M T O O O O O O L v L L L S -C L -C S 3 a a a a a a a a a a a a o o f o f o f o f o f o f o f o f o f o f o f o f bA > a a a a a a a a a a a a a a o f o f o f o f o f o f o f O E o f o f o f o f t S r s r r -C r r s r 3 m zs a a a a a a a a a a a a z = o f o f o f Lo E a E Ln E I. E a E Lo E co E a E 0o E a -00 n L11 M Ln LII na M n dM M a 5J Y OL CLO > T o Ol o to 0 o O o o — 00 0 o N o Ln o to o L Q LA 0 Lon 0 lf1 o Ln 0 LO 0 L0 0 LO Ln o In 0 IN o Lrl o In 0 U � O O D C = 0 O C Ln 0 Ln 0 — 00 M o M o M LO 00 0 M 2 = 00 0 00 0 00 f� co o 00 o n r LO o 00 r- O0 M 0 N LL o 0 N 0 N LL 4l5 0 Ln o Ln LL M o M 0 M o LL 0 T J � o � o � o d' o to o N o Ln o Ln o to o to 0 In 0 � o jn LO tf1 M 00 N n M N M N > M UL LL M LL o LL � LL LL 00 LL � LL N LL LCl LL ri LL Ln LL _ Q Ln o 0 RT 0 LCI o Ln o Ifl o Ln o Ifl o Ln o 111 0 Ln o Ln o O LL LL LL t o 0 0 o v n 00 LL 00 LL r— N LL N LL N LL N LL 01 LL ON LL M LL Q = LO 0 a Ln %0 a LO 0 ko o ko o Ln o Ln 0 %D 0 � G r LO M Mo N Ln n M LA n J: O O\ LL 16 LL L0 LL ti LL Ln N LL N LL LL - LL LA LL O LL LL ;j J 111 0 qT o o En o LO L0 0 Lo o L0 o LO o L0 o Lo o LO o tC C 3 LL M (A n 0 Ln w 00 I;t M b > 0L LL 01 LL N LL 00 M LL LL M LL a' LL M LL gr LL Ln LL Z Q L0 o Ln 0 LO o LO r- o o n o o n o n o n o Ir o L 0 o U- rn � r 0 y N LC LL t!1 01 LL O LL LO N LL r.: LL 00 LL t0 LL 01 LL LL 00 a 00 00 0 00 o 00 0 00 00 o DO 0 00 0 >Q O U N M00 LO n 00 M O % O '--N N N N N N N N N N M M �T O ( i I i 1 i I i _ I _. - 1 r — _ 1 €a 1 : : - 4 1 s I ........_... e i — - i : : i ------------ r f � � 1 3 i f I i � i j : — : #�' �_ F � :: i 1 .-_ ..... .. _ — t TT --------I L- -If f 1 ! I F4. i LU 99ce If py I �YY IV fY ti � ,�,. lV � IV 1�1 � 1�1 .•{'. IA ,D ' 'f ` VA � $ O r�i w ry 'C n4-, P � V � •Oa. O b -� 49 4 O a T N fV N [� O N -- I O < m N n e r m O m h r t r tl W A C ['• A W .............. I. LLI Ed in Lu 0 i IL 0 0 i-C - - - - - - - - - - -...... _ .-.. A - . I j - 1 — lz m i To , I - i I I I I r u+ I LU 10 LU ku r r Z C I m a � -. - - .-I - - n. nr - LU iT3 O ` } I Z LL LL E E E H r'- o N 3 f 3 3 f I I i W O Q a p v ~ Ec K v o 2 0 = g o N o o c o o c o o U m m yo '� > �z rn u 3 a i o c c ry 'leZF JZ 0 O O O O O O O O O O O O O O O O O O O O O O p O O O C U I I g - - 0 b tl o m - -b - N � r m m m O rn O O0 m o Ln c 0 0 m N O rn O I O E <Oj} t0j} O It O N Q a, m N r- m N Ql ci + O O � ^ r 0 m N o I'D o a � Lri � o o( 3) Q cr 0 0 0 ro o -1o <n <n rr) 00 N m F- t4 tf� t4 � N lD Q. _0 lD In Q O Ln { a � rq Ln a o Ln E aQ 4-f00 V 0 a � oh '1 F r O 00 ro N m N U GJ N L, LD ri lD O O ,- r3 r` r` o c 0) O ko L.6LL � 00 Ln � o p E ° o N m N o r, 4a Q Q N ma) N 1-1 U to to � t!r to t/)-t O 00 " 00 co co Ln 00 Ln co Zt Ln Ln CD ':t J O 0 U O U Q UU , F- C) o ' O 0 O Om O m m m -1 m ' -iO O 0 U0 U U U U O OO O O ) O O O r- r-O,a I` L Ln ' O ' O Ln Ln q:t Ln � ' O O 0 00 00 00 CD O 000 00 00 0 O O O 0 0 O 0 c�I O O 0� 00 � m T. m m EXHIBIT B t � w � awn cr .5 � • J d E a Cd Y W � r W J u U d d « I C C C d 72 t; 'v �r 'v yr y1 11 1 51 C E HEOLLJ7? u,�.=' ' LLJ `off as �; 8 = ,3 LU W V Uv M N cJi .o � ou °d �°S � # E c v v �c 3 o LL CC,� o � ab iw E E uj ° 03 $ 4 U8 C ° rot � u�sU m QE mom' N {R Id z p O y C LLl pG E o U .n O u' E `z} o, o v v ti rs°E 3 U m d5'9,' 3 $ t�i7 Cb u u ,m ER a 9L r � � � EaE� cr c 0 1 LI c VuE�s.� FJ � o ai gm-DC, N LN Nam cn c W so, E ooh Q N N OC C7 Q > M i � � Wy o, a LU 0 C �. dz c w Z w ,F a a � p O o N s � LL v w < � V � < c � a s IL Q a s w sq F 4 � LLJ J g °' �F L w� c r 3 V y a DC7 ALU .•.. -d' W. cl c r � a9 Qeum4" a': ^<v� � z U u hO: b S O Q ' 9 Z k G1 y tZV, O g �N ° sem5i o� Q o 3 S U E 2 k, Qo o � a. oa ? C Vov p `n° C' .- oGy oZny<O wm ro w U c u- w E > G 8 d C F vEih -3 UQ O E E °' E <a?}- �.�]en z �u, 0 7 d 0 Ea5�4 < ^ � ^ �x F3 �azZU < y �9L 2v < 0 CL 3 F Z g a uo~ aw Iv E°- � �d�Ya � E C C b C it< < o c L I- CL O x O o O z u of t- CL. .E t- !- Z .a U V <U ni.i v vi c r o0 0 LU 111 O O O " Irl to D1 Ut 3 to N .-t M N Cr1 M 4 d O r` b � O O O O pp 0 0 0 Q obi O Cl h O V: N .-r Cs rt O S M 00 . h. CD C., OR to O n U1 O u1 a L'i O O CD O O O O N CO C] v 7 N -4 O OD tp CO In CD M m N m N w O 140 m O m P N O m O O P O ~ to 01 N OD 0 1- n 0% M m N LA W N 1n N Ln � C Z n N O O M O 1r1 .� e-i N .-t N •� +�'{ Irl n +N-1 T Ln ID +'� T T O O U doa �� t rn t`vrn qqC S q M m �•, -- .-t M tri M O O CD r Cl r+ p �.. L , -�'n O N N Ir O 0 0 U1 0 0 0 � lu tU- .�Z� :7 tr1 M .-I N Q5 O W .i LCL 10 O E E Z a U Y D' N N ri vi 11:1tri } t O �.i o o a' o o a o g o 0 0 0 o 0 o a o e o o 0 0 0 0 o T'` a oc� OoLnpp ppppvooppop 00 0Oa aC, SgiOv a0aCD O 0 C) 4 tT O S O 0 0 0 Q 4 0 0 0 0 O P 0 0 6 O q en o1 coO H W pA O J �`C9 ¢0 U p °° Cl rn cn o rn 1~� $ ry N $ n o � m v v N S o 0 0 U F- � D+ J ua W Q r, o m rn m rn N pp o 'd 6 N Ci � c •: , 0 O O N o ppp 1D a N �O t� N {� 1A M !� r� N 'O q !� O ..� ¢ a C!~1 O Q u+ 4 Y �O o 00 Oni N. {� IA H �D a' O 6� Cl In v7 N W - O O W O t3. .a:n O y Lr N � iQ �-t`M cn V7 N ri V- M rrV` •-i N.-i al f3.m-i N rq ti CL _F uz� pp pp pp op v pp o CL a v 0 o 0 0 0 po 0 0 0 0 0 0 o a o a v a v a g o 0 0 CN n D„ O a O O Q O O a O O C7 C, 0 0 P C. 0 0 P 0 0 0 P O O O O O a co? 0 0 0 0 Cj O O O O b d d 6 O O Gi G C? 0 C3 C? CJ o 0 O o o O O O o O o O 6 a7 O c) [5 G Q F PC p � r 000 UO W a S S O b � S S � O O CD O O O 4 d O S S tln S S O � O N Q O S S P O O S S 6 C5 O N C? O wi O C? C; O O C? g C O G 4 LD CD C? O .+ o .-r O O O O [7 p6 O o GO O M o M m M co ,W) a a a 0 a a to O r- <t- N In tD v a u1 m 0 O C7 6 O CD O v P o 0 a a 0 a s an d C7 N N Q rl � N to m 0 0 01 O O [? O b 0 C> A O O O O O O O C O n O C� M M Cl Q' OD 01 N O O OD t8l CD tO IT N p� CD 01 O Ir C'� 0 0 0 C? O O N M n O O to N 01 N a� M M n 1D CD N tD n DQ M to K O m O O t\ U ua O O tb O 00 Oct[>;a! N .--� tp sr O O O Vf to a a [Ib m ❑ t11 00 N Ln M +�-� M t•i tri N'++ (h N +-i N ti N W H O O CT OD m T a a N - O t-, N y- to to 0 .p Q' vn M M N N O N 0 0 0 CO O O O Q 107 O ph C1 pp.DD+ CT 1� O N tQN� pO N t0 C' N [n m O It1 CCA Iyb')- d' a� N V1 ti a a �Op O S O 4 O O?UI CD M W Cn tDr i� 1an N CD '� C7 Q O 0 C7 CIA � to N N OD 01 r" CD � O O CO Ln in LO O Zp U,rS-7 tr N r- C7 ri CO .-i 14 m M U}Cr .-i Q C7 r ti ri C r .-i Q1 C1 *-� O m' C' �r, V; 4 U1 F :�]j N co v N 1D � +'-t N rr N .--� 9 A � R Z Q i � r CL co w OZ. s3 O A ou C u Y N M ? Ln CD N CO T O Mto W N m -o, to o n m m "1 .-' M .+ e-1 r[ H .� H .-� N N N N c-4 LLJ v o a w w to w w v w w v m w w w w a E o W � � Lr � � � ura : aa � � � a � a � 03 U 4 c c 73.-D c `5 18 '5 c :5 c c c c c c c C c c c c c ir;r�, c N Z Q w w a' i to w n: w a� w w to w w w w w to d w w w ax1 w w E a o = Zz ' " O u u u u u v u v u u wu u a' u u u u u u u v v U oU R O m N > G C C C c c c c C C c C C C C C c C C C C C C C C G a ZO T m m m m m m m m m m m t9 m m m m m to co m m to �' c� 3 3 3 3 3a 3 3 3 3 3 3 a6i �g U o C t O O O p a O O D a D 0 0 0 D O O O g 0 OC r +r O Z 3 m ro is is 75 is m rDD m mm m m m m m m m w .� C c G G C C C G G C C C c C C C C c G C C C C C L- r V } Q u' w w w w p� y yp} p� yw w w w w w w to ai w m w w m t` c m tT tT CD 43 C71 O1 CI 41 R7 a w r In OI Cl c c a a O CI O a Cf C1 c eu o NN Gv C G C C C C C C c c C C G C C C C C C C C G � C C c ,s n G O U ro C7 z U a 7 D - F :G a 'a:� i`+ {� %+ F D YJ i.+ T+ D a7 :u i7 'L aJ C C C C C C C C C C C C C C C C C C C G C C C C C C E Z E E .8 m a r Z O `^ o o CC o 0 0 0 o a o 0 0 0 0 0 0 0 0 0 o 10 o v w - a o � .� 2 mSUCO� c9c� C� c� vcp� ut� cs �pu �o3Uc� c� c� c`3c`3uc� �pc� c� ua � FOg � � a g Z a c c S 0 o C] O C5 $ b C. Cl 0 0 0 S S 0 O O Cl S O 4 O S a C2 O S O N m O f W O GT M H .� .-t .-t +-i w .-t .-1 .+ " H +-1 .--� .� .-t .-1 1-1 .-I .-t +-I +-I r'1 .-t .-t .�-1 +-1 Z O a n j N N N N N N N N N N N N N N_ tv N N N N N N N N N nt n! m to Ln to r. N <f- U n1 ., r1 ., ti H H y H H H H r4 C U = g 0 a 0 0 Q 6 0 0 0 C? Q 0 0 0 0 0 0 0 0 0 0 a a 0 a O g a 0 0 0 0 0 0 OO pp p p p pp H :A O N O O CR O Ln S S u m 00 00 0 0 V: S a $ P S 0 O Q O S 0 0 0 0 0 0 '0 N C7 qQ O O Ln N p .-� N O n PO O LD A +-i d 0 0 m kn O O p 0 0 0 0 0 0 0 0 a0 N O Ln N /� rl N O O K w C71 O w tp N m M N 1� Lh M M b +� N M Ln N P 00 ul n W Q Q M Yl) IT W M N.-1 h M N N N L� to to U W? AOo' 0 a N4! b O pp O pp 0 0 0 0 O o o C O pp p 0 0 0 0 0 o O O O Q pp m C 0 0 O N 0 0 0 0 0 . 0 0 0 6 5 0 0 0 0 0 0 0 0 0 S O V1 vi O [O O O N O w m O n Cp a N Ln w M N rM M Ln OO O O R I, OD OL w O 0 M ton LA %D O Op N P C0% N er N M .-� M N b C% O m LL ..7�2 0 0, O 00 In 4 tO O h O�LQ N CD i- M 03 w 00 V +-' M t71 O M O w m r-- N m M Ln N Ln H r-i o .-i M V M [�1 01 CO .� > Q::a a 0o o In 0 o o 0 o 0 0 0 0 0 Ps'i n 0 0 0 0 Ri 0 0 O� m t^p 6 O O h n O O O O O O $ 00 v p C O d a✓ v o 6� p� OU $ aa aogog o�o0 0000 is $ o d Ln Ln � r4 rj r,C3 a+ o N M O Ln N N p N h O t0 In .-I L/1 N V' O O Ln M "I O M to 00 h 177 to co u O h P M N V' Nor e i N kx O 4 N tri N co M w v' N Nin Ln wLnH w T U p O O o 0 6 p o p U Vi>: O O O O O O P S 6 S S 4 O 0 0 0 4 O d O p O O O C O 4 O b $ O Q O 6 0 0 0 0 0 0 0 0 CJ O O O O N O O O O p 0 0 0 4 0 0 O O O O C � LO 0 p O O O LM ('} <L4hF.0 th W O g O 0 0 0 0 S C 000 $ 0 0 0 '0 O O O 0 O CD O O O O C O P a $ O O OLn Ln O S C7 0 C� 0 iO 6 0 0 0 'D 0 0 0 0 0 0 C? 6 0 0 0 6666 0 4 0 0 0 0 0n 0 q `7 V: LMn N C toll O Ln LU) L z 0 0 4 $ o S S S p p g o 0 0 0 4G7 LS O O O O o 0 0 0 O p O 0 O 0 9 o O 0 O O O O O O O O d O O O O O O O O 4 o O O O 20 O C7 O O O O q C7 V tl O 4 ti p 0 0 0 P M 0 C O O O C O O Ci o O O O O O O O f•1 C w La p 1,.O P O tV C7 O Lrl m Il CQ r'!O P Ln U N �+ C. n en N .-a tri v oc d Ld Q C¢Q tD h O to 'Q' N r Ln V' -t 'Ir N O C w C) O Cl OO O O Cl O o O O O0 O P 4 O O O p O O O O O O p O O O qq O O O O O O S O O O S d O O O O O d O O O O O S O O O O O O O O O O C7 O oo Ln 0 0 0 to n 0 0 M C? h kn p O o0 N LR 0 M N M M Ln O C] ql O O J 17 O O P t O M O (�n! tD VI O O Ln L!] tp O h S tT N Y N M w N C:' 2@ U1 p O 4 w Ln +� Ol O O t1'1 O w tT In O /71 ll] N P 6t1 lD O M I� M OD CQ V� r+ C'S 1n c M Ln N C pp U ri ri M Vl N V' .-t to Ln'Ln N f, ot.-i rj N {/'1 pi c Oi vi 00 tri C to n V' t0 'P N ti h ap P w [Y'P w .-� tD w w 00 7 v N N H7 u n o v V z 0 Z O� 2'1 9 C N 7i $ � v P Z u ° s T c zz O c v 1 o = to LL .. U =_ C O C A CU C a Y W � x 94 � g R 3 = y 5; .� LLI -C O > o 3 vi ¢' N 3 R a Ln v w N < Z � a u � $ � m o o C bio c a 3 w zs � '� Q NSE oc � :E c roy E � `^ gvm i n v g Z O y u c E n #" f6 a c c 25 a c �+ a al m m m �a U 3 c cc a O Lca E g c . $ 4 di Dc Yu E iva ?W QN c !u oo Tn d Lc C d ig G O b N b z �' a v P, L� ;n p u L 5 Q E c_ a `c o v rNo E _$ ao c `c° 4apa _Qi " p a •' ¢t a M r wd ^t �- 1 t C .o u� s io N �gtg N N {� u rC0 eCi @ p C v z Z Cg7 3 U c $ �n E a G E �i ` c a u v N iv Z z o o u a°1 o aDS LtL� °f g 76 L^ rn to L a is m �j c a� w r . ulc� Ln Lao Lnli , s � a" ¢ t7 � "m' xal= ¢ b > ina � JLititncc C72 wEtA S C C 7 O O O pp M M Ln O M tp 0 0 0 CD Ln O w O M O b O M m M O O 4 L�.r Y pOO O qQ 4 p w y Sy S Op w O ++ w 0 0 0 tP 0Pp w pp O O ;14 i OR Q.�"Z O to''1 P 'C - VI Qt H M Cl? V N M 'Ir tN0 �D OBD QL .Hw .�-+ N N L11 LNA n M L�D N I� OL a Sh N M v to L� h n n w o w w Ql m Qt Q� O 0 O Ci O 4 .: ti N N N N C U ] 0 0 0 0 0 0 0 0 C. 0 0 0 0 C] O O 0 O O O O - pp ttpp N U V V) Vn h Ci O 119 h 8 g OO h N O � O 17, N i+ V N n M h n vi N R O ttf� O O 00 �••� V) n l!'1 to 7tl N M Q1 f i ro tD +-i M 78 O 4 CO C7 +•+ O tt N 119 n (31 N O M tri O 0 O of c C5 y ry o N a 6Co o gov�oio F: 888o rv, Qcv � 2no aMi,cooLo en0 n LAfnngni cn Ln E EJ %r cv mrn d i o intC r .� m �+Z Z Q F .O O o 0 0 �` 3Q 3' o zh � z W ako 'r 'DLn aanoa . V- ou, t� en � h O m v� wO 4 Ch tD M o Q+ p 0 U h� M c c Q n o 0 4 o w pp o a w gc� rn m eZ O L" O ❑ 0 0 g O 0 0 0 b N 0 0 0 19 4 t0 M UF- G Owe ., do omoNori W to utn Lr3Ln � 000 � N $ `�i nN u t n o + Ln M L1n S+' a o t� w r, m n M 0 �lV ,L�pE + rJ W ,..t ty+-i r i P Oi Q+i O tfi co +-i'D` w .-i'(3, z Q 1 U • o�, M %0 m+-� N N N .� N ", tD M 00 Lzl VF Q qq cc�� pp pp pp ,,pp pp oO pp pp p� ��}} N U } O O O O O O Q O O C O O O O O d cr C F-•O Z u 0 0 0 Cl m o O o C o O o O O o o CJ OF-� co F 0 0 0 4 0 0 0 0 0N 0 0 0 0 0 O Os W Q 4 o Cf O O Q Q O h OR R O O m 0 lD N O O O O N O O Q O O V- O Q O Q. 0 ID 4 +knrl-t lfl to fm'7 a1 Ht V Q) to N co M w a � a o z � oor� g � $ $ otD0000 �i oo � oo otn Q CS!IS ooh OO .-i O O OG Di o vi o %6* o 0 o tri o o% o o o o N7 Q"F to N h C) L7 tin Ot Q N n N O In 4 to M v 3m<uf N0% en rnID0+ m n nmrn recto N ti n O+ T +-+ d m m C• .-i O m N N U 0. fh ti N N fn .-r N "'� 'r7' ID H M 7 m Q v Q xE pp pp o pp < O d Q O O b O 0 o 0 Q t7 G O 0 0f� co 16ti Q VN 6 tD Vi C M Gt o M LA .+ 'D 4 .j s7 7 in P O V1 Ln to T O 4 m to O to .-t O tD V7 �p W a .E :i G {r7 lD Ot tD .Nq � .+r Q fo N tD Ql 119 m O O n N Q Ln C N g V C N � V z w = m = w g Zu am 7 z f `a ex a of o z G y m x W F n O b ayi A m u>. (wJ�J C1 d V A t Jr C s .". o t R. O ,°� v u to d c m 'N Nro N j Z a 3 Z O e N > O E d+ i2Y a°i -r_ p > Q zLL vJ i C O a� i m 5; L7 O a r b z5 4 c c b N O O ++ to � o W * r o o z t7 y ? a LU Z) >. v vu — r8 r0 ro G 'a r A S c•y ,� i% c% X w i.L [n H O U 4 a s ii if1La V V p w 7� C ppX. 3 O o ol O O O O O O � N rn m m in O N b a�y 8 co 12 U �Cp TM N N N coNM m m M i+m M M M M y EXHIBIT C THIS COPY tS FOR: �C�+ffV Be y�Ah '"„�Jq J Z CONTRACTOR Go Vbtl U t86R6.5 fid.' CITY SECRETARY SPONSORING DEPT PROJECT MANAGER PiID FILE COPY THE CITY OF FORT WORTH, TEXAS VICTORY FOREST RECREATION CENTER PMD2013-15 CITY PROJECT # C00130 FO RT WORTH, BETSY PRICE DAVID COOKS MAYOR CITY MANAGER Steve Cooke Director, Property Management Department Richard Zavala Director, Parks and Community Services Department RPGA Design Group, Inc. C. Perry Builders, Inc. F� RFr,F- D . JAN 19 20161 December'2015 OjMOFFORTwOM cjTj tfCKTATI Instruction to Offerors Page 1 of 27 Victory Forest Recreation Center(December 2015) City of Fort Worth, Texas Mayor and Council Communication I 1I1 I COUNCIL ACTION: Approved on9g2 8222015 rdinanci 015 1988-12 2015,.21989-12-2015, 1 DATE: Tuesday, December 08, 2015 REFERENCE NO.: C-27552 ' LOG NAME: 80VICTORY FOREST RECREATION CENTER SUBJECT: 1 Authorize Execution of a Construction Contract with C. Perry Builders, Inc., in the Amount of$5,155,700.00 for the Construction of a New Recreational Building and Provide for Administrative Costs in the Amount of $375,700.45 for a Total Anticipated Project Construction Cost of$5,531,400.45,Adopt Ordinance Finding ' Conditions Have Materially Changed so that$317,570.14 in 2004 Capital Improvement Program Funds Originally Designated for New Warks and Trails is Unnecessary for that Purpose and Therefore Allocated to the Victory Forest Recreation Center as an Eligible Project and Adopt Appropriation Ordinances (COUNCIL DISTRICT 9) (2014 BOND PROGRAM) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinance increasing the appropriation for the Victory Forest 1 Recreation Center project from the reserved Park Planning Fees in the amount of$641,670.41 in the Park Dedication Fees Fund ; 1 2. Adopt the attached appropriation ordinance increasing the appropriation for the Victory Forest Recreation Center project from the reserved Interest Earnings in the amount of$282,482.00 in the Park Dedication Fees Fund; 1 3. Adopt the attached appropriation ordinance increasing the appropriation for the Victory Forest Recreation Center project from the reserved Community Centers sub Fund in the amount of$57,540.56 in 1 the Park Improvements Fund; 4. Adopt the attached ordinance finding that conditions have materially changed so that the $317,570.14 in Programmable 2004 Capital Improvement Program (CIP) designated for use within New Walks and 1 Trails Match Fund to support Trinity River Vision should be used towards the construction of the Victory Forest Recreation Center which will benefit the local community; 1 5. Adopt the attached appropriation ordinance increasing the appropriation for the Victory Forest Recreation Center from the Park Improvements Fund (2004 Bond New Walks and Trails sub fund) in the amount of$317,570.14; 1 6. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the amount of$320,000.00 in the Victory Forest Park Project of the 2014 Bond Program Fund; and 7. Authorize the execution of a construction contract in the amount of not to exceed $5,155,700.00 with C. Perry Builders, Inc., for the construction of Victory Forest Recreation Center building and grounds. ' DISCUSSION: Ik—T.nrr..,an nm Fi(_1R�CT_R��T21y4_T_7(JN- paae-LoLJ�J The purpose of this Mayor and Council Communication (M&C) is to authorize the execution of a construction contract with C. Perry Builders, Inc., in the amount of$5,155,700.00 for the construction of Victory Forest Recreation Center and to program and reallocate funding in support of the contract. Project Description The Victory Forest Recreation Center will serve the residents of south central Fort Worth. The new facility will provide programming for youth and adults including after-school activities, summer day camp, classes for youth, adults and activities for seniors. The project will include a gymnasium, fitness room, multi- purpose room, dance room, teaching kitchen, youth play room and restrooms with showers. The exterior improvements consist of a paved patio area, covered outdoor areas next to the fitness room and dance iroom, a playground, associated parking, driveways and landscape. The project has also coordinated and ' allocated space for the incorporation of artwork being designed by artist, Arturo Garcia of Graphic Content, Inc., in conjunction with the Arts Council of Fort Worth &Tarrant County. The project was advertised in the Fort Worth Star-Telegram on August 27, 2015 and September 3, 2015 as a best value selection with a preference for joint ventures. On September 24, 2015, seven firms submitted proposals. The proposals were based on a construction budget determined by the City. Each firm submitted their expense line items for overhead, bonds, insurance, contingency and fees. T he Best Value Selection Committee included representatives from the Park and Recreation Department (PARD), M/WBE Office and the Property Management Department. Following the bid opening, the architect and project manager reviewed the bids and contacted references for the apparent low bidder. On October 15, 2015, the selection committee met to shortlist the firms and ranked them as follows: C. Perry Builders, Inc. (76); Ratcliff Constructors (70); Reeder/Summit,A Joint Venture (67); Steele & Freeman (66); Imperial Construction (32); Joe Funk Construction (NA); and Thomas S. Byrne (NA). Note: NA denotes the firm did not submit M/WBE and other documents for scoring. The five firms were evaluated on a 100 point scale and the criteria categories as follows: core Summary Price !2. MiWBE 3.Schedule 4. Reputation I5.Past TOTALS Ii Review I I Experience Relationship ,C.Perry Builders 501 15 1 2 1 4 ! 8 79 atciiff Constructors 44 �1 2 1 9 10 70 eederiSummit�JVJ 39 1 5 10 V(' 8 5 67 teeie & Freem-anj 38 5 5 10 8 32 1 Imperial Construction 6 5 1 J 10 T 10 1 32 Uoe Funk Construction NA F NA NA NA NA F NA hos.S.Byrne NA NA NA NA NA F NA i, After the initial evaluation, the selection committee followed up with specific questions to the contractor and references to verify pricing, schedule, experience and staffing. On October 20, 2015, the selection ' committee met again to confirm their selection. On October 22, 2015, the selection committee met with representatives of C. Perry Builders, Inc., and conducted a final interview. Based on a thorough review of the proposals and checking of references the selection committee recommends C. Perry Builders, Inc., for the Victory Forest Recreation Center construction project. The overall project costs are expected to be as described in table below: ' iVictory Forest Recreation Center(C00130) i Totals IIrchitectural and Engineering Design (RPGA Design Group nc.) $ 459,260.00 ' Project Management, Reprographics, Bid Advertisement 1$ 74,278.96 and Acquisition: ;$ 651,025.51 Design Phase Total ;$1,184,564.47 ' lconstruction Contract(C. Perry Builders Inc. and Owner's j i T_nrtnamc�0�1_T.C'T_faILV TiCJTLBCT Rei(_'R_T�c1_T_TCJTV_(_`1iNTIiR Pag��_p�,�______� Contingency 7.5 percent) $5,455,700.00 ' project Management, Construction Administration, Materials �T esting, Construction Inspection $ 375,700.45 i :Construction Phase Total i$5,v31,400.45 (TOTAL Design and Construction Project Cost $6,715,964.92 Future Park Development $ 150,000.00 ' ;Grand Tota! $6,865,964.92 j Reprogramming 2004 CIP Funds Some of the money staff recommends using to fund this project would come from reprogrammed 2004 bond proceeds if this M&C is adopted. 1 In advance of the 2004 Capital improvement Program (CiP) bond election, the City issued a "Summary of I Proposed Projects" booklet to identify for voters the projects that the City intended to build if the bonds were approved. The booklet included language advising voters that, although the City intended to build ' the projects as identified, the City Council (1) retained "the right to abandon or modify a project if, in the Council's opinion, conditions materially change so that the project as originally proposed is unwise or unnecessary" and (ii) in the event of such a change, could "direct that the bond proceeds be expended for other projects within the voted purposes of the bonds." One of the parks projects identified in the booklet was an allocation of$1,400,000.00 for match funding for ' new walks and trails. The PARD was recently advised of a trail-connector grant project for a project in far- east Fort Worth that requires matching parks funds. There is sufficient funding remaining in New Walks and Trails 2004 CiP proceeds to cover the match. However, Staff is uncertain when the grant project would be fully completed and the funds fully expended. ' In an effort to expend the remaining 2004 CIP proceeds as expeditiously as possible, Staff proposes swapping the funding sources by (i) allocating $317,570.14 from available parks proceeds of 2013 Certificates of Obligation (CO) towards the grant match for the trail project, (ii) making a finding that allocation of the CO proceeds renders $317,570.14 in the New Walks and Trails Project of the 2004 CIP { unnecessary for that purpose and (iii) directing $317,570.14 from 2004 CIP proceeds be expended on the 1 Victory Forest Recreation Center,which is an eligible project that is within the voted purpose of the ' bonds. Because the walks and trails project is similar in nature to the original proposed purpose and funding is consistent with grant funding, the City Council has the authority to find this project to be within the intended purpose of these funds and Staff recommends using the funds for this purpose. Approval of this M&C and adoption of the attached ordinance making such findings would serve as an official determination of this matter. Funding Sources Project Funding is coming from a number of sources, including the reprogrammed 2004 CIP Walks and Trails funds, 2004 CIP funds that were originally identified for use on building community recreation ' centers and proceeds from the 2013 CO's that were sold to augment funding for this project. The full breakdown of funding is described in the table below: Project Funding is described in the table below: ' Source mounts 2000 CO $ 204,166.76 ' 2004 Bond Program $2,600,075.61 2004 Bond Reprogrammed Walks and Trails $ 317,570.14 2013 CO New Community Center $2,500,000.00 ' T_rasz�zame_ OZTi.GT_O.TL�r r�J.RF_S_T_RFCRF_a77CJIx'_CII�TTEnaPe 3 of 5 I 12014 Bond Program (Park Development) 320,000.00 1Park Dedication Fees 641,670.41 Park Dedication Interest $ 282,482.00 GRAND TOTAL 6,865,964.92 tThe construction contract in an amount not to exceed $5,155,700.00 is based on the City's construction budget and allowance for use by the City only. Any allowance remaining at the end of construction will be ' retained by the City. The City of Fort Worth building and trade permit fees are waived. Available resources within the General Fund will be used to provide interim financing for the 2014 Bond Iportion of the funding until debt is issued. Once debt associated with this project is sold, bond proceeds ' will reimburse the General Fund in accordance with the statement expressing official intent to reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance 21241-05-2014). NOTE - In addition to the funding allocated to this contract, an additional $150,000.00 from the 2014 Bond Program will be allocated to a future park development for construction by the City of Fort Worth PARD in- house trades division. That amount is not part of this construction contract. !, The annual operating impact associated with this project beginning in Fiscal Year 2017 is expected to be $497,382.00 annually. Anticipated additional revenue is expected to be $144,494.50 annually. FF&E has been approved and funded in the Fiscal Year 2016 Decision Package. Construction is anticipated to commence in January 2016 and be completed in January 2017. The contract period is 300 calendar days. MIWBE OFFICE - C. Perry Builders lnc,, is in compliance with the City's Business Diversity Enterprise (BDE) Ordinance by committing to 38 percent MM/BE participation on the PARD base bid. The City's MANBE goal on this base bid contract is 20 percent. ' The Victory Forest Recreation Center is located in COUNCIL DISTRICT 9. ' FISCAL INFORMATION I CERTIFICATION: The Financial Management Services Director certifies that appropriations are included in the Fiscal Year 2016 Adopted Budget of the 2014 Bond Program pursuant to Ordinance No. 21457-09-2014 and funds are available in the General Fund to pay expenses which will be incurred on the Victory Forest Recreation Center until reimbursement can occur from the issuance of public securities. FUND IDENTIFIERS (FIDs): TO 'Fund Department Account Project ProgramActivity Budget Reference # Amount ID 1D Year Chartfield 2 1 30110 0800450 4640006 UNSPEC $641,670.41 1 30110 C800460 4640006 C00130 641,670.41 1 30110 0800450 C00130 641,670.41 30110 0800450 4611010 UNSPEC 282,482.00 30110 0800450 4611010 C00130 $282,482.00 2)301101 0800450 C00130 $282,482.0C, 3 39801 0800450 4905100 UNSPEC UN4500 $57,540. 6 3 39801 0800450 4905100 C00130 C04580 $57,540.66 3 39801 0800450 C00130 1 C045801 1 $57,540 �SENTER PnR!,-A01_5 _._._.__� 4 39801 0800450 4905100 UNSPEC UN5800 317 570.1 N39801 0800450 4905100 C00130 C05880 $317 570.1 39801 0800450 C00130 C05880 ;$317 570.14 5 34014 0800450 1 C00130 2016 14020103 320 000.00 FROM Fund Department Gco u ni Project Program ctivi Budget Reference # I Amount ID ID 1: Year Chartfield 2 ;6 39801: 800450 C00130 C04580 3,743,977.45 ;6 398011 800450 C00130 C04380 $273,052.14 39801 800450 C00130 ' C05880 $44,518.00 34014 800450 C00130 2016 14020103 $170,000.00 30110 800450 C00130F $641,670.41 30110 800450 ; C00130 $282,482.001, CERTIFICATIONS: Submitted for City Manager's Office by: Susan Alanis (8180) ' Originating Department Head: Richard Zavala (5704) Additional Information Contact: David Creek (57 44) ' ATTACHMENTS 1. 2004 CIP Finding Ordinance-1.doc (Public) 2. 80VICTORY FOREST REC 5 34014 AO FY16.docx (Public) 3. 80VICTORY FOREST RECREATION CENTER REC1 and REC2 30110 FY2016 AO.docx (Public) 4. 80VICTORY FOREST RECREATION CENTER RF-C3 through REC5 39801 FY2016 AO.docx (Public) 5. C. Perry Buliders -Compliance Memo.pdf (CFW internal) 6. C00130 VFRC Location Map.pdf (Public) 7. SAM Search Results System for Award Management CPenaQuilders.pdf (CMInternal) 1, i I ,1 i T'oanamp-:_S.O\aC—O.RY 02ES=CREA=ON_CENTER Page 5 of 5 • e - 30 - - I }m, f s �a� 820 a£ Frn 2�ut f zo sza ~�.. .. i i Lr G J fid t1 r *rxr } �� k T1 Y ! �d-- � •./� \ , � `'t a7 i �� ''I+ � y` �,t �.:.r,� r s I � l � �_1` 1 �_; Sr � tr .. �, f, � _n� � � ti>w (7 t(tty .� r^ j � �I ,�.n ,�i�. ��—�_ � ;•r-� 1 � '�i n I i�l C::7 M x ] r{ Y L •( I _L 4 L,.,,i� r t !; �. �"s u- t _ C_ 1 i x fiu I( t •{I `�! r 7t i ". !}i ! 1111111 1(F {' '�"• J7 �� .-T r•-Y�y J� ' .,,y, ,y kF� u� f\. �.Q i11___ ][ , r`(^i r r ,y~' 1.•'J1 Y.._� >.}/1 L..1 ,.1. (!�/ �(Z._. �, _�;`' ` Y;' ': *' � f7;i� ►� �Jr�'� � �i"c.^,1 F r` �,,,. #.t ( ,+'V"r� i�ti�r.'_ } �^f�+r,�� {� 1 ;h ,�;t{�1rt� �� �t,h 'r'i ` GFt4�r Our lad � �'`� F •�_ ` ( 61 Catholic School ' vim.. 7 ..Itt .+•"t �! 'r ~< fl f -� ,'� J '��`J. �E+ p'� [.'il tII � :t i{ t f ( r ,r.s 1 {t ;tai 1�1•. (�r(��{� ;�[i � '� lel r it C ; s,�'r �r i ) � _.. VV— . tt7•r�--� �.r{ \_ ..-_. - -y.Y' t',I;� ;� t r� .�'�'t,1' ). (T-�rL+� +-�li tJ� JJ S ter'-Y �� .!•t _ .-I r. 1�-',r•9.;t]'����� �-PlE i' t��tt r, �•I )8�Rp Ix. 1' � \ t yf{ r .;1� '� ,I ,.. ``�I �!t I}^ t� ��I� � t •� ; !.___S�3 !� I Ch � - Y .l 1•.1 �. w.ra Ja_. -Biddisort5treet - - ( .L �; �7J ''Y�i�3!!!- �!4�t 'L { ,�=---`7'`'• 1 '{'� `I �'".r rY.... 1 .�l t1 GT+ 46 js ,/! 1 l �C':` {1��• r_ �• (.t� ijt�� 7 r � s y. y,.• V•� a•��� .�Ir'r}y! `-�•� .� I'f i t_.,n� ri '+rt..`r f��� I{ + '' i iv":l a f1��--1 t ,4}-e �Jt�_��c�.'r } ! ' C-.3{.* .�_[r7� -� r � � �f ire---V�JJJ �• 4 �..>' ) I � .. �f E !I Fj! 4 F-f ft '1L r 91{; C+ 7, 4 �� 4;"r��f�ttl�'fX�`1fr _ 1 t� ��� If ���1��::�i-!rr =���ri'f-• �fi•r�'.1�s�' 31h. } S 7'. . Flr": uR j1 -• (�Y'!' ii t f I ri-�e•F`•��. f e. r�r/ � E�' I � _ ,,'.`t'+%'i l uati.7r i tib'""-,� N�ia+A�i 1 4 r � �. ;(' tccc"',"""•r� d; w! .{�t I i r +� w{y �! <. -I '•r{ :�I�(r.' �, 1 r� r+�.ir��t f. �j� � ,� t�•7� � r�,r,.;^�5�� ..rjl r,• � t.i 4;,j 1:� �1�' I �]�t'3� � ift� 1 �E� i� 3COR. i P ,i O O p O O p C Pi O ^ m C C m � A bO l N Q N a IL L ~W O O m N w N C) ;3°°" N E yr w e� 0 0 0 p 0 O O O p 00 p O N 8 O N O 1O E O m O u J (p X 8 4 t^7 N J All r N L6 co V o t-f 8 LL c0 N E Rn � E mx " E V) `fl MtTvm m:3 6 Ry WO � � r• m ��� �'� m � 0 m r� Qrr,� m uj ¢rr;m� m r �d = or m cx ii u IL- U. N ' r Lu W V p E o o p e o o p o In U o IA N O J o n $ o ti M1 C N N tp m L p m fl n^ Q LL, CD p G jQ X 7 T c7 p� Q ^� j(= 77 m bQ Ln CO Q Z R ? T4T'7 O "' ' � x� Nr O a N N mN0) 0m nC'; (p N in Fes.'-�Y O c,N z = 4 O m W V 0R in c+CJivomCm Vror E a¢ LLI }' T •� g 3 s `o x a (fl U SQ E en E w y O O p r W E o o 0 0 0 F- ui E o o G C E ccn m ci cr- C rj c n O R d obi to m w m c E toCL :3 cn W n r cp a C R A N Lo 0 L) LL E Q ~ UJ EnrnN� a N m � w�Nc Ln 1L o m mg3 m mr-. e r mom, m� 0t` m m Ln V C (N,m C0 C11 r,y� m � � ` � V NO^NiNNC 8 b Q C r 0 7 V LL m ui z Iti O N mca d N 3 t 3 z ('' a c3 0c3 � ¢ 3 0 3 0 m oa oa 2 0- y d w �, Z a C N T 0 N W p OI : V O p a _7 U ' v F, I-- ae _= a` y a0 a m N W U d O A C U it O t 0 lu Q N W m U y W U q _ p 2 °� m coo p, C m m a C ' O� 1 W I'- m e U 4 m m U} O m N0 a a m3g ~ C; o Lu to N N ai H m n1 0 N N Dm m C m M C m 4 LL C7 c 41 C N LLL a (07a c7 o 1 � �❑ fns pro 0 C) IL O N Z z Z z > ntLi 01 o o If •p 9( QO U Q U a` a` a m F6RT-W0'RTH.- 1 ' 1 CITY OF FORT WORTH PROPERTY.Im NAGEMENT:DEPARTMENT ADDENDUM NO. 1_ VICTORYFOREST RECREATION CENTER Request for Proposals Submittal Date: September 24, 2015 (NO CHANGE) The Request for Proposals for the above project is hereby revised and amended as follows- 1: The pre-Proposal Meeting attendees 'sign in sheet is attached, (Attachment 1) Z The revised Instructions tbOfferors isattached, See SectionslAand 2. (Attachment 2); 3. RPDA Drawings and SpecificaUbrisAddendurn One. {Attachment-3) Acknowledge the recelpt,of this Addendum No 1 bn your.Proposal. STEPHEN CQOKE' DIRECTOR, PROPERTY MANAGEMENT DEPARTMENT Brian Glass,AIA .Architectura'I'SeNic'es.Mariager 811-3921-8088, FA817- 392-8488 RELEASE DATE September 9j 2015 Addendum Nod (Sepfeml-,0., o C l (7 0 r Nkl-S 1 QJ 4 1 1 J C7 LU o 0 W 1 P Cl tA V, r 1- O c j Irl U1 � a r 0 CD LL car) C co cu o � Lz; o; 1 ze 'C v r (V L3 1 4 I LL tA �� d occ z rS J U a. u-. � � X t 1 Q , v `Ze Vr Q L ^� r U1 J m SJ` 'O yo W Q C CL 0. LLro >- a I- �t e o O ix wt m CL m EE- L L ti N a o V vati z �r (n m X = N � m � 4 U O L \ Q � � � r LLJ 4Z � o Lu N N � M co . N ry a- � o oco "� N 1 w r ' ¢ CLf. tt UJ 2 00. Aw V � � ip o 1 Im LL o z (D O C a �o 0 ca i 01 U [L Li z 1 to m � o U � r � � X U � � Q � � d ^S V V' f o - � N �z w LL r p. IL cu rL v o a) � 0 ( ID,' o °� { '0 E CY o @ca U n. u 1 1 iris�cu��IS:FUR`: C�TYT.R'riCT OI1 1 C[TXSIsla ETARY SV.PjV.SORR�G iIEPT PROJECT`MANAGER 1 T£}1r: l1:GCQPy: :TBB CITY :OF FORT WORTS[, TEAS 1 WTORY FQ EST COMMUNITY CENTYR i P 20.13-15 1 FORTWORTH. 1 BETSY PRICE D A VIID C001E MAYOR CITY MANAGER. 1 Wayne Corum luterim Director, Property Management Department 1 Ri•obard. Zavala Director; Pales anti. Community Services Depa 'txnet 1 RPGA Design Group 1 August 201.5 �tevzsec�:q_9��a:I;S"r ' Jr�slrucyp�to O€rors Page.9;bP28 Vlll Farest Gommunify:Centet( ugust 2f1t �10T1GE TO�i~FER�RS PrbpoSals,fol Ffie:itevt 1(ictory Pbrest Corniriurittjr Center igcatezi:at 3427'Herrip`ii11 Street io fare.Worth Texas,will be:received at the Rtife asing Office, City of Foft Worth,'1000 Thm*rriortori, Fort:Vlloith,.76T02, until' 1:3:0 'P f& on Thursdays September- 24:, 20.18:: and v4ll' be opened' and publicly read aloud approximately thirty rnlnutes.aterin.the Council.Ghambers after evaluating.tile-P"ropgsal$ subrn*IW, the City shall select the 0fferor`tfmt off,els fhe Best Value tb,the City and enter into nego,tiatsons.with that'Offeror.The City may discuss with the selected Offeror options,`.of a scope or.tittle modification and.any prI...ch,a-n je assoc#afed with such'riiodification.. A tare-Proposal Conference: iil be held at 90:00 AM, Tuesday, September 8, 2615 at 40.1 W.13u' Street,. Fort Worth. The last day for questions from prospective Offerors is at 6:00 PM on Thursday,September 17,2015. The offers will be valid for ninety (90) calendar days. Estimated construction cost is ir. the $4,800,000.00 range. There are several Alternates for this project. The Offeror will add a 7.5% General Contingency Allowance on a separate.line item on the Proposal form and only the Owner will approve the use of this allowance during construction. Any Allowance remaining at the end of construction wilI be retained bythe City of Fort Worth. This Allowance is not to be included in the Base Proposal and will not be used in the Best Value.selection process. As of June 1, 2012,the City of Fort Worth_ is implernentibg.the new Business Diversity Ordinance (BDO) to reflect the City's, availability anddisparity study fiindings .acct recommendations.. Refer to the Request far Proposal documents for :fhe. Minority Business Eriterprise (MBE) inforfaation. MBE participation will be g evaluated in awardinthis Contract. The MBE participation requirement is 20%. Offerors must submit:the attached Best Value Utilization- .Form within 5' business.days of submitting their Best Value Proposal. Failure to document proposed attainment will remove-the Proposal from further consideration. Contact the MWB.E Office ai(817)212-2678 to obtain a.list of certified subcontractors and suppliers. Also, Refer to Sectrori.2. MINORITY BUSINESS .ENTERPRISE (MBE) (BEST VALUE PROPOSAL} in the lhstructrans to Offero s and Joint.V6hture(JV:) Preferred Sollcitafion.. Offerors must submit.a:bid bond:with their proposal, Offerors)to.whom an.award of contract(s)is made will .be_requ red -to provide Payment and 11 Perform2nce Bonds and provide Contractors General Uabifity and Statutory Workers Compensation Coverage. if you intend. to.submit a Pro osal re west you infcirm. the Project:Manager or Architect/En irieer Y P � 9. Y 1 g g� who can then inform the interested subcontractors. General Coritractors and Suppliers may make copies of the Instructions to Offerors, General Conditions, Drawings,.and.Specifications,through:their printer, The.construction documents are not:availableat the City but may be V! we and .printed on-lute by logging ori to https:l/uroiectpoint.buzzsaw corn/fa~tworthgov with the User.dame "Cawtown", Password "QbWtown2004", and.click oh "PMD_ Protects ,. contact`the F'rQject Manager, .RO'h-old Gletr erifs,. at :(8:17) '$92-8Q'14- de Erriail Ronald.CIdm,e6ts(a-fbrtworthtexas.gbV for assistance; 5or additional" inforrz)p op contact: the. Pro)ect Archctect, Javier '-pejo; It f 8 t. ) 332:-9477' or .entail jlurpgaarcliitects coni;: . Adveitis&neht Aligns#27; 20,15' Sepfemfiex,3,2A�5 lns.ruetton;to Offe[ois Page Vctory Fore�pu y Cgrites(dugust2Q 15)` 1 TABLE QF.GONTENTS, PRQjE'C--r WVER.PAGE • N.OTIC:F TO OFFERORS TABLE 017"CONTENTS • INSTRUCTIONS'TO OFFERORS • PROPOSALFORM * TEXAS*SALES AND.USE TAX EXEMPTION'CERn'IfICATE 0 20.13 PREVAILING WAGE RATES 0 WEATHER TABLE a GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION 0 CONSTRUCTION CONTRACT 0 PAYMENT BOND 0 PERFORMANCE BOND 0 CER-nFICATE.OF INSURANCE 0 CONTRACTOR.COMPLIANCE WITH WORKERS.'COMPENSATION LAVV * PROJECT SIGN )NSTkuc T6'.O.FFERORS(RiWis,84 1. PROPOSAL REQUIREMENTS[ The: be.4ftd,Inj,1b.0 fij6piaffi6n-Of ihe're' sponse(a his R6pea for Sealed -Ose the Proposal`Fpfg"d below. qrrn W,64! • Wdfe 1h cckkitf;ict dtka1i6hJf-*nat spociffed'. Acknowledge.all addenda...on the Proposal`Porm.. w 0 0.rip w.-4ga the:Pmosgl. lft4e Offerbr.lsacorporation;:cprporathe pr esid1911t 9T,ti vim president.ffius t sigh the:Proposal. If the bffetoe_js a parthorshiP, then . .. .ptrs who 1s.the.-manoglnj/genenal partner fbust,sbn the Proposal. • Submit the completed Conflict of interest Disclosure Requirement form • Include cashier's check or an acceptable bidder's bond written by a corporate surety payable to the City of Fort Worth, in an amount of,not less than five (5%) percent of the total'of the bid submitted. • In order for a surety to be. acceptable to the City, the surety must (1) hold a certificate of authority from the United States Secretary of the Treasury to qualify. as a surety on obligations porriitted.or yequired under federal law, or(2) have obtained reinsurance for arty Hability-in excess of$100,000.from a r6irisurer that is guthoel:z6d and aorflitt64 as.a reinsurer jh.the-state of Teras and is the;hblder of a certificate Of authority frQtb the Unft6d States Secretary-of the Treasbry to-qualify as a surety on obligations;perirrfitted Or required under` federal laws Satisfactory. proof of-any such reinsurance shall be provided"to, the City upon request. The-City, in fts sole discretion, will determine the adequacy of the proof rs'qtked IA. SELECTION OF CONTRACTOR' The:City shall select the Offeror that offers the best value based upon the following criteria and on.4.V r.ankin.I 009n: In determining'the Best Value O'Oefori the ft.W11 cons-ld'eir; 1� Proposed Prlt* (60 Poin The lowest pdc*d responsive. Proposal W '60 . 9 _1 . . pofftts Ib.r this ratlhg-:criteria. Higher 'priced p 111 proposals wilt feqp-Ne pcopdrtiQsally lower scores.. When compated Ito the lowest price, the. higher"'priced proposal Will have its scare reduced by 2-Points•fbr--every percent it is higher thaw-the,lowest.price:.. 2. Pfdposed MNVBE Office Review(20 Points).- JoinfVent4re (JV) Propogals that are accepted' the City will receive the maximum,20 polatp for:this ra 9 ' bihe rating cri10,Ila r proposals posals rn"ay be granled up to 15 points based on the,proposals meeting or'exceeding the established 209/6 MMBE.subcontracting goal, Z PT.Opoped' Yojact Sche0410 (10O. oln- ts')-­—Th'e shortestproposed poe..O qqhedule shall receive 70 polot, Torr at[ cV. proposed perfato ripo periods,. the po s-owardp viu 'bq I reduced -pfoposeef schedule,�different to ffie:siiQrtest°perfgiirrari�period. 6 P61 R per e of" th aepuf�afi'crdExperfence- (1 znf6),, , .1�puta�on. xf ex len e e `Offeror as ;clertmogsfrated'b)t I(Omg. pot and ctrrrenpTojetts,including-ref&repees.-W�lh'- lmeg:ppO ej5h q;ant) 't *V r—,h- it h'the:cit t�,�(l 0-Points) -affo-M.e_�, t 14 ti h s h t h i 'city'i�f I. -M. Q I - y .F.M''M&--.1or:-v.erffbar -facilliffes projects: a&6 Offeror X11 recefe 5 point fq�ttiia ating�Ite�ia.,�onship with.ti'ie,City of fort Vlorth;,thee: 1 ff the:score for any,individual reting crtterie is rates! as'zei o; this willresult it the civ eiail score, ' being-zero regardless of hove many points could'.have:been earned ah:ttie other:categpries., /after ranking the resparses to the,Re.gyest for Proposal (RFP); the­Cfty q4-U fi;st attprnpt:to ' negoEia}e a-co�: act.ir�ith the selected Offeror. The City an its �architeet may discuss with the selected Offeror options ;or a soope.or flme inodifcatioii aril arty price cl,-_associated with the;modification, If the:Cit .is unable to negotiate contract with. the selecfe Offeror-,the Cit shall•formal) and in Y . g. h dY , Y writing, end negotlations with that Offeror and proceed to the next Offeror in'the order of the selection ranking until a contract is reached or all proposals are rejected. 2, MINORITY BUSINESS ENTERPRISE(MIWBE)(BEST VALUE PROPOSAL), ' Joint Venture (JV)Preferred Solicitation The City shall implement the Minority&Women Business Enterprse (MNVBE)Joint Venture (JV) Preferred Solicitation. for Best Value and other Alternative Method of Procurement, where it is economically feasible. This joint venture ()V), preferred solicitation ensure prime contracting opportunities for MAN B.Es on eligible.solicitations, When evaluating economic feasibility,the City shall consider factors including, buf-notlimited to, the estimated dollar value of the.solicitation, the scope of work, the-duration of the work, the .complexity of the-work, and the availability of potential MOBE joint venture partners in the relevant market area and the nature of.the work, 1 For this project the City has designated this project as a "Joint Venture Preferred,".solicitation. 7-he City will apply the maximum 20 points for a joint venture that consists of at least one M/VVBE joint venture.partner-. A prospective joint. venture Respondent shall stater within its statement of proposal or its statement of :qualifications. 'information that,spedifes: the role and, extent of the M/WBE joint venture partner(s)involvement. Such information shall include, but is not liml ited.to.: 1 a, The name of the. MNVBE joint venture partner(s) that -will participate on the protect,' b: The percentage.of prin7e:contract ooltars of the seNiceso beprovided by the M/W8E joint venture partner, and, as-appropriate the total dollar value, of the services to be provided, C. A description of the work that each MNVBE joint venture partner shall be responsible for performing under the terms of.#he joint venture agreenient. The.:prospective joint venture: P.espondent rias€.also submit the City's"'Joint Venture:Eligibility Form! 'The City's Housing. and Econornlc Develo.pmeht Department's Mfrlorit. acid Womeri Business Enterpr'i'se.:Office wilt .review the: "Joint Venture: Eligibility PoW' and will fiaiie.ficial. approval, as to whether the.:proposed°joint venture corifatins,to the City's definitiO of a "true. Loi nt.venture:" I, The)oint-venture should OmsureAhat, ata rnrnirnuxn,th$fnllawing;rareas'PPP ad"dressed: ac 'TheinitiaLcap3faF r+ves#ineiit of,each venture Partriel, .. b: Tine:proportional ailocattoli of proffs anal loss to:each venture paifner, Q; The�sharthd of ttte right to;centro)tbl gWnersh ;bird txu ri;ageirtentof#hePint ventu>:e, d= Actual participatYol:of the.; 0171 t1?e{�jolect, ' ;instrucHan to Offerors l? gg S'ot 28 `vic`tsiry.�orest CarturwnityCenteriqs?i�ust.2015);. e; —he method of and;respor;8ib1,ity'for accounting= f The:method 6 .which dispt%tes are resofved,and g, Any;addittonal or further information required by t€te:city,as setforth in this Ofdrrfance„bid documents.and%or otherwise; 2 To the extent practical; the City encourages joint.venture partners to be !of different ethnic)ties and/or genders to achieve the highest degree. of diversity. possible Oe:, drversity within the diYersl#yj, _. Although this.'is a: "Joint Venture Preferred” solicitation PROP6.5ER WRO'.SELECT NOT to.. p ppose.as a joint Venture will .be req�ifred to meet the established.•Minofity/Women Business Enterprise;(M/WBE):subcoriIfabf"'ggal,The M/WBE sti,kicontrac#ing goal an this project Is ()%. Within. We; (5) City business days from proposal subrrtittal. date; exclusive: of theproposal stabiriittal date, all proposets will be fequrred to submit Information concerning th Joint Venture or M/WBE(s)that will participate in the contract. The information shall be submitted with the proposal and shall include; (1)the name, address and telephone number of each MM/BE; (2) the description of the work to be performed by each M/WBE; and (3)the approximate dollar amount/percentage of the participation. Interested Offerors trust obtain an M/WBE listing from the M/WBE Office at 817.-212-2674 to ensure that M/WBE listings reflect only those curreritly certified by the North Central Texas Reglonal Certification Agency (NCTRCA) located in the six 6) county geographic marketplace .that has been accepted by the City ("Marketplace"), The Marketplace-is made up of the counties of; Tarrant; Dallas,. Denton, Johnson, Parer and Wise. Offerors are strongfy encouraged to confirm that each MIWB that it intends to use is.located in the geographic Markeiplace to ensure that the MANBE will be counted towards the established goal, If you failed to meet the.stated M/WBE goal, in part or in whole, then a detailed explanation.must .be submitted to explain the Good and Honest Efforts your firm .made to secure M/WBE participation. Failure to submit the M1WBE participation information or the detailed explanation of the proposer's Good;and Honest.Efforts to meet or exceed the stated M1WBE;goal. may render the proposal non=responsive. The MrWBE utilization. will 'be part of tfre final weighted selection criteria. 3. PROPOSAL SECURITY Cashier's check of ah acceptable Offerors bp'pd.payable td.the City of Fort Worth, in a' arriounf of'five(5),pet cent of the Proposal submifted(See pahagrapb I above): The.Proposal Securrty must accompany the Proposal and is stitiject to forfeit in the:event the successful Offeror falls to.execute the contract documents within ten (j0) days.after the contract has been awarded, The Proposal Security shall be included in the envelope containing the Proposal. Failure.to submit tho Proposal Security will resultn the Proposal ndt being considered for this project. Offeror's bond will be. returned if the City fails to,award the contract within'90 calendar days of receipt of proposals,,unless the Of Fetor agreesto an eXtension.The surety must be licensed to do flus{ness in.the state of Texas, 4'. PAYMENT BOND -AND PERFORMANCE BOND: Far. projects iri excess, of $251000.1 the successful-Offeror-enfedng;into a.contractfor-the work will.be.sequired to give the City.suretylb a sum equal to the aMqunt of the contract:awarded The form of the.band shall be as hereir, P and rile surety shall.be accepfable to the City; All bonds furnished h.e ndeir;sball.meet ,the requlre[imEnts of Texas;Gavemfnent Ggde•Secfian 2253; as artierzcls 1. 'in order for a.surety.to:.be acceptable to,fie.Caty the suref}J'must(1)holif-a certif#catQ of.aiitiiottty from the Unt`ed Stafes Secretary of the Treasury to qualify as a surety-on obl!Ratfcns periAtte-d or required, undez federal taw;_' or t2). hawk- optatried rAeinsuranee for any, Ga.Wity. lh• excess of l Q,OIJO frQrri a rernsuFer tjj:at is authorued,,arid'acimiited as a ieinsurer in time State.of Texas and is flee hWgor of a:certificate;of authcr%ty frorr't je Untied SfaEes Secretary of tie TreasCtry.;to l�slsucilgnto offerers >Pager:6 of 28. Victory Foiest CoiYimttrufy Ceritidr(9ugtut 2tii'S�' , :qualify:as;a sufety=-an obligations:permitted or-.required under'feclerat !aW Sat; c br'. prQofi;of ' :any such reinsurance shall be provided o:the City upon request. ;he:C►ty, Wi -QW.OliOTetion, wiG:determine ffie adequacy of the proof required herein: No sur tres Will be accepted:by ti}e`CttYAhatwe at the time�in default-or delinquent onany bands or which are lnteTested ►n any lltigatron agajast the City: Should any surety on the contract be, determined zirrsaflsfai:tcry at any tim"e by the- city; notice. will be,given to the contractor to-that: effect'.anrf tf ie contractor shall,imrnedla.tely provitlea new'surety.satisfactvey to fhe'City. 'if,the:totW.contract}price is$25rDQ0 or less, payment;to the ccntraOor-' th l be mad e.in pp (ump sum. Payrnen-.shall not lie matle for a period of 45.calendar days'frorn th e date +,he Warks has been completed and accepteO by the'City- ,If: ity,If.the co-*act is in excess-.of`$25,000, a Payment Bond shall be-executed, in the:amount of the ' contract,. "solely for`the protection of all claimants supplying labor and materials In the:prosecution of Che Work. If the contract amount is in excess of$100,000, a Performance Bond shall also be provided, in ' the amount of the contract, conditioned on the faithful performance of the work in accordance with the plans, specification, and contract documents. Said bond shall be solely for the protection of the City of Port Worth. ' 5. PRE-PROPOSAL SITE INVESTIGATION: Prior to filing a response; the Offeror shall examine the sites) of the-work and the details of the requirements, set out in these specifreatioris.to satisfy itself es to the:condWons which will be encountered relating to the character,quality.; and quaritity. ' of the work:to be performed and materials and equipment required. Thefiling of a response by the(Offeror shall be considered evidence that it;las complied with these requirements. ' 6:. AMBIGUITY: In case of ambiguity or lack of cleamess in stating' p(tces in the proposal, the City reserves:the right to adopt the.most advantageous cbnstruction thereof to.the City or to reject the proposal. ' 7. WAGE RATES: Not less than the prevailing wage rates set forth in the Contract Documents must be paid on this.project, ' 8. POST PROPOSAL: PREAWARD SUBMITTALS; Offerors are (Ouired to submit the fo0owing k Information to the Achitectural Services Office,401 VVest 13th Street, Pott iNort.�, Texas 76.1Q2. ,(phone:number 817-3192-8088);within five business days subsequent to bid opening (noirrially, ' f?y 5.0Q PM.the OOX't-Thursdl3y fall+bWing a Thursday bid opening) in order to assist City.staff in determining the Cohtracto?s capablfity of perfonring the work and in meeting Cify contract requirements: • Minority Business Enterprise Documentation(for proposals in excess of$50,000) Contractors.Quaiificcation Staterne.nt,(AIA Form A305), including client references Proposed S,ubeontracto:rs and Suppliers ' Project Schedute • Schedule of Values-,(CSI Divisions 1 through 16 Section B.reakotit): •. Pr'eon.of,in:turas lity,fo�rStatutory-orkers CompensatlonAnsurance 9. PROPOSEQ SUBCONTRACTORS:Acrep#arise of the Pfdpbsaj: cn,h way feVtfe.'s t[fe fifty,to ' aceept:the qualiheations of the subcontractors The SUb ntractor lists=are for Ilse by the City 10; preparing recomW."d6i1ons,for award of the contract The,Contracto't must prAvidk and use s+JtJco tractbrs:l►stgd.umess;t e-10,IfyagM-e to,allow a.sub5trtvfe ' 0'. DIS CREBAI`iCIF S ANDADDENDA ' T>2strtrctlori to Ofretriis ?89p 7•of±:28 Vsctotjr Forest CorrrriGlity _g -;,20J,§)!.. Should ah Q'fferor find any disdrepanaes iii tYie.draGvirigs arid:specifieatrons; or'fip�Uld; it bd in doubt as,to their mea nrng,;It=shall:riatif�the.city at onoe if required the City Will.then Orepare.a written-.addendum that will be available to,all Offerors at the place designated!for distribution bf` the.EtegtJest for*ProposaI Documenfss;by the'Wttee to Offerors: The•Conkaofor:is respansib}e for.: deterinlnirg if,addenda are available and forseculirig copies prior}a subtnHt)g a response to this tequestfor sealed proposals. OralAJ gfrObtions:or decisiorts unless donfirined by weRten addenda will not.be ponsidered valid,,legal Or'bindi4y*. No:ektras-will;be.authorrzed,because of failure.of the contractor to include work called fot in the addenda,. Offeror mustac.knovwledg'e:addenda-n'th-e Proposal. Failure to.acknowledge addenda may-cause. the Proposal,tb.be ryled nor'-responSivi;:: RAS the C.ontractor's res{�onsibIlity to obtain Addenda and;include its iriformatlon to,the Proposal. 11, WORKERS COMPENSATION INSURANCE; Offerors will be regtlired to :deiruinstrate that coverage is:in effect at time of Award of Contract. .Sample Certificate of Insurance, or other proof that Workers Compensation Insurance will beobtained, must be submitted within five working days of bid opening, 12. TAXES: Equipment and materials not consumed by or incorporated into the work are subject to State sales taxes under House Bill 11, enacted August 15, 1991. 13. PERMITS Contractor shall apply for 'a1! City of Fort Worth Permits and for any'other permits required by this project. City of Fort Worth Building and Trade Permit fee_sare waived, Separate. permits may be required for each work location, 14. UTILITIES AND IMPACT FEES;The City will pay water and sewer utilitles tap fees,and impact' fees. Unless shown otherwise, the City will coordinate..and pay for water and sewer taps and meters to the property line. The Contractor wqf include all remaining fees from the electrical and gas companies in the Base Proposal. The Contractor will be responsible for coordinating with City and utility companies for installation of utilities, The Contractor will be responsible for all fees for electrical, gas, and other utilities Within the property line of the projact. Unless indicated otherwise on the plans, the contractor will be responsible for costs and installations:from the 'building.side.of the:water meter and sewer tap. 15. BID Doc UMENTS Hard. copies of'biddfng documents may be downloaded and printed by.'the. Offeror: 16 MANUFACTURER'S''REFERENCE: Catalog, brand °nair:es; and. manufacftirpes.references are descriptive„ not restrictive. Use of brands of like. nature•and qualil} wiii be considered. Union request of tne.architect or contractor,the contractor will submit a full.sized sample and/or.detailed 'lnformaton as required to allow ,the architect to determine the acceptability of proposed suhstitutions. Where,equipment has been listed as "no substitute adcepted% the City Will accept no altercates to.the specified equipment. Also, refer to spedi{cafion's product requirements. 17. TESTING:SERVICES: 'The.City.shall provide for, Independehtly of the contractor, the inspection services, the.testing of construction materials engineering, and the. verification testing services necessary for tha acceptance pf the constru.ctl or.work.. 18. PROJECT SCHEDULE The Project Schedule to..lid sul;rMitted"with the Qualification Statement, will, at ttie miltirnun , inctude:;the following*'duality control:submittails and approVpis, rnob6izatrori, site: preparation, under slab utilities;, foundation work, stnictural erection,; friterior finish, eornmiss'ia0 ng, and closeout,. The.Schedule-maybe submlifed;as.-a table.or.-PERT diagram, nstrvctian kn'.offerors f'age,$:of 2$ Mdbiy Fgiest cvtnmilniEy;Gen€ei At3gcist`Z{3 t5�; I I PROPOSAL l`0:: MR: UNIT Pkld.ES' A, F&KCREASE_Jofdulled pier. I.. For l 8W:diameter pie A-DO:; per.linearfoof "1 0 p-W sha6. P excavation, concrete,and B. For DECREASE-pf.0110 complete with drilling, rdilrif 1.. For 1 8"Aamefer piers: DEDUCT: $ peF linear foot Note: Deduct price shall be ininimurn 6-66/a of addunit price. C. For DELETION of temporary motal casings for drilled pier shafts: 1. For 18"diameter piers: DEDUCT: $ per linear foot Note: Casing is included in Base Proposal, The undersigned agrees to complete foe Work-Athin the calendar days specified above after the date-of Notice to Proceed. A Project Si%edule will be submitted as required in the Instructions to Offeror; The City reserves the right to-accept or reject any, and all bids.or any combination, theteff PTOpoted for the above work. The undersigned assures that its employees and applicants: for employment and those of any labor organization, subcontractors or employment agpndy in either furnishing hing or referring employee applicants to the undersigned are not discriminated against as prohibited by'the terms of City Ord.1naribe 7278 as amended by Cfty Ordinance 7400 (Fort Worth City Code Section 1.3A-21 through 13A-29). ResidenG' Of.Offerors; Th 1985 Session of the Texas Legislature passed house.Bill.620 relative to the. Residency P e award pfcqntirpett ton I e non-resin. rit,Bidders. The low provides that in order'to be awarded a-contract as, low bidder, non-resident bidders (W, t of state contractors Whose cotpora,te offices or principal,place of business are outsi&of the:State.of Texas),that bid pi&6jeqt§for c.cristu. ctign, improvements; sqpp -or services in Texas at an amount lower than the, lowest Texas resident bidder by.the same amount:t4at Texas resident bidder would be required to underbid a non-resident bidder in order to obtain: a comparable contract in 0 .state in which the non-resident's principal place of"business is located, The, approprlafe blanks inSdct qn A mt,*be filled out by all non-resident bidders in order for your bid to meet specifications, The failure of out;of state or non-resident bidders to complete the forms may dlsq dalify. that.bidder. Resident bidders must check the box in Section 8, A 1—( Md)' rest tehtVOn.d.prs M .(give state, oqp principal place of G., -b.uslnbSS.are reqpired to betbldde�rsb R. statiaAaw., LI Non-resident vendors in Sgive state;are;;not:requ€reel to.underbid. resident bidders,,. ,­­­­ -,1 _*,��-.- . B. ".qF.prJpcfpq[ 1 0 0 paqo,�,f liistW66ah f6 Offeijffs `(A A201 61, ry. 1Nrthiri:et �i Qj days of recespi o;notice of_acceptance of thin blit t the:--successful_bidder°will:execute the. ' formal cantract'and. riff delltrefi apProvecl Pe"rfonnaitce;a'rid Payrrtenf Boi3d or'lhefa'ithfui''perfomrance of this conlacL The aftached deposrf check iri the.sum of Dollars js to become the ro:err of the t✓J# of Fo Worth,Texas or ' the attached Bidder's.Bond is to be for`eited"in the:event the,contract,anld bonds are rjot eXecUted`wtthin the bme;sat forth,'a It uida#ed damages-for May and:additional work caused"thereby: ' MINORITY 5US1.NESS.E1N-MRPR[S1-(MBE): tFpr:Proposals in excess of$50,400). I am awara that i m6st submit information to the Director, TratispariaEfon ai1t3,Publtc'tNo[its, concerning'the•MBE participation Within FIVE.BUSINESS DAYS of submitia(bf ttjs.Proposal ib order ' to be corisidered.RESPON8I9I=. Respectfully submitted, Company Name By. Signature ' Printed Name of Principal Ttie ' Address: Street ' city Zip Phone: Fax: e=rriail: Receipt ts'acknowledged of the following addenda: Addendum No.,Ii. Addendum No.-2: Addendum No,3: Adrl.endum No.4., Addendum No,5: Addendurd No,8: AdderiOgrn,lgo:;7< Addendum No.S Ac3dehdlirn-f+tc.9:. �1ddi3�dt}rrr No i;0{ t lnstrtzGion to Df#erors Page xh ctnryForest CommriityCenter ,°.ugusE9f5� TE?CAS;:SALES"AND USE"TAX EXEMPTION CERTfF�CATE Name of Purchaser;'Firm o�Agencp:. °Gifu of Tori Wodh Tea's'. Address(Street&Number,.P 0.Box or Route Number} 10tH)Throckmorton .City;:State'Zip Code: Port it orth,Texas 76102 '1"elepFfane (81;?}392-8369 1,the.purchasernamed,4.oVe;c#airrr.;an"exeniption fro m;-paymapt:of sates and use taxes ftrr.flie'purcha§a of taxable ifems.described below br on the attached,orderor invoice from; All vendors Description of the items to lie purchased,or on the attached order or invoice: All items except motor vehicles as listed below Purchaser claims this exemption for the following reason: Governmental Entity I understand that f wJR be liable fflr payment of sales or use taxes whfdh may become. due for fallure to coinply with the provisions.of the sfate,city,andlor nietropolitart transit authority sates and.use tax laws and comptroller rules regarding exempt.purchases. #_iabflity for the talc will be.determined by the price paid'for the taxable items purchased Or the fair market rental value.for the period of time.used. I understand.that It is a.misdemeanorto give an exemption,certificate to the soiler for. taxable Items which I knout at the time of purchase,will be used in a manner other than .expressed fn this certificate and that upon conviction I may be fined not more than$50 per offense_ Purchaser. Tif1e:: llrrchasin aha er Date: February 1:200 Nath*'.-This certificate cannot be.Issued for the purchase,lease or-rbrrb of a;motor- vehicle: THIS CER.77EICATE DOES NOT REQUIRE A NUMBER TO BE VALID Sales and Use Tax"Exemptlon 1Jumbers"or'Tax Exempt"Numbets do not eXfst. This certificate should be furnished ta the supplier. Do not send the completed certificate to the Comptroaer.of'Publiic Accouhts 1rlstrudrori Eo Ot;erois f?aga;92:nf28 S/I toryFo[estCanxrluD p.Cepter( pgust2d 5I .2013 PREVAIUNG W. AGE RATES COrinOie:tcial Construction Projects ' y s � PG Mechanie- 25..24 ' AC Mec#ianic:.8elper -$ gc�u$tie�!Ceiliti$tnstalier $ 16:83 Accusikal Ceffing Installer Helper iz:7a ' Bricklayer(Stone Mason 19.45 Bricklayer/Stone Mason Trainee $ 13.31 ' 6rickl8yer/Stone Mason Helper $ 10.91 Carpenter $ ' 17.75 Carp.enterfielper 14.32 Concrete Cutier/Sauter $ Carierete Cutter/S:*er helper $ 1 l.Ofl ' Concrete Flnish�r - 15.77 Concrete Flnfsher•Helper $" ' 11.00. Coneretelorm.Builder ; 1127, Concrete'Fgf i.Builder,yelper $ 11.00 Drywall Mechanic � ' 15,36 $ F Qryyaal!lletpe 12.S4 Drywall Taper $ 15.00 Drywali Taper Helper $ 11.50 Electrician:jlourn:e"yrrtan} $ 19:.63. tleetriclan Apprentice:(lielper) ElectroriicTe;clin clan 2b.Q0" Flbrta�er' � T8.00� FIooN Layer kelpor 4 ;GTazler" $ . .. _ ._... ....__. .21.03„ a l.rstruct�o;to O{e.Fors Page }3 oP28 ' MMdory Forest:0=munIty'Cerder,�August;i)j Glazier Helper sr 12,81. 1 insulator 1b.59 insuiatior Hd per Laborer Co'jrrmoh. 10.89. La bore r:Skilled, 14.15- Lather $ 12.99 Metal Building Assembler $ -16.00 Metal Building Assembler Helper $ 12.00 Metal Installer(Miscellaneous) Metal Installer Helper(Miscellaneous) $ Metal Stud Framer. $ 16•.12 Metal Stud Framer Helper $ 12.54 Paihter $ 16.44 Painter Helper $ 9.98 Pipefrtter $ 21.22 Pipefitter.Helper $ 15:35 Plasterer :16:17 Plasterer Helper $ 12:85 Number zi:sg Plumberl-telper $ 15:85. Re infordrigSteel Setter $ -12:87 Reinforcing Steel setter Helper $- 8 Roofer 1.6:90 Roofer}helper `11:15 ;Sheet,'Metal Worker: $' Y635 _ S�eetMetal lF�orlCef�Fetgei 13.:11.' S{l nklerSystern mstalier' __ 1917 Spircrkier� stem:lnstaller Helper ,3n. lon$&v0to Otw.0 s Pane I4,bf 28, H1etory,Foresf Commu4ity dgnter(A�ugusi 201,5) ' Ste.iji Worker Sfruciura( Stael Worker Structural.Helper ` 13.7 _ Waterpfoofer 15A0 ' EquIprreerrt Operators Cc'ricrete Rump 18S© ' C''rane,'-damshell,Backhoe,Derrick,00neSh.ovel, $ 1931 Forklift. $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ ' 16,97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $©D The prevailing wage ratesshown.for Commercial construction pr"o ects were based.on a salary survey conducted and published,by the North Texas Construction IndusVII(Fail 2012)Independently complied by the Lane GofmanTrubitt,FLLC Coristruction:Group: The descriptions for the classificatlons listed are- Provided reprovided on the TEXO's.(The Construction Association)website. :vww.teaoaSsociadon.org/Ctra pter]wagerates.asp ' 1psirpciior;to Offeiots; Pai wIS of 28 Vk&ry oresi Cominu*—Genierk6ugusi,20.'!`5j VEATRF.R TABLE 'Month .Average, Inches S;iow/lc'6 Days-of' of POet$,, Rain. Rafb'ut. Nu February March 7 I 2.54 April 8 4.30 6 May 8 4.47 a June 6 3.05 0 July 5 1.84 0 August 5 2.126 0 September 7 -345 0 October 5 2.68 a November 6 2.03 December 6 1-82 ANNUALLY 77 32.30I 1. (1) Mean number of daysf'Piffalk 0.01"or'more (2) Average normal.precipitation, in.ihches. (3) Mean n' Linl4er'.6f days 1.0inch or more Less.than 0.5 !nlcbet' This tabic roporteo#orn Da-has-Fort Worth Reg[lon2l.Aip.ort,,Texas, Latitude 32 deg.54,m!n'nQfth, fongitude07 deg 02 min West,elevation (ground) 551 fL Average number of days'of-(alth,snow,and ice are based on records covering 27 years,Preqpitatioh'is based on record of 1941-1970 g6riod This table is-to be L,'s6d as a basis for calculation of excess rain or weather days,for projects with duration incalendar days. If the,site records.indicate that the Contractor-was unable to carry out operations due to weather; it is counted as 8 weather day lfthe number of weather days exceeds the number&average rain days plus.the sh.ow/!qe-pelletA6ys for the cQntract duration the contract period wiH be adjusted by Change Order. .Rne.-71'6' Votary.Fore4.7d-�inWCAnfer,(Aug.,426.151 1 CJTY'Ol±FORT WORTHF.TEXAS. CONSTRUCTION GCNTRACT�LUMP SUM1 I THE:STATE.OF TF_XAS. §, §: KNOWALL BYTNE.SE PRESENTS: COUNTY OFTARRANT § This agreement'made.and entered into thls,the day.of A-D. -201'5, by, and between thel 017YOF FORT WORTH,a municipal corporatfon:of,Tarrant 06unty, Texas, organized` acid existing under and by virtue of a speciai'charter adopted by the giral�fied rioters.within said.Gty,on theI 1th day of December, A 0, 1924, under the auttiorify (vested la.said voters by the "Holme; Rule" provislon)- of the Constitution,of Texas; and in accordance with a resoiutioi� .duly passed at a regular meeting,of the City Coun­11cil of said City, hereinafter called OWNER;.and of-the,City of County of ,State of Texas; hereinafter called COi�TRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even ' date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: City-of Fart Worth Victory Forest Community Center 3427 Hemphill Street Fort Worth,Texas ' TPW2013-15 That the worts herein contemplated shall consist of furnishing as an independent contractor all labor; ' tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documehts adopted by the City Council of the City of Fort Worth, which. Plans and Specifications and Contract Docurnents are hereto attached and made a part of this contract the same as if written herein. The Contractor hereby agrees and binds himself to commence the construction of said work.within ten (10.)days after being notified iamiriting to do so by the Owner, City agrees and btn'ds itself fo'pay, and rhe said Contraetot agrees to receive, faT ail of rhe°aforesaid work, and fac stated additlor s thereto or deduptions there from,the price shown ph #tie proposal submitted.by the successfu]I Iddelrbereta.'attached and made apart hereof Payment:will be;madq inmonthiy installrrfents upoh actual wo4 completed,by contractor and accepted by the Owner and:receipt of invoice: from the Conttaetor, The agreed Upon total contract amount shall be including the,Base Proposal ($_),'Owner's General Continge qy Allowance ),and Atte;rate Nos. M_). IInsurance.Requirements,, The Gontracfor•:shall not:commence work under this contract until it..hosobtained all insurance required under-the:Contract Documents, and. the, 0+vhner has aporoved such 14s0ran0e The C - ontractor shag be.responsible 'for deli_V4'E'�n`64 to the Owrler the.sub copfractors' certificates,of' insurance:-for approval-The.Contractor shalt indicafe ori its.,cerfi tate.of insifraiice tncl0de.,d:'in the documents;for execu&n.-vrhether of not its ihsurance co re sMdo htractor$:.lt is the intention of the .Owner -that tile; insu.'ance cove'ra016 regrlired here'trr shall fn`clude the :coverage ;of:ail subcoritiaetors. a. WORKEWS COMI'ENSATI"ON'INSORANGE; Statratory.lrrjlts;. I�rstruc6on.in O�feti',Fs, i Page ick of 28 ujcfory closest'Crnrni?u�Rj+;Cerrter:.(Aygus#205) ElM ,p' 10 :$.'l QO,QQQ'.Oi�aasgeadh employee...by • $54Q,000-disease • $4_60,000'.each acc"ident. b. COMMERCIAL GENERAL:LIABILITY INSURANCE' The Contractor shall procure and-shall mainfWn during' the life of tin's, Pct public . ;r - Iiabilit"-y insurance coverage in the,forrri4 a Gomnercjal Genera,! Litblfflty Y to -wver�bodily. Injury, including death, and.� Property_ damage :at th6 fiAbVing "Jlrnit�� $4.,S)OPOO eac'hoccu'rrence and X2',000,000 aggregate limit. *I the insurance shall,be provided on 2 project specific basis and'shall be endorspd ..ccpjajngly; • The insurance shall include, but not be limited to, contingent fiabillty for independent contractors,XCU coverage, and contractual liability. c. BUSINESS AUTOMOBILE LIABILITY* 0 $1,00'O,OOQ each accident. 0 The policy shall cover any auto used in the course of the project d. BUILDER'S RISKOR INSTALLATION FLOATER: This insurance shall be applicable according to! the property risks associated With the project and commensurate With the contractual oblfgations specified In the contract docurnents. e. EXCESS UABILITY UMBRELLA: • $1,000,000 each occurrence; $2,D0.0,000 aggregate limit • Thisin.suranco ,shall provide excess coverage over each line Or (ability insurance required`I herein, The policy shall follow the form(s)of the underlying policies. f., SCOPE br INSURANCE AND SPECIAL HAZARD: The ln8urancereq uIred under the above paragraphs:shbl[,pfoVid'&,:adejquate protecttc(ri for the.Opntracto and. fts.subcontractors respectively, agajhst &mge claims Which'-rha Y, arise•from operqtions under this contrar-L whether:such operations.be by'the insured 6c by a'nyone.directly or indirectly employed by it,.againtt,anyinturaNe hazards Which.thay be encountered in the performance of the Contract. 9- -PROOF OF CARRIAGE OF INSURANCE: Th'e Contractor shall furnish the owner with satisfactory proof of coverage,by insurarice required in these Contract Documents 'In the 6rrk)units :and by ins r ura,njce ca.rri.ers. sahsfaetory toAhe.Owner: The form to be used shall tie:the C'.urreint AqOrO cel fiGate Q# 4jqq(4aricq-form or such other form as- the Owner may it Its,-sole:-disOrefion, ideem- acceptable: All insurance requirements made..upon the,,Confractot sNill a'My, .I th1the sub, _ . .cop ce� contractors,, should �thef Gontractor.�;. Fns4rih not cover' the subcb4)j'ab Wdik oIpe-fo on.s PerformeffAn ihe•ccume df thiscontracted1 Project- ADIDMONAL,INSURANCE REOUjR'F_-MENTS:! The adnfs:s.h6fl.'b&,6ridois6 jUbnata; b.wner,its of5cers,employees.and,,�M Brig emplpyQr q pbilgy'.ihs' qqyerage under;C'onfracto?s Wcifkets''cd' 6ii's'dtidh insurance pollby�­ lnstiuctiprl LOP'ff Mm, Page:.l8.of 28 VicWTy,Fbreta Qorwnurljy-6,Je6fer CA4qust-�_bj$j, b: Cer'.ificates of sl•jall be, le Wered to the City,of P. W<jrdT,contract ' administrator Irl t11e resfiective.dePartrneM. as sAecrfied inth- bi IN. 1NITNE8.8 VVHEREOF,Jhe :City of Fort Worth has caused': f i s instrument for be signed `in four counterparts in..its nameAnd on i#s tiehaif by the tatty Manager,and attested by its Sepretary, wjAh the corporate sear,of�fha City of roti Worth attached The Gontrackor h.as executed#his tnstrument through_its duly autkio zecl officelsjri four tNeite {arts with.its carpprate sea[attached, Done in Fort Worth,Texas,'this:ate day of A.D,, 20'I5; Gonstr[ctiori Coriaparly APPROVED: CITY OF-F.QR.TIN;ORT.H By:, By Principa]Name Fernando Costa Title Assistant'City Manager APPROVAL RECOMMENDED: RECORDED: By. By: Wayne Corum, Mary J. Kayser Interim Director, Property Management Dept. City Secretary APPROVED As TO FORM AND LEGALITY; M&C C-Number (M&C Date1 By:, Confracf Authorization Grant Jordan Assistant City Attorney IP§tnlctton�o OffeCors ,Page 20'of 28 Uictgry Fores3,Corrusign(y Centee.(Auct sl20.i 5�; 029a;21 g#28 Vjdo7 t� A.IU64'st 201-51 "Bond k TI-MA STA 0 Y ATE. TEAS KNOW ALL:O-F.VIESE,PRESENTS: COUNTY RESE NTS- COUNTY OF URRANT That we, known as "Principal" herein, and a corporate surety.(sureties),duly authorized to do business in the State of Texas, known as"Surcty" herein (vvhethcr one or more), are be- ld and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas,known as"Cit,"herein, in the penal,sum of, —CONTRACT AMOUNT— and No Dollars ($----CQNTRACT AMOUNT----.001,:lawful money of the:United Stas, to be paid'in bort Worth,Tarrant County,,Texas, for the p"ient,of which sum wets ajid t.tuiy be made;:Nye Bind ourselves, our heirs, executors,,adrnmListrqtors; successors asid assigns, oinfly and severally,Erml by these presents: WHEREAS,P6iqipal.has entered into a certain written Contract with City,awarded the_day, of 2015,which Contract is hereby refen-ed to and made a part hereof for all.puiposes as iffully set forth herein, to, furnish all materials, ecluiphient,]Abj-aiid other accessories as defined.by law, in the lij 96r,.irtion.of-the:Work as provided for in said Contraci,and designAted as Yjittoioy Forest CqgihiugitY ,Cgp.ter located at 3421 Hemphill Street, )Cont Worth,l. TOt" PROJECT 'NTf&IBER TPW201345. NOIR', TM(RF-FORE THE.CONDITION OF THIS OBLIGATION is such that if i Trin pal 'ci shall n nt beneficiary,pay all moniesoWii g to apy. (4hd all)payrne ,bond beneficia (as defined in Chapter 2253 of the Texas Govemmpijt Code as amended) in the prosecutioii, of the:Work utidek the Contract, then this. obligation.shall be and:becone-null dhd yqjd;dfMiTyite to reinain in f6l I'force:and eMct- 'T do s nade ana.exec executed compliancewith of Chapter 2251 qfthO Texas.. :OovernmcntCodelasainended, and,all I TiAi"Ii .6d&!s , be dttdi-nihed in aecordcevtjfthffie I rot+tsrans:o jnscf�on fo fierots Fage 22.af... (Augq�t2oj witbry.Faros`t-.Q,ommunity Oe