Loading...
HomeMy WebLinkAboutContract 55988 CSC No. 55988 FORTWORTH. PROJECT MANUAL FOR THE CONSTRUCTION OF ROAD & PARKING LOT IMPROVEMENTS AT: Park Name City Project No. Gateway Park 102012 Rockwood Park 102015 Betsy Price David Cooke Mayor City Manager Richard Zavala Director,Park& Recreation Department Prepared by The City of Fort Worth Park& Recreation Department 2021 �� LANDS OF�iE,%%I 40.•�r•..•...,�9io F j ``s• M • LAN M.* '�E ZARATE ,► th �. ..........................., OF T. Lane Zarate(F ,202117:04 CST) OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORTWORTH. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 4 SECTION 00 00 00 TABLE OF CONTENTS Division 00- General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 0011 13 Invitation to Bidders 03/09/2020 0021 13 Instructions to Bidders 03/09/2020 0032 15 Construction Project Schedule 07/20/2018 0035 13 Conflict of Interest Statement 02/24/2020 0041 00 Bid Form 03/09/2020 00 42 43 Proposal Form Unit Price 01/20/2012 0043 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 0045 11 Bidders Pre qualifications 07/01/2011 0045 12 Prequalification Statement 07/01/2011 0045 13 Bidder Prequalification Application 03/09/2020 00 45 26 Contractor Compliance with Workers'Compensation Law 07/01/2011 00 45 40 Minority Business Enterprise Goal 06/09/2015 00 52 43 Agreement 09/06/2019 0061 13 Performance Bond 07/01/2011 0061 14 Payment Bond 07/01/2011 0061 19 Maintenance Bond 07/01/2011 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 03/09/2020 00 73 00 Supplementary Conditions 03/09/2020 Division 01-General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 2500 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 3120 Project Meetings 07/01/2011 01 32 16 Construction Progress Schedule 07/01/2011 01 3233 Preconstruction Video 07/01/2011 01 3300 Submittals 12/20/2012 01 35 13 Special Project Procedures 12/20/2012 01 4523 Testing and Inspection Services 03/09/2020 01 5000 Temporary Facilities and Controls 07/01/2011 0157 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Signage 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 7123 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 7719 Closeout Requirements 07/01/2011 CITY OF FORT WORTH ROAD&PARKING LOT IMPROVEMENTS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102012,102015 Revised March 9,2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 4 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Date Division 02-Existing Conditions Modified 0241 13 Selective Site Demolition 0241 15 Paving Removal Division 03- Concrete 03 30 00 1 Cast-In-Place Concrete Division 31-Earthwork 31 1000 Site Clearing 31 22 00 Earthwork 3123 16 Unclassified Excavation 31 25 00 Erosion and Sediment Control Division 32-Exterior Improvements 32 1123 Flexible Base Courses 32 1129 Lime Treated Base Courses 32 1133 Cement Treated Base Courses 32 1137 Liquid Soil Stablizer 32 12 16 Asphalt Paving 32 1273 Asphalt Paving Crack Sealants 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks,Driveways and Barrier Free Ramps 32 1373 Concrete Paving Joint Sealants 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 1723 Pavement Markings 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates 3232 13 Cast-in-Place Concrete Retaining Walls 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro-Mulching, Seeding,and Sodding Division 33-Utilities 33 05 14 Adjusting Manholes,Inlets,Valve Boxes,and Other Structures to Grade 33 05 17 Concrete Collars Appendix GC-4.00 Plans&Details GC-4.01 Geotechnical Report CITY OF FORT WORTH ROAD&PARKING LOT IMPROVEMENTS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102012,102015 Revised March 9,2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 4 GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates END OF SECTION CITY OF FORT WORTH ROAD&PARKING LOT IMPROVEMENTS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102012,102015 Revised March 9,2020 City of Fort Worth, Texas Mayor and Council Communication DATE: 05/18/21 M&C FILE NUMBER: M&C 21-0360 LOG NAME: 80R&P IMP AT GATEWAY & ROCKWOOD PARK FWCC SUBJECT (CD 2 and CD 4)Authorize Execution of a Construction Contract with Fort Worth Civil Constructors, LLC, in the Amount of$1,240,378.47 for Road and Parking Improvements at Gateway Park and Rockwood Park and Provide for Additional Project Cost and Contingencies in the Amount of$94,000.00 for a Total Construction Cost of$1,334,378.47 (2018 Bond Program) RECOMMENDATION: It is recommended that the City Council authorize the execution of a construction contract with Fort Worth Civil Constructors, LLC. in the amount of$1,240,378.47 for road and parking improvements at Gateway Park Street Rehabilitation project (City Project No. 102012) and Rockwood Park Street Rehabilitation project (City Project No. 102015) and provide for additional project cost and contingencies in the amount of$94,000.00 for a total construction cost of$1,334,378.47. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize the award and execution of a construction contract with Fort Worth Civil Constructors, LLC, in the amount of $1,240,378.47 for road and parking improvements at Gateway Park and Rockwood Park. This contract will repair sections of the existing asphalt road and parking lot system. This project was advertised for bids on February 25, 2021 and March 4, 2021 in the Fort Worth Star-Telegram. On March 25, 2021, the following bids were received and tabulated: BIDDERS BASE BID BID ALTERNATE TOTAL Fort Worth Civil Constructors, LLC 11$789,201.25 $451,177.22 $1,240,378.47 Paveco Public Works, LP $746,645.50 ]1$493,857.55 11$1,240,503.05 Base bid improvements include the following: Demolition of existing asphalt road and installation of new asphalt, replace manhole collars, installation of erosion control; and installation of concrete curb and gutter islands at Rockwood Park. Alternate bid items for Gateway Park include the following: Demolition and installation of parking lot, demo and installation of valley gutters, purchase and installation of concrete wheels stops, parking lot striping, purchase and installation of temporary orange fencing for overflow parking area and construction allowance funding. Alternate bid items for Rockwood Park include the following: Parking lot striping, sealcoat of the parking lot, purchase and installation of concrete wheel stops, purchase and installation of temporary orange fencing for overflow parking area and construction allowance funding. Contract time is 120 calendar days. Construction is anticipated to commence in July 2021 and be completed by November 2021. This project will not increase operations and maintenance costs. This project is included in the 2018 Bond Program. Available resources within the General Fund will be used to provide interim financing until debt is issued. Once debt associated with the 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 Nos. 23209-05-2018) and subsequent actions taken by the Mayor and Council. Fort Worth Civil Constructors, LLC, is in compliance with the City's BDE Ordinance by committing to 13% MBE participation on this project. The City's MBE goal on this project is 13%. Gateway Park is located in COUNCIL DISTRICT 4. Rockwood Park is located in COUNCIL DISTRICT 2. FISCAL INFORMATION /CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the 2018 Bond Program Fund for the 2018GO Gateway Park St Rehab project and the 2018GO Rockwood Park St Rehab project to support the approval of the above recommendation and execution of the contract. Prior to any expenditure being incurred, the Park& Recreation Department has the responsibility to validate the availability of funds. Submitted for City Manager's Office W. Valerie Washington 6192 Originating Business Unit Head: Richard Zavala 5704 Additional Information Contact: David Creek 5744 FORTWORTH. ADDENDUM #1 ROAD & PARKING LOT IMPROVEMENTS AT GATEWAY PARK& ROCKWOOD PARK. March 19, 2021 TO ALL BIDDERS: Please attach to your specifications. This addendum is hereby made a part of the Contract Documents and is issued to modify explain or correct the original drawings and/or project manual. PROJECT MANUAL REFER TO SECTION 00 41 00 DELETE Section 00 42 43 Bid Form section from the Spec Book. REPLACE with attach Section 00 42 43 section in the Spec Book and the attached 4'Orange Construction Fencing Layouts at Gateway and Rockwood Park. END OF ADDENDUM #1 Bid Opening Date: March 25, 2021 Acknowledge the receipt of this Addendum on your Proposal. By: Carlos M Gonzalez Digitally signed by Carlos Park Planner Fo M Gonzalez (817) 392-5734 �nr�c'o u�r �cle�: Date:2021.03.1916:19:14 carlos.gonzalez@fortworthgov.org -05'00' Release Date: March 19, 2021 PARK& RECREATION DEPARTMENT City of Fort Worth,4200 South Freeway,Suite 2200,Fort Worth Texas,76115-1499 (817)-392-5700(PARK)Fax(817)-392-5724 SCALE: NTS SHEET 1 OF 2 Aw� 1 ^3 Aix- 3 =ie ty4" END OF f RADIUS 76' - 140' ASPHALT BAG TEMPORARY 158' RAMP 10' OFFSET k PLASTIC ORANGE CONSTRUCTION FENCE, 4' HT. WITH POST 8' O.C. Q ASPHALT BAG TEMPORARY a RAMP ' z s 37 r. C7 = R 10' to , f FORTWORTHc. GATEWAY OVERFLOW PARKING LOT SCALE: NTS SHEET 2 OF 2 .r, � J 1 N - 920 1 PLASTIC ORANGE vi ` F CONSTRUCTION FENCE, 4' HT. WITH POST 8' O.C. it lu a 30 F30., 6 OFFSET . ( ty.p) ; RocKwoa - AR r FORT WORTH., ROCKWOOD OVERFLOW PARKING LOT 0011 13 INVITATION TO BIDDERS Page 1 of 3 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Due t6 the COVID19 Emergency declared by he City of fort Worth and until the emergency declaration,as amended,is rescinded;sealed bids for the construction of Road&Parking Improvements at Gateway Park(102012)and Rockwood Park(102015)will be received by the City of Fort Worth Purchasing Office until 1:30 P.M. CST,Thursday,March 25,2021 as further described below: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth,Texas 76102 Bids willbe accepted by 1: US Mail at the address above; 2.' By courier,FedEx or hand deliveiy from 8:30-1:30 on Thursdays only at the South End Lobby,of City Hall located,at-2p0:TexasStreet,Fort Worth;,Texas 6102,. A Purchasing beparhnerit staff person W ill be available to accept the liid aril provide a time stamped receipt,o� If the to submit the bid an a dayor time ci#her than the designated Thursday,the bidder must contact tlie'Purchasing Departirient during normal working hours at 817-392=2462#o make'an appointment to meet a Purchasing Department employee at;the South End Lobby of City Hall located at 200 Texas Street,Fort Worth, Texas 70102,where the bids)wilf be received and tiirle/date stamped as above. Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers and broadcast through live stream and CFW public television which can be accessed at I�/Ifnrtworthtexas.gov/fwty/.The general'public;will not be allowed in the City Council Chambers. Mom GENERAL DESCRIPTION OF WORK The major work will consist of the(approximate)following: Gateway Park— 13,588 SY of asphalt road&parking lot installation, including pulverize and overlay, grading for positive drainage,replace manhole concrete collards and installation of an accessible sign. Bid Alternates include installation of concrete wheel stops,and stripping. Rockwood Park—3,940 SY of asphalt road installation, including pulverize and overlay, grading for positive drainage,Installation of 2,135 LF of concrete curb& gutter,&replace manhole concrete collards. Bid Alternate includes parking lot stripping,parking lot sealcoat and installation of concrete wheel stops. CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 102012,102015 Temporarily Revised April 6,2020 due to COVID19 Emergency 0011 13 INVITATION TO BIDDERS Page 2 of 3 PREQUALIFICATION The improvements included in this project must be performed by a contractor who is pre- qualified by the City at the time of bid opening. The procedures for qualification and pre- qualification are outlined in the Section 00 21 13 —INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworthtexas.gov/purchasing/and clicking on the link to the advertised project folders on the City's electronic document management and collaboration system site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. PREBID CONFERENCE A prebid conference may be held as discussed in Section 00 21 13 -INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: March 9, 2021 TIME: 11:00 am lf-a' prebid conference will be held':onljne via a web conferencing application,invitations will be distributed directly to those who have submitted Expressions of Interest in the project to the City Project Manager and/or the Design Engineer. The presentation given;at the prebid conference and any questions and answers provided at the prebid conference will'be issued as,an Addendum` to the call forbids: Join from the meeting link littps://fortworthtexas.webex.com/fortworthtexas/i.php?MTfD=mlba6118ed45b3 a72e43dOac5b6 812978 Meeting number(access code): 182 947 1878 Meeting password: GnzcnJP54t4 Tap to join from a mobile device(attendees only) +1-469-210-7159 1829471878##United States Toll (Dallas) Join by phone +1-469-210-7159 United States Toll(Dallas) Global call-in numbers Join from a video system or application Dial 1829471878@fortworthtexas.webex.com You can also dial 173.243.2.68 and enter your meeting number. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. AWARD City will award a contract to the Bidder presenting the lowest price,qualifications and competencies considered. CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 102012,102015 Temporarily Revised April 6,2020 due to COVID19 Emergency 0011 13 INVITATION TO BIDDERS Page 3 of 3 FUNDING Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from revenues generated from 2018 Bond program and reserved by the City for the Project. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Carlos M Gonzalez, City of Fort Worth Email: carlos.gonzalez@fortworthtexas.gov Phone: (817)392-5734 AND/OR Attn: Joel McElhany, City of Fort Worth Email: joel.mcelhany@fortworthtexas.gov Phone: 817-392-5745 EXPRESSION OFINTERSEST' To ensure bidders are kept up to date of any new information pertinent to this project or the COVIDI9 emergency declaration,as amended,as it may relate to this project,bidders are requested to email Expressions of Interest in this procurement to the City Project Manager and the Design Engineer. The email should include the bidder's company name,contact person,that individuals email address and phone number. All Addenda will be distributed directly to those who have expressed an interest in the procurement and wilt also be posted in the City of Fort Worth's purchasing vebsite at littp://foi-twortlitexas.gov/purchasing/ PLAN HOLDERS To ensure you are kept up to date of any new information pertinent to this project such as when an addenda is issued, download the Plan Holder Registration form to your computer, complete and email it to the City Project Manager/ Mail your completed Plan Holder Registration form to those listed in INQUIRIES above. ADVERTISEMENT DATES Pt Advertisement February 25, 2021 2"d Advertisement March 4, 2021 END OF SECTION CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 102012,102015 Temporarily Revised April 6,2020 due to COVID19 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 1 of 10 SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 00 -GENERAL CONDITIONS. 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person,firm,partnership, company, association,or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2.Nonresident Bidder:Any person,firm,partnership, company,association,or corporation acting directly through a duly authorized representative,submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided)makes an award. 2. Copies of Bidding Documents 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2.City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders(Prime Contractors and Subcontractors) 3.1.All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalified shall not be opened and,even if inadvertently opened,shall not be considered. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: https:Happs.fortworthtexas.gov/Pro.iectResources/ 3.1.1. Paving—Requirements document located at; https•//apps fortworthtexas og v/ProjectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPaving %20Contractor%2OPrequalification%2OProgram/PREQUALIFICATION%20REQ UIREMENTS%20FOR%20PAVING%2000NTRACTORS.pdf CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 102012,102015 Temporarily Revised April 24,2020 due to COVIDI9 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 10 3.2.Each Bidder,unless currently prequalified,must submit to City at least seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 45 11,BIDDERS PREQUALIFICATIONS.. 3.2.1.Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.2.2.T'EMPfJR)J YPROCEDTJRI S DUE TO COVID 19:A Bxdder.whos qualification has expired during lto time period where a valid emergency order is in place(federal,state,local}and for 34 days past the expiration of the emergency order with th!furthest expiration date by day and month;will not be automatically disqualified from hawing the Bidder's bid opened:A Bidder in this situation will have its bid opened and read aloud and will be allowed,5 business days(close p I I mess an the 5 `day)to submit a complete qualiflcatian xenewal ppacl, ge.Failure to timely submit or submittal of an incolnplele package,will render the Bidder's bid non-responsive:Itthe qualification renewal documents show the Bidder.as now not-qualified,the bid will be rendered non-responsive:A Bidder may not use:this exeeptiori to seek a qualification statics greater than that WC h was ii place;of the date of expiration,A'Bidder who seeks to icrease,its gilalificationstatus must follow the.traditional sit tiinittal%review.process. 3.3.The City reserves the right to require any qualified contractor who is the apparent low bidder(s)for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame.Based upon the City's assessment of the submitted information,a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested,may be grounds for rejecting the apparent low bidder as non-responsive.Affected contractors will be notified in writing of a recommendation to the City Council. 3.4.Additional requirements for qualification may be required within various sections of the Contract Documents. 3.5.Special qualifications required for this project include the following: • Curb and Gutter Concrete Paving • Steel Pipe Gate Manufacturing and Installation 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 4.1.Before submitting a Bid,each Bidder shall: 4.1.1. Examine and carefully study the Contract Documents and other related data identified in the Bidding Documents(including"technical data"referred to in Paragraph 4.2. below).No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 102012,102015 Temporarily Revised April 24,2020 due to COVIDI9 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 10 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general,local and site conditions that may affect cost, progress,performance or furnishing of the Work. 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, progress,performance or furnishing of the Work. 4.1.4. Study all: (i)reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities)that have been identified in the Contract Documents as containing reliable "technical data" and(ii)reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable"technical data." 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish.All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents.No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.6. Perform independent research,investigations,tests,borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. On request,City may provide each Bidder access to the site to conduct such examinations,investigations, explorations,tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations,tests and studies. 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work,time required for its completion, and obtain all information required to make a proposal.Bidders shall rely exclusively and solely upon their own estimates, investigation,research,tests, explorations,and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal is prima-facie evidence that the Bidder has made the investigation,examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. 4.1.8. Promptly notify City of all conflicts,errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of- CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 102012,102015 Temporarily Revised April 24,2020 due to COVID19 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 10 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any,on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures(except Underground Facilities)which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents,but the "technical data"contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data"or any other data, interpretations, opinions or information. 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) that Bidder has complied with every requirement of this Paragraph 4,(ii)that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means,methods,techniques, sequences or procedures of construction(if any)that may be shown or indicated or expressly required by the Contract Documents,(iii)that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder,and when said conflicts, etc.,have not been resolved through the interpretations by City as described in Paragraph 6., and(iv)that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4.The provisions of this Paragraph 4, inclusive, do not apply to Asbestos,Polychlorinated biphenyls (PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work,Etc. 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 102012,102015 Temporarily Revised April 24,2020 due to COVID19 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 10 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions.In the event the necessary right- of-way, easements, and/or permits are not obtained,the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions received after this day may not be responded to.Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 200 Texas Street Fort Worth,TX 76102 Attn: Carlos M Gonzalez,Park&Recreations Department Email: Carlos.gonzalez@fortworthtexas.gov Phone: (817)392-5734 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3.Addenda or clarifications may be posted via the City's electronic document management and collaboration system at the City of Fort Worth Autodesk BIM 360 project web site. 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 102012,102015 Temporarily Revised April 24,2020 due to COVID19 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 10 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award,City may consider Bidder to be in default,rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until final contract execution. 8. Contract Times The number of days within which,or the dates by which,Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items The Contract, if awarded,will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or"or-equal" items. Whenever it is indicated or specified in the Bidding Documents that a"substitute"or"or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. 11. Subcontractors,Suppliers and Others 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 12-2011 (as amended),the City has goals for the participation of minority business and/or small business enterprises in City contracts.A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the MBE and SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor Waiver Form and/or Good Faith Effort Form with documentation and/or Joint Venture Form as appropriate. The Forms including documentation must be received by the City no later than 2:00 P.M. CST, on the second business day after the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documentation was received.Failure to comply shall render the bid as non- responsive. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies maybe obtained from the City. CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 102012,102015 Temporarily Revised April 24,2020 due to COVID19 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 10 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item,alternative, and unit price item listed therein. In the case of optional alternatives,the words "No Bid," "No Change," or"Not Applicable" may be entered.Bidder shall state the prices, written in ink in both words and numerals,for which the Bidder proposes to do the work contemplated or furnish materials required.All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals,the price in written words shall govern. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner,whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope,marked with the City Project Number,Project title,the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system,the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 102012,102015 Temporarily Revised April 24,2020 due to COVIDI9 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 10 14. Modification and Withdrawal of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids.After all Bids not requested for withdrawal are opened and publicly read aloud,the Bids for which a withdrawal request has been properly filed may,at the option of the City,be returned unopened. 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. 15. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of the base Bids and major alternates(if any)will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may,at City's sole discretion,release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids,including without limitation the rights to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder,whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalities not involving price, contract time or changes in the Work with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders,Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract,Bidder has performed a prior contract in an unsatisfactory manner,or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 102012,102015 Temporarily Revised April 24,2020 due to COVID19 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 10 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs,maintenance requirements,performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications,and financial ability of Bidders,proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization,work of a value not less than 35% of the value embraced on the Contract,unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the salve amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization.If the Contract is to be awarded,City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid.Upon the contractor award a Notice of Award will be issued by the City. 17.7.1.The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council.The form can be obtained at https://,vvNvNv.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds,Certificates of Insurance, and all other required documentation. 18.2. Failure to execute a duly awarded contact may subject the Contractor to penalties. CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 102012,102015 Temporarily Revised April 24,2020 due to COVIDI9 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 10 of 10 18.3. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 102012,102015 Temporarily Revised April 24,2020 due to COVIDI9 Emergency 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page 1 of 1 1 SECTION 00 35 13 2 CONFLICT OF INTEREST AFFIDAVIT 3 4 Each bidder,offeror,or respondent(hereinafter also referred to as"you")to a City of Fort Worth 5 (also referred to as"City")procurement are required to complete Conflict of Interest 6 Questionnaire(the attached CIQ Form)and Local Government Officer Conflicts Disclosure 7 Statement(the attached CIS Form)below pursuant to state law.This affidavit will certify that the 8 Bidder has on file with the City Secretary the required documentation and is eligible to bid on 9 City Work.The referenced forms may be downloaded from the website links provided below. 10 11 hqp://www.ethics.state.tx.us/forms/CIO.pdf 12 13 hLp://www.ethics.state.tx.us/forms/CIS.pdf 14 15 �] CIQ Form is on file with City Secretary 16 17 Q CIQ Form is being provided to the City Secretary 18 19 X1 CIS Form is on File with City Secretary 20 21 Q CIS Form is being provided to the City Secretary 22 23 24 25 BIDDER: 26 27 Fort Worth Civil Constructors, LLC By: Austin Alumbaugh 28 Company (Pleas Print) 29 '�Aj 30 4860 Mark IV Parkway Signature: 31 Address 32 33 Fort Worth, Texas 76106 Title: President 34 City/State/Zip (Please Print) 35 36 37 END OF SECTION CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 102012,102015 Revised March 27,2012 0041 00 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth,Texas 76102 FOR: Road&Parking Improvements at: Gateway Park& Rockwood Park City Project No.: 102012, 102015 Units/Sections: Unit 1 Base Bid Item-Gateway Park Unit 2 Base Bid Item-Rockwood Park Unit 1 Alternate Bid Item-Gateway Park Unit 2 Alternate Bid Item-Rockwood Park Unit 3 Alternate Bid Item-Allowance 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent, collusive, or coercive practices in competing for the Contract. ! For the purposes of this Paragraph: i a. "corrupt practice"means the offering, giving, receiving, or soliciting of any thing of value likely to I influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels, or(c)to deprive City of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive I levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised March 9,2020 00 41 00 Bid Proposal Workbook.102012 and 102015.Addendum No.1 0041 00 BID FORM Page 2 of 3 d. "coercive practice"means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Asphalt b. C. d. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 120 Cal. days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work{and/or achievement of Milestones}within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms(optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Statement, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount i 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised March 9,2020 00 41 00 Bid Proposal Workbook.102012 and 102015.Addendum No.1 0041 00 BID FORM Page 3 of 3 subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items<use this if applicable,otherwise delete> Total Base Bid $789,201.25 Total Alternate $451,177.22 Total Bid $1,240,378.47 7. Bid Submittal This Bid is submitted on March 25,2021 by the entity named below. R pectfull s mitted, Receipt is acknowledged of the Initial following Addenda: By: Addendum No. 1: (Signature) Addendum No. 2: Addendum No. 3: Austin Alumbaugh lAddendum No.4: (Printed Name) Title: President Company: Fort Worth Civil Constructors, LLC Corporate Seal: Address: 4860 Mark IV Parkway Fort Worth,Texas 76106 State of Incorporation: Texas Email: austin(@fwcivcon.com Phone: 817.562.2292 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00 41 00 Bid Proposal Workbook.102012 and 102015.Addendum No.1 Form Revised March 9,2020 00 42 43 BID PROPOSAL Page I of SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid No. I I Section No. Measure Quantity Unit Price Bid Value BASE BIDS UNIT I BASE BID ITEM-GATEWAY PARK PARK ENTRANCE ROAD-LINE A 1-01 Project Sign 01 5813 EA 1 $635.00 $635.00 1-02 10"Pavement Pulverization(See Page 4 of 21). Sy 1491 $8.35 $12,449.85 1-03 2"Asphalt Pvrnt Type D(See Page 4 of 21). 3212 16 SY 1491 $16.15 $24,079.65 1-04 Cern-Line(@32lbs/SY)(See Page 4 of 21). TN 24 $283.00 $6,792.00 1-05 8"Organic Fileter Tube(see Page 4 of 21). 01 5813 LF 40, $4,60, $184.00, PARK ROAD-LINE A-B 1-06 110"Pavement Pulverization(See Page 5 of 21). 1 SY 1 21331 $8.351.........$17,810.551 1-07 12"Asphalt Pvrnt Type D(See Page 5 of 21). 32 1216 SY 21331 $16.151 $34447.95, 1-08 JCern-Line(@32lbs/SY)(See Page 5 of 21). TN 341 $283.001 $9t2.00 PARK ROAD-LINE B-C 1-09 110"Pavement Pulverization(See Page 6 of 21). SY 1676 $8.35 $13,994.60 1-10 2"Asphalt Pvrnt Type D(See Page 6 of 21). 3212 16 SY 1676 $16.15 $27,067.40 1-11 Cern-Line(@32lbs/SY)(See Page 6 of 21). TN 27 $283.00 $7,641.00 1-12 8"Organic Fileter Tube(see Page 6 of 21). 01 5813 LF 20 $4.60 $92.00 PARKING LOT-LINE C 1-13 10"Pavement Pulverization(See Page 7 of 21). SY 2133 $8.35 $17,810.55 1-14 2"Asphalt Pvrnt Type D(See Page 7 of 21). 3212 16 SY 2133 $16.15 $34,447.95 1-15 Cern-Line(@32lbs/SY)(See Page 7 of 21). TN 34 $283.00 $9,622.00 1-16 Purchase&Installation of Handicap Sign(See Page 7 32 17 23 1 1 $650.00 $650.00 of 21). 1 1 1 1 PARK ROAD-LINE B-D 1-17 10"Pavement Pulverization(See Page 8 of 21). SY 2152 $8.35 $17,969.20 1-18 2"Asphalt Pvrnt Type D(See Page 8 of 21). 32 12 16 SY 2152 $16.15 $34,754.80 1-19 Cern-Line(@32lbs/SY)(See Page 8 of 21). TN 35 $283.00 $9,905.00 1-20 8"Organic Fileter Tube(see Page 8 of 21). 01 58 13 LF 20 $4.60 $92.00 PARK ROAD-LINE D 1-21 10"Pavement Pulverization(see Page 9 of 21). SY 4003 $8.35 $33,425.05 1-22 2"Asphalt Pvrnt Type D(See Page 9 of 21). 32 12 16 SY 4003 $16.15 $64,648.45 1-23 Cern-Line(@32lbs/SY)(See Page 9 of 21). TN 64 $283.00 $18,112.00 1-24 8"Organic Fileter Tube(see Page 9 of 21). LF 40 $4.60 $184.00 1-25 Replace Manhole Concrete Collars(See Page 13 of 33 05 17 EA 2 $1,300.00 $2,600.00 21). UNIT I BASE BID GATEWAY PARK TOTALI $399,037.0 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Road and Parking Lot Improvements at Form Revised 20120120 102012 and 102015 00 42 43 BID PROPOSAL Page 2 of 4 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid No. I I Section No. Measure Quantity Unit Price Bid Value UNIT 2 BASE BID ITEM-ROCKWOOD PARK WEST PARKING LOT 2-01 Demo Propose Island Areas(see Page 11 of 21). 0241 15 LS 1 $38,500.00 $38,500.00 2-02 Installation of 6"Concrete Curb and Gutter(See Page 32 16 13 LF 1,745 $62.50 $109,062.50 11 of 21). 2-03 6"of Decompose Gravel(See Page 11 of 21). SF 8,581 $7.85 $67,360.85 EAST PARKING LOT 2-05 Project Sign(see Page 12 of 21). 01 5813 EA 1 $635.00 $635.00 2-06 Demo(See Page 12 of 21). 0241 13 LS 1 $8,120.00 $8,120,00 2-07 Installation of 6"Concrete Curb and Gutter(See Page 32 13 13 LF 390 $70.70 $27,573.00 12 of 21). 2-08 6"of Decompose Gravel(See Page 12 of 21). SF 2,010, $7,85, $15,778.50 SOUTH ENTRANCE ROAD 2-10 10"Pavement Pulverization(see Page 13 of 21). 0241 15 SY 3,940 $8.35 $32,899.00 2-11 2"Asphalt Pvmt Type D(See Page 13 of 21). 32 12 16 SY 3,940 $16.15 $63,631.00 2-12 Cem-Line(@32lbs/SY)(See Page 13 of 21). TN 64 $283.00 $18,112.00 2-13 8"Organic Fileter Tube(See Page 13 of 21). LF 1519 $4.60 $6,987.40 2-14 Replace Manhole Concrete Collars(See Page 13 of 33 05 17 EA 1 $1,505.00 $1,505.00 21). UNIT 2 BASE BID ROCKWOOD PARK TOTAL I $390,164,2 ALTERNATE BIDS UNIT 1 ALTERNATE BID ITEMS-GATEWAY PARK 1-01 Demo exisiting concrete parking lot(see Page 4 of 21). 02 41 13 LS 1 $9,886.00 $9,886.00 1-02 Installation of 6"concrete parking lot(see Page 4 of 21). 03 30 00 SF 2040 $12.25 $24,990.00 1-03 Demo exisiting concrete valley gutter(see Page 4 of 0241 13 LS 1 $3,775.00 $3,775.00 21). 1-04 Installation of 7"concrete valley gutter(see Page 4 of 03 30 00 SF 350 $1475 $5,162.50 21). 1-05 Purchase&Installation of Concrete Wheelstops(See EA 178 $46.75 $8,321.50 Page 7 of 21). 1-06 Parking Lot Stripping(see Page 7 of 20). 32 17 23 LS 1 $4,249.881 $4,249.881 1-07 Demo existing concrete parking lot(see Page 9 of 21). 0241 13 LS 1 $19,260.00 $19,260.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Road and Parking Lot Improvements at: Form Revised 20120120 102012 and 102015 00 42 43 BID PROPOSAL Page 3 of 4 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity 1-08 Installation of 6"Concrete Parking Lot(see Page 9 of 03 30 00 LS 1 $25,045.00 $25,045.00 21). 1-09 Purchase&Installation of 4'temporary orange LF 657 $4.00 $2,628.00 construction fencing(Including post) 1-10 Purchase&Installation of temporary ashphalt curb ramp LF 1 60 $31.00 $1,860.00 entrances. UNIT 1 ALTERNATE GATEWAY PARK TOTALI $105,177.88 UNIT 2 ALTERNATE BID ITEMS- ROCKWOOD PARK 2-01 Parking Lot Stripping(see Page 11 of 21). 32 17 23 LS 1 $3,981.00 $3,981.00 2-02 Sealcoat Parking Lot(See Page 11 of 21). 32 12 73 SF 91812 $0.62 $56,923.44 2-03 Purchase&Installation of Concrete Wheelstops(See EA 142 $46.75 $6,638.50 Page 11 of 21). 2-04 Parking Lot Stripping(see Page 11 of 21). 32 1723 LS 1 $3,506.00 $3,506.00 2-05 ISealcoat Parking Lot(See Page 12 of 21). 3212 73 1 SF 22298 $0.75 1 $16,(23.50 2-06 Purchase&Installation of 4'temporary orange LF 1058 $3.05 $3,226.90 construction fencing(Incuding posts&concrete sidewalk protection), UNIT 2 ALTERNATE BID ITEM ROCKWOOD PARK TOTALI $90 999.34 UNIT 3 ALTERNATE BID ITEMS-ALLOWANCE 3-01 Gateway Park Allowance NA LS 1 $2,500.00 $2,500.00 3-02 Gateway Park Allowance NA LS 1 $5 000.00 $5 000.00 3-03 Gateway Park Allowance NA LS 1 $10 000.00 $10 000.00 3-04 Gateway Park Allowance NA LS 1 $20,000.00 $20 000.00 3-05 Gateway Park Allowance NA LS 1 $40,000.00 $40 000.00 3-06 Gateway Park Allowance NA I LS 1 $50,000.00 $50 000.00 3-07 Rockwood Park Allowance NA LS 1 $2,500.00 $2,500.00 3-08 Rockwood Park Allowance NA LS 1 $5,000.00 $5 000.00 3-09 Rockwood Park Allowance NA LS 1 $10,000.00 $10,000.00 3-10 Rockwood Park Allowance NA LS 1 $20 000.00 $20 000.00 3-11 Rockwood Park Allowance NA LS 1 $40,000.00 $40,000.00 3-12 Rockwood Park Allowance NA LS 1 $50,000.00 $50 000.00 UNIT 3 ALTERNATE BID ITEM ALLOWANCE TOTALI $255,000.00� CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Road and Parking Lot Improvements at: Form Revised 20120120 102012 and 102015 00 42 43 BID PROPOSAL Page 4 of4 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. I I Section No. Measure Quantity 131D SUMMARY BASE BIDS JUNIT 1 BASE BID ITEM-GATEWAY PARK $399,037.Oio J 0 UNIT 2 BASE BID ITEM-ROCKWOOD PARK $390,164.25J BASE BIDS TOTAL I $789,201.25� ALTERNATE BIDS UNIT 1 ALTERNATE BID ITEMS-GATEWAY PARK $105,177.8 UNIT 2 ALTERNATE BID ITEMS-ROCKWOOD PARK $90,999.3 UNIT 3 ALTERNATE BID ITEMS-ALLOWANCE $255,000.00 BASE BIDS+ALTERNATIVES TOTAL I $451,177.22 BASE+ALTERNATE BIDS JUNIT 1 BASE+ALTERNATE BID ITEMS-GATEWAY PARK $631,714�88 -ROCKWOOD PARK $60&66159 JUNIT 2 BASE+ALTERNATE BID ITEMS ,59 BASE BIDS+ALTERNATIVES TOTAL I $1,240,378.47 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Road and Parking Lot Improvements at: Form Revised 20120120 102012 and 102015 00 43 13 BID BOND Page 1 of 2 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, Fort Worth Civil Constructors, LLC known as "Bidder"herein and Argonaut Insurance Company a corporate surety duly authorized to do business in the State of Texas,known as"Surety"herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas,known as"City"herein, in the penal sum of five percent(5%)of Bidder's maximum bid price, in lawful money of the United States,to be paid in Fort Worth, Tarrant County,Texas for the payment of which sum well and truly to be made,we bind ourselves, our heirs, executors, administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as Road&Parking Improvements at: Gateway Park&Rockwood Park NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 25th day of March 2021. PRINCIPAL: Fort Worth Civil Constructors LLC BY: r Signature L-1 ATTES hws�y� } ' ��l Witne s a to Principal Name and Title CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 CoFW Bid Bond Form-Road Parking Imp.at Gateway Park Rockwood Park 004313 BID BOND Page 2 of 2 Address: P.O. Box 161727 Fort Worth,TX 76161 SURETY: Argonaut Insurance Company BY: Signature Andrea Rose Crawford,Attorney-in-Fact Name and Title Address: P.O. Box 469011 San Antonio, TX 78246 Wifrfess as to Surety Telephone Number: 210-321-8400 Attach Power of Attorney(Surety)for Attorney-in-Fact "Note: If signed by an officer of the Surety Company,there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided.The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 Bid Proposal Workbook Argonaut Insurance Company Deliveries Only: 225 W. Washington, 24th Floor Chicago, IL 60606 United States Postal Service: P.O. Box 469011, San Antonio, TX 78246 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Argonaut Insurance Company,a Corporation duly organized and existing under the laws of the State of Illinois and having its principal office in the County of Cook,Illinois does hereby nominate,constitute and appoint: Andrea Rose Crawford Troy Russell Key,Debra Lee Moon John William Newby Sandra Lee Ronk Linda Michelle Stalder,Joshua D.Tritt Sherie Michelle Greenough Their true and lawful agent(s)and attorney(s)-in-fact,each in their separate capacity if more than one is named above,to make,execute,seal and deliver for and on its behalf as surety,and as its act and deed any and all bonds,contracts,agreements of indemnity and other undertakings in suretyship provided, however,that the penal sum of anyone such instrument executed hereunder shall not exceed the sum of: $85,000,000.00 This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of Argonaut Insurance Company: "RESOLVED,That the President,Senior Vice President,Vice President,Assistant Vice President,Secretary,Treasurer and each of them hereby is authorized to execute powers of attorney,and such authority can be executed by use of facsimile signature,which may be attested or acknowledged by any officer or attorney,of the Company,qualifying the attorney or attorneys named in the givers power of attorney,to execute in behalf of,and acknowledge as the act and deed of the Argonaut Insurance Company,all bond undertakings and contracts of suretyship,and to affix the corporate seal thereto." IN WITNESS WHEREOF,Argonaut Insurance Company has caused its.official seal to be hereunto affixed and these presents to be signed by its duly authorized officer on the 8th day of May,2017. Argonaut Insurance Company :SEAL D=' b _ 1949 2' Y: •��LIN0 Y: STATE OF TEXAS .. Joshua C.Betz, Senior Vice President COUNTY OF HARRIS SS: On this 8th day of May,2017 A.D.,before me,a Notary Public of the State of Texas,in and for the County of Harris,duly commissioned and qualified, came THE ABOVE OFFICER OF THE COMPANY,to me personally known to be the individual and officer described in,and who executed the preceding instrument,and he acknowledged the execution of same,and being by me duly sworn,deposed and said that he is the officer of the said Company aforesaid,and that the seal affixed to the preceding instrument is the Corporate Seal of said Company,and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said corporation,and that Resolution adopted by the Board of Directors of said Company,referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF,I have hereunto set my hand,and affixed my Official Seal at the County of Harris,the day and year first above written. (Notary Public) I,the undersigned Officer ofthe Argonaut Insurance Company,Illinois Corporation,do hereby certify that the original POWER OF ATTORNEY ofwhich the foregoing is a full,true and correct copy is still in fill force and effect and has not been revoked. IN WITNESS WHEREOF,I have hereunto set my hand,and affixed the Seal of said Company,on the 25th day of March 2021 \�gtJRgq,� _-­.r SSEAL > James Bluzard Vice President-Surety THIS DOCUMENT IS NOT VALID UNLESS THE WORDS ARIGO POWER OF ATTORNEY ARE IN BLUE. IF YOU HAVE QUESTIONS ON AUTIIENTICITY OF THIS DOCUMENT CALL(210)321-8400. IMPORTANT NOTICE To obtain information or make a complaint: You may call Argonaut Insurance Company and its affiliates by telephone for information or to make a complaint: ARGONAUT INSURANCE COMPANY Please send all notices of claim on this bond to: Argo Surety Claims (413) 773-6359 Deliveries Only: 225 W. Washington, 24t" Floor, Chicago, IL 60606 United States Postal Service: P.O. Box 469011, San Antonio, TX 78246 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: (512) 490-1007 You may write the Texas Department of Insurance: P. O. Box 149104 , Austin, TX 78714-9104 Fax: (512) 476-1771 Web: http://www.tdi.state.tx.us E-mail: Cons umerProtection(cDtdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your agent or Argo Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. 0 BIDDER: Fort Worth Civil Constructors, LLC By: Aus in Alumbau h 4860 Mark IV Parkway :& , (Signature) Fort Worth, Texas 76106 Title: President Date: Oa c l t END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 00 Bid Proposal Workbook.102012 and 102015.Addendum No.1 0045 11 -1 BIDDERS PREQUALIFICATIONS Page I of 3 SECTION 00 4511 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12,Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13,Bidder Prequalification Application in accordance with the requirements below. The prequalifcation process will establish a bid limit based on a technical evaluation and financial analysis of the contractor.The information must be submitted seven(7)days prior to the date of the opening of bids. For example,a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31 st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application,the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents(Corporate Charter,Articles of Incorporation,Articles of Organization, Certificate of Formation,LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts.To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/and fill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DUNS number as issued by Dun&Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalifcation. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102012,102015 Revised July 1,2011 0045 11-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequaiification letter,the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102012,102015 Revised July 1,2011 00 45 12-1 PREPREQUALIFICATION STATEMENT Page 1 of 1 1 SECTION 00 45 12 2 PREQUALIFICATION STATEMENT 3 Each Bidder for a City procurement is required to complete the information below by 4 identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the 5 major work type(s) listed. 6 7 Major Work Prequalification Type Contractor/Subcontractor Company Name Expiration Date Asphalt Paving Reynolds Asphalt and Construction 9/30/2021 Improvements Signage and pavement American Striping N/A Markings Concrete Curb do Gutter Fort Worth Civil Constructors, LLC N/A Metal Pipe Gate manufacture Fort Worth Civil Constructors, LLC N/A and installation 8 9 10 The undersigned hereby certifies that the contractors and/or subcontractors described in 11 the table above are currently prequalified for the work types listed. 12 13 BIDDER: 14 15 Fort Worth Civil Constructors, LLC By. Austin Alumbaugh 16 Company (PlfaAe Print) 17 18 4860 Mark IV Parkway Signature: 19 Address 20 21 Fort Worth, Texas 76106 Title: President 22 City/State/Zip (Please Print) 23 24 Date: March 25, 2021 25 26 END OF SECTION 27 CITY OF FORT WORTH PARKING LOT IMPROVEMENTS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102012,102015 Revised July 1,2011 FoRTWORTH SECTION 00 4513 lroo�BJDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual Limited Partnership r �' General Partnership Name under which you wish to qualify.) Corporation 7( Limited Liability Company Post Office Box City State Zip Code 16M 5 Ceder WI) Cedar rill -Tx -75)bq Street Address(required) City State Zip Code 672) (A-7-3yg5 r E l ftsirflpgnc, Tommy 01400-Cow► Telephone Fax Email yi(,, - Texas Taxpayer Identification No. I NTb o Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 200 TEXAS STREET FORT WORTH,TEXAS 76 1 02-63 1 1 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 604513 ? BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s)which are applicable—Block 3 is to be left blank if Block 1 and/or Block 2 is checked) I ® Has fewer than 100 employees and/or i n J Has less than$6,000,000.00 in annual gross receipts OR ODoes not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring-24-inch diameter casing and less Augur Boring-Greater than 24-inch diameter casing and greater Tunneling—36-Inches—60—inches,and 350 LF or less Tunneling-36-Inches—60 inches,and greater than 350 LF Tunneling—66"and greater,350 LF and greater Tunneling—66"and greater,350 LF or Less Cathodic Protection Water Distribution,Development,8-inch diameter and smaller Water Distribution,Urban and Renewal,8-inch diameter and smaller Water Distribution,Development,12-inch diameter and smaller Water Distribution,Urban and Renewal, 12-inch diameter and smaller Water Transmission,Development,24-inches and smaller Water Transmission,Urban/Renewal,24-inches and smaller Water Transmission,Development,42-inches and smaller Water Transmission,Urban/Renewal,424nches and smaller Water Transmission,Development,All Sizes Water Transmission,Urban/Renewal,All Sizes Sewer Bypass Pumping, 1&inches and smaller Sewer Bypass Pumping, 18-inches—364nches Sewer Bypass Pumping 42-inches and larger CCTV,8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV,24-inches and smaller CCTV,42-inches and smaller CCTV,48-inches and smaller CH Y OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1pro Improvements at: Revised March 9,2020 z s k k k f 004513 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 s MAJOR WORK CATEGORIES,CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP,24-inches and smaller 5 Sewer CIPP,42-inches and smaller Sewer CIPP,All Sizes Sewer Collection System,Development, 8-inches and smaller j Sewer Collection System,Urban/Renewal, 8-inches and smaller Sewer Collection System,Development, 12-inches and smaller Sewer Collection System,Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development,24-inches and smaller Sewer Interceptors, Urban/Renewal,24-inches and smaller Sewer Interceptors, Development,42-inches and smaller Sewer Interceptors, Urban/Renewal,42-inches and smaller Sewer Interceptors, Development,484nches and smaller Sewer Interceptors, Urban/Renewal,48-inches and smaller Sewer Pipe Enlargement 124nches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement,All Sizes Sewer Cleaning,244nches and smaller Sewer Cleaning,42-inches and smaller Sewer Cleaning,All Sizes Sewer Cleaning,8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction(15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance(UNDER$1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH Road&Parking improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1020i2,102015 Revised March 9,2020 00 45 13 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER i 2. How�y years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in had: `7 construction work has your organization (a) As a General Contractor: -5 (b)As a Sub-Contractor:-5 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER !S odo.°n Ax.s iF" . o W40�x 4a ao�•"° was S �-G Ls��s,I�Hr� Tx � - 2.I -61 �. *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? If so,where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? 00 If so,state the name of the individual,other organization andreason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name?M 0 If so,state the name of the individual,name of owner andreason. CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102012,102015 Revised March 9,2020 00 45 13 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested?_ F- 9. Have you ever performed any work for the City?[_ I�� (�� b rACG,-�y►I Ile, C i j U OF LeWJS v i i It If so,when and to whom do yourefer? ZU)Q, C j��pF DuncCin i!�# ,(L ►," ()l�ew;5vi tft 10. State names and detailed addresses of all producers from whom you have purchasedprincipal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS T�',TIvRI►N� S 1 E SS E S t U,67 GRRNb R1R1� i 5 rv�C Su 1 i i6 reca s ►cr.r Gaf,N 1v-1i; X ���► OnStro6--tor) aic PO Box IG09 &-V-1-VAM,—n Gtv-tK6 I88' Mtw Iiiwvynsr Q4 ", tsjaLLE j G/t- a,7 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. F 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY F�6 MR-TING 1-1 qPS N r S 15 '911 13. If any owner,officer,director,or stockholder of your firm is an employee of the City,or shares the same household with a City employee,please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse,child,or parent of an owner,officer,stockholder,or director who does not live in the same household but who receives care and assistance from that personas a direct result of a documented medical condition.This includes foster children or those relatedby adoption or marriage. CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102012,102015 Revised March 9,2020 00 45 13 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general,limited,or registered limited liability partnership? Vice Presidents File No.(if Limited Partnership) General Partners/Officers Secretary Limited Partners(if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. a63 05 g0tA\ Individuals authorized to sign for Partnership Officers or Managers(with titles,if any) A N o NA t M '�) Ito Ua M l NCB M ANC - ONG N Except for limited partners,the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised.Should you wish to grant signature authority for additional individuals,please attach a certified copy of the corporate resolution, corporate minutes,partnership agreement,power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102012,102015 Revised March 9,2020 00 45 13 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ u w•co TOTAL ITEM QUANTITY ITEM DESCRIPTION BAL VALUE�ET 1 MOW 11 )t RRD -TR T L,,wo.c><-j 2 I f wi -e n� ruc(���O*e 3 Ue - — U.uo 4 Y" ffk NfffNh T ,C w s H&MO gIk0bZ �Od 6 MR mfni" MAC RIF e!( ergo fh,11611 7 N Nn CO7 35,avv. 8 1 riq yt y- ,oG►U vo 9at 117N, T 2 i D FI- P- oo oob•4,�-, 10 FT6X q no Obfr)f 1111,5% t FI V(h ina /(o So)-ou 11 o O ME L-t power K Z"po co o0 12 L1f� Liz 20o FW5 Stripl'Fc5 M0.c ,n ran r i o• 10 , Ocb cx� 13 2 n�dllnZr3qoo -Vripiv-q cx. rr1e. © 14 I A)( u-G05h�l TEA (Z 2�1 5c�o GO 15 jkftW Carr 1j ` 7001 Qb 16 t rK1i i0 G>C> 17 6 _o 18 F3 TAU S 1 5 8,/U d- I1-1 19 1 v 20 25 Uv° ?SON L p� 21 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of equipment may be lumped together.If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various".The City,by allowing you to show only 30 types of equipment,reserves the right to request a complete,detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification.In the description include,the manufacturer, model,and general common description of each. CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102012,102015 Revised March 9,2020 0045 13 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF 1 t--.)(R j COUNTY OF )f-���N5 The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named,as of the date herein first given;that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each parry with any information,while this statement is in force,necessary to verify said statement. �5 55 S CSC S PrMANz E O , being duly sworn, deposes and says that he/she is the CTET C E MA tJ N Gfz of 0 s I>: the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Finn Name: Z7 F S TRH•p Z N Li L( L Signature: Sworn to before me this 1�F day of RT9--LL 2OZ1 Notary Public Notary Public must not be an officer,director,or stockholder or relative thereof_ P` Jessica Marie samaniego My Commission Expires Q 05/08/2023 �j •..•.•; ID No 13200573e OF CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102012,102015 Revised March 9,2020 00 45 26-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a),as amended,Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 102012& 102015.Contractor further certifies that,pursuant to Texas Labor Code, 6 Section 406.096(b),as amended,it will provide to City its subcontractor's certificates of 7 compliance with worker's compensation coverage. 8 9 CONTRACTOR: 10 11 Fort Worth Civil Constructors, LLC By: Austin Alumbaugh 12 Company (Please Print) 13 14 4860 Mark IV Parkway Signature: - 15 Address 16 17 Fort Worth, Texas 76106 Title: President 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 BU'ORF ME,A1LLV-vx1!1L"' undersigned authority,on this day personally appeared 26 -�1 Y� —N >known to me to be the person whose name is 27 subscribed to the foregom trumen�and acknowledged to me that he/she executed the same as 28 the act and deed of for the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 31 GV N tZT^ER MY HAND AND SEAL OF OFFICE this day of 33 34 ` 35 36 o'tgiy Public in and for the State of Texas 37 ot�11il,, MANDI EVEN J�,$PY Pveii __:• :��Notary Public,State of Texa 38 END OF SECTION .t6, Q Comm. Expires 08-28-202. ':; � � Notary ID 12431710-4 11 39 CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 102012,102015 Revised July 1,2011 004540-1 Minority Business Enterprise Specifications Page I of 2 1 SECTION 00 45 40 2 TEMPORARY REVISION 4/6/2020JEQYID-I9) 3 Minority Business Enterprise Specifications 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 6 applicable. 8 9 POLICY STATEMENT 10 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority I I Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 12 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to thisbid. 13 14 MBE PROJECT GOALS 15 The City's MBE goal on this project is 13%i of the total bid value of the 16 contract (Base bid applies to Parks and Community Services). 17 18 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 19 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 20 21 COMPLIANCE TO BID SPECIFICATIONS 22 On City contracts$50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 23 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 24 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 25 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 26 3. Good Faith Effort documentation, or; 27 4. Prime Waiver documentation. 28 29 SUBMITTAL OF REQUIRED DOCUMENTATION 30 The applicable documents must be received by the assigned City of Fort Worth Project Manager or 31 Department Designee,within the following times allocated, in order for the entire bid to be considered 32 responsive to the specifications. The Offeror shall EMAIL the MBE documentation to the assigned City 33 of Fort Worth Project Manager or Department Designee. A faxed copy will not be accepted. 34 35 1. Subcontractor Utilization Form,if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than stated goal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form,if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. CITY OF FORT WORTH Road&Parking finprovements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102012,102015 Temporarily Revised April 6,2020 due to COVID19 Emergency 004540-2 Minority Business Enterprise Specifications Page 2 of 2 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. 2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR.THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 6 7 Any Questions,Please Contact The BDE Office at(817)392-2674. 8 END OF SECTION 9 10 11 CITY OF FORT WORTH Road&Parking improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102012,102015 Temporarily Revised April 6,2020 due to COVID19 Emergency 00 52 43-1 Agreement Page I of 5 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on May 18, 2021 is made by and between the City of Forth Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and Fort Worth Civil Constructors, LLC, authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1.WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2.PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: ROAD&PARKING IMPROVEMETSAT: GATEWAY PARKAND ROCKWOOD PARK PROJECT NO. 102012& 102015 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount,in current funds,of One Million Two Hundred Four Thousand Three Hundred Seventy-Eighth Dollars and Forty-Seven Cents($1,240,378.47). Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work will be complete for Final Acceptance within 120 calendar days after the date when the Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Six Hundred and Fifty Dollars ($.6�.00 for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 102012,102015 Revised 09/06/2019 005243-2 Agreement Page 2 of 5 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) PreqUalification Statement 4) State and Federal documents(project specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6.INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of,the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused,in whole or in part, by any act, omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs,expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 102012,102015 Revised 09/06/2019 005243-3 Agreement Page 3 of 5 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city,its officers,servants and employees,from and against any and all loss,damage or destruction of property of the city,arising out of,or alleged to arise out of,the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by anv act,omission or negligence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon CITY and CONTRACTOR. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas,Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Prohibition On Contracts With Companies Boycotting Israel. Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and(2)will not boycott Israel during the term of the contract. CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 102012,102015 Revised 09/06/2019 00 52 43-4 Agreement Page 4 of 5 The terms "boycott Israel"and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that Contractor. (l) does not boycott Israel, and(2) will not boycott Israel during the term of the contract. 7.8 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form(1-9). Upon request by City,Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.9 No Third-Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third-party beneficiaries. 7.10 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on-site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in cormection with their work or any health or safety precautions. SIGNATURE PAGE TO FOLLOW CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 102012,102015 Revised 09/06/2019 005243-5 Agreement Page 5 of 5 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: City of Fort Worth B By: • Y�Ce��e-YVa� tr� Valerie Washington(Jul 9,202 16:49 CDT) Signature Valerie R.Washington 6�iy) Assistant City Manager (Printed Name) Jul 9) 2021 Date Title Attest: ,C7,� *-� -,00 Address City Secretary �� � ° d 00000 Ai- City/State/Zip (Seal) Jul 6, 2021 A M&C: 21-0360 Date Date:March 18,2021 Form 1295 No.: 2021-738701 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract,including ensuring all performance and reporting requirements. Fo N"k Carlos M. Gonzalez Park Planner Approved as to Form and Legality: 9801r, DBlack(Jul 9,202114:41 CDT) Douglas W.Black Assistant City Attorney APPROVAL RECOMMENDED: RGGgW Z-gya1q TM Richard Zavala(Jul 8.202120:41 CDT) DC JM Richard Zavala,Director Park&Recreation Department CITY OF FORT WORTH R OFFICIAL RECORD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised09/06/2019 CITY SECRETARY FT. WORTH, TX 0061 13- 1 PERFORMANCE BOND Pa.,,C I of Bond No.SUR0067361 SECTION 00 61 13 2 PERFORMANCE BOND 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, FORT WORTH CIVIL CONSTRUCTORS,LLC,known as "'Principal"herein and 9 Argonaut Insurance Company -, a corporate surety(SUreties, if more than 10 one)duly authorized to do business in the State of Texas, known as"Surety" herein(whether one I I or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of Texas, known as"City"herein, in the penal Sum Of, ONE MILLION TWO 13 HUNDRED FOUR THOUSAND THREE HUNDRED SEVENTY-EIGHTH DOLLARS AND 14 FORTY-SEVEN CENTS($1,240,378.47), lawful money of the United States,to be paid in Fort 15 Worth,Tarrant County,Texas for the payment of which Sum well and truly to be made, we bind 16 ourselves,Our heirs,executors, administrators, successors and assigns,jointly and severally, 17 firmly by these presents, 18 WHEREAS,the Principal has entered into a certain written contract with the City 19 awarded the 18 day of May,2021, which Conti-act is hereby referred to and made a part hereof for 20 all purposes as if fully set forth herein,to furnish all materials, equipment labor and other 21 accessories defined by law, in the prosecution of the Work, including any Change Orders,as 22 provided for in said Contract designated as ROAD&PARKING IMPROVEMENTS AT 23 GATEWAY PARK AND ROCKWOOD PARK,CITY PROJECT NUMBERS 102012& 102015. 24 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and 26 faithfully perform the Work, including Change Orders, under the Contract,according to the plans, 27 specifications, and contract documents therein referred to,and as well during any period of 28 extension of the Contract that may be granted on the part of the City, then this obligation shall be 29 and become null and void,otherwise to remain in full force and effect. 30 PROVIDED FURTHER,that if any legal action be filed on this Bond, venue shall lie in 31 Tarrant County,Texas or the United States District Court for the Northern District of Texas, Fort 32 Worth Division. CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 102012,102015 Revised JLIIY 1,2011 0061 13-2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 9th day of June 6 , 2021 . 7 PRINCIPAL: 8 FORT 1VORT11 CIVIL CONSTRUCTORS,L LC 9 10 11 BY: 12 Signature 13 ATTEST: 14 15 Austin AlumbaUgh. President 16 (Principal)Secretary Name and Title 17 18 Address:4860 Mark 1V Parkway 19 n Fort Worth.Texas 76106 20 Z5�9 21 22 Witn as to Principal 23 SURETY: 24 Argonaut Insurance Company 25 26 27 B Y6 _Aljst 14 QAft—yu 28 Signature 29 30 Andrea Rose Crawford, Attorney-in-Fact 31 Name and Title 32 33 Address: P.O. Box 469011 34 San Antonio,TX 78246 35 36 _ 37 witnevs as to S rety Telephone Number: 210-321-8400 38 39 40 41 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 102012,102015 Revised July 1,2011 0061 14-1 PAYMENT BOND Page i of2 Bond No.SUR0067361 I SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, FORT WORTH CIVIL CONSTRUCTORS LLC, known as "Principal" herein, 9 and Argonaut Insurance Company , a corporate surety 10 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 11 (whether one or more), are held and firmly bound unto tine City of Fort Worth, a Municipal 12 corporation created pursuant to the laws of the State of Texas, known as "City' herein, in the 13 penal SUM of ONE MILLION TWO HUNDRED FOUR THOUSAND THREE HUNDRED 14 SEVENTY-EIGHTH DOLLARS AND FORTY-SEVEN CENTS ($1,240,378.47), lawful money of 15 the United States, to be paid in Fort Worth, Tarrant County,Texas, for the payment of which sum 16 well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and 17 assigns,jointly and severally, firmly by these presents: 18 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 19 18 day of May, 2021, which Contract is hereby referred to and made a part hereof for all purposes 20 as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as 21 defined by law, in the prosecution of the Work as provided for in said Contract and designated as 22 ROAD& PARKING IMPROVEMENTS AT GATEWAY PART{AND ROCKWOOD PARK,CITY 23 PROJECT NUMBERS 102012& 102015. 24 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 25 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 26 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 27 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 28 force and effect. 29 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 30 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3I accordance with the provisions of said statute. 32 CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 102012, 102015 Revised July 1,2011 0061 IA-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 9th day of June , 20 21 4 PRINCIPAL: FORT WOR'1'll CIVIL CONSTRUCTORS,LLC ATTEST: BY: Signature Austin Alumbau;Zh. President (Princ' al} Secretary Name and Title Address: 4860 Mark IV Parkway Fort Worth,"Texas 76106 t ess as to Principal SURETY: Argonaut Insurance Company ATTEST: BY: n . �su, ,L.,t�,j ature _ Andrea Rose Crawford,Attorney-in-Fact (Su ety)Se retary uName and Title Address: P.O. Box 469011 San Antonio,TX 78246 Witn ss as to St •ety Telephone Number: 210-321-8400 5 6 Note: if signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to Sign such obligation. If Surety's physical 8 address is different from its mailing address, both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. 11 END OF SECTION 12 CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 102012,102015 Revised July 1,2011 0061 19-1 MAINTENANCE BOND Page I of33 Bond No.SUR0067362 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, FORT WORTH CIVIL CONSTRUCTORS,LLC, known as "Principal" herein and 9 Argonaut Insurance Company , a corporate surety(sureties, if more than 10 one)duly authorized to do business in the State of Texas, known as"Surety" herein(whether one I I or more), are held and firmly bound unto the City of Fort Worth,a InUnicipal corporation created 12 pursuant to the laws of the State of Texas, known as "City"herein, in the SUrn of ONE MILLION 13 TWO HUNDRED FOUR THOUSAND THREE HUNDRED SEVENTY-EIGHTH DOLLARS AND 14 FORTY-SEVEN CENTS($1,240,378.47), lawful money of the United States,to be paid in Fort 15 Worth,Tarrant County,Texas,for payment of which SUrn well and truly be made unto the City 16 and its successors, we bind Ourselves, our heirs, executors, administrators, successors and assigns, 17 jointly and severally, firmly by these presents. is 19 WHEREAS, the Principal has entered into a certain written contract with the City awarded 20 the 18 day of May, 2021, which Contract is hereby referred to and a made part hereof for all 21 purposes as if fully set forth herein,to furnish all materials,equipment labor and other accessories 22 as defined by law, in the prosecution of the Work, including any Work resulting from a duly 23 authorized Change Order(collectively herein,the"Work")as provided for in said contract and 24 designated as ROAD& PARKING IMPROVEMENTS AT GATEWAY PARK AND ROCKWOOD 25 PARK,CITY PROJECT NUMBERS 102012& 102015; and 26 27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans,specifications and Contract DOCUITICIAS that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of two(2)years 30 after the date of Final Acceptance of the Work by the City("Maintenance Period"); and .3 32 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need therefor at any time within the Maintenance 34 Period. 35 CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 102012, 102015 Revised July 1,2011 0061 19-2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE, the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for which timely notice was provided by City, to a completion 3 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 4 full force and effect. 5 6 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety tinder this Maintenance bond; and 10 II PROVIDED FURTHER,that if any legal action be filed on this Bond, venue shall lie in 12 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 13 Worth Division; and 14 15 PROVIDED FURTHER,that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH [toad&Parking Improvements ar STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 102012, 102015 Revised hdy 1,2011 0061 19-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 9th day of June 3 ,20 21 4 5 PRINCIPAL: 6 Fort Worth Civil Constructors, L C 7 - 8 9 BY: 10 Signature 11 ATTEST: 12 13 Austin Alumbaugh. President 14 (Principal)Secretary Name and Title 15 16 Address:4860 Mark IV Parkway 17 Fort Worth.Texas 76106 18 ` 19 20 n as to Principal 21 SURETY: 22 Argonaut Insurance Company 23 24 25 BY: 26 Signature 27 28 Andrea Rose Crawford,Attorney-in-Fact 29 ATTEST: Name and Title 30 31 s8t� Address: P.O. Box 469011 32 (Surety)Secretary San Antonio,TX 78246 33 34 35 Wit ss as to S ety Telephone Number: 210-321-8400 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH Road&Parking Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 102012, 102015 Revised July I,2011 Argonaut Insurance Company Deliveries Only: 225 W. Washington, 24th Floor Chicago, IL 60606 United States Postal Service: P.O. Box 469011, San Antonio, TX 78246 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Argonaut Insurance Company,a Corporation duly organized and existing under the laws of the State of Illinois and having its principal office in the County of Cook,Illinois does hereby nominate,constitute and appoint: Andrea Rose Crawford Troy Russell Key,Debra Lee Moon John William Newby,Sandra Lee Roney,Linda Michelle=Stalder.Joshua D.Tritt Sherie Michelle Greenough Their true and lawful agent(s)and attorneys)-in-fact,each in their separate capacity if more than one is named above,to make,execute,seal and deliver for and on its behalf as surety,and as its act and deed any and all bonds,contracts,agreements of indemnity and other undertakings in suretyship provided, however,that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: $85,000,000.00 This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of Argonaut Insurance Company: "RESOLVED,That the President,Senior Vice President,Vice President,Assistant Vice President,Secretary,Treasurer and each of them hereby is authorized to execute powers of attorney,and such authority can be executed by use of facsimile signature,which may be attested or acknowledged by any officer or attorney,of the Company,qualifying the attorney or attorneys named in the given power of attorney,to execute in behalf of,and acknowledge as the act and deed of the Argonaut Insurance Company,all bond undertakings and contracts of suretyship,and to affix the corporate seal thereto." IN WITNESS WHEREOF,Argonaut Insurance Company has caused its official seal to be hereunto affixed and these presents to be signed by its duly authorized officer on the 8th day of May,2017. Argonaut Insurance Company \�gURA/yc'% f J� •ppPURgr �; �� !r E >>��� 0 SEA L r'D by. _._..-- CL 1949 2 6. v�CCEN015.••. Y; STATE OF TEXAS Joshua C.Betz, Senior Vice President COUNTY OF IIARRIS SS: ,,... On this 8th day of May,2017 A.D.,before me,a Notary Public of the State of Texas,in and for the County of Harris,duly commissioned and qualified, came THE ABOVE.OFFICER OF THE COMPANY,to me personally known to be the individual and officer described in,and who executed the preceding instrument,and he acknowledged the execution of same,and being by me duly sworn,deposed and said that he is the officer of the said Company aforesaid,and that the seal affixed to the preceding instrument is the Corporate Seal of said Company,and the said Corporate Seal and his signature as officer were duly`affixed and subscribed to the said instrument by the authority and direction of the said corporation,and that Resolution adopted by the Board of Directors of said Company,referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF,I have hereunto set my hand,and affixed my Official Seal at the County of Harris,the day and year first above written. IP.. tI - ------ (Notary Public) I,the undersigned Officer of the Argonaut Insurance Company,Illinois Corporation,do hereby certify that the original POWER OF ATTORNEY of which the foregoing is a full,true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF,I have hereunto set my hand,and affixed the Seal of said Company,on the 8th day of June 2021 h�'uRgN , S 6 1948 2 James Bluzard, Vice President-Surety THIS DOCUMENT IS NOT VALID UNLESS THE WORDS ARGO POWER OF ATTORNEY ARE.IN BLUE. IF YOU HAVE QUESTIONS ON AUTHENTICITY OF THIS DOCUMENT CALL(210)321-8400. IMPORTANT NOTICE To obtain information or make a complaint: You may call Argonaut Insurance Company and its affiliates by telephone for information or to make a complaint: ARGONAUT INSURANCE COMPANY Please send all notices of claim on this bond to: Argo Surety Claims (413) 773-6359 Deliveries Only: 225 W. Washington, 24t" Floor, Chicago, IL 60606 United States Postal Service: P.O. Box 469011, San Antonio, TX 78246 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: (512) 490-1007 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: Cons umerProtection(aD-tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your agent or Argo Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements.