Loading...
HomeMy WebLinkAboutContract 56983CONTRACT FOR THE CONSTRUCTION OF NORTH Z. BOAZ PARK CAPITAL IMPROVEMENTS City Project No. 101768 Mattie Parker Mayor David Cooke City Manager Richard Zavala Director Park & Recreation Department Prepared for: The City of Fort Worth Park & Recreation Department Prepared by: 2021 CITY SECRETARY CONTRACT NO.56983 Adopted September 2011 City of Fort Worth Standard Construction Specification Documents 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 9 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised April 2, 2021 Capital Project No. 101768 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 00 05 10 Mayor and Council Communication 07/01/2011 00 05 15 Addenda 07/01/2011 00 11 13 Invitation to Bidders 03/09/2020 00 21 13 Instructions to Bidders 01/05/2021 00 31 15 Engineer Project Schedule 07/20/2018 00 32 15 Construction Project Schedule 07/20/2018 00 35 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 03/09/2020 00 42 43 Proposal Form Unit Price 01/20/2012 00 43 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 00 45 11 Bidders Prequalifications 07/01/2011 00 45 12 Prequalification Statement 07/01/2011 00 45 13 Bidder Prequalification Application 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Minority/Women Business Enterprise Goal 01/01/2021 00 52 43 Agreement 09/06/2019 00 61 13 Performance Bond 07/01/2011 00 61 14 Payment Bond 07/01/2011 00 61 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 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 31 20 Project Meetings 07/01/2011 01 32 16 Construction Progress Schedule 07/01/2011 01 32 33 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 01 35 13 Special Project Procedures 12/20/2012 01 45 23 Testing and Inspection Services 03/09/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Signage 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 9 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised April 2, 2021 Capital Project No. 101768 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project’s Contract Documents Listed here are the Specifications which have been modified for this specific project. The stricken Specifications have not been modified. Division 02 - Existing Conditions Date Modified 02 41 13 Selective Site Demolition 02 41 14 Utility Removal/Abandonment 02 41 15 Paving Removal Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 26 - Electrical 26 05 00 Common Work Results for Electrical 26 05 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31 - Earthwork 31 10 00 Site Clearing 31 23 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 36 00 Gabions 31 37 00 Riprap Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 32 01 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 32 11 37 Liquid Treated Soil Stabilizer 32 12 16 Asphalt Paving 32 12 73 Asphalt Paving Crack Sealants 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 14 16 Brick Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 9 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised April 2, 2021 Capital Project No. 101768 32 17 25 Curb Address Painting 32 31 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates 32 32 13 Cast-in-Place Concrete Retaining Walls 32 91 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro-Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems 33 04 10 Joint Bonding and Electrical Isolation 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 33 05 10 Utility Trench Excavation, Embedment, and Backfill 33 05 12 Water Line Lowering 33 05 13 Frame, Cover and Grade Rings-Cast Iron 33 05 13.01 Frame, Cover and Grade Rings-Composite 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 05 16 Concrete Water Vaults 33 05 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 11 05 Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 33 12 10 Water Services 1-inch to 2-inch 33 12 11 Large Water Meters 33 12 20 Resilient Seated Gate Valve 33 12 21 AWWA Rubber-Seated Butterfly Valves 33 12 25 Connection to Existing Water Mains 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 33 12 40 Fire Hydrants 33 12 50 Water Sample Stations 33 12 60 Standard Blow-off Valve Assembly 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 9 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised April 2, 2021 Capital Project No. 101768 33 31 12 Cured in Place Pipe (CIPP) 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 33 31 22 Sanitary Sewer Slip Lining 33 31 23 Sanitary Sewer Pipe Enlargement 33 31 50 Sanitary Sewer Service Connections and Service Line 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 30 Fiberglass Manholes 33 39 40 Wastewater Access Chamber (WAC) 33 39 60 Epoxy Liners for Sanitary Sewer Structures 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 33 41 12 Reinforced Polyethlene (SRPE) Pipe 33 41 13 Polypropelene Pipe for Storm Drain 33 46 00 Subdrainage 33 46 01 Slotted Storm Drains 33 46 02 Trench Drains 33 49 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 - Transportation 34 41 10 Traffic Signals 34 41 10.01 Attachment A – Controller Cabinet 34 41 10.02 Attachment B – Controller Specification 34 41 10.03 Attachment C – Software Specification 34 41 11 Temporary Traffic Signals 34 41 13 Removing Traffic Signals 34 41 15 Rectangular Rapid Flashing Beacon 34 41 16 Pedestrian Hybrid Signal 34 41 20 Roadway Illumination Assemblies 34 41 20.01 Arterial LED Roadway Luminaires 34 41 20.02 Freeway LED Roadway Luminaires 34 41 20.03 Residential LED Roadway Luminaires 34 41 30 Aluminum Signs 34 71 13 Traffic Control 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 9 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised April 2, 2021 Capital Project No. 101768 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City’s website at: http://fortworthtexas.gov/tpw/contractors/ or https://apps.fortworthtexas.gov/ProjectResources/ Listed here are the Standard Specifications the Engineer has determined appropriate for this specific project and can be found at the above web link. The stricken Specifications are not applicable to this project. Division 02 - Existing Conditions Date Modified 02 41 13 Selective Site Demolition 02 41 14 Utility Removal/Abandonment 02 41 15 Paving Removal Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 26 - Electrical 26 05 00 Common Work Results for Electrical 26 05 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31 - Earthwork 31 10 00 Site Clearing 31 23 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 36 00 Gabions 31 37 00 Riprap Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 32 01 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 32 11 37 Liquid Treated Soil Stabilizer 32 12 16 Asphalt Paving 32 12 73 Asphalt Paving Crack Sealants 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 9 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised April 2, 2021 Capital Project No. 101768 32 14 16 Brick Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 32 17 25 Curb Address Painting 32 31 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates 32 32 13 Cast-in-Place Concrete Retaining Walls 32 91 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro-Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems 33 04 10 Joint Bonding and Electrical Isolation 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 33 05 10 Utility Trench Excavation, Embedment, and Backfill 33 05 12 Water Line Lowering 33 05 13 Frame, Cover and Grade Rings-Cast Iron 33 05 13.01 Frame, Cover and Grade Rings-Composite 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 05 16 Concrete Water Vaults 33 05 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 11 05 Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 33 12 10 Water Services 1-inch to 2-inch 33 12 11 Large Water Meters 33 12 20 Resilient Seated Gate Valve 33 12 21 AWWA Rubber-Seated Butterfly Valves 33 12 25 Connection to Existing Water Mains 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 9 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised April 2, 2021 Capital Project No. 101768 33 12 40 Fire Hydrants 33 12 50 Water Sample Stations 33 12 60 Standard Blow-off Valve Assembly 33 31 12 Cured in Place Pipe (CIPP) 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 33 31 22 Sanitary Sewer Slip Lining 33 31 23 Sanitary Sewer Pipe Enlargement 33 31 50 Sanitary Sewer Service Connections and Service Line 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 30 Fiberglass Manholes 33 39 40 Wastewater Access Chamber (WAC) 33 39 60 Epoxy Liners for Sanitary Sewer Structures 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 33 41 12 Reinforced Polyethlene (SRPE) Pipe 33 41 13 Polypropelene Pipe for Storm Drain 33 46 00 Subdrainage 33 46 01 Slotted Storm Drains 33 46 02 Trench Drains 33 49 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 - Transportation 34 41 10 Traffic Signals 34 41 10.01 Attachment A – Controller Cabinet 34 41 10.02 Attachment B – Controller Specification 34 41 10.03 Attachment C – Software Specification 34 41 11 Temporary Traffic Signals 34 41 13 Removing Traffic Signals 34 41 15 Rectangular Rapid Flashing Beacon 34 41 16 Pedestrian Hybrid Signal 34 41 20 Roadway Illumination Assemblies 34 41 20.01 Arterial LED Roadway Luminaires 34 41 20.02 Freeway LED Roadway Luminaires 34 41 20.03 Residential LED Roadway Luminaires 34 41 30 Aluminum Signs 34 71 13 Traffic Control Appendix 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 8 of 9 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised April 2, 2021 Capital Project No. 101768 GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions (Geotechnical Report) GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION 12/3/21, 9:57 AM M&C Review apps.cfwnet.org/council_packet/mc_review.asp?ID=29477&councildate=11/30/2021 1/3 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA DATE:11/30/2021 REFERENCE NO.: **M&C 21- 0929 LOG NAME:80NORTH Z. BOAZ PARK CAPITAL IMPROVEMENTS CODE:C TYPE:CONSENT PUBLIC HEARING:NO SUBJECT: (CD 3) Authorize Execution of a Contract with Cole Construction, Inc., in the Amount of $2,191,356.40 for the Construction of the North Z. Boaz Park Capital Improvements Project, Adopt Attached Appropriation Ordinance, and Amend the Fiscal Years 2022- 2026 Capital Improvement Program (2018 Bond Program) RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with Cole Construction, Inc., in the amount of $2,191,356.40, for construction of the North Z. Boaz Park Capital Improvements project. (City Project No. 101768); 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the PARD Gas Lease Capital Project Fund in the amount of $8,157.92, from available funds, for the purpose of funding the North Z. Boaz Park project. (City Project No. 101768); and 3. Amend the Fiscal Years 2022-2026 Capital Improvement Program. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize execution of a contract with Cole Construction, Inc., in the amount of $2,191,356.40, for the construction of the North Z. Boaz Park Capital Improvements project (City Project No. 101768). The 2018 Bond Program, Proposition B: Parks and Recreation Improvements, Community Park Improvements, included $2,000,000.00 for North Z. Boaz Park. The project description states: “Implementation of the park master plan, including, but not limited to, the construction of park trail and fitness area, picnic facilities, playground, recreational courts, roads, parking, security lighting, and supporting infrastructure and equipment.” On September 18, 2018, the City Council adopted Resolution No. 4981-09-2018 authorizing the Park & Recreation Department (PARD) to apply for, and enter into, a grant agreement with Texas Parks and Wildlife Department (TPWD) for an Urban Outdoor Recreation Grant (UORG). The application was successful, and on March 20, 2019, the Texas Parks and Wildlife Commission approved the issuance of $1,000,000.00 in grant funding to the City of Fort Worth for the development of proposed improvements at North Z. Boaz Park. On June 25, 2019 (M&C G-19577) the City Council authorized acceptance of the UORG. This grant brought the overall project budget to $3,000,000.00. On May 5, 2020 (M&C 20-0320) the City Council authorized the execution of an Engineering Agreement with Larry O'Flinn, LLC, in an amount up to $387,900.00, for engineering services associated with the development of capital improvements at North Z. Boaz Park (City Project No. 101768). The project was posted on the city purchasing website on July 1, 2021 and advertised in the Fort Worth Star-Telegram on July 1 & 8, 2021. A pre-bid conference was held July 15, 2021. The following bids were received on August 12, 2021. Contractor Base Bid Alternate Bid Items Total Bid Cole Construction, Inc.$1,717,532.90 $473,356.40 $2,191,356.40 Northrock Construction, LLC $1,641,903.88 $653,003.15 $2,294,907.03 The Fain Group, Inc.$1,842,496.85 $551,912.92 $2.394,409.77 12/3/21, 9:57 AM M&C Review apps.cfwnet.org/council_packet/mc_review.asp?ID=29477&councildate=11/30/2021 2/3 Fund Department ID Account Project ID Program Activity Budget Year Reference # (Chartfield 2) Amount Fund Department ID Account Project ID Program Activity Budget Year Reference # (Chartfield 2) Amount Northstar Construction, LLC $1,872,806.00 $597,160.00 $2,469,966.00 L.J. Design & Construction, LLC $1,935,496.63 $551,937.19 $2,487,433.82 RLM Earthco, Inc.$1,894,558.72 $843,413.37 $2.727,972.09 MSB Constructors, Inc.$2,178,600.00 $573,823.00 $2,752,423.00 2L Construction, LLC $2,243,725.00 $777,985.00 $3,021,710.00 Fort Worth Civil Constructors, LLC $3,135,940.00 $795,299.75 $3,923,339.75 Base Bid improvements include staging, erosion control, demolition, construction staking, site preparation, corrective excavation and grading, rebuilding and reinforcing of accessible concrete trail and parking. Alternative Bid items include: Unit AA - Drainage Improvements, Unit AF - Fishing Pier, Unit AG - Multi- use Sport Court, Unit AH - Area C Trail, Unit AI - South Picnic Area, and Unit AL - Additional Park Improvements. Construction of this project is anticipated to begin the first quarter of Fiscal Year (FY) 2022 and estimated completion is projected to be in the third quarter of FY2022. There will be an increase to the Park & Recreation Department's annual operating budget of $42,174.00 when the North Z. Boaz Park Capital Improvements project is completed. 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 No. 23209-05-2018) and subsequent actions taken by the Mayor and Council. Additional funding in the amount of $8,157.92 is needed due to demolition costs. The action in this M&C will amend the FY2022-2026 Capital Improvement Program as approved in connection with Ordinance 25073-09-2021. Compliance with the City's Business Equity Ordinance has been achieved by the following method: Cole Construction, Inc., is in compliance with the City's Business Equity Ordinance by committing to 15\% Business Equity participation on this project. The City's Business Equity goal on this project is 15\%. North Z. Boaz Park is located in COUNCIL DISTRICT 3. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon the approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the 2018 Bond Program Fund, PARD Gas Lease Capital Project Fund, and the Grants Capital Project State Fund. The Park & Recreation Department and Department of Financial Management Services (Grant Accounting) will be responsible for the collection and deposit of funds due to the City. Prior to any expenditure being incurred, the participating departments have the responsibility to validate the availability of funds. TO FROM Submitted for City Manager's Office by:Valerie Washington (6192) Originating Department Head:Richard Zavala (5711) Additional Information Contact:David Creek (5744) 12/3/21, 9:57 AM M&C Review apps.cfwnet.org/council_packet/mc_review.asp?ID=29477&councildate=11/30/2021 3/3 ATTACHMENTS 101768 - NZB - MC - Const Contract - Location Map.pdf 80NORTH_Z_BOAZ_PARK_33002r.pdf  $''(1'$ 3DJHRI  &,7<2))257:257+  1RUWK=%RD]3DUN 67$1'$5'&216758&7,2163(&,),&$7,21'2&80(176 &DSLWDO,PSURYHPHQWV 5HYLVHG-XO\  &DSLWDO3URMHFW1R 6(&7,21 $''(1'$  $''(1'801R    352-(&7121$0( ±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has been updated/postponed to August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³%$´VKHHWVDWWDFKHGIRUFODULW\ E$QXSGDWHG%,'352326$/:25.%22.([FHOILOHFDQEHORFDWHGLQWKH&LW\¶V%,' '2&80(17)2/'(5RQ%,0RUE\FRQWDFWLQJWKH&LW\UHSUHVHQWDWLYHE\WKHHPDLO OLVWHGLQWKH,19,7$7,2172%,''(56  6HFWLRQ%,'%21' D7KLVVHFWLRQKDVEHHQUHYLVHG  6HFWLRQ35(48$/,),&$7,2167$7(0(17 D7KH3$5'GRHVQRWUHTXLUH%,''(56WRSURYLGH3UH4XDOLILFDWLRQVIRU3$5'SURMHFWV E7KLVVHFWLRQKDVEHHQUHYLVHG F%,''(56DUHUHTXLUHGWRSURYLGH6HFWLRQ%,''(548$/,),&$7,21 67$7(0(17ZLWKELGGRFXPHQWVDWWKHWLPHRIELGRSHQLQJ  7HFKQLFDO6SHFLILFDWLRQV 6HFWLRQ³,55,*$7,21´KDVEHHQDGGHGWRWKHVSHFLILFDWLRQV  $SSHQGL[±7KH*HRWHFKQLFDO5HSRUWKDVEHHQDGGHGWRWKHELGGRFXPHQWV  &RQVWUXFWLRQ3ODQ6KHHWV  6KHHW/±6800$5<2)48$17,7,(6 D7KLVVKHHWKDVEHHQXSGDWHGWRUHIOHFWWKHFKDQJHVLQWKH%,')250  6KHHW/6,7(/$<2873/$1±$5($$ D$GGHGQRWHVWRFODULI\WKHOLPLWVRIWKHPRQROLWKLFFRQFUHWHFXUE  6KHHW/±6,7(/$<2873/$1±$5($% E0RGLILHGOLQHZRUNDQGDGGHGQRWHVWRFODULI\FRQQHFWLRQVRISURSRVHGZDONVWRH[LVWLQJZDONV DW5'(YDQV&RPPXQLW\&HQWHU  $GGHQGD'UDZLQJV 'HWDLO±DGGLWLRQRI³5$,/,1*83*5$'('(7$,/±%,'$/7$/´IRUDGGLWLRQDO LQIRUPDWLRQUHJDUGLQJWKHPRGLILFDWLRQVWRWKHH[LVWLQJUDLOLQJDORQJWKHUHWDLQLQJZDOOVLQ$UHD%  3URGXFW,QIRUPDWLRQ D7KH&LW\KDVEHHQQRWLILHGWKDWWKHVSHFLILHG)LVKLQJ3LHU0DQXIDFWXUHULQSODQLVQRWWDNLQJ RUGHUVIRUQHZGRFNV7KHUHDUHHTXDOVXEVWLWXWLRQVDYDLODEOH L$QDGGLWLRQDO)LVKLQJ3LHUPDQXIDFWXUHULV  *DWRU'RFN ZZZJDWRUGRFNFRP  &RQWDFW6KHOE\6WRFNV VVWRFNV#JDWRUGRFNFRP   E3ODQNLQJ±VNLGUHVLVWDQWDOXPLQXPSODQNLQJDQGFRPSRVLWHUHF\FOHGSODVWLFDUHDOORZHG F6KRS'UDZLQJV±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±JDO7UDVK5HFHSWDFOHZLWK5DLQ%RQQHW7RS7ZR´&DEOH$WWDFKPHQWV DQG7UDVK&DQ/LQHU L$SSURYHG6XSSOLHUV 7RWDO5HFUHDWLRQ3URGXFWV,QF   &KLOG¶V3OD\,QF   (1'2)$''(1'80  5HOHDVH'DWH -XO\  %LG2SHQLQJ'DWH $XJXVW  5HOHDVHG%\ %U\DQ/\QHVV5/$ &LW\5HSUHVHQWDWLYH3URMHFW0DQDJHU  (1'2)6(&7,21 00 05 15 - 1 ADDENDA Page 1 of 2 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised July 1, 2011 Capital Project No. 101768 SECTION 00 05 15 1 ADDENDA 2 3 ADDENDUM No.: 2 4 5 PROJECT NO. /NAME: 101768 – North Z. Boaz Park Capital Improvements 6 7 ADDENDUM ISSUE DATE: August 4, 2021 8 9 TO ALL BIDDERS: 10 11 This addendum is hereby issued as and made part of the Contract Documents for the aforementioned City 12 of Fort Worth project. The addendum has been issued to clarify, correct, and/or modify, the original 13 project bid documents, contract book, technical specifications, and/or construction plans/drawings. 14 15 Please acknowledge the receipt and recognition of this addendum on page 4 of Section 00 41 00 BID 16 FORM of the bid documents for this project and attach the addendum to your contract book. 17 18 CLARIFICATIONS, CORRECTIONS and/or MODIFICATIONS to: 19 20 General Comments 21 22 1. All inquiries relative to this procurement should be addressed to the following: 23 24 Attn: Bryan Lyness, RLA 25 City of Fort Worth 26 Park & Recreation Department 27 4200 South Freeway, Suite 2200 28 Fort Worth, Texas 76115-1499 29 Email: bryan.lyness@fortworthtexas.gov 30 Phone: 817-392-5728 31 32 Contract Documents and Technical Specifications 33 34 1. Section 00 11 13 INVITATION TO BIDDERS 35 a. BID SUBMITTAL DATE has been updated/postponed to August 12, 2021. 36 37 2. Section 00 42 43 BID PROPOSAL FORM 38 a. The BID PROPOSAL FORM has been revised/updated. Please review, compare, and replace 39 the original form with the most current version (dated 08/03/2021). 40 i. ALT-ALTERNATIVE BID ITEM revisions 41 1. The ALTERNATIVE BID ITEMS of the BID PROPOSAL FORM have been updated, 42 revised, and reorganized. 43 2. Review this section carefully. 44 b. An updated BID PROPOSAL WORKBOOK Excel file can be located in the City’s BID 45 DOCUMENT FOLDER on BIM360, or by contacting the City representative by the email 46 listed in the 00 11 13 INVITATION TO BIDDERS. 47 48 49 Technical Specifications 50 1. NO CHANGES 51 00 05 15 - 2 ADDENDA Page 2 of 2 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised July 1, 2011 Capital Project No. 101768 52 Construction Plan Sheets 53 54 1. Sheet L6.10 – SPORTS COURT AREA DETAIL PLAN: 55 a. Updated plan and added clarification notes. 56 57 2. Sheet L6.11 – BASKETBALL COURT DETAILS: 58 b. Updated slab and grade beam details. 59 60 3. Sheet E1.2 – SITE POWER PLAN – BASKETBALL COURT: 61 c. Addition of this sheet. 62 63 Addenda Drawings 64 1. NO CHANGES 65 66 67 Product Information 68 1. NO CHANGES 69 70 71 END OF ADDENDUM #2 72 73 Release Date: August 4, 2021 74 75 Bid Opening Date: August 12, 2021 76 77 Released By: 78 Bryan Lyness, RLA 79 City Representative / Project Manager 80 81 END OF SECTION 82 00 11 13 INVITATION TO BIDDERS Page 1 of 3 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Temporarily Revised April 6, 2020 due to COVID19 Emergency Capital Project No. 101768 SECTION 00 11 13 1 INVITATION TO BIDDERS 2 3 RECEIPT OF BIDS 4 Due to the COVID19 Emergency declared by the City of Fort Worth and until the emergency 5 declaration, as amended, is rescinded, sealed bids for the construction of North Z. Boaz Park 6 Capital Improvements (“Project”) will be received by the City of Fort Worth Purchasing Office 7 until 1:30 P.M. CST, Thursday, August 12, 2021 as further described below: 8 9 City of Fort Worth 10 Purchasing Division 11 200 Texas Street 12 Fort Worth, Texas 76102 13 14 Bids will be accepted by: 15 1. US Mail at the address above, 16 2. By courier, FedEx or hand delivery from 8:30-1:30 on Thursdays only at the South End 17 Lobby of City Hall located at 200 Texas Street, Fort Worth, Texas 76102. A Purchasing 18 Department staff person will be available to accept the bid and provide a time stamped 19 receipt; or 20 3. If the bidder desires to submit the bid on a day or time other than the designated 21 Thursday, the bidder must contact the Purchasing Department during normal working 22 hours at 817-392-2462 to make an appointment to meet a Purchasing Department 23 employee at the South End Lobby of City Hall located at 200 Texas Street, Fort Worth, 24 Texas 76102, where the bid(s) will be received and time/date stamped as above. 25 26 Bids will be opened publicly and read aloud at 2:00 PM CST, Thursday, August 12, 2021, in the 27 City Council Chambers and broadcast through live stream and CFW public television which can 28 be accessed at http://fortworthtexas.gov/fwtv/. The general public will not be allowed in the City 29 Council Chambers. 30 31 In addition, in lieu of delivering completed MBE forms for the project to the Purchasing Office, 32 bidders shall e-mail the completed MBE forms to the City Project Manager no later than 2:00 33 p.m. on the second City business day after the bid opening date, exclusive of the bid opening 34 date. 35 36 GENERAL DESCRIPTION OF WORK 37 The major work improvements at North Z. Boaz Park include Base Bid and Alternative Bid 38 items, and will consist approximately of the following: demolition and clearing of existing 39 conditions, the excavation and grading of practice athletic field(s), 55K SF of vehicular 40 pavement, 75K SF of pedestrian pavement, an outdoor fitness area, 2 picnic pavilions, a fishing 41 dock, storm drain reconstruction, and landscaping. 42 43 Please refer to the Section 00 42 43 – BID PROPOSAL for specific line items and corresponding 44 quantities. 45 46 QUALIFICATIONS 47 The improvements included in this project must be performed by a contractor who is qualified by 48 the City. A Bidder’s Qualification Statement must be submitted at the time of bid opening. The 49 procedures for qualifications are outlined in the Section 00 21 13 – INSTRUCTIONS TO 50 BIDDERS. 51 00 11 13 INVITATION TO BIDDERS Page 2 of 3 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Temporarily Revised April 6, 2020 due to COVID19 Emergency Capital Project No. 101768 1 DOCUMENT EXAMINATION AND PROCUREMENTS 2 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 3 of Fort Worth’s Purchasing Division website at http://www.fortworthtexas.gov/purchasing/ and 4 clicking on the link to the advertised project folders on the City’s electronic document 5 management and collaboration system site. The Contract Documents may be downloaded, 6 viewed, and printed by interested contractors and/or suppliers. 7 8 INQUIRIES 9 All inquiries relative to this procurement should be addressed to the following: 10 11 Attn: Bryan Lyness, RLA 12 City of Fort Worth 13 Park & Recreation Department 14 4200 South Freeway, Suite 2200 15 Fort Worth, Texas 76115-1499 16 Email: bryan.lyness@fortworthtexas.gov 17 Phone: 817-392-5728 18 19 and/or, 20 21 Attn: Larry O’Flinn, RLA 22 The O’Flinn Design Group 23 Email: larry@oflinndesigngroup 24 Phone: 817-271-3035 25 26 ADVERTISEMENT DATES 27 1st Advertisement July 1, 2021 28 2nd Advertisement July 8, 2021 29 Pre-Bid Conference July 15, 2021 30 Bid Opening August 12, 2021 31 32 PRE-BID CONFERENCE 33 A prebid conference may be held as discussed in Section 00 21 13 - INSTRUCTIONS TO 34 BIDDERS on the following date, and time via a web conferencing application: 35 36 DATE: July 15, 2021 37 38 TIME: 9:00 am 39 40 LOCATION: Pre-Bid Conference will be held online, please register as a plan holder with the 41 project manager listed in the INQUIRIES section below to be added to the invitation list. 42 43 If a pre-bid conference will be held online via a web conferencing application, invitations will be 44 distributed directly to those who have submitted Expressions of Interest in the project to the City 45 Project Manager and/or the Design Engineer. The presentation given at the pre-bid conference 46 and any questions and answers provided at the pre-bid conference will be issued as an Addendum 47 to the call for bids. 48 49 00 11 13 INVITATION TO BIDDERS Page 3 of 3 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Temporarily Revised April 6, 2020 due to COVID19 Emergency Capital Project No. 101768 If a pre-bid conference is not being held, prospective bidders can e-mail questions or comments in 1 accordance with Section 6 of the Instructions to Bidders referenced above to the project 2 manager(s) at the e-mail addresses listed below. Emailed questions will suffice as “questions in 3 writing” and the requirement to formally mail questions is suspended. If necessary, 4 Addenda will be issued pursuant to the Instructions to Bidders. 5 6 EXPRESSION OF INTEREST 7 To ensure bidders are kept up to date of any new information pertinent to this project or the 8 COVID19 emergency declaration, as amended, as it may relate to this project, bidders are 9 requested to email Expressions of Interest in this procurement to the City Project Manager and 10 the Design Engineer. The email should include the bidder’s company name, contact person, that 11 individuals email address and phone number. All Addenda will be distributed directly to those 12 who have expressed an interest in the procurement and will also be posted in the City of Fort 13 Worth’s purchasing website at http://fortworthtexas.gov/purchasing/ 14 15 PLAN HOLDERS 16 To ensure you are kept up to date of any new information pertinent to this project such as when 17 an addendum is issued, download the Plan Holder Registration form from the public bid 18 documents folder on BIM360 to your computer, complete and email it to the City Project 19 Manager and/or the Engineer. 20 21 The City Project Manager and Engineer are responsible for uploading the Plans Holder 22 Registration form to the Plan Holders folder in the public bid documents folder, located on 23 BIM360. 24 25 You may also mail your completed Plan Holder Registration form to those listed in INQUIRIES 26 section. 27 28 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 29 City reserves the right to waive irregularities and to accept or reject bids. 30 31 AWARD 32 City will award a contract to the Bidder presenting the lowest price, qualifications and 33 competencies considered. 34 35 FUNDING 36 Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from the 37 City 2018 Bond Program and a Texas Parks and Wildlife Department Urban Outdoor Recreation 38 Grant as dedicated by the City of Fort Worth. 39 40 41 END OF SECTION 42 00 21 13 INSTRUCTIONS TO BIDDERS Page 1 of 10 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Temporarily Revised/Updated January 05, 2021 due to COVID19 Emergency Capital Project No. 101768 SECTION 00 21 13 1 INSTRUCTIONS TO BIDDERS 2 3 1. Defined Terms 4 5 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 6 72 00 - GENERAL CONDITIONS. 7 8 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided) makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1. Neither City nor Engineer shall assume any responsibility for errors or 26 misinterpretations resulting from the Bidders use of incomplete sets of Bidding 27 Documents. 28 29 2.2. City and Engineer in making copies of Bidding Documents available do so only for the 30 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 31 for any other use. 32 33 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 34 35 3.1. All Bidders and their subcontractors are required to be prequalified for the work types 36 requiring prequalification at the time of bidding. Bids received from contractors who are 37 not prequalified shall not be opened and, even if inadvertently opened, shall not be 38 considered. Prequalification requirement work types and documentation are available 39 by accessing all required files through the City’s website at: 40 https://apps.fortworthtexas.gov/ProjectResources/ 41 42 3.1.1. Paving – Requirements document located at; 43 44 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20-45 %20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving46 %20Contractor%20Prequalification%20Program/PREQUALIFICATION%20REQ47 UIREMENTS%20FOR%20PAVING%20CONTRACTORS.pdf 48 49 50 3.1.2. Roadway and Pedestrian Lighting – Requirements document located at; 51 00 21 13 INSTRUCTIONS TO BIDDERS Page 2 of 10 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Temporarily Revised/Updated January 05, 2021 due to COVID19 Emergency Capital Project No. 101768 1 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20-2 %20Construction%20Documents/Contractor%20Prequalification/TPW%20Roadwa3 y%20and%20Pedestrian%20Lighting%20Prequalification%20Program/STREET%4 20LIGHT%20PREQUAL%20REQMNTS.pdf 5 6 3.1.3. Water and Sanitary Sewer – Requirements document located at; 7 8 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20-9 %20Construction%20Documents/Contractor%20Prequalification/Water%20and%210 0Sanitary%20Sewer%20Contractor%20Prequalification%20Program/WSS%20pre11 qual%20requirements.pdf 12 13 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) 14 calendar days prior to Bid opening, the documentation identified in Section 00 45 11, 15 BIDDERS PREQUALIFICATIONS. 16 17 3.2.1. Submission of and/or questions related to prequalification should be addressed to 18 the City contact as provided in Paragraph 6.1. 19 20 3.2.2. TEMPORARY PROCEDURES DUE TO COVID-19: A Bidder whose 21 prequalification has expired during the time period where a valid emergency order 22 is in place (federal, state, local) and for 30 days past the expiration of the 23 emergency order with the furthest expiration date – by day and month, will not be 24 automatically disqualified from having the Bidder’s bid opened. A Bidder in this 25 situation will have its bid opened and read aloud and will be allowed 5 business 26 days (close of business on the 5th day) to submit a complete prequalification 27 renewal package. Failure to timely submit, or submittal of an incomplete package, 28 will render the Bidder’s bid non-responsive. If the prequalification renewal 29 documents show the Bidder as now not-qualified, the bid will be rendered non-30 responsive. A Bidder may not use this exception to seek a prequalification status 31 greater than that which was in place of the date of expiration. A Bidder who seeks 32 to increase its prequalification status must follow the traditional submittal/review 33 process. 34 35 3.3. The City reserves the right to require any pre-qualified contractor who is the apparent 36 low bidder(s) for a project to submit such additional information as the City, in its sole 37 discretion may require, including but not limited to manpower and equipment records, 38 information about key personnel to be assigned to the project, and construction schedule, 39 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 40 deliver a quality product and successfully complete projects for the amount bid within 41 the stipulated time frame. Based upon the City’s assessment of the submitted 42 information, a recommendation regarding the award of a contract will be made to the 43 City Council. Failure to submit the additional information, if requested, may be grounds 44 for rejecting the apparent low bidder as non-responsive. Affected contractors will be 45 notified in writing of a recommendation to the City Council. 46 47 3.4. In addition to prequalification, additional requirements for qualification may be required 48 within various sections of the Contract Documents. 49 50 00 21 13 INSTRUCTIONS TO BIDDERS Page 3 of 10 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Temporarily Revised/Updated January 05, 2021 due to COVID19 Emergency Capital Project No. 101768 3.5. Special qualifications required for this project include the following: NONE 1 2 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 3 4 4.1. Before submitting a Bid, each Bidder shall: 5 6 4.1.1. Examine and carefully study the Contract Documents and other related data 7 identified in the Bidding Documents (including "technical data" referred to in 8 Paragraph 4.2. below). No information given by City or any representative of the 9 City other than that contained in the Contract Documents and officially 10 promulgated addenda thereto, shall be binding upon the City. 11 12 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 13 site conditions that may affect cost, progress, performance or furnishing of the 14 Work. 15 16 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 17 progress, performance or furnishing of the Work. 18 19 4.1.4. Study all: (i) reports of explorations and tests of subsurface conditions at or 20 contiguous to the Site and all drawings of physical conditions relating to existing 21 surface or subsurface structures at the Site (except Underground Facilities) that 22 have been identified in the Contract Documents as containing reliable "technical 23 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 24 at the Site that have been identified in the Contract Documents as containing 25 reliable "technical data." 26 27 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 28 the information which the City will furnish. All additional information and data 29 which the City will supply after promulgation of the formal Contract Documents 30 shall be issued in the form of written addenda and shall become part of the Contract 31 Documents just as though such addenda were actually written into the original 32 Contract Documents. No information given by the City other than that contained in 33 the Contract Documents and officially promulgated addenda thereto, shall be 34 binding upon the City. 35 36 4.1.6. Perform independent research, investigations, tests, borings, and such other means 37 as may be necessary to gain a complete knowledge of the conditions which will be 38 encountered during the construction of the project. On request, City may provide 39 each Bidder access to the site to conduct such examinations, investigations, 40 explorations, tests and studies as each Bidder deems necessary for submission of a 41 Bid. Bidder must fill all holes and clean up and restore the site to its former 42 conditions upon completion of such explorations, investigations, tests and studies. 43 44 45 00 21 13 INSTRUCTIONS TO BIDDERS Page 4 of 10 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Temporarily Revised/Updated January 05, 2021 due to COVID19 Emergency Capital Project No. 101768 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 1 cost of doing the Work, time required for its completion, and obtain all information 2 required to make a proposal. Bidders shall rely exclusively and solely upon their 3 own estimates, investigation, research, tests, explorations, and other data which are 4 necessary for full and complete information upon which the proposal is to be based. 5 It is understood that the submission of a proposal is prima-facie evidence that the 6 Bidder has made the investigation, examinations and tests herein required. Claims 7 for additional compensation due to variations between conditions actually 8 encountered in construction and as indicated in the Contract Documents will not be 9 allowed. 10 11 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 12 between the Contract Documents and such other related documents. The Contractor 13 shall not take advantage of any gross error or omission in the Contract Documents, 14 and the City shall be permitted to make such corrections or interpretations as may 15 be deemed necessary for fulfillment of the intent of the Contract Documents. 16 17 4.2. Reference is made to Section 00 73 00 – Supplementary Conditions for identification 18 of: 19 20 4.2.1. Those reports of explorations and tests of subsurface conditions at or contiguous to 21 the site which have been utilized by City in preparation of the Contract Documents. 22 The logs of Soil Borings, if any, on the plans are for general information only. 23 Neither the City nor the Engineer guarantee that the data shown is representative of 24 conditions which actually exist. 25 26 4.2.2. Those drawings of physical conditions in or relating to existing surface and 27 subsurface structures (except Underground Facilities) which are at or contiguous to 28 the site that have been utilized by City in preparation of the Contract Documents. 29 30 4.2.3. Copies of such reports and drawings will be made available by City to any Bidder 31 on request. Those reports and drawings may not be part of the Contract 32 Documents, but the "technical data" contained therein upon which Bidder is entitled 33 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 34 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 35 responsible for any interpretation or conclusion drawn from any "technical data" or 36 any other data, interpretations, opinions or information. 37 38 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 39 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 40 exception the Bid is premised upon performing and furnishing the Work required by the 41 Contract Documents and applying the specific means, methods, techniques, sequences or 42 procedures of construction (if any) that may be shown or indicated or expressly required 43 by the Contract Documents, (iii) that Bidder has given City written notice of all 44 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 45 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 46 etc., have not been resolved through the interpretations by City as described in 47 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 48 and convey understanding of all terms and conditions for performing and furnishing the 49 Work. 50 51 00 21 13 INSTRUCTIONS TO BIDDERS Page 5 of 10 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Temporarily Revised/Updated January 05, 2021 due to COVID19 Emergency Capital Project No. 101768 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 1 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 2 Paragraph 4.06 of the General Conditions, unless specifically identified in the Contract 3 Documents. 4 5 5. Availability of Lands for Work, Etc. 6 7 5.1. The lands upon which the Work is to be performed, rights-of-way and easements for 8 access thereto and other lands designated for use by Contractor in performing the Work 9 are identified in the Contract Documents. All additional lands and access thereto 10 required for temporary construction facilities, construction equipment or storage of 11 materials and equipment to be incorporated in the Work are to be obtained and paid for 12 by Contractor. Easements for permanent structures or permanent changes in existing 13 facilities are to be obtained and paid for by City unless otherwise provided in the 14 Contract Documents. 15 16 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 17 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-18 of-way, easements, and/or permits are not obtained, the City reserves the right to cancel 19 the award of contract at any time before the Bidder begins any construction work on the 20 project. 21 22 5.3. The Bidder shall be prepared to commence construction without all executed right-of-23 way, easements, and/or permits, and shall submit a schedule to the City of how 24 construction will proceed in the other areas of the project that do not require permits 25 and/or easements. 26 27 6. Interpretations and Addenda 28 29 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 30 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 31 received after this day may not be responded to. Interpretations or clarifications 32 considered necessary by City in response to such questions will be issued by Addenda 33 delivered to all parties recorded by City as having received the Bidding Documents. 34 Only questions answered by formal written Addenda will be binding. Oral and other 35 interpretations or clarifications will be without legal effect. 36 37 Address questions to: 38 39 City of Fort Worth 40 Park & Recreation Department 41 4200 South Freeway, Suite 2200 42 Fort Worth, Texas 76115-1499 43 Attn: Bryan Lyness, RLA 44 Email: bryan.lyness@fortworthtexas.gov 45 Phone: 817-392-5728 46 47 48 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 49 City. 50 51 00 21 13 INSTRUCTIONS TO BIDDERS Page 6 of 10 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Temporarily Revised/Updated January 05, 2021 due to COVID19 Emergency Capital Project No. 101768 6.3. Addenda or clarifications may be posted via the City’s electronic document management 1 and collaboration system at: 2 https://docs.b360.autodesk.com/shares/40d28e08-37b1-483f-8d62-0fecdd3054e6 3 4 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 5 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 6 Project. Bidders are encouraged to attend and participate in the conference. City will 7 transmit to all prospective Bidders of record such Addenda as City considers necessary 8 in response to questions arising at the conference. Oral statements may not be relied 9 upon and will not be binding or legally effective. 10 11 7. Bid Security 12 13 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 14 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 15 the requirements of Paragraphs 5.01 of the General Conditions. 16 17 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 18 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 19 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 20 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 21 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 22 other Bidders whom City believes to have a reasonable chance of receiving the award 23 will be retained by City until final contract execution. 24 25 8. Contract Times 26 The number of days within which, or the dates by which, Milestones are to be achieved in 27 accordance with the General Requirements and the Work is to be completed and ready for 28 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 29 attached Bid Form. 30 31 9. Liquidated Damages 32 Provisions for liquidated damages are set forth in the Agreement. 33 34 10. Substitute and "Or-Equal" Items 35 The Contract, if awarded, will be on the basis of materials and equipment described in the 36 Bidding Documents without consideration of possible substitute or "or-equal" items. 37 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or-38 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 39 City, application for such acceptance will not be considered by City until after the Effective 40 Date of the Agreement. The procedure for submission of any such application by Contractor 41 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 42 Conditions and is supplemented in Section 01 25 00 of the General Requirements. 43 44 11. Subcontractors, Suppliers and Others 45 46 00 21 13 INSTRUCTIONS TO BIDDERS Page 7 of 10 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Temporarily Revised/Updated January 05, 2021 due to COVID19 Emergency Capital Project No. 101768 11.1. In accordance with the City’s Business Equity Ordinance No. 24534-11-2020 the 1 City has goals for the participation of minority business and/or women business 2 enterprises in City contracts. A copy of the Ordinance can be obtained from the 3 Office of the City Secretary. The Bidder shall submit the Business Equity Utilization 4 Form, Business Equity Prime Contractor Waiver Form and/or Good Faith Effort 5 Form with documentation and/or Business Equity Joint Venture Form, as 6 appropriate. The Forms including documentation must be received by the City no 7 later than 2:00 P.M. CST, on the second business day after the bid opening date. The 8 Bidder shall obtain a receipt from the City as evidence the documentation was 9 received. Failure to comply shall render the bid as non-responsive. 10 11 Business Equity Ordinance No. 24534-11-2020 12 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60%20-13 %20MWBE/NEW%20Business%20Equity%20Ordinance/Ordinance%2024534-11-14 2020.pdf 15 16 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 17 or organization against whom Contractor has reasonable objection. 18 19 12. Bid Form 20 21 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 22 obtained from the City. 23 24 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 25 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 26 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 27 price item listed therein. In the case of optional alternatives, the words "No Bid," 28 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 29 written in ink in both words and numerals, for which the Bidder proposes to do the 30 work contemplated or furnish materials required. All prices shall be written legibly. 31 In case of discrepancy between price in written words and the price in written 32 numerals, the price in written words shall govern. 33 34 12.3. Bids by corporations shall be executed in the corporate name by the president or a 35 vice-president or other corporate officer accompanied by evidence of authority to 36 sign. The corporate seal shall be affixed. The corporate address and state of 37 incorporation shall be shown below the signature. 38 39 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 40 partner, whose title must appear under the signature accompanied by evidence of 41 authority to sign. The official address of the partnership shall be shown below the 42 signature. 43 44 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 45 member and accompanied by evidence of authority to sign. The state of formation of 46 the firm and the official address of the firm shall be shown. 47 48 12.6. Bids by individuals shall show the Bidder's name and official address. 49 50 00 21 13 INSTRUCTIONS TO BIDDERS Page 8 of 10 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Temporarily Revised/Updated January 05, 2021 due to COVID19 Emergency Capital Project No. 101768 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated 1 on the Bid Form. The official address of the joint venture shall be shown. 2 3 12.8. All names shall be typed or printed in ink below the signature. 4 5 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 6 which shall be filled in on the Bid Form. 7 8 12.10. Postal and e-mail addresses and telephone number for communications regarding the 9 Bid shall be shown. 10 11 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 12 Texas shall be provided in accordance with Section 00 43 37 – Vendor Compliance 13 to State Law Non Resident Bidder. 14 15 13. Submission of Bids 16 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 17 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 18 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 19 envelope, marked with the City Project Number, Project title, the name and address of 20 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 21 through the mail or other delivery system, the sealed envelope shall be enclosed in a separate 22 envelope with the notation "BID ENCLOSED" on the face of it. 23 24 14. Modification and Withdrawal of Bids 25 26 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 27 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 28 must be made in writing by an appropriate document duly executed in the manner 29 that a Bid must be executed and delivered to the place where Bids are to be submitted 30 at any time prior to the opening of Bids. After all Bids not requested for withdrawal 31 are opened and publicly read aloud, the Bids for which a withdrawal request has been 32 properly filed may, at the option of the City, be returned unopened. 33 34 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 35 time set for the closing of Bid receipt. 36 37 15. Opening of Bids 38 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 39 abstract of the amounts of the base Bids and major alternates (if any) will be made available 40 to Bidders after the opening of Bids. 41 42 16. Bids to Remain Subject to Acceptance 43 All Bids will remain subject to acceptance for the time period specified for Notice of Award 44 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 45 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 46 47 17. Evaluation of Bids and Award of Contract 48 00 21 13 INSTRUCTIONS TO BIDDERS Page 9 of 10 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Temporarily Revised/Updated January 05, 2021 due to COVID19 Emergency Capital Project No. 101768 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 1 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 2 and to reject the Bid of any Bidder if City believes that it would not be in the best 3 interest of the Project to make an award to that Bidder, whether because the Bid is 4 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 5 meet any other pertinent standard or criteria established by City. City also reserves 6 the right to waive informalities not involving price, contract time or changes in the 7 Work with the Successful Bidder. Discrepancies between the multiplication of units 8 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 9 between the indicated sum of any column of figures and the correct sum thereof will 10 be resolved in favor of the correct sum. Discrepancies between words and figures 11 will be resolved in favor of the words. 12 13 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 14 among the Bidders, Bidder is an interested party to any litigation against City, 15 City or Bidder may have a claim against the other or be engaged in litigation, 16 Bidder is in arrears on any existing contract or has defaulted on a previous 17 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 18 Bidder has uncompleted work which in the judgment of the City will prevent or 19 hinder the prompt completion of additional work if awarded. 20 21 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 22 other persons and organizations proposed for those portions of the Work as to which 23 the identity of Subcontractors, Suppliers, and other persons and organizations must 24 be submitted as provided in the Contract Documents or upon the request of the City. 25 City also may consider the operating costs, maintenance requirements, performance 26 data and guarantees of major items of materials and equipment proposed for 27 incorporation in the Work when such data is required to be submitted prior to the 28 Notice of Award. 29 30 17.3. City may conduct such investigations as City deems necessary to assist in the 31 evaluation of any Bid and to establish the responsibility, qualifications, and financial 32 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 33 organizations to perform and furnish the Work in accordance with the Contract 34 Documents to City's satisfaction within the prescribed time. 35 36 17.4. Contractor shall perform with his own organization, work of a value not less than 37 35% of the value embraced on the Contract, unless otherwise approved by the City. 38 39 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 40 responsive Bidder whose evaluation by City indicates that the award will be in the 41 best interests of the City. 42 43 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 44 contract to a Nonresident Bidder unless the Nonresident Bidder’s bid is lower than 45 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 46 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 47 comparable contract in the state in which the nonresident’s principal place of 48 business is located. 49 50 00 21 13 INSTRUCTIONS TO BIDDERS Page 10 of 10 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Temporarily Revised/Updated January 05, 2021 due to COVID19 Emergency Capital Project No. 101768 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 1 to be awarded, City will award the Contract within 90 days after the day of the Bid 2 opening unless extended in writing. No other act of City or others will constitute 3 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 4 the City. 5 6 17.7.1. The contractor is required to fill out and sign the Certificate of Interested 7 Parties Form 1295 and the form must be submitted to the Project Manager 8 before the contract will be presented to the City Council. The form can be 9 obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf 10 11 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 12 13 18. Signing of Agreement 14 15 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied 16 by the required number of unsigned counterparts of the Agreement. Within 14 days 17 thereafter Contractor shall sign and deliver the required number of counterparts of the 18 Agreement to City with the required Bonds, Certificates of Insurance, and all other 19 required documentation. 20 21 18.2. Failure to execute a duly awarded contact may subject the Contractor to penalties. 22 23 18.3. City shall thereafter deliver one fully signed counterpart to Contractor. 24 25 26 27 28 29 30 END OF SECTION 31 00 31 15 - 0 ENGINEER PROJECT SCHEDULE Page 1 of 9 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised July 20, 2018 Capital Project No. 101768 SECTION 00 31 15 1 ENGINEER PROJECT SCHEDULE 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. General requirements for the preparation, submittal, updating, status reporting and 6 management of the Engineer’s Project Schedule 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 1 – General Requirements 11 D. Purpose 12 The City of Fort Worth (City) is committed to delivering quality, cost-effective 13 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 14 properly structured schedule with accurate updates. This supports effective monitoring 15 of progress and is input to critical decision making by the project manager throughout 16 the life of the project. Data from the updated project schedule is utilized in status 17 reporting to various levels of the City organization and the citizenry. 18 19 This document complements the City's Standard Agreement to guide the Engineer in 20 preparing and submitting acceptable schedules for use by the City in project delivery. 21 The expectation is the performance of the work follows the accepted schedule and 22 adheres to the contractual timeline. 23 24 The Engineer will designate a qualified representative (Project Scheduler) responsible 25 for developing and updating the schedule and preparing status reporting as required by 26 the City. 27  28 1.2 PRICE AND PAYMENT PROCEDURES 29 A. Measurement and Payment 30 1. Work associated with this Item is considered part of professional services and 31 Engineer will be compensated in accordance with the schedule of rates. 32 2. Non-compliance with this specification is grounds for City to withhold payment of 33 the Engineer’s invoices until Engineer achieves said compliance. 34 35 1.3 REFERENCES 36 A. Project Schedules 37 Each project is represented by the City’s master project schedule that encompasses the 38 entire scope of activities envisioned by the City to properly deliver the work. When the 39 City contracts with an Engineer to perform engineering and design services, the 40 Engineer will develop and maintain a schedule for their scope of work in alignment 41 with the City’s schedule requirements as defined herein. The data and information of 42 each such schedule will be leveraged and become integral in the master project 43 schedule as deemed appropriate by the City’s Project Control Specialist and approved 44 by the City’s Project Manager. 45 46 1. Master Project Schedule 47 The master project schedule is a holistic representation of the scheduled activities 48 and milestones for the total project and be Critical Path Method (CPM) based. The 49 City’s Project Manager is accountable for oversight of the development and 50 maintaining a master project schedule for each project. When the City contracts for 51 00 31 15 - 0 ENGINEER PROJECT SCHEDULE Page 2 of 9 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised July 20, 2018 Capital Project No. 101768 the design and/or construction of the project, the master project schedule will 1 incorporate elements of the Design and Construction schedules as deemed 2 appropriate by the City’s Project Control Specialist. The assigned City Project 3 Control Specialist creates and maintains the master project schedule in P6 (City’s 4 scheduling software). 5 6 2. Engineer’s Schedule 7 The Engineer is responsible for developing and maintaining a schedule for the scope 8 of their contractual requirements. The Engineer will issue an initial schedule for 9 review and acceptance by the City’s Project Control Specialist and the City’s Project 10 Manager, as a baseline schedule for Engineer’s scope of work. Engineer will issue 11 current, accurate updates of their schedule (Progress Schedule) to the City at the end 12 of each month throughout the life of their work. 13 14 B. Schedule Tiers 15 The City has a portfolio of projects that vary widely in size, complexity and content 16 requiring different scheduling to effectively deliver each project. The City uses a 17 “tiered” approach to align the proper schedule with the criteria for each project. The 18 City's Project Manager determines the appropriate schedule tier for each project, and 19 includes that designation and the associated requirements in the Engineer’s scope of 20 work. The following is a summary of the “tiers”. 21 22 1. Tier 1: Small Size and Short Duration Project (design not required) 23 The City develops and maintains a Master Project Schedule for the project. No 24 schedule submittal is required from Engineer. City’s Project Control Specialist 25 acquires any necessary schedule status data or information through discussions with 26 the respective party on an as-needed basis. 27 28 2. Tier 2: Small Size and Short to Medium Duration Project 29 The City develops and maintains a Master Project Schedule for the project. The 30 Engineer identifies “start” and “finish” milestone dates on key elements of their work 31 as agreed with the City’s Project Manager at the kickoff of their work effort. The 32 Engineer issues to the City, updates to the “start” and “finish” dates for such 33 milestones at the end of each month throughout the life of their work on the project. 34 35 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration 36 The City develops and maintains a Master Project Schedule for the project. The 37 Engineer develops a Baseline Schedule and maintains the schedule of their respective 38 scope of work on the project at a level of detail (generally Level 3) and in alignment 39 with the WBS structure in Section 1.4.H as agreed by the Project Manager. The 40 Engineer issues to the City, updates of their respective schedule (Progress Schedule) 41 at the end of each month throughout the life of their work on the project. 42 C. Schedule Types 43 Project delivery for the City utilizes two types of schedules as noted below. The City 44 develops and maintains a Master Project Schedule as a “baseline” schedule and issue 45 monthly updates to the City Project Manager (end of each month) as a “progress” 46 schedule. The Engineer prepares and submits each schedule type listed below to fulfill 47 their contractual requirements. 48 49 1. Baseline Schedule 50 00 31 15 - 0 ENGINEER PROJECT SCHEDULE Page 3 of 9 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised July 20, 2018 Capital Project No. 101768 The Engineer develops and submits to the City an initial schedule for their work in 1 alignment with this specification. Once reviewed and accepted by the City, it 2 becomes the “Baseline” schedule and is the basis against which all progress is 3 measured. The baseline schedule will be updated when there is a change or addition 4 to the scope of work impacting the duration of the work, and only after receipt of a 5 duly authorized amendment issued by the City. In the event progress is significantly 6 behind schedule, the City’s Project Manager may authorize the updating of the 7 schedule to facilitate a more practical evaluation of progress. An example of a 8 Baseline Schedule is provided in Specification 00 31 15.1 Engineer Project 9 Schedule – Baseline Example. 10 11 12 2. Progress Schedule 13 The Engineer updates their schedule at the end of each month to represent the 14 progress achieved in the work which includes any impact from authorized changes 15 in the work. The updated schedule must accurately reflect the current status of the 16 work at that point in time and is referred to as the “Progress Schedule”. The City’s 17 Project Manager and Project Control Specialist reviews and accepts each progress 18 schedule. In the event a progress schedule is deemed not acceptable, the 19 unacceptable issues are identified by the City within 5 working days and the 20 Engineer must provide an acceptable progress schedule within 5 working days after 21 receipt of non-acceptance notification. An example of a Progress Schedule is 22 provided in Specification 00 31 15.2 Engineer Project Schedule – Progress 23 Example. 24 25 26 1.4 CITY STANDARD SCHEDULE REQUIREMENTS 27 The following is an overview of the methodology for developing and maintaining a 28 schedule for delivery of a project. 29 30 A. Schedule Framework 31 The schedule will be based on the defined scope of work and follow the (Critical Path 32 Methodology) CPM method. The Engineer’s schedule will align with the requirements of 33 this specification and be resource loaded to reflect their plan for execution. Overall 34 schedule duration will align with the contractual requirements for the respective scope of 35 work and be reflected in City’s Master Project Schedule. The Project Number and Name 36 of the Project is required on each schedule and must match the City’s project data. 37 38 B. Schedule File Name 39 All schedules submitted to the City for a project will have a file name that begins with the 40 City’s project number followed by the name of the project followed by baseline (if a 41 baseline schedule) or the year and month (if a progress schedule), as shown below. 42 43  Baseline Schedule File Name 44 Format: City Project Number_Project Name_Baseline 45 Example: 101376_North Montgomery Street HMAC_Baseline 46 47  Progress Schedule File Name 48 Format: City Project Number_Project Name_YYYY-MM 49 Example: 101376_North Montgomery Street HMAC_2018_01 50 51 00 31 15 - 0 ENGINEER PROJECT SCHEDULE Page 4 of 9 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised July 20, 2018 Capital Project No. 101768  Project Schedule Progress Narrative File Name 1 Format: City Project Number_Project Name_PN_YYYY-MM 2 Example: 101376_North Montgomery Street HMAC_PN_2018_01 3 4 C. Schedule Templates 5 The Engineer will utilize the relevant sections from the City’s templates provided in the 6 City’s document management system as the basis for creating their respective project 7 schedule. Specifically, the Engineer’s schedule will align with the layout of the “Design” 8 and “ROW & Easement” and “utility” sections. The templates are identified by type of 9 project as noted below. 10  Arterials 11  Aviation 12  Neighborhood Streets 13  Sidewalks (later) 14  Quiet Zones (later) 15  Street Lights (later) 16  Intersection Improvements (later) 17  Parks 18  Storm water 19  Street Maintenance 20  Traffic 21  Water 22 23 D. Schedule Calendar 24 The City’s standard calendar for schedule development purposes is based on a 5-day 25 workweek and accounts for the City’s eight standard holidays (New Years, Martin Luther 26 King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving, 27 Christmas). The Engineer will establish a schedule calendar as part of the schedule 28 development process and provide to the Project Control Specialist as part of the basis for 29 their schedule. Variations between the City’s calendar and the Engineer’s calendar must 30 be resolved prior to the City’s acceptance of their Baseline project schedule. 31 32 E. WBS & Milestone Standards for Schedule Development 33 The scope of work to be accomplished by the Engineer is represented in the schedule in 34 the form of a Work Breakdown Structure (WBS). The WBS is the basis for the 35 development of the schedule activities and shall be imbedded and depicted in the 36 schedule. 37 38 The following is a summary of the standards to be followed in preparing and maintaining 39 a schedule for project delivery. 40 41 1. Engineer is required to utilize the City’s WBS structure and respective project type 42 template for “Design”, “ROW & Easements” and “Utilities” as shown in Section 43 1.4.H below. Additional activities may be added to Levels 1 - 4 to accommodate the 44 needs of the organization executing the work. 45 46 2. Engineer is required to adhere to the City’s Standard Milestones as shown in Section 47 1.4.I below. Engineer will include additional milestones representing intermediate 48 deliverables as required to accurately reflect the work. 49 50 00 31 15 - 0 ENGINEER PROJECT SCHEDULE Page 5 of 9 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised July 20, 2018 Capital Project No. 101768 F. Schedule Activities 1 Activities are the discrete elements of work that make up the schedule. They will be 2 organized under the umbrella of the WBS. Activity descriptions should adequately 3 describe the activity, and in some cases the extent of the activity. All activities are 4 logically tied with a predecessor and a successor. The only exception to this rule is for 5 “project start” and “project finish” milestones. 6 7 The activity duration is based on the physical amount of work to be performed for the 8 stated activity, with a maximum duration of 20 working days. If the work for any one 9 activity exceeds 20 days, break that activity down incrementally to achieve this duration 10 constraint. Any exception to this requires review and acceptance by the City’s Project 11 Control Specialist. 12 13 G. Amendment 14 When an Amendment is issued by the City, the impact is incorporated into the previously 15 accepted baseline schedule as an update, to same to clearly show impact to the project 16 timeline. The Engineer submits this updated baseline schedule to the City for review and 17 acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the 18 following: 19 20 1. Time extensions associated with approved contract modifications are limited to the 21 actual amount of time the project activities are anticipated to be delayed, unless 22 otherwise approved by the Program Manager. 23 24 2. The updated baseline schedule is submitted by the Engineer within ten workdays 25 after receipt of the Amendment. 26 27 3. The changes in logic or durations approved by the City are used to analyze the impact 28 of the change and is included in the Amendment. The coding for a new activity(s) 29 added to the schedule due to the Amendment includes the Amendment number in the 30 Activity ID. Use as many activities as needed to accurately show the work of the 31 Amendment. Revisions to the baseline schedule are not effective until accepted by 32 the City. 33 34 H. City’s Work Breakdown Structure 35 36 WBS Code WBS Name 37 XXXXXX Project Name 38 XXXXXX.30 Design 39 XXXXXX.30.10 Design Engineer Agreement 40 XXXXXX.30.20 Conceptual Design (30%) 41 XXXXXX.30.30 Preliminary Design (60%) 42 XXXXXX.30.40 Final Design 43 XXXXXX.30.50 Environmental 44 XXXXXX.30.60 Permits 45 XXXXXX.30.60.10 Permits - Identification 46 XXXXXX.30.60.20 Permits - Review/Approve 47 XXXXXX.40 ROW & Easements 48 XXXXXX.40.10 ROW Negotiations 49 XXXXXX.40.20 Condemnation 50 00 31 15 - 0 ENGINEER PROJECT SCHEDULE Page 6 of 9 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised July 20, 2018 Capital Project No. 101768 XXXXXX.70 Utility Relocation 1 XXXXXX.70.10 Utility Relocation Co-ordination 2 XXXXXX.80 Construction 3 XXXXXX.80.81 Bid and Award 4 XXXXXX.80.83 Construction Execution 5 XXXXXX.80.85 Inspection 6 XXXXXX.80.86 Landscaping 7 XXXXXX.90 Closeout 8 XXXXXX.90.10 Construction Contract Close-out 9 XXXXXX.90.40 Design Contract Closeout 10 11 I. City’s Standard Milestones 12 The following milestone activities (i.e., important events on a project that mark critical 13 points in time) are of particular interest to the City and must be reflected in the project 14 schedule for all phases of work. 15 16 Activity ID Activity Name 17 Design 18 3020 Award Design Agreement 19 3040 Issue Notice To Proceed - Design Engineer 20 3100 Design Kick-off Meeting 21 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, 22 Water & Sewer 23 3150 Peer Review Meeting/Design Review meeting (technical) 24 3160 Conduct Design Public Meeting #1 (required) 25 3170 Conceptual Design Complete 26 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, 27 Parks, Storm Water, Water & Sewer 28 3250 Conduct Design Public Meeting #2 (required) 29 3260 Preliminary Design Complete 30 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, 31 Water & Sewer 32 3330 Conduct Design Public Meeting #3 (if required) 33 3360 Final Design Complete 34 ROW & Easements 35 4000 Right of Way Start 36 4230 Right of Way Complete 37 Utility Relocation 38 7000 Utilities Start 39 7120 Utilities Cleared/Complete 40 Construction 41 Bid and Award 42 8110 Start Advertisement 43 8150 Conduct Bid Opening 44 8240 Award Construction Contract 45 Construction Execution 46 8330 Conduct Construction Public Meeting #4 Pre-Construction 47 8350 Construction Start 48 00 31 15 - 0 ENGINEER PROJECT SCHEDULE Page 7 of 9 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised July 20, 2018 Capital Project No. 101768 8370 Substantial Completion 1 8540 Construction Completion 2 9130 Notice of Completion/Green Sheet 3 9150 Construction Contract Closed 4 9420 Design Contract Closed 5 1.5 SUBMITTALS 6 A. Schedule Submittal & Review 7 The City’s Project Manager is responsible for reviews and acceptance of the Engineer’s 8 schedule. The City’s Project Control Specialist is responsible for ensuring alignment of 9 the Engineer’s baseline and progress schedules with the Master Project Schedule as 10 support to the City’s Project Manager. The City reviews and accepts or rejects the 11 schedule within ten workdays of Engineer’s submittal. 12 13 1. Schedule Format 14 The Engineer will submit each schedule in two electronic forms, one in native file 15 format (.xer, .xml, .mpx) and the second in a pdf format, in the City’s document 16 management system in the location dedicated for this purpose and identified by the 17 Project Manager. In the event the Engineer does not use Primavera P6 or MS Project 18 for scheduling purposes, the schedule information must be submitted in .xls or .xlsx 19 format in compliance with the sample layout (See Specification 00 31 15.1 Engineer 20 Project Schedule Baseline Example), including activity predecessors, successors, and 21 total float. 22 23 2. Initial & Baseline Schedule 24 The Engineer will develop their schedule for their scope of work and submit their 25 initial schedule in electronic form (in the file formats noted above), in the City’s 26 document management system in the location dedicated for this purpose within ten 27 workdays of the Notice of Award. 28 29 The City’s Project Manager and Project Control Specialist review this initial schedule 30 to determine alignment with the City’s Master Project Schedule, including format & 31 WBS structure. Following the City’s review, feedback is provided to the Engineer for 32 their use in finalizing their initial schedule and issuing (within five workdays) their 33 Baseline Schedule for final review and acceptance by the City. 34 35 3. Progress Schedule 36 The Engineer will update and issue their project schedule (Progress Schedule) by the 37 last day of each month throughout the life of their work on the project. The Progress 38 Schedule is submitted in electronic form as noted above, in the City’s document 39 management system in the location dedicated for this purpose. 40 41 The City’s Project Control team reviews each Progress Schedule for data and 42 information that support the assessment of the update to the schedule. In the event 43 data or information is missing or incomplete, the Project Controls Specialist 44 communicates directly with the Engineer’s scheduler for providing same. The 45 Engineer re-submits the corrected Progress Schedule within 5 workdays, following the 46 submittal process noted above. The City’s Project Manager and Project Control 47 Specialist review the Engineer’s progress schedule for acceptance and to monitor 48 performance and progress. 49 50 00 31 15 - 0 ENGINEER PROJECT SCHEDULE Page 8 of 9 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised July 20, 2018 Capital Project No. 101768 The following list of items are required to ensure proper status information is contained in 1 the Progress Schedule (See Specification 00 31 15.2 Engineer Project Schedule Progress 2 Example). 3  Baseline Start date 4  Baseline Finish Date 5  % Complete 6  Float 7  Activity Logic (dependencies) 8  Critical Path 9  Activities added or deleted 10  Expected Finish date 11  Variance to the Baseline Finish Date 12 13 B. Monthly Engineer Status Report 14 The Engineer submits a written status report (referred to as a progress narrative) at the 15 end of each month to accompany the Progress Schedule submittal, using the standard 16 format provided in Specification 00 31 15.3 Engineer Project Schedule Progress 17 Narrative. The content of the Monthly Engineer Status Report should be concise and 18 complete to: 19  Reflect the current status of the work for the reporting period (including actual 20 activities started and/or completed during the reporting period) 21  Explain variances from the baseline on critical path activities 22  Explain any potential schedule conflicts or delays 23  Describe recovery plans where appropriate 24  Provide a summary forecast of the work to be achieved in the next reporting period. 25 26 C. Submittal Process 27  Schedules and Monthly Engineer Status Reports are submitted in Buzzsaw following 28 the steps outlined in Specification 00 32 15.4 Engineer Project Schedule Submittal 29 Process. 30  Once the project has been completed and Final Acceptance has been issued by the 31 City, no further progress schedules or monthly status reports are required from the 32 Engineer. 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 34 1.7 CLOSEOUT SUBMITTALS [NOT USED] 35 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 36 1.9 QUALITY ASSURANCE 37 A. The person preparing and revising the Engineer’s Project Schedule shall be experienced 38 in the preparation of schedules of similar complexity. 39 B. Schedule and supporting documents addressed in this Specification shall be prepared, 40 updated and revised to accurately reflect the performance of the Engineer’s scope of 41 work. 42 C. The Engineer is responsible for the quality of all submittals in this section meeting the 43 standard of care for the construction industry for similar projects. 44 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 45 1.11 FIELD [SITE] CONDITIONS [NOT USED] 46 1.12 WARRANTY [NOT USED] 47 1.13 ATTACHMENTS 48 Spec 00 31 15.1 Engineer Project Schedule Baseline Example 49 00 31 15 - 0 ENGINEER PROJECT SCHEDULE Page 9 of 9 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised July 20, 2018 Capital Project No. 101768 Spec 00 31 15.2 Engineer Project Schedule Progress Example 1 Spec 00 31 15.3 Engineer Project Schedule Progress Narrative 2 Spec 00 31 15.4 Engineer Project Schedule Submittal Process 3 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 8 9 10 11 12 13 14 15 16 17 18 19 Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue 20 00 32 15 - 0 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 9 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised July 20, 2018 Capital Project No. 101768 SECTION 00 32 15 1 CONSTRUCTION PROJECT SCHEDULE 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. General requirements for the preparation, submittal, updating, status reporting and 6 management of the Construction Project Schedule 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 – General Requirements 12 D. Purpose 13 The City of Fort Worth (City) is committed to delivering quality, cost-effective 14 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 15 properly structured schedule with accurate updates. This supports effective monitoring 16 of progress and is input to critical decision making by the project manager throughout 17 the life of the project. Data from the updated project schedule is utilized in status 18 reporting to various levels of the City organization and the citizenry. 19 20 This Document complements the City's Standard Agreement to guide the construction 21 contractor (Contractor) in preparing and submitting acceptable schedules for use by the 22 City in project delivery. The expectation is the performance of the work follows the 23 accepted schedule and adhere to the contractual timeline. 24 25 The Contractor will designate a qualified representative (Project Scheduler) responsible 26 for developing and updating the schedule and preparing status reporting as required by 27 the City. 28  29 1.2 PRICE AND PAYMENT PROCEDURES 30 A. Measurement and Payment 31 1. Work associated with this Item is considered subsidiary to the various items bid. 32 No separate payment will be allowed for this Item. 33 2. Non-compliance with this specification is grounds for City to withhold payment of 34 the Contractor’s invoices until Contractor achieves said compliance. 35 1.3 REFERENCES 36 A. Project Schedules 37 Each project is represented by City’s master project schedule that encompasses the 38 entire scope of activities envisioned by the City to properly deliver the work. When the 39 City contracts with a Contractor to perform construction of the Work, the Contractor 40 will develop and maintain a schedule for their scope of work in alignment with the 41 City’s standard schedule requirements as defined herein. The data and information of 42 each such schedule will be leveraged and become integral in the master project 43 schedule as deemed appropriate by the City’s Project Control Specialist and approved 44 by the City’s Project Manager. 45 46 1. Master Project Schedule 47 The master project schedule is a holistic representation of the scheduled activities 48 and milestones for the total project and be Critical Path Method (CPM) based. The 49 City’s Project Manager is accountable for oversight of the development and 50 maintaining a master project schedule for each project. When the City contracts for 51 00 32 15 - 0 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 9 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised July 20, 2018 Capital Project No. 101768 the design and/or construction of the project, the master project schedule will 1 incorporate elements of the Design and Construction schedules as deemed 2 appropriate by the City’s Project Control Specialist. The assigned City Project 3 Control Specialist creates and maintains the master project schedule in P6 (City’s 4 scheduling software). 5 6 2. Construction Schedule 7 The Contractor is responsible for developing and maintaining a schedule for the 8 scope of the Contractor’s contractual requirements. The Contractor will issue an 9 initial schedule for review and acceptance by the City’s Project Control Specialist 10 and the City’s Project Manager as a baseline schedule for Contractor’s scope of 11 work. Contractor will issue current, accurate updates of their schedule (Progress 12 Schedule) to the City at the end of each month throughout the life of their work. 13 14 B. Schedule Tiers 15 The City has a portfolio of projects that vary widely in size, complexity and content 16 requiring different scheduling to effectively deliver each project. The City uses a 17 “tiered” approach to align the proper schedule with the criteria for each project. The 18 City's Project Manager determines the appropriate schedule tier for each project, and 19 includes that designation and the associated requirements in the Contractor’s scope of 20 work. The following is a summary of the “tiers”. 21 22 1. Tier 1: Small Size and Short Duration Project (design not required) 23 The City develops and maintains a Master Project Schedule for the project. No 24 schedule submittal is required from Contractor. City’s Project Control Specialist 25 acquires any necessary schedule status data or information through discussions with 26 the respective party on an as-needed basis. 27 28 2. Tier 2: Small Size and Short to Medium Duration Project 29 The City develops and maintains a Master Project Schedule for the project. The 30 Contractor identifies “start” and “finish” milestone dates on key elements of their 31 work as agreed with the City’s Project Manager at the kickoff of their work effort. 32 The Contractor issues to the City, updates to the “start” and “finish” dates for such 33 milestones at the end of each month throughout the life of their work on the project. 34 35 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration 36 The City develops and maintains a Master Project Schedule for the project. The 37 Contractor develops a Baseline Schedule and maintains the schedule of their 38 respective scope of work on the project at a level of detail (generally Level 3) and in 39 alignment with the WBS structure in Section 1.4.H as agreed by the Project Manager. 40 The Contractor issues to the City, updates of their respective schedule (Progress 41 Schedule) at the end of each month throughout the life of their work on the project. 42 C. Schedule Types 43 Project delivery for the City utilizes two types of schedules as noted below. The City 44 develops and maintains a Master Project Schedule as a “baseline” schedule and issue 45 monthly updates to the City Project Manager (end of each month) as a “progress” 46 schedule. The Contractor prepares and submits each schedule type to fulfill their 47 contractual requirements. 48 49 1. Baseline Schedule 50 00 32 15 - 0 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 9 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised July 20, 2018 Capital Project No. 101768 The Contractor develops and submits to the City, an initial schedule for their scope 1 of work in alignment with this specification. Once reviewed and accepted by the 2 City, it becomes the “Baseline” schedule and is the basis against which all progress 3 is measured. The baseline schedule will be updated when there is a change or 4 addition to the scope of work impacting the duration of the work, and only after 5 receipt of a duly authorized change order issued by the City. In the event progress is 6 significantly behind schedule, the City’s Project Manager may authorize an update 7 to the baseline schedule to facilitate a more practical evaluation of progress. An 8 example of a Baseline Schedule is provided in Specification 00 32 15.1 9 Construction Project Schedule Baseline Example. 10 11 2. Progress Schedule 12 The Contractor updates their schedule at the end of each month to represent the 13 progress achieved in the work which includes any impact from authorized changes 14 in the work. The updated schedule must accurately reflect the current status of the 15 work at that point in time and is referred to as the “Progress Schedule”. The City’s 16 Project Manager and Project Control Specialist reviews and accepts each progress 17 schedule. In the event a progress schedule is deemed not acceptable, the 18 unacceptable issues are identified by the City within 5 working days and the 19 Contractor must provide an acceptable progress schedule within 5 working days 20 after receipt of non-acceptance notification. An example of a Progress Schedule is 21 provided in Specification 00 32 15.2 Construction Project Schedule Progress 22 Example. 23 24 1.4 CITY STANDARD SCHEDULE REQUIREMENTS 25 The following is an overview of the methodology for developing and maintaining a 26 schedule for delivery of a project. 27 28 A. Schedule Framework 29 The schedule will be based on the defined scope of work and follow the (Critical Path 30 Methodology) CPM method. The Contractor’s schedule will align with the requirements 31 of this specification and will be cost loaded to reflect their plan for execution. Overall 32 schedule duration will align with the contractual requirements for the respective scope of 33 work and be reflected in City’s Master Project Schedule. The Project Number and Name 34 of the Project is required on each schedule and must match the City’s project data. 35 36 B. Schedule File Name 37 All schedules submitted to the City for a project will have a file name that begins with the 38 City’s project number followed by the name of the project followed by baseline (if a 39 baseline schedule) or the year and month (if a progress schedule), as shown below. 40 41  Baseline Schedule File Name 42 Format: City Project Number_Project Name_Baseline 43 Example: 101376_North Montgomery Street HMAC_Baseline 44 45  Progress Schedule File Name 46 Format: City Project Number_Project Name_YYYY-MM 47 Example: 101376_North Montgomery Street HMAC_2018_01 48 49  Project Schedule Progress Narrative File Name 50 Format: City Project Number_Project Name_PN_YYYY-MM 51 00 32 15 - 0 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 9 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised July 20, 2018 Capital Project No. 101768 Example: 101376_North Montgomery Street HMAC_PN_2018_01 1 2 C. Schedule Templates 3 The Contractor will utilize the relevant sections from the City’s templates provided in the 4 City’s document management system as the basis for creating their respective project 5 schedule. Specifically, the Contractor’s schedule will align with the layout of the 6 Construction section. The templates are identified by type of project as noted below. 7  Arterials 8  Aviation 9  Neighborhood Streets 10  Sidewalks (later) 11  Quiet Zones (later) 12  Street Lights (later) 13  Intersection Improvements (later) 14  Parks 15  Storm water 16  Street Maintenance 17  Traffic 18  Water 19 20 D. Schedule Calendar 21 The City’s standard calendar for schedule development purposes is based on a 5-day 22 workweek and accounts for the City’s eight standard holidays (New Years, Martin Luther 23 King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving, 24 Christmas). The Contractor will establish a schedule calendar as part of the schedule 25 development process and provide to the Project Control Specialist as part of the basis for 26 their schedule. Variations between the City’s calendar and the Contractor’s calendar 27 must be resolved prior to the City’s acceptance of their Baseline project schedule. 28 29 E. WBS & Milestone Standards for Schedule Development 30 The scope of work to be accomplished by the Contractor is represented in the schedule in 31 the form of a Work Breakdown Structure (WBS). The WBS is the basis for the 32 development of the schedule activities and shall be imbedded and depicted in the 33 schedule. 34 35 The following is a summary of the standards to be followed in preparing and maintaining 36 a schedule for project delivery. 37 38 1. Contractor is required to utilize the City’s WBS structure and respective project type 39 template for “Construction” as shown in Section 1.4.H below. Additional activities 40 may be added to Levels 1 - 4 to accommodate the needs of the organization executing 41 the work. Specifically the Contractor will add activities under WBS XXXXXX.80.83 42 “Construction Execution” that delineates the activities associated with the various 43 components of the work. 44 45 2. Contractor is required to adhere to the City’s Standard Milestones as shown in 46 Section 1.4.I below. Contractor will include additional milestones representing 47 intermediate deliverables as required to accurately reflect their scope of work. 48 49 F. Schedule Activities 50 00 32 15 - 0 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 9 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised July 20, 2018 Capital Project No. 101768 Activities are the discrete elements of work that make up the schedule. They will be 1 organized under the umbrella of the WBS. Activity descriptions should adequately 2 describe the activity, and in some cases the extent of the activity. All activities are 3 logically tied with a predecessor and a successor. The only exception to this rule is for 4 “project start” and “project finish” milestones. 5 6 The activity duration is based on the physical amount of work to be performed for the 7 stated activity, with a maximum duration of 20 working days. If the work for any one 8 activity exceeds 20 days, break that activity down incrementally to achieve this duration 9 constraint. Any exception to this requires review and acceptance by the City’s Project 10 Control Specialist. 11 12 G. Change Orders 13 When a Change Order is issued by the City, the impact is incorporated into the previously 14 accepted baseline schedule as an update, to clearly show impact to the project timeline. 15 The Contractor submits this updated baseline schedule to the City for review and 16 acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the 17 following: 18 19 1. Time extensions associated with approved contract modifications are limited to the 20 actual amount of time the project activities are anticipated to be delayed, unless 21 otherwise approved by the Program Manager. 22 23 2. The re-baselined schedule is submitted by the Contractor within ten workdays after 24 the date of receipt of the approved Change Order. 25 26 3. The changes in logic or durations approved by the City are used to analyze the impact 27 of the change and is included in the Change Order. The coding for a new activity(s) 28 added to the schedule for the Change Order includes the Change Order number in the 29 Activity ID. Use as many activities as needed to accurately show the work of the 30 Change Order. Revisions to the baseline schedule are not effective until accepted by 31 the City. 32 33 34 H. City’s Work Breakdown Structure 35 36 WBS Code WBS Name 37 XXXXXX Project Name 38 XXXXXX.30 Design 39 XXXXXX.30.10 Design Contractor Agreement 40 XXXXXX.30.20 Conceptual Design (30%) 41 XXXXXX.30.30 Preliminary Design (60%) 42 XXXXXX.30.40 Final Design 43 XXXXXX.30.50 Environmental 44 XXXXXX.30.60 Permits 45 XXXXXX.30.60.10 Permits - Identification 46 XXXXXX.30.60.20 Permits - Review/Approve 47 XXXXXX.40 ROW & Easements 48 XXXXXX.40.10 ROW Negotiations 49 XXXXXX.40.20 Condemnation 50 00 32 15 - 0 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 9 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised July 20, 2018 Capital Project No. 101768 XXXXXX.70 Utility Relocation 1 XXXXXX.70.10 Utility Relocation Co-ordination 2 XXXXXX.80 Construction 3 XXXXXX.80.81 Bid and Award 4 XXXXXX.80.83 Construction Execution 5 XXXXXX.80.85 Inspection 6 XXXXXX.80.86 Landscaping 7 XXXXXX.90 Closeout 8 XXXXXX.90.10 Construction Contract Close-out 9 XXXXXX.90.40 Design Contract Closure 10 11 12 I. City’s Standard Milestones 13 The following milestone activities (i.e., important events on a project that mark critical 14 points in time) are of particular interest to the City and must be reflected in the project 15 schedule for all phases of work. 16 17 Activity ID Activity Name 18 Design 19 3020 Award Design Agreement 20 3040 Issue Notice To Proceed - Design Engineer 21 3100 Design Kick-off Meeting 22 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, 23 Water & Sewer 24 3150 Peer Review Meeting/Design Review meeting (technical) 25 3160 Conduct Design Public Meeting #1 (required) 26 3170 Conceptual Design Complete 27 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, 28 Parks, Storm Water, Water & Sewer 29 3250 Conduct Design Public Meeting #2 (required) 30 3260 Preliminary Design Complete 31 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, 32 Water & Sewer 33 3330 Conduct Design Public Meeting #3 (if required) 34 3360 Final Design Complete 35 ROW & Easements 36 4000 Right of Way Start 37 4230 Right of Way Complete 38 Utility Relocation 39 7000 Utilities Start 40 7120 Utilities Cleared/Complete 41 Construction 42 Bid and Award 43 8110 Start Advertisement 44 8150 Conduct Bid Opening 45 8240 Award Construction Contract 46 Construction Execution 47 8330 Conduct Construction Public Meeting #4 Pre-Construction 48 00 32 15 - 0 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 9 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised July 20, 2018 Capital Project No. 101768 8350 Construction Start 1 8370 Substantial Completion 2 8540 Construction Completion 3 9130 Notice of Completion/Green Sheet 4 9150 Construction Contract Closed 5 9420 Design Contract Closed 6 1.5 SUBMITTALS 7 A. Schedule Submittal & Review 8 The City’s Project Manager is responsible for reviews and acceptance of the Contractor’s 9 schedule. The City’s Project Control Specialist is responsible for ensuring alignment of 10 the Contractor’s baseline and progress schedules with the Master Project Schedule as 11 support to the City’s Project Manager. The City reviews and accepts or rejects the 12 schedule within ten workdays of Contractor’s submittal. 13 14 1. Schedule Format 15 The Contractor will submit each schedule in two electronic forms, one in native file 16 format (.xer, .xml, .mpx) and the second in a pdf format, in the City’s document 17 management system in the location dedicated for this purpose and identified by the 18 Project Manager. In the event the Contractor does not use Primavera P6 or MS 19 Project for scheduling purposes, the schedule information must be submitted in .xls or 20 .xlsx format in compliance with the sample layout (See Specification 00 32 115.1 21 Construction Project Schedule Baseline Example), including activity predecessors, 22 successors and total float. 23 24 2. Initial & Baseline Schedule 25 The Contractor will develop their schedule for their scope of work and submit their 26 initial schedule in electronic form (in the file formats noted above), in the City’s 27 document management system in the location dedicated for this purpose within ten 28 workdays of the Notice of Award. 29 30 The City’s Project Manager and Project Control Specialist review this initial schedule 31 to determine alignment with the City’s Master Project Schedule, including format & 32 WBS structure. Following the City’s review, feedback is provided to the Contractor 33 for their use in finalizing their initial schedule and issuing (within five workdays) their 34 Baseline Schedule for final review and acceptance by the City. 35 36 3. Progress Schedule 37 The Contractor will update and issue their project schedule (Progress Schedule) by the 38 last day of each month throughout the life of their work on the project. The Progress 39 Schedule is submitted in electronic form as noted above, in the City’s document 40 management system in the location dedicated for this purpose. 41 42 The City’s Project Control team reviews each Progress Schedule for data and 43 information that support the assessment of the update to the schedule. In the event 44 data or information is missing or incomplete, the Project Controls Specialist 45 communicates directly with the Contractor’s scheduler for providing same. The 46 Contractor re-submits the corrected Progress Schedule within 5 workdays, following 47 the submittal process noted above. The City’s Project Manager and Project Control 48 Specialist review the Contractor’s progress schedule for acceptance and to monitor 49 performance and progress. 50 00 32 15 - 0 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 9 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised July 20, 2018 Capital Project No. 101768 1 The following list of items are required to ensure proper status information is 2 contained in the Progress Schedule. 3  Baseline Start date 4  Baseline Finish Date 5  % Complete 6  Float 7  Activity Logic (dependencies) 8  Critical Path 9  Activities added or deleted 10  Expected Baseline Finish date 11  Variance to the Baseline Finish Date 12 13 B. Monthly Construction Status Report 14 The Contractor submits a written status report (referred to as a progress narrative) at the 15 end of each month to accompany the Progress Schedule submittal, using the standard 16 format provided in Specification 00 32 15.3 Construction Project Schedule Progress 17 Narrative. The content of the Construction Project Schedule Progress Narrative should 18 be concise and complete to: 19  Reflect the current status of the work for the reporting period (including actual 20 activities started and/or completed during the reporting period) 21  Explain variances from the baseline on critical path activities 22  Explain any potential schedule conflicts or delays 23  Describe recovery plans where appropriate 24  Provide a summary forecast of the work to be achieved in the next reporting period. 25 26 C. Submittal Process 27  Schedules and Monthly Construction Status Reports are submitted in Buzzsaw 28 following the steps outlined in Specification 00 32 15.4 Construction Project 29 Schedule Submittal Process. 30  Once the project has been completed and Final Acceptance has been issued by the 31 City, no further progress schedules or construction status reports are required from 32 the Contractor. 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 34 1.7 CLOSEOUT SUBMITTALS [NOT USED] 35 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 36 1.9 QUALITY ASSURANCE 37 A. The person preparing and revising the Contractor’s Project Schedule shall be 38 experienced in the preparation of schedules of similar complexity. 39 B. Schedule and supporting documents addressed in this Specification shall be prepared, 40 updated and revised to accurately reflect the performance of the Contractor’s scope of 41 work. 42 C. The Contractor is responsible for the quality of all submittals in this section meeting the 43 standard of care for the construction industry for similar projects. 44 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 45 1.11 FIELD [SITE] CONDITIONS [NOT USED] 46 1.12 WARRANTY [NOT USED] 47 1.13 ATTACHMENTS 48 Spec 00 32 15.1 Construction Project Schedule Baseline Example 49 Spec 00 32 15.2 Construction Project Schedule Progress Example 50 00 32 15 - 0 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 9 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised July 20, 2018 Capital Project No. 101768 Spec 00 32 15.3 Construction Project Schedule Progress Narrative 1 Spec 00 32 15.4 Construction Project Schedule Submittal Process 2 3 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 8 9 10 11 12 Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue 13 00 35 13 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercises discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. https://www.etl�ics.state.tx.us/data/fonns/conflict/CIO.pdf https://www.ethics.state.tx.us/data/forms/conflict/CIS.pdf � � � � � CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form does not apply CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: �� Company 3Ti�l.�CT� y`�_ . By: Sigr. Address Title: ���2.� ✓� (Please Print) END OF SECTION CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised February 24, 2020 Capital Project No. 101768 (:rty/5tate/Gip 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: North Z. Boaz Park Capital Improvements CITY PROJECT NO.: 101768 Units/Sections: LTNIT 1- BASE BID ITEMS ALT A- DRAINAGE IMPROVEMENTS LINE C ALT B- AREA A- NORTHWEST TRAIL ALT C- AREA B- CENTRAL NORTH PARKING AREA ALT D - LACKLAND TRAIL ALT E - FITNESS COURSE ALT F - FISHING PIER ALT G- MULTIUSE SPORT COURT ALT H- AREA C- TRAIL ALT I- AREA C- PICNIC AREA ALT J- AREA D- LARGE PAVILION ALT K- AREA D- TREE REMOVAL ALT L- ADDITIONAL PARK IMPROVEMENTS 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 Docwnents 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 Certi�cation 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 refi•ain fi�om bidding. 2.6. Bidder has not engaged in corrupt, fi•audulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "con•upt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to CITY OF PORT WORTH NmYh Z. Boaz Park STANDARD CONST2UCTION SPECIFICATION DOCUMENTS Capital hnprovements Revised March 9, 2020 Capital Projects No. 101768 00 41 00 BID FORM Page 2 of 3 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 fi•ee and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a puipose of which is to establish Bid prices at artificial, non-competitive levels. d' "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Quali�cation The Bidder acknowledges that the following work types must be performed only by qualified contractors and subcontractors: a. Excavating and Grading in and around a park, buildings, and a water body b. Vehicular and Pedestrian Concrete Paving c. Installation of park structures and equipment 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 27p 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) £ Bidder Qualification 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 CITY OF FORT WORTH Nortl� Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital hnprovements Revised Marcli 9, 2020 Capital Projects No. 101768 00 41 00 BID FORM Page 3 of 3 6. Total Bid Amount 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 the Base Bid fig�n�e will be read publicly by the Ciry nt tlre bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Summary of Base Bid and Alternate Bid Items Total Base Bid Total Alternate Bid Total Bid 7. Bid Submittal This Bid is submitted on Re� By: August 12, 2021 by the entity named below. Kenneth Thorne (Printed Name) Title: President Receipt is acknowledged of the Initial following Addenda: Addendum No. 1: 07/29/2021 TaV Addendum No. 2: 8/7/2021 TaV Addendum No. 3: Addendum No. 4: Addendum No. 5: Coiporate Seal: 'ompany: Cole Construction Inc. Address: 10315 Alta Vista Rd Fort Worth Texas 76244 State of Inco�poration: Texas Email: ken@colecon.com tim@colecon.com Phone: 817-431-9636 END OF SECTION �'/� 7� 7, 5�3 2 r !� �/ o.�� 983, 20 �Z��7z,���.80 CITY OF FORT WORTH Nortli Z. Boaz Park STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Capital Improvements Revised March 9, 2020 Capital Projects No. 101768 00 42 43 BID PROPOSAL Page 1 of 3 SECTION 00 42 43 BID PROPOSAL FORM 101768 - North Z. Boaz Park Capital Improvements Bidder's Proposal Item No. Bid Item Description spec.N ection Unit of B�d Unit Price Bid Value Measure Quantity Unit 1- BASE BID ITEMS Sfa in /Erosion/Clearin /Demo/ition U1-1 Temporary Construction Sign EA 2 $758.00 $1,516.00 U1-2 Tree Protection LF 6,700 $2.50 $16,750.00 U1-3 Erosion Control Measures (includes SWPPP) LS 1 $24,356.00 $24,356.00 U1-4 Tree Removal - Small EA 43 $400.00 $17,200.00 U1-5 Tree Removal - Large EA 31 $1,000.00 $31,000.00 U1-6 Demolish Vehicular Paving SF 48,000 $1.00 $48,000.00 U1-7 Demolish Street Curb & Gutter LF 1,950 $6.00 $11,700.00 U1-8 Demolish Existing Trail / Cart Path/Pedestrian Paving SF 44,750 $0.65 $29,087.50 Park Improvements U1-9 Grading (Overall) CY 23,000 $10.00 $230,000.00 U1-10 Parking - Concrete Pavement, Curb & Gutter SF 42,360 $6.94 $293,978.40 U1-11 Parking - Signage and Striping LS 1 $4,415.00 $4,415.00 U1-12 Security Lighting (Poles, Fixtures, and Service, etc.) EA 9 $9,200.00 $82,800.00 U1-13 ADA Ramps EA 10 $1,600.00 $16,000.00 U1-14 Concrete Trail & Pedestrian Paving SF 47,300 5.98 $282,854.00 U1-15 Grassing (solid sod) SF 275,000 $0.65 $178,750.00 U1-16 Grassing (hydromulch) SF 480,000 $0.21 $100,800.00 U1-17 Large Pavilion (including picnic tables and light) EA 1 $146,000.00 $146,000.00 U1-18 Site Furnishings - Benches ' EA 2 $1,880.00 $3,760.00 U1-19 Stone Retaining Wall LS 1 $14,400.00 $14,400.00 U1-20 Trees (Large) EA 17 $430.00 $7,310.00 U1-21 Trees (Small) EA 35 $280.00 $9,800.00 U1-22 North (Area A) Irrigation LS 1 $8,200.00 $8,200.00 U1-23 Central (Araea B) Irrigation LS 1 $38,000.00 $38,000.00 U1-24 Northwest (Area F) Irrigation LS 1 $29,600.00 $29,600.00 Drainage Improvements Lines A& B(Dog Park) U1-25 Demolish Concrete Trail SF 360 $4.00 $1,440.00 U1-26 Remove Chainlink Fence LF 60 $4.00 $240.00 U1-27 Demolish/Remove 18" Headwall EA 1 $376.00 $376.00 U1-28 Demolish/Remove 18" RCP LF 200 $13.20 $2,640.00 U1-29 Demolish/Remove 30" RCP LF 85 $21.00 $1,785.00 U1-30 Connection to Ex. 8.6'x8.6' Drop Inlet EA 1 $1,840.00 $1,840.00 U1-31 48" Storm Drain - RCP LF 285 $190.00 $54,150.00 U1-32 48" Headwall EA 3 $5,200.00 $15,600.00 U1-33 Trench Safety LF 285 $8.00 $2,280.00 U1-34 Grouted Riprap SF 900 $8.25 $7,425.00 U1-35 Reconstruct 6' Concrete Trail SF 360 $6.00 $2,160.00 U1-36 Reinstall Chainlink Fence LF 60 $22.00 $1,320.00 TOTAL BASE BID ITEMS $1,717,532.90 CITY OF FORT �VORTH STANDARD CONSTRUCI'[ON SPECIFICATION DOCUMENTS Fomi Revised 20120120 Bid Form Addenda #2 (Norking)101768 - NZB - Spec - 100p - Qid Proposal Norkbook - 08032021.x1s 00 42 43 BID PROPOSAL Page 2 of 3 ALT - ALTERNATIVE BID ITEMS ALT - A Draina e Im rovements Line C AA-1 5' Curb Inlet, T e 2 EA 2 $4,400.00 $8,800.00 AA-2 24" Storm Drain - HDPE LF 335 $61.00 $20,435.00 AA-3 18" Storm Drain - HDPE LF 30 $57.00 $1,710.00 AA-4 24" Headwall EA 1 $2,200.00 $2,200.00 AA-5 Grouted Rock Ri ra SF 250 $8.25 $2,062.50 TOTAL ALT A BID $35,207.50 ALT 8 Area A- Northwest Trail AB-1 Gradin CY 2,400 $10.00 $24,000.00 AB-2 Tree Protection LF 300 $2.50 $750.00 AB-3 Concrete Trail & Pedestrian Pavin SF 4,720 $6.00 $28,320.00 AB-4 Grassin h dromulch SF 17,700 $0.14 $2,478.00 TOTAL ALT B BID $55,548.00 ALT C Area B- Central North Parkin Area AC-1 Parkin - Concrete Pavement, Curb & Gutter SF 12,660 $6.94 $87,860.40 AC-2 Parkin - Si na e and Stri in LS 1 $5,200.00 $5,200.00 AC-3 ADA Ram s EA 2 $1,400.00 $2,800.00 AC-4 Concrete Trail & Pedestrian Pavin SF 2,130 $6.00 $12,780.00 TOTAL ALT C BID $108,640.40 ALT D Lackland Trail AD-1 Gradin not shown on lans CY 1,300 $10.00 $13,000.00 AD-2 Concrete Trail & Pedestrian Pavin SF 15,700 $6.00 $94,200.00 AD-3 Grassin h dromulch SF 52,500 $0.14 $7,350.00 TOTAL ALT D BID $114,550.00 ALT E Fitness Course AE-1 E ui ment & Installation LS 1 $51,272.00 $51,272.00 AE-2 Concrete Pavin 5" sub-base SF 2,540 $6.00 $15,240.00 AE-3 Rubberized Surfacin SF 2,540 $21.00 $53,340.00 AE-4 Concrete Perimeter Border LF 141 $26.00 $3,666.00 AE-5 Benches mounted to conc. EA 2 $1,880.00 $3,760.00 TOTAL ALT E BID $127,278.00 ALT F Fishin Pier AF-1 Fishin Pier EA 1 $104,000.00 $104,000.00 AF-2 Concrete Abutment EA 1 $13,600.00 $13,600.00 AF-3 Concrete Trail & Pedestrian Pavin SF 180 $6.00 $1,080.00 TOTAL ALT F BID $118,680.00 ALT G Mulit-use S ort Court AG-1 Gradin CY 3,000 $10.00 $30,000.00 AG-2 S ort Court - Concrete Pavin SF 7,280 $7.60 $55,328.00 AG-3 S ort Court - Basketball Posts & Goals, Stri in LS 1 $7,200.00 $7,200.00 AG-4 S ort Court - Benches surface mounted to court slab EA 2 $1,880.00 $3,760.00 AG-5 Demolish Parkin Curb & Gutter, and Pavin SF 3,500 $1.00 $3,500.00 AG-6 Vehicular Paving - Monolithic Concrete Pavement SF 3,500 $6.94 $24,290.00 w/Curb & Gutter AG-7 Pedestrian Paving - Concrete Trail & Ramp SF 3,100 $7.00 $21,700.00 AG-8 Security Lighting (Poles, Fi�ures, and Service, etc.) EA 4 $9,200.00 $36,800.00 AG-9 Grassing (hydromulch) SF 27,000 $0.14 $3,780.00 TOTAL ALT G BID $186,358.00 CITY OF FORT \VORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fonn Re��ised 20120120 6id Form Addenda #2 (\Vorking)101768 - NZB - Spec - I OOp - Bid Proposal \Vorkbook - 08032021.�Is 00 42 43 BID PROPOSAL Page 3 of 3 ALT H Area C- Trail AH-1 Grading CY 450 $10.00 $4,500.00 AH-2 Pedestrian Paving - Concrete Trail & Ramp SF 3,000 $7.00 $21,000.00 AH-3 Grassing (hydromulch) SF 9,500 $0.14 $1,330.00 TOTAL ALT H BID $26,830.00 ALT 1 South Picnic Area AI-1 Grading CY 50 $10.00 $500.00 AI-2 Concrete Trail & Pedestrian Paving SF 550 $6.00 $3,300.00 AI-3 8' ADA Picnic Table EA 1 $2,800.00 $2,800.00 AI-4 Grassing (hydromulch) SF 2,200 $0.14 $308.00 TOTAL ALT I BID $6,908.00 ALT J Large Pavilion - Area D AJ-1 Demolition of Existing Trail SF 252 $1.00 $252.00 AJ-2 Grading CY 280 $10.00 $2,800.00 AJ-3 Large Pavilion (32' Hexagonal, includes picnic tables) LS 1 $98,000.00 $98,000.00 AJ-4 Pavilion Concrete Slab LS 1 $46,000.00 $46,000.00 AJ-5 Concrete Trail & Pedestrian Paving SF 960 $6.00 $5,760.00 AJ-6 Grassing (hydromulch) SF 7,100 $0.14 $994.00 TOTAL ALT J BID $153,806.00 ALT K Area D- Tree Removal AK-1 Tree Removal - Large EA 19 $1,000.00 $19,000.00 AK-2 Grassing (hydromulch) SF 16,700 $0.14 $2,338.00 TOTAL ALT K BID $21,338.00 ALT L Additional Park Improvemenfs AL-1 Site Furnishings - Benches (with concrete pad) EA 4 $2,460.00 $9,840.00 AL-2 Site Furnishings - Litter Receptacles EA 3 $1,180.00 $3,540.00 AL-3 Drinking Fountain (includes service line) EA 1 $14,000.00 $14,000.00 AL-4 Structural Conctete Footing CY 2 $1,600.00 $3,200.00 AL-5 RD Evans - 6' Tubular Steel Fence & Gate LF 105 $140.00 $14,700.00 AL-6 RD Evans - 6' Wide Concrete Walk SF 360 $6.00 $2,160.00 AL-7 RD Evans - Upgrade Lackland Retaining Wall Railing SF 800 $35.00 $28,000.00 AL-8 Electrical Service to Art Piece (Area A) LS 1 $2,800.00 $2,800.00 AL-9 Park Sign including Electrical Service and Light LS 1 $21,600.00 $21,600.00 TOTAL ALT L BID $99,840.00 TOTAL ALTERNATIVE BID ITEMS $1,054,983.90 Total Base Bid $1,717,532.90 Alternate Bid Deductive Alternate Bid Additive Alternate Bid Total Bid $2,772,516.80 GND OT SECTION CITY OF FORT \VORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Form Re��ised 20120120 Bid Ponn Addenda #2 (\Vorking) I OI768 - NZB - Spec - 100p - Bid Proposal Norkbook - 08032021.�Is 00 43 13 BID BOND Page 1 of 2 designated as day of , 2021. BY: ATTEST: BID BOND , known asThat we, Company Name Here "Bidder" herein and a corporate suretySurety Name Here 0 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. SECTION 00 43 13 KNOW ALL BY THESE PRESENTS: NOW, THEREFORE,the condition of this obligation is such that if the City shall award WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project North Z. Boaz Park Capital Improvements 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. 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 PRINCIPAL: Signature Name and TitleWitness as to Principal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 101768 - NZB - Spec - 100p - 00 41 00 Bid Proposal.xls 00 43 13 BID BOND Page 2 of 2 Address: SURETY: BY: Address: 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 Signature Name and Title Witness as to Surety Telephone Number: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 101768 - NZB - Spec - 100p - 00 41 00 Bid Proposal.xls Document A310 TM - 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: ,/,'�`ruue, /egal a•lalrrs oncl rrddi•essy Cole Construction, Inc. 10315 Alta Vista Road Keller, TX 76248 OWNER: /,'�'ant�, leGalslnhrs nnd addi•ess) City of Fort Worth Fort wo�tn, Tx SURETY: /Nrti�iv, legalslnh6SlliJCl!)171)Cl`)[(I j)If►CC(fI)1G5'%/IL'.�uj RLI Insurance Company 9025 N. Lindbergh Drive Peoria, IL 61615 This document has Important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singufar reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. BOND AMOUNT: $ 5% Five Percent of the Greatest Amount Bid PROJECT: (.'�'am�, locaria�oraddr�ss a�rdProjeclurnuG�r; lfan}j North Z Boaz Park Capital Improvements / Project 101768 Tlic Cont�actor and Suret}� arc bo�ntd to ihc O��ncr in ihc antount set fortli abovc, for ihc pa��ment of ���hich thc Contractor and Surety biud tlicroscl��es, tl�ein c�irs, c�ccutors, administrators, successors and assi�ns, jointl�� and scvcrally, as providcd hcrcin. Tlic conditious of this Bond are such ihat if tl�c Owncr acccpts thc bid of thc Contractor «�itl�in thc timc spcci�cd in dic bid documents, or n�ithiu sucl� timc period as tnay be agreed to Up tl�c Ui4i�er and Contractor, and the Contractor either (1) entcrs into a contract ���ith the U�r•ncr in accordance witl� tl�e terms of sucli bid, and gi��es sucl� bond or bonds as niay be specified in the bidding or Contract llocuments, �r•itli a surety admitted in tl�e,jurisdiction of the Project and otl�er«�ise �cceptable to ihe U���ner, for tl�e faitl�fid performance of sucl� Contract and for tlie prompt pay�meut ot labor and n�aterial fumislied in tlie prosecutiou thereof; or (2) pays to tl►e U��ner tlie ditlerence, uot to exceed tlte antount of tl�is Hond, Uet���een tlie amount specitied in said bid and such larger amount for «�liicli the U���uer may in good faith eontract �vitli another purt}� lo perliirm Uie n�ork co��ered by suid bid, then Ihiti obligation shull he null und void, othenvise eo remuin in liill li�ne und ell'ect. The Surety hereh�� ���uiveti any notice ol'un ngreement bet��een the n+vner:anJ Contructor to extend the time in ��-hich the Q�vner muy uccept the hid. W�i��er ol' notice bv lhe Surely tihull not upply lo any exlensicm e�ceeding tiixlp (60) duys in Ihe uggregute he,���nJ �he time li�r acceptunce ol�bids specilied in lhe bid de�cumenls; und lhe Otivner and Ccmtracti�r shull obtuin the Suret;�ti consent li>r un e�tension beyond sixty (b0) du��s. If this Bond is issued in con�icction t�7th a subcontractor's bid to a Contracror, tiic tenn Contractor in tliis Bond shall bc dcemed to bc Subcoiitractor and thc tcrm O���ncr sholl bc dccmcd to bc Contractor. VVhen lhis Tiond hus heen litrnished to cumply �vilh u stututor}� ur other legal reyuirement in the location of lhe Projec4 uny provision in lliis T3ond conllicting n�ith suid xtututor}� ur legal requirement shall be deemed deleted herelrom and provision� conliinning lu xuch statutory ur other legul reyuirement shull be deemed incorporateJ herein. When so 1'umislied; tlie intent is thut this i3ond shull be construed ❑s u statutory hond und nut us u commun lu�v bond. Siancd nnd scalcd this 5th day� of August, 2021 ( � „/.._.-� fll•'ialess) (iJ'ihre.csy Cole Constr� (P»�tci�nl) By: rr� � RLlln ranc (S:u�c � By: ilc aurie , Inc. (Seal) Com ug r �� (Seal) ���►�_��r. POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company 9025 N. Lindbergh Dr. Peoria, IL 61615 Phone: 800-645-2402 Know A!! Men by These Presenrs: 'That this Power of Attomey is not valid or in effect unlass attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each an Illinois corporation, (separately and together, the "Company") do hereby make, constitute and appoint: Steven R. Fostcr, Jack M. Crowlcv. Deborah �nglish, Luke J. Nolan Jr., Daphnc Massey. Tcuta Luri, Julic M. Decker..loshu� Sanford, Laurie Pflug, iointly or severallv in the City of Dallas , State of Texas its true and lawful Agent(s) and Attorney(s) in Fact, with full power and authority hereby conferred, to sign, execute, aclrnowledge and deliver for and on its behalf as Surety, in general, any and all bonds and undertakings in an amount not to exceed Twenty rivc Million Dollars ( �25.QOU,OOO.OQ ) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if sueh bond had been executed and acknowledged by the regularly elected officers of the Company. RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation, and is now in force, to-wit; "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporarion shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attomeys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attomey or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Vice President with its corporate seal affixed this $th day of ]anuary , 2020 . State of Illinois County of Peoria , ���:���,,,,, � �0�0 `OPP���: _�' SEAL � �' :�J' :'�: ) ��UNO�S } SS ) ��;......., u,�,. : �;�tF �� :.sEaL = �� �� �..... `g` �� !•,,,,m �� Nu����" `. On this Sth day of January , 2020 , before me, a Notary Public, personally appeared Barton W. Davis , who being by me duly swom, acknowledged that he signed the above Power of Attorney as the aforesaid o�cer of the RLI Insurance Company and/or Contractors Bonding and Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. � By: Gretchen L. Johnigk /• •����r�• r�• •• ♦����r�s •�s�\ i � . . . . . , . • . . . . . : ••��• .� �� : .. .... .. . . ...�...........i Notary Public RLI Insurance Company Contractors Bonding and Insurance Company By: �V' / i W . ' . Barton W. Davis CERTIFICATE Vice President l, the undersigned officer of RL[ Insurance Company and/or Contraetors Bonding and Insurance Company, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furtl�ermore, that the Resolution of the Company as set forth in the Pawcr oi' Attomey, is now in force. In testimony whereof, 1 have hereunto set my hand and the seal of the RLY Insurance Company and/or Contractors Bondingz�nd Insurance Company this 5th day of August RLI Insurance Company Contractors Bonding and Insurance Company By: 4114953010212 /�QOSSD l9 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 nonresidenYs 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 State Here or Blank , our principal place of business, are required to be % Here percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of State Here or Blank , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of o r company or our parent company or majority owner is in the State of Texas. � BIDDER: Company Name Here �Ct ��s�G>"�or✓�L. Address Here Address Here or Space City, State Zip Code Here � p ��S �G�� �srrr �.D. �i�1 �' v v 2T,�.j� Xf%s 7l Z y�/ END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 6, 2011 Date: � Z/ North Z. Boaz Park Capital Improvements Capital Project No. 101768 Title: Title Here �CC-G`�% �''�� 00 45 11 - 1 BIDDERS PREQUALIFICATIONS Page 1 of 2 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised July 1,2011 Capital Project No. 101768 SECTION 00 45 11 1 BIDDERS PREQUALIFICATIONS 2 3 1. Summary. All contractors are required to be prequalified by the City prior to submitting 4 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 5 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 6 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 7 Prequalification Application in accordance with the requirements below. 8 9 The prequalification process will establish a bid limit based on a technical evaluation and 10 financial analysis of the contractor. The information must be submitted seven (7) days prior 11 to the date of the opening of bids. For example, a contractor wishing to submit bids on 12 projects to be opened on the 29th of July must file the information by the 22st day of July in 13 order to bid on these projects. In order to expedite and facilitate the approval of a Bidder’s 14 Prequalification Application, the following must accompany the submission. 15 a. A complete set of audited or reviewed financial statements. 16 (1) Classified Balance Sheet 17 (2) Income Statement 18 (3) Statement of Cash Flows 19 (4) Statement of Retained Earnings 20 (5) Notes to the Financial Statements, if any 21 b. A certified copy of the firm’s organizational documents (Corporate Charter, Articles 22 of Incorporation, Articles of Organization, Certificate of Formation, LLC 23 Regulations, Certificate of Limited Partnership Agreement). 24 c. A completed Bidder Prequalification Application. 25 (1) The firm’s Texas Taxpayer Identification Number as issued by the Texas 26 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 27 number visit the Texas Comptroller of Public Accounts online at the 28 following web address www.window.state.tx.us/taxpermit/ and fill out the 29 application to apply for your Texas tax ID. 30 (2) The firm’s e-mail address and fax number. 31 (3) The firm’s DUNS number as issued by Dun & Bradstreet. This number 32 is used by the City for required reporting on Federal Aid projects. The DUNS 33 number may be obtained at www.dnb.com. 34 d. Resumes reflecting the construction experience of the principles of the firm for firms 35 submitting their initial prequalification. These resumes should include the size and 36 scope of the work performed. 37 e. Other information as requested by the City. 38 39 2. Prequalification Requirements 40 a. Financial Statements. Financial statement submission must be provided in 41 accordance with the following: 42 (1) The City requires that the original Financial Statement or a certified copy 43 be submitted for consideration. 44 (2) To be satisfactory, the financial statements must be audited or reviewed 45 by an independent, certified public accounting firm registered and in 46 good standing in any state. Current Texas statues also require that 47 accounting firms performing audits or reviews on business entities within 48 the State of Texas be properly licensed or registered with the Texas State 49 Board of Public Accountancy. 50 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 2 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised July 1,2011 Capital Project No. 101768 (3) The accounting firm should state in the audit report or review whether 1 the contractor is an individual, corporation, or limited liability company. 2 (4) Financial Statements must be presented in U.S. dollars at the current rate 3 of exchange of the Balance Sheet date. 4 (5) The City will not recognize any certified public accountant as 5 independent who is not, in fact, independent. 6 (6) The accountant’s opinion on the financial statements of the contracting 7 company should state that the audit or review has been conducted in 8 accordance with auditing standards generally accepted in the United 9 States of America. This must be stated in the accounting firm’s opinion. 10 It should: (1) express an unqualified opinion, or (2) express a qualified 11 opinion on the statements taken as a whole. 12 (7) The City reserves the right to require a new statement at any time. 13 (8) The financial statement must be prepared as of the last day of any month, 14 not more than one year old and must be on file with the City 16 months 15 thereafter, in accordance with Paragraph 1. 16 (9) The City will determine a contractor’s bidding capacity for the purposes 17 of awarding contracts. Bidding capacity is determined by multiplying the 18 positive net working capital (working capital = current assets – current 19 liabilities) by a factor of 10. Only those statements reflecting a positive 20 net working capital position will be considered satisfactory for 21 prequalification purposes. 22 (10) In the case that a bidding date falls within the time a new financial 23 statement is being prepared, the previous statement shall be updated with 24 proper verification. 25 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 26 submitted along with audited or reviewed financial statements by firms wishing to be 27 eligible to bid on all classes of construction and maintenance projects. Incomplete 28 Applications will be rejected. 29 (1) In those schedules where there is nothing to report, the notation of 30 “None” or “N/A” should be inserted. 31 (2) A minimum of five (5) references of related work must be provided. 32 (3) Submission of an equipment schedule which indicates equipment under 33 the control of the Contractor and which is related to the type of work for 34 which the Contactor is seeking prequalification. The schedule must 35 include the manufacturer, model and general common description of 36 each piece of equipment. Abbreviations or means of describing 37 equipment other than provided above will not be accepted. 38 39 3. Eligibility to Bid 40 a. The City shall be the sole judge as to a contractor’s prequalification. 41 b. The City may reject, suspend, or modify any prequalification for failure by the 42 contractor to demonstrate acceptable financial ability or performance. 43 c. The City will issue a letter as to the status of the prequalification approval. 44 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 45 the prequalified work types until the expiration date stated in the letter. 46 47 48 END OF SECTION 49 50 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Excavating and Grading in and around a park, buildigs, and a �4�t �'�/`;ry�����'�.�C� � ��,� water body Concrete Paving �'ve� ���✓�;�G�'/dN ��� • ��.¢ Installation of park structures ��� � ��� �j✓G� ��y and equipment � - ` #REF! � The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: ���i`�'��-T.�s /��1��/ Company Name Here �j�c' C��/,;��CTp.��G ���/� �G'r!'►' !i/s�+- �� � Address Here �.,/ a / 7—F Address Here or Space �aT � " �"� City, State Zip Code Here '7Gz �/� END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Date: 8 /� �i0?�� 101768 - NZB - Spec - 100p - 00 41 00 Bid Proposal.xls �S/D��//� Title: Title Here� ooasiz-� BIDDER QUALIFICATION STATEMENT Page 1 of 4 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 SECTION 00 45 12 BIDDER QUALIFICATION STATEMENT / ` � Firm Name:(�� :'(�/J���iIJ�`nIC� Date Organized: � �� ❑ PARTNERSHIP [� CORPORATION Address: �� ��S �G'� , City: State: , � Zip: ��%� TelephoneNumber:�/� G%/ ���� Number of years in business under present name: Former name(s) of organization: Fax Number: �/% ���—��� � , � f CLASSIFICATION: � General ❑ Utilities ❑ Building ❑ Electrical ❑ Earthwork ❑ Paving ❑ Plumbing ❑ Other ❑ HVAC LIST A MINIMUM OF THREE SIMILAR COMPLETED PROJECTS WITHIN LAST THREE YEARS PROJECT NAME AND LOCATION � /� � NAME /TELEPHONE NUMBER OF OWNER �'�'�' ` ,�'y� �.�"!Y1• �.Gc� �%K�- , �--� �� ��r�Da-� 1,�.� d �' I -��.�3 ��� ��� / NAME /TELEPHONE NUMBER OF SURETY AMOUNT OF CONTRACT ��i / 7 �� � COMPLETION DATE �/ �� l� f SCOPE OF WORK DESCRIPTION -�'.� � . ��� � � �� G� L�� :�r ' �, ',�� � v ��� �1��� ;i CITY OF P'ORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 �0 �� � �/.S '' �� .�� North Z. Boaz Park Capital Improvements Capital Project No. 101768 ooas �z-z BIDDER QUALIFICATION STATEMENT Page 2 of 4 _ _ ��� l (,�¢'�C�Zf, 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 at 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 ' 43 44 45 46 47 48 49 50 51 PROJECT NAME AND LOCATION NAME /TELEPHONE NUMBER OF OWNER NAME /TELEPHONE NUMBER OF SURETY %)rC / � AMOUNT OF CONTRACT �� 9��' �/ v � COMPLETION DATE (0 /c� /v� � SCOPE OF WORK DESCRIPTION PROJECT N E AND LOCATION NAME /TELEPHONE NUMBER OF OWNER NAME /TELEPHONE NUMBER OF SURETY AMOUNT OF CONTRACT �I � ���'�`'j 6 `7' l�J - �/ � COMPLETION DATE SCOPE OF WORK DESCRIPTION /���G'�'tLd1'L. �Y�.L�(/S�:Y� �.6�'!'b'� T,G�-c.�.�-' 2L1 �t� J % x PROJECT NAME AND LOCATION NAME /TELEPHONE NUMBER OF OWNER NAME /TELEPHONE NUMBER OF SURETY l+� % �j' /` �,�3 8 -�t�;e4�i2ClL�L- �� C�� . _ . l - :41 �'I'S% .,�u�tC�te �f �'1Ch;c-� �G7-,,��� n ,!� . �L� T '' Jt�� / ��-� �c�.a�►-�.� --�dU ��� -t AMOUNT OF CONTRACT �� � �� lOcS ` Cf COMPLETION DATE k���r(, �T �� �� SCQ PE OF WORK DESC IPTION �� 1�.•('L.t,r� �1/���-u--��� .�(Z°,,�P �-r.-�.e u��� C ti't�e �r�e�- �iU�l��iZC. ' !L-1'L� �a- .��L4l1 .�.c-z�1 ��v�-nc�� n CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Revised July l, 2011 ��Un d� �� (� � � Q � y�iri� �l, � v �N� 1A )� ,�.. _2 C1�r•zQ - � :.s�-� C��-�.c�t4 �('c�2�o-r� North Z. Boaz Park Capital Improvements Capital Project No. 101768 004512-3 BIDDER QUALIFICATION STATEMENT Page 3 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 PROJECT NAME AND LOCATION NAME /TELEPHONE NUMBER OF OWNER NAME /TELEPHONE NUMBER OF SURETY AMOUNT OF CONTRACT COMPLETION DATE SCOPE OF WORK DESCRIPTION 2. LIST CONSTRUCTION SUPERINTENDENT'S NAME AND CONSTRUCTION EXPERIENCE: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 I North Z. Boaz Park Capital Improvements Capital Project No. 101768 1 2 3 4 s 6 7 8 9 10 11 12 13 14 15 16 17 18 19 ao ai zz 23 24 2s 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 004512-4 BIDDER QUALIFICATION STATEMENT Page 4 of 4 3. LIST ALL LABOR SUBCONTRACTORS (attach additional pages as needed) SUBCONTRACTORNAME n.c� �r (,�C � � ` ����' 7�V r �Q�� .� TRaDE 1 ��1.,�UZ�.,c,-�n c, PREVIOUS PROJECT EX � A. C C. SUBCONTRACTOR NAME TRADE /CONTACT NAME/TELEPHONE NUMBER ^ ��, e��� �� f a ' � � � ._ y8�._�0 �/1 il n . �11h a�_ -,,,�„ o„ _ x�la f.% PREVIOUS PROJECT EXPERIENCE /CONTACT NAME/TELEPHONE NUMBER a. ��1.�,��-.,c�►-� � I ��o J� � .�t.et,� �rz. , �C%�� m� I. .. c. l.l✓u- � ��-�G�-u� Uv �' l: SUBCONTRACTOR NAME n ;:� , PREVIOUS PROJEC A. : C. _ ��7-�y9sy�� � �� � �3� v�.c� �'a�2 8 i �"l � y�� �-'1 ��5� -- 9�.� ��a �9 SUBCONTR'"ACTOR NAME _ TRADE � /�,U-�C,�2-�w< PREVIOUS PROJECT EXPERIF �' a. ���-,�� � 1 � : C. E /CONTACT NAME/TELEPHONE NUMBER � Y �.. �Ti /C � l 1 A/. i/ �� �� l� // 1( �if" \ �� ��Y�(1/y� rr � f � � f ,��� Pa�- .', (..Gl, �l_ i ,/l. ��� f �� �� M( % n� V ���� /CONTACT NAME/TELEPHONE n J ��� ��' �� , � r. 3 "� � � ��- mo�.d� i��-�/59�S��B b�"'-�C�l- ., ��� 3� �-'�y3o CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 I North Z. Boaz Park Capital [mprovements Capital Project No. 101768 SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet , Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code ( ) ( ) Telephone Fax Email Texas Taxpayer Identification No. 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 76102-6311 AND MARK THE ENVELOPE: “BIDDER PREQUALIFICATION APPLICATION” Name under which you wish to qualify 00 45 13 BIDDER PREQUALIFICATION APPLICATION Page 1 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 North Z. Boaz Park Capital Improvements Capital Project No. 101768 00 45 13 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 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) Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does 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, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches – 36-inches 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 North Z. Boaz Park Capital Improvements Capital Project No. 101768 00 45 13 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller 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, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning , 24-inches 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 North Z. Boaz Park Capital Improvements Capital Project No. 101768 00 45 13 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many 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 construction work has your organization had: (a) As a General Contractor:(b) As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY-COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER *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? If so, state the name of the individual, other organization and reason. 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. North Z. Boaz Park Capital Improvements Capital Project No. 101768 North Z. Boaz Park Capital Improvements Capital Project No. 101768 North Z. Boaz Park Capital Improvements Capital Project No. 101768 North Z. Boaz Park Capital Improvements Capital Project No. 101768 00 45 13 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT CAPACITY 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 person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. North Z. Boaz Park Capital Improvements Capital Project No. 101768 00 45 13 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 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. Individuals authorized to sign for Partnership Officers or Managers (with titles, if any) 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. North Z. Boaz Park Capital Improvements Capital Project No. 101768 00 45 13 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 14. Equipment $_______________ TOTAL ITEM QUANTITY ITEM DESCRIPTION BALANCE SHEET VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 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. North Z. Boaz Park Capital Improvements Capital Project No. 101768 00 45 13 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF 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 party with any information, while this statement is in force, necessary to verify said statement. _______________________________________________, being duly sworn, deposes and says that he/she is the __________________________________ of ___________________________, 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. Firm Name: Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. North Z. Boaz Park Capital Improvements Capital Project No. 101768 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 2 3 4 5 6 7 8 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No.: 101768 — North Z. Boaz Park Capital Improvements 9 Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will 10 provide to City its subcontractor's certificates of compliance with woj•ker's compensation coverage. 11 12 CONTRACTOR: 13 % � 14 C�� �, 15 Company 16 i� /D � � � 18 Address 19 ,i Zo ��r / � 21 22 23 24 25 26 27 28 29 30 31 City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the . By: sigc � Z`,�i Title: j�j'2��/%��/ (Please Print) 0 r� authority, on this day personally appeared. ,�Jl-�? /�d7/Yl_1Z,known to me to be the person whose name is subscribed to instrument, and acknowledged to me that he/she executed the same as the act and deed of 32 33 ��n� for the purposes and consideration therein expressed and in 34 the capacity t rein stated. 35 36 37 38 39 40 41 42 43 44 45 GIVEN UNDER MY HAND AND SEAL OF OFFICE this /� �� day of � , 2021. �.,I % � _ T Notary Pu�lic in and for the State of Texas O P0.Y PUP < 2 � s P 9lfOF SE+ EILEEN BANKE Notary ID tt125765901 My Commission Expires April 14, 2023 END OF SECTION C1TY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 s�'��cna� North Z. Boaz Park Capital Improvements Capital Projects No. 101768 00 45 40 - 1 Business Equity Ordinance Specifications Page 1 of 2 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised January 5, 2021 Capital Projects No. 101768 SECTION 00 45 40 1 TEMPORARY REVISION (COVID-19) 2 BUSINESS EQUITY SPECIFICATIONS 3 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is greater than $100,000, then a Business Equity goal is applicable. 6 A Business Equity Firms refers to certified Minority-, and/or Women-, owned Business Enterprises 7 (M/WBE). 8 9 POLICY STATEMENT 10 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 11 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 12 stated in the City’s current Business Equity Ordinance No.24534-11-2020 apply to this bid. 13 14 MBE PROJECT GOALS 15 The City's M/WBE goal on this project is 15% of the total bid value of the contract (Base bid applies to 16 Park & Recreation Department). 17 18 COMPLIANCE TO BID SPECIFICATIONS 19 On City contracts $100,000 or more where a Business Equity Goal is applied, offerors are required to 20 comply with the intent of the City's Business Equity Ordinance by meeting or exceeding the above stated 21 goal through one of the following methods: 1. Business Equity subcontracting participation, or; 2. 22 Commercial useful function services performed by the Business Equity Prime to count towards the 23 goal, or; 3. Combination of Business Equity Prime services and Business Equity subcontracting 24 participation, or; 4. Business Equity Joint Venture participation, or; 5. Good Faith Effort 25 documentation, or; 6. Prime Waiver documentation. 26 27 SUBMITTAL OF REQUIRED DOCUMENTATION 28 The Utilization Plan shall be due at the time specified in the solicitation. The applicable documents must 29 be received by the Purchasing Division, within the time allocated, in order for the entire bid to be considered 30 responsive to the specifications. The offerer shall EMAIL the Business Equity documentation to the 31 assigned City of Fort Worth Project Manager or Department Designee. Documents are to be received no 32 later than 2:00 p.m., on the second City business day after the bid opening date, exclusive of the bid 33 opening date. A faxed copy will not be accepted. 34 35 The Offeror must submit one of the following documentation: 36 1. Utilization Form, if the goal is met or exceeded, 37 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if participation 38 is less than stated goal, or no Business Equity participation is accomplished, 39 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform all 40 subcontracting/supplier opportunities, 41 4. Joint Venture Form, if goal is met or exceeded with a Joint Venture. 42 These forms can be found on-line at: 43 Business Equity Utilization Form 44 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60%20-45 %20MWBE/NEW%20Business%20Equity%20Ordinance/Business%20Equity%20Utilization%20Form.46 pdf 47 48 Business Equity Prime Contractor Waiver Form 49 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60%20-50 %20MWBE/NEW%20Business%20Equity%20Ordinance/Business%20Equity%20Prime%20Contractor51 %20Waiver.pdf 52 00 45 40 - 2 Business Equity Ordinance Specifications Page 2 of 2 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised January 5, 2021 Capital Projects No. 101768 1 Business Equity Good Faith Effort Form 2 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60%20-3 %20MWBE/NEW%20Business%20Equity%20Ordinance/Business%20Equity%20Good%20Faith%20Ef4 fort%20Form.pdf 5 6 Business Equity Joint Venture Form 7 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60%20-8 %20MWBE/NEW%20Business%20Equity%20Ordinance/Business%20Equity%20Joint%20Venture.pdf 9 10 11 12 13 14 15 16 17 Any Questions, Please Contact The Business Equity Division at (817) 392-2674. 18 19 END OF SECTION 20 FAILURE TO COMPLY WITH THE CITY’S BUSINESS EQUITY ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUTIY DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 00 52 43 - 1 Agreement Page 1 of 6 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised 11/23/2021 Capital Project No. 101768 SECTION 00 52 43 1 AGREEMENT 2 3 THIS AGREEMENT, authorized on November 30, 2021, is made by and between the City of Fort 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 (“City”), and Cole Construction, Inc., authorized to do business in Texas, acting by and through its 6 duly authorized representative, (“Contractor”). City and Contractor may jointly be referred to as 7 Parties. 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 101768 - North Z. Boaz Park Capital Improvements 16 Article 3. CONTRACT PRICE 17 City agrees to pay Contractor for performance of the Work in accordance with the Contract 18 Documents an amount, in current funds, of Two million, one hundred ninety-one thousand, three 19 hundred fifty-six and 40/100 Dollars ($ 2,191,356.40). Contract price may be adjusted by change 20 orders duly authorized by the Parties. 21 Article 4. CONTRACT TIME 22 4.1 Final Acceptance. 23 The Work shall be complete for Final Acceptance within 270 days after the date when the 24 Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, 25 plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 26 4.2 Liquidated Damages 27 Contractor recognizes that time is of the essence for completion of Milestones, if any, and to 28 achieve Final Acceptance of the Work and City and the public will suffer from loss of use if 29 the Work is not completed within the time(s) specified in Paragraph 4.1 above. The 30 Contractor also recognizes the delays, expense and difficulties involved in proving in a legal 31 proceeding, the actual loss suffered by the City if the Work is not completed on time. 32 Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated 33 damages for delay (but not as a penalty), Contractor shall pay City, Six hundred fifty and 34 00/100 Dollars ($650.00), for each day that expires after the time specified in Paragraph 4.1 35 for Final Acceptance until the City issues the Final Letter of Acceptance. 36 Article 5. CONTRACT DOCUMENTS 37 5.1 CONTENTS: 38 A. The Contract Documents which comprise the entire agreement between City and Contractor 39 concerning the Work consist of the following: 40 1. This Agreement. 41 00 52 43 - 2 Agreement Page 2 of 6 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised 11/23/2021 Capital Project No. 101768 2. Attachments to this Agreement: 1 a. Bid Form 2 1) Proposal Form 3 2) Vendor Compliance to State Law Non-Resident Bidder 4 3) Prequalification Statement 5 4) State and Federal documents (project specific) 6 b. Current Prevailing Wage Rate Table 7 c. Insurance ACORD Form(s) 8 d. Payment Bond 9 e. Performance Bond 10 f. Maintenance Bond 11 g. Power of Attorney for the Bonds 12 h. Worker’s Compensation Affidavit 13 i. MBE and/or SBE Utilization Form 14 3. General Conditions. 15 4. Supplementary Conditions. 16 5. Specifications specifically made a part of the Contract Documents by attachment or, if 17 not attached, as incorporated by reference and described in the Table of Contents of the 18 Project’s Contract Documents. 19 6. Drawings. 20 7. Addenda. 21 8. Documentation submitted by Contractor prior to Notice of Award. 22 9. The following which may be delivered or issued after the Effective Date of the 23 Agreement and, if issued, become an incorporated part of the Contract Documents: 24 a. Notice to Proceed. 25 b. Field Orders. 26 c. Change Orders. 27 d. Letter of Final Acceptance. 28 29 Article 6. INDEMNIFICATION 30 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 31 expense, the city, its officers, servants and employees, from and against any and all 32 claims arising out of, or alleged to arise out of, the work and services to be performed 33 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 34 under this contract. This indemnification provision is specifically intended to operate 35 and be effective even if it is alleged or proven that all or some of the damages being 36 sought were caused, in whole or in part, by any act, omission or negligence of the city. 37 This indemnity provision is intended to include, without limitation, indemnity for costs, 38 expenses and legal fees incurred by the city in defending against such claims and causes 39 of actions. 40 41 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 42 the city, its officers, servants and employees, from and against any and all loss, damage 43 or destruction of property of the city, arising out of, or alleged to arise out of, the work 44 and services to be performed by the contractor, its officers, agents, employees, 45 subcontractors, licensees or invitees under this contract. This indemnification 46 provision is specifically intended to operate and be effective even if it is alleged or 47 proven that all or some of the damages being sought were caused, in whole or in part, 48 by any act, omission or negligence of the city. 49 50 00 52 43 - 3 Agreement Page 3 of 6 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised 11/23/2021 Capital Project No. 101768 Article 7. MISCELLANEOUS 1 7.1 Terms. 2 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 3 have the meanings indicated in the General Conditions. 4 7.2 Assignment of Contract. 5 This Agreement, including all of the Contract Documents may not be assigned by the 6 Contractor without the advanced express written consent of the City. 7 7.3 Successors and Assigns. 8 City and Contractor each binds itself, its partners, successors, assigns and legal 9 representatives to the other party hereto, in respect to all covenants, agreements and 10 obligations contained in the Contract Documents. 11 7.4 Severability/Non-Waiver of Claims. 12 Any provision or part of the Contract Documents held to be unconstitutional, void or 13 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 14 remaining provisions shall continue to be valid and binding upon City and Contractor. 15 The failure of City or Contractor to insist upon the performance of any term or provision of 16 this Agreement or to exercise any right granted herein shall not constitute a waiver of City's 17 or Contractor’s respective right to insist upon appropriate performance or to assert any such 18 right on any future occasion. 19 7.5 Governing Law and Venue. 20 This Agreement, including all of the Contract Documents is performable in the State of 21 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 22 Northern District of Texas, Fort Worth Division. 23 7.6 Authority to Sign. 24 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 25 than the duly authorized signatory of the Contractor. 26 7.7 Non-appropriation of Funds. 27 In the event no funds or insufficient funds are appropriated by City in any fiscal period for 28 any payments due hereunder, City will notify Vendor of such occurrence and this Agreement 29 shall terminate on the last day of the fiscal period for which appropriations were received 30 without penalty or expense to City of any kind whatsoever, except as to the portions of the 31 payments herein agreed upon for which funds have been appropriated. 32 33 34 35 36 00 52 43 - 4 Agreement Page 4 of 6 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised 11/23/2021 Capital Project No. 101768 7.8 Prohibition On Contracts With Companies Boycotting Israel. 1 2 Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of 3 the Texas Government Code, if Contractor has 10 or more full time-employees and the 4 contract value is $100,000 or more, the City is prohibited from entering into a contract with 5 a company for goods or services unless the contract contains a written verification from the 6 company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term 7 of the contract. The terms “boycott Israel” and “company” shall have the meanings 8 ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this 9 contract, Contractor certifies that Contractor’s signature provides written verification to 10 the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not 11 boycott Israel; and (2) will not boycott Israel during the term of the contract. 12 13 7.9 Prohibition on Boycotting Energy Companies. 14 Contractor acknowledges that in accordance with Chapter 2274 of the Texas Government 15 Code (as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2), the City is prohibited from 16 entering into a contract for goods or services that has a value of $100,000 or more, which 17 will be paid wholly or partly from public funds of the City, with a company (with 10 or more 18 full-time employees) unless the contract contains a written verification from the company 19 that it: (1) does not boycott energy companies; and (2) will not boycott energy companies 20 during the term of the contract. The terms “boycott energy company” and “company” have 21 the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as 22 added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2). To the extent that Chapter 2274 of the 23 Government Code is applicable to this Agreement, by signing this Agreement, Contractor 24 certifies that Contractor’s signature provides written verification to the City that 25 Contractor: (1) does not boycott energy companies; and (2) will not boycott energy 26 companies during the term of this Agreement. 27 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. 28 Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas 29 Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1), the City is 30 prohibited from entering into a contract for goods or services that has a value of $100,000 or 31 more which will be paid wholly or partly from public funds of the City, with a company (with 32 10 or more full-time employees) unless the contract contains a written verification from the 33 company that it: (1) does not have a practice, policy, guidance, or directive that discriminates 34 against a firearm entity or firearm trade association; and (2) will not discriminate during the 35 term of the contract against a firearm entity or firearm trade association. The terms 36 “discriminate,” “firearm entity” and “firearm trade association” have the meaning ascribed 37 to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th 38 Leg., R.S., S.B. 19, § 1). To the extent that Chapter 2274 of the Government Code is 39 applicable to this Agreement, by signing this Agreement, Contractor certifies that 40 Contractor’s signature provides written verification to the City that Contractor: (1) does 41 not have a practice, policy, guidance, or directive that discriminates against a firearm 42 entity or firearm trade association; and (2) will not discriminate against a firearm entity 43 or firearm trade association during the term of this Agreement. 44 45 00 52 43 - 5 Agreement Page 5 of 6 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised 11/23/2021 Capital Project No. 101768 7.11 Immigration Nationality Act. 1 Contractor shall verify the identity and employment eligibility of its employees who perform 2 work under this Agreement, including completing the Employment Eligibility Verification 3 Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms 4 and supporting eligibility documentation for each employee who performs work under this 5 Agreement. Contractor shall adhere to all Federal and State laws as well as establish 6 appropriate procedures and controls so that no services will be performed by any Contractor 7 employee who is not legally eligible to perform such services. CONTRACTOR SHALL 8 INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, 9 LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY 10 CONTRACTOR, CONTRACTOR’S EMPLOYEES, SUBCONTRACTORS, 11 AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right 12 to immediately terminate this Agreement for violations of this provision by Contractor. 13 7.12 No Third-Party Beneficiaries. 14 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 15 and there are no third-party beneficiaries. 16 7.13 No Cause of Action Against Engineer. 17 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 18 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 19 subcontractors, for any claim arising out of, in connection with, or resulting from the engineering 20 services performed. Only the City will be the beneficiary of any undertaking by the Engineer. 21 The presence or duties of the Engineer's personnel at a construction site, whether as on-site 22 representatives or otherwise, do not make the Engineer or its personnel in any way 23 responsible for those duties that belong to the City and/or the City's construction contractors 24 or other entities, and do not relieve the construction contractors or any other entity of their 25 obligations, duties, and responsibilities, including, but not limited to, all construction 26 methods, means, techniques, sequences, and procedures necessary for coordinating and 27 completing all portions of the construction work in accordance with the Contract Documents 28 and any health or safety precautions required by such construction work. The Engineer and 29 its personnel have no authority to exercise any control over any construction contractor or 30 other entity or their employees in connection with their work or any health or safety 31 precautions. 32 33 34 00 52 43 - 6 Agreement Page 6 of 6 CITY OF FORT WORTH North Z. Boaz Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Capital Improvements Revised 11/23/2021 Capital Project No. 101768 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective 1 as of the date subscribed by the City’s designated Assistant City Manager (“Effective Date”). 2 3 Contractor: City of Fort Worth 4 5 By: By: 6 7 8 Signature Valerie Washington 9 Assistant City Manager 10 11 (Printed Name) 12 Date 13 14 Title Attest: 15 16 17 Address Jannette Goodall, City Secretary 18 19 (Seal) 20 City/State/Zip 21 22 23 Date M&C: 21-0929 24 Date: November 30,2021 25 Form 1295 No.: 2021-084746 26 27 Contract Compliance Manager: 28 By signing, I acknowledge that I am the 29 person responsible for the monitoring and 30 administration of this contract, including 31 ensuring all performance and reporting 32 requirements. 33 34 _____________________________________ 35 Helen Florez, Park Planner 36 Park & Recreation Department 37 38 Approved as to Form and Legality 39 40 _____________________________________ 41 Douglas W. Black 42 Sr. Assistant City Attorney 43 44 APPROVAL RECOMMENDED: 45 46 _____________________________________ 47 Richard Zavala, Director 48 Park & Recreation Department 49 Timothy Wade (Jan 10, 2022 14:41 CST) Timothy Wade 10513 Alta Vista Rd Timothy Wade COO Fort Worth, TX 76244 01/10/22 Richard Zavala (Jan 11, 2022 11:53 CST) Richard Zavala DBlack (Jan 11, 2022 18:43 CST) Valerie Washington (Jan 11, 2022 19:39 CST) 01/11/22 Jannette S. Goodall (Jan 13, 2022 06:43 CST) Jannette S. Goodall 00 61 13 - I PERFORMANCE BOND Page I of 2 1 2 3 4 5 6 7 8 9 10 SECTION 00 61 13 PERFORMANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT That we, "Principal" herein and Bond No. RCB0024994 § § KNOW ALL BY THESE PRESENTS: § Cole Construction, Inc. , known as RLI Insurance Company a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 11 municipal corporation created pursuant to the laws of Texas, known as"City" herein, in the penal Two Million One Hundced Ninety One Thousand Three 12 SUlll Of, Hundred Fifty Six and 40/]00 Dollars 13 14 15 16 ($ 2,191,356.40 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas far 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. 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the 30� day of November , 20 21 , which Contract is hereby referred to and 19 20 21 22 23 24 25 26 27 28 29 30 31 32 made a part hereof for all purposes as if fully set foi�th herein, to furnish all materials, equipment labor and other accessaries defined by law, in the prosecution of the Wark, including any Change Orders, as provided far in said Contract designated as 101768 — North Z. Boaz Park Capital Improvements NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 North Z. Boaz Park Capital Improvements Capital Project No. 101768 006113-2 PERFORMANCE BOND Page 2 of 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 13th day of December , 202] PRiNC'TPAT,� AT�ST; /; ) � ( /�� ��— � �f. (I�rinc' al) Secretary � �-__ SURET'Y: 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 .�7 �_ � u- � yr�a�t Witness as to Surety, Shend Sharani Address: 10315 Alta Vista Rd. Fort Worth. TX 76244 RLI Insurance Company BY: J � �-WL( / Signature Teuta Luri, Attorney-in-Fact Name and Title Address: 10315 Alta Vista Rd. Fort Worth. T'X 76244 Telephone Number: (309) 692-1000 *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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Revised July 1, 2011 North Z. Boaz Park Capital Improvements Capital Project No. 101768 a 00 61 14 - 1 PAYMENT BOND Page 1 of 2 1 2 3 4 5 6 7 8 9 10 THE STATE OF TEXAS COUNTY OF TARRANT That we, SECTION 00 61 14 PAYMENT BOND �nd No. RCB0024994 § § KNOW ALL BY THESE PRESENTS: § Cole Inc. known as "Principal" herein, and RLI Insurance Company , a coiporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal 12 SUITl Of T�vo Million One Himdred Ninety One Thousand Three Hundred FiRy Six and 40/100 j�O1�Sl'S 13 ($ 2,191,356.40 ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 our heirs, executars, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, Principal has entered into a certain written Contract with City, awarded the 30th day of November , 2021 , which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as: 101768 — North Z. Boaz Park Capital Improvements NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Wark under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and alt liabilities on this bond shall be determined in accordance with the provisions of said statute. CITY OF FORT WORTH STANDARD CONSTRUCTtON SPECIFICAT[ON DOCUMENTS Revised July 1, 2011 North Z. Boaz Park Capital Improvements Capital Project No. 101768 006114-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety ha�e each SIGNED and SEALED 2 this instrument by duly autharized agents and officers on this the 13th day of � � December , 2021 nuT�.Tr�iner • ATTEST: �� �i '� �'lV 7 _ �. - (Princ-i al) Secretary � as to ATTEST: SURETY: ♦ ♦♦ RLI Insurance Company BY: J �� �{'(,f � Signature (Surety) Secretary ��_ �Q_ _ _ s ��-�d�� Wifiess as to Surety, Shend Sharani � Teuta Luri, Attorney-in-Fact Name and Title Address: 4025 N. Lindbergh Drive Peoria, IL 61615 Telephone Number: (309) 692-t0oo 5 6 7 8 9 10 11 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws 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. �ND OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 7uly 1, 2011 North Z. Boaz Park Capital [mprovements Capital Project No. 101768 Fort Worth, TX 76244 00 61 19 - 1 MAINTENANCE BOND Page i of 3 7 2 3 4 5 6 7 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 61 19 MAINTENANCE BOND Bond No. RCB0024994 § § KNOW ALL BY THESE PRESENTS: § 8 That we Cole Conshuction, Inc. , known as 9 "Principal" herein and Ri-I Insurance Company , a corporate surety � 11 (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of the State of Texas, known as"City" herein, Two Million One Hundred Ninety One Thousand Three 13 in the sum of Hundred Fiftv Six and 40/] 00 Dollars 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3l 32 33 34 35 36 ($ 2,191,356.40 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the 30th day of November 20 21 , which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract and designated as 101768 — North Z. Boaz Park Capital Improvements ; and WHEREAS, Principal binds itself to use such materials and to so construct the Wark in accordance with the plans, specifications and Conh�act Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 North Z. Boaz Park Capital Improvements Capital Project No. 101768 00 61 19 - 2 MAINTENANCE BOND Page 2 of 3 1 2 3 4 5 6 7 8 9 ]0 11 12 13 14 15 16 17 18 19 20 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED Fi7RTHER, 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; and PROVIDED FiJRTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIrICAT[ON DOCUMENTS Revised July 1, 2011 North Z. Boaz Park Capital Imnrovements Capital Project No. 101768 0061 19-3 MAINTENANCE QOND Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 2s a� 27 28 29 30 31 32 33 34 35 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the December � 20 21 ATTE �: �" >>� �� �� (Princip 1) Secretary _, ,f, ��� - � ,�,'� _._ _ . rtness as to Pr' ipal `-': r� ATTEST: (Sw•ety) Secreta�y '—�'� "�,v` ' � Witness as to Surety, Shend Sharani 13th day of PRIN�TPAi.� SURETY: RLI Insurance Company BY: ✓ C`',C.C3�C� �-(I'l,t � Signature Teuta Luri, Attorney-in-Fact Name and Title Address: 9025 N. Lindber�h Drive Peoria, IL 61615 Telephone Number: (309) G92-1000 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified e�ctract 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 STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised July l, 201 l North Z. Boaz Park Capital Improvements Capital Project No. 101768 1 Address: 10315 Alta Vista Rd. Fort Worth, TX 76244 65643138 | 21-22 CGL/Auto/WC/Equip/Excess | Krista Aburrow | 12/20/2021 10:28:03 AM (CST) | Page 3 of 17 65643138 | 21-22 CGL/Auto/WC/Equip/Excess | Krista Aburrow | 12/20/2021 10:28:03 AM (CST) | Page 4 of 17 65643138 | 21-22 CGL/Auto/WC/Equip/Excess | Krista Aburrow | 12/20/2021 10:28:03 AM (CST) | Page 5 of 17 65643138 | 21-22 CGL/Auto/WC/Equip/Excess | Krista Aburrow | 12/20/2021 10:28:03 AM (CST) | Page 6 of 17 65643138 | 21-22 CGL/Auto/WC/Equip/Excess | Krista Aburrow | 12/20/2021 10:28:03 AM (CST) | Page 7 of 17 65643138 | 21-22 CGL/Auto/WC/Equip/Excess | Krista Aburrow | 12/20/2021 10:28:03 AM (CST) | Page 8 of 17 65643138 | 21-22 CGL/Auto/WC/Equip/Excess | Krista Aburrow | 12/20/2021 10:28:03 AM (CST) | Page 9 of 17 65643138 | 21-22 CGL/Auto/WC/Equip/Excess | Krista Aburrow | 12/20/2021 10:28:03 AM (CST) | Page 10 of 17 65643138 | 21-22 CGL/Auto/WC/Equip/Excess | Krista Aburrow | 12/20/2021 10:28:03 AM (CST) | Page 11 of 17 65643138 | 21-22 CGL/Auto/WC/Equip/Excess | Krista Aburrow | 12/20/2021 10:28:03 AM (CST) | Page 12 of 17 65643138 | 21-22 CGL/Auto/WC/Equip/Excess | Krista Aburrow | 12/20/2021 10:28:03 AM (CST) | Page 13 of 17 65643138 | 21-22 CGL/Auto/WC/Equip/Excess | Krista Aburrow | 12/20/2021 10:28:03 AM (CST) | Page 14 of 17 65643138 | 21-22 CGL/Auto/WC/Equip/Excess | Krista Aburrow | 12/20/2021 10:28:03 AM (CST) | Page 15 of 17 65643138 | 21-22 CGL/Auto/WC/Equip/Excess | Krista Aburrow | 12/20/2021 10:28:03 AM (CST) | Page 16 of 17 65643138 | 21-22 CGL/Auto/WC/Equip/Excess | Krista Aburrow | 12/20/2021 10:28:03 AM (CST) | Page 17 of 17 r I' i ' � � � ' RLI Insurance Company Contractors Bonding and Insurance Company 9025 N. Lindbergh Dr. Peoria, IL 61615 Phone: 80U-645-2402 Know Al! Men by These Presents: That this Power of At#orney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company and/or Contractors Bonding and Inaurance Company, each an Illinois corporation, (separately and together, the "Company") do hereby make, constitute and appoint: Steven R. Foster, Jack M. Cro�vley. Deborah En lish, Luke J. �olan Jr„ Daphne Massex. Tet�ta Luri. Julie M. Decker loshua Sanford, T,aurie Pflug, jaintly �r 'severaliy in the City of Dallas , State of Texas its irue and lawful Agent(s) and Attomey(s) in Fact, with full power and authority hereby conferred, to sign, execute, aclrnowledge and deliver far and on its behalf as Surety, in general, any and alt bonds and undertakings in an amount not to exceed Twenty Five Millian Dollars ( $2S.00O.00U.00 ) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. RLI Insurance Comp$ny and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of a Resolurion adopted by the Board of Directors of each such corporation, and is now in force, to-wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in tb.e corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other off'icers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate sesl is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WI'TNESS WHEREOF, the RLI Insurance Company and/or Contraetors Bonding and Tnsurance Company, as applicable, have caused these presents to be executed by its respective Vice President with its corporate seal affixed this 8 h day of lanuar�_ , 2020 . State of lllinois County of Peoria ..�`���eiG�AND lilg��'�. o�����. ' �'�,v�F�''. ' �' ,or�' C'Q�PORqT��• m�=. .�� n; y�. �EfYL ��y�D : =,ao'� ' r : i1+.iNo�S , ) ���„�,���„�„���"�� � SS �� GpAPOJiq�'�.��f �a� :SEAL: On this 8th day of January , 2020 , before me, a Notary Pub3ie, personally appeared Barton W. Davis , who being by me duly swom, acknowledged that he signed the above Power of Attorney as the aforesaid o�cer of the RLI Insurance Company and/or Contractors Boading and Insarance Company and acknowledged said inshvment to be the voluntary act and deed of said cotporation. . �.''� �t�rTr+ •. ♦�w♦ ♦ r����• ► �. a � i i ' • +� , .� . .; r••,,:. � � � � �� r ............ ......�,.......... Notary Public 4114953020212 Gretchen L.Johnigk RLl Insurance Company Contractors Bonding and Insurance Compsny B,y: / l� l N/ . _ I • �� �/ B3ItOII W. D8V1S CEBTIFICATE Vice President l, the undersigned officer of RLt Insurance Company and/or Contraetors Bonding and Insuranee Company, do hereby certify that the attached Power of Attomey is in fult force and effect and is irrevocable; and furthermprc, that the Resolution of the Company as set forth in the Power nf Attorney, is now in force. In tesrimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Com an and/or Contractors Bondin and insurance Company this �3t�i day of December , 2�21 , RLI Insurance Company Contractors Bonding and Insurance Company By: �ilL�i AOOSSD 19 u�..t'�ct� � � — c;orporate �ecretary �����_ 1 RLI Insurance Company P.O. Box 3967 Peoria, IL 61612-3967 Phone: 309-692-1000 Fa�c: 309-683-1610 TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call RLI Insurance Company's toll free telephone Texas Policyholder Notice s_ /__ � �I' � � . Para obtener informacion o para presentar una queja: Usted puede Ilamar al numero de telefono gratuito de RLI number for information or to make a complaint at 800-645-2402. Insurance Company para obtener informacion o para presentar una queja al 800-645-2402. You may also write to RLI Insurance Company at: 9025 N. Lindbergh Drive Peoria, IL 61615 FAX # 309-683-1610 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may also write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax Number: (512) 490-1007 Web: www.tdi.texas.eov E-mail: ConsumerProtectionna,tdi.texas.�ov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a cIaim, you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Usted tambien puede escribir a RLI Insurance Company: 9025 N. Lindbergh Drive Pearia, II, 61615 FAX # 309-683-1610 Usted puede comunicarse con el Departamento de Seguros de Texas para obtener informacion sobre companias, coberturas, derechos o quejas al 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a: P.O. Box 149104 Austin, T'X 78714-9104 Fax Number: (512) 490-1007 Sitio web: www.tdi.texas. o�v E-mail: ConsumerProtection�tdi.texas.gov � � , � � � � . —�/.-:_- 1._. _ ._ .. 1 _ i� RECLAMACIONES: Si tiene una disputa relacionada con su prima de seguro o con reclamacion, usted debe comunicarse con el agente primero. Si la disputa no es resuelta, puede comunicarse con el Departamento de Seguros de Texas. ADJUNTE ESTE AVISO A SU POLIZA: Este aviso es solamente para propositos informativos y no se convierte en parte o en condicion del documento adjunto. UW 1042-S (08/15) M4201815