Loading...
HomeMy WebLinkAboutContract 58806CSC No. 58806 FORT WORTH CONTRACT FOR THE CONSTRUCTION OF Playground Replacement at 7 Park Sites: CP Hadley, Candleridge, Daggett, Lake Como, Overton, Southwest and Westcreek Parks City Project No. 30100-0800450-5330500-101649-004880-9999 Mattie Parker Mayor David Cooke City Manager Dave Lewis, Acting Director, Park & Recreation Department Prepared for The City of Fort Worth Park & Recreation Departinent 2022 Pacheco Koch a Westwood Company Q�ffi[)SCA oe a cr O `bm .� OF OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORT H. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 9 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 00 11 13 Invitation to Bidders 07/19/2021 0021 13 Instructions to Bidders 11/02/2021 0035 13 Conflict of Interest Statement 02/24/2020 0041 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 0043 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 00 ,tom Bidders Wequalifieations 08 t io��1 09--112 09 t� n t 24 00,15 13 Prequialifi.eation Applieatioli 0Qt—roe 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 10/27/2021 00 52 43 Agreement 08/22/2022 0061 13 Performance Bond 07/01/2011 0061 14 Payment Bond 07/01/2011 0061 19 Maintenance Bond 07/01/2011 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 08/23/2021 00 73 00 Supplementary Conditions 03/09/2020 Division 01- General Requirements Last Revised 01 1100 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 Schedule 08/13/2021 01 32 33 Preconstruction Video 07/01/2011 013300 Submittals 12/20/2012 0135 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 5000 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 Si na e 07/01/2011 01 6000 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 7123 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 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 CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 30100-0800450-5330500-101649-004880-9999 Revised December 9, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 9 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Date Modified Division 02 - Existing Conditions 02-4443 S%Iorc Site Dem9lWen 4444, Utilrrrj=i�ccinvran� cvElHE461�111€Il� Division 03 - Concrete - = " Divicinn 11 — Fnninment 4-1-6t�-�? S4e4J -id ti ufl" th ment 44-69-4-5 edIIIiE�—SHi ciCH3� Division 26 - Electrical 26-05-43 r I ,ao,.,,,.,,,,nd nuois and p Ilivicinn 11 - F.nrthwnrk t t n nn c+o r to ,•;,, 3123 16 Unclassified Excavation 08/02/2022 34 �'� 13e -ew 31-21440 E-ml3a*kmens � Imo_,-z55-00 L• -esien . id Sediia,e+*49an4- - Fi 4 iefts 34 3-7 N Ripmp Divicinn 32 - Fxterinr Tmnrnvements �—: . ® . Emma CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 30100-0800450-5330500-101649-004880-9999 Revised December 9, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 9 3� 1�r3 E6HEICurb-and Gutters and Valle), Gutter 3,1—P-2-5 Curb . iresss 3-34 ice C4ahi-Fen♦••ems •, nets- nd-Cft es 32-31--166 "Wire times mQ Gates 3i 3-1-2-9 Weo 1 ❑opopg And Gates 3,'L3�3 Cast in Place Goo ete not.,;.,;.,,:� 32-94-1-9 and Finishing pf?ladew,� 32- -rr Hydre MulelAng, Seeding, and Ei kle- -3J2--� T-rues--r'Ii-1d-S4+ +bs Division 33 - Utilities ., 0- - - - -- �i:i G SRI LWM �..,....a. 5..5.E � �♦, •. ® .� 11=1 MR CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 30100-0800450-5330500-101649-004880-9999 Revised December 9, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 9 ®ME I • •. K - • !I V �0 IN R. �._ ■ i1L• . ■ IM ■ • !V Mg. — Division 34 - Transportation !! !!R., Io r- r._ OEM! a 11121 '' Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: htti):Hfortworthtexas.gov/taw/contractors/ or https://apps.fortworthtexas.gov/ProjectResources/ CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 30100-0800450-5330500-101649-004880-9999 Revised December 9, 2022 Division 02 - Existing Conditions 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 9 Last Revised 0241 13 Selective Site Demolition 03/11/2022 0241 14 Utility Removal/Abandonment 12/20/2012 0241 15 Paving Removal 02/02/2016 Division 03 - Concrete 03-3Q0 Cast-4i-124-aee—Gone- t-e 034144?0?3 03-3443 Ceiit,• Iled Loll Materi-&l /nT M4 12P-0/2012 00 6 Ge, .ete Rasenn.,ro�•:.,1-�6r—�r2-H 31T 12/,- 201 07'"80-GO M-eLTI'I i.-L[ 1TI}i;.4e7E—d 1T~ GE)nefett'e-L�•� �n1Tfett, J 1 7 /7_�rL0p-o p- Division 11- Equipment 11 66 12 Site Underdrain 11 67 13 Site Furnishings 11 68 14 Playground Equipment 1169 15 Wood Fiber Playground Surfacing Division 26 - Electrical a6-05-00 C-ommon-We-k4es d+s teFE4eet teal 03 A4420 '21 "nti�. Demolition fee- Electrical System 12420/38-r2 2�6 05 I✓ �Iidocg,vc,aDt}cts-:r'a -pcC-C'i-^I Systems 474�1 2 2-6r85-50 G at Multj Diet r, ,,a, ;t 02-P-4/?$16 Division 31- Earthwork 31 00 00 Site Clearing 03/22/2021 3123 16 Unclassified Excavation 01/28/2013 -,,�-3 B-o r'e��t 0, /-2Q�, Q'�'n 34-22 -00 EmbanhQ; eats n, 1��, 2 —3 31 25 00 Erosion and Sediment Control 04/29/2021 33-36-00 F biens , � /,z4o -w- 3-I-3-7-00 4-140!?01? Division 32 - Exterior Improvements 32-0447 P-i'Hilan nt As-t-P-ffiaH' '2�224izQ Tempo •, r� ����hiif 1 /ten l nil 3-2w 29, Coner 321-1-2.) �«e;4ble Base C,,,,,.se 12,90 20 -2 -344-34 Eement Ti-eated Bas rb� 0640/2022 324-"q 1,4 uid Treated Soil StaofIizef 08/21/2015 :2-424o Asphalt Paving , - !z n�i 37 i 7 7-31 1,.,1t Pay;w,.. Grack C Hari rzrrrn;��1'-c! i�-9 ! r�0-P- 32 13 13 Concrete Paving 06/10/2022 32 1320 Concrete Sidewalks, Driveways and Barrier Free Rams 12/09/2022 32 1373 Concrete Paving Joint Sealants 12/20/2012 32--446 13r &k-Lin-4-Ra�4ng 12LIO O-12 32 i6 14 G'i'r'r^cz Lirb and Gutter nd \/a11 eils 4 /©-9/2Q2-. 23 321723 Pavement Markings 06/10/2022 -1-J 32-2-5 r—.ltrb Address Painttiiig 1 1 /n,,i rr.vi/ino1 -1 CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 30100-0800450-5330500-101649-004880-9999 Revised December 9, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 9 3 -34-13 pain co., ,on and Q--'es -iz4e4-w-2 32-34� �"' P i�&nee-s ; di Gates t4/2v/?moop 3z 34-2-9 WOc'3-@nC$S--c'}H l@J 12,420/2012 z 32 32 13 Cast -in -Place Concrete Retaining Walls 06/05/2018 3291 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022 32 92 13 Sodding 05/13/2021 32-9244 avtNative e ee4;r S3-002E 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities ?�T0In tr Sail l- 8tion 33 0 �3? rc;^vaccrc��CYft �el@� P-20- 21 3-FY3--1-e i-c-cvCr-.T�rs 1034 33_0440 Joint o,n n, and Cleeit,ie , 42A20,w22 33-84-44 G9n�9Sf}C61?t•„I Test stat; tz'—z ?^,�? 4-1-2 Magnesium n,,.,dlo G;Itheddi, Foteetie Q„nto,,, l�/'fz—r-mzv12 33 nil 3 0-Tell!07/0-1-/2W4 14-04-40 C lea+l e-c- � afr `�,'nte�lurrrs 02,106/2013 93 ea 03/1 1/30 j-3-0540Utility T,eneh E,,...,yati.,,, Embe,d,,,ont .,,,,d R. �LP;II 81/�2/202� 3305t22 xxt.,to,•r' r -Y�-LTCGT-G-[]TI.T_VTPGTITIti t�l�n/tnt� 'l�z ?? nc t ? Frame, Cover and Q, ade D;,,,,n nn/n,rnv ter oci n cust•,` a.,,l, rIe., inlets, Valve Boxes, and ntrc• ct rcc+ ric.rU 3?�T Cradle ,t 03l1 1/_022 ?7�. Cox"ieye'tce W teFAL ,.l=4��n 7/7- irzrcv/'to 2 0�-v4-4-6 33 5-17 Ganer t&,G� 034t ??'�-05i2 Steel Cashig Pipe 1 /r�r20/2012 ??� Pa-rn-ic uaneiing - n/o - 112 ??fiistallafloiie't-1-.}i • Pl-afc 12/09/2022 3rG-J'ztl 7 T4� I i� pk-�F'- eeatofs /r- 20,12012 12,120,12012 .?�-5 Belts, Nuts, and /.dots 17l7 't ??� 1�T DUCtil e 1,•o C;tt;.,gn nn/7� n�T 33-44-4-2 ,l Chloride (PVC) D..annufe Ripe `� nnmo��� ?? ^�-14-14 Baf Wrapped, Steel 1 non /? 94-2 '1 � 3 ii 1=1 gwied Mee! Pipe an4f4ft4igs 1 7 i7TCT- n0 /�0-1 �1 ?? 12 to �--r�o Watel�e>��� 1 ;,,.ht„7_inch 2/1,1/2n17 0� 3-3-V244 LaFge Water kketer-s e/�o 33422-20 Resilient Seate Qile—V at -re 33�'t -12-24 n �xr�x�n D„ co.,4�,d u, rrr�rrr�R ubbci�carca-ac �V-u l�3/2019 4 'moo-i-i 33 1�5 C, n tion t Gxis ng W 4er n ain 02140t/--0--3 3342--N r.,,,,h;,,..t;,,n n ;,• V.,I, o n n „h+ ,• Petable xvSYstemst /2002-0-P- 3-34 ,z48 n 1 /ten r�n�1 T1 3-3-� C ut--e d i ii rP lu e-OPP) tr/2n /v, 20 12 CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 30100-0800450-5330500-101649-004880-9999 Revised December 9, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 9 - '— i F-I-bungSewers 4-20/?04-2 33-3-4-- 1�i-I- - lyctkyl-e-Re-(rr�i�p4✓TD1 e fol. 0�I /7�r1 170 -33-3 i -2-0 Pt} 'vi Ll-C A4d,-W fy-Sewed e n en/i o_ /zvcc DG, Chl,,, ide iwC) Closed P Ci ,;t,, San4taFy Se. o ��_ yl fefile r-a e 33-34 2-? Ii 33 34-223 33-34-50 -Sa e-wer o,t/2lTr-o/ 01 33--34�0 33-39-W Cast * _Place !'ones-ete Manholes t 7/7izrco/tea � �1v�0 Pi-eeast Ceiiei-ete 1\ antiolos- t7/r-,20,2012 34-3�-40 c Ghanib Waast�Nvatea�-e-ees��,n,-rro�',-ACC 12/20/2012 -moo, =o-� _ 33-3-9-60 L4net-s for Satrtary Sewer Str-uetufes 0 P /2024 33-444-9 07/04/20a4 33 41 1-1 kne (14PP +-Dr-4n 12P-0/2012 3-3=4-1 �-2 D einf Feowl Pelye4P 1eRe4S1RW-W4pe 1 1 /tn,-n/1v i-5 33� 4 1-13 0640/2022 33 46 00 Subdraina e 12/20/2012 33 46 01 Slotted Storm Drains 07/01/2011 33-� TFI-REh4Xams 07N 0 ! i 33-494-0 C-a44-n p;ace , -a�; and-RIi-"on-Boxes 12 220/2012 332 r,a6 mn, n,• ., 14,-t O lvTr1202-2 33 49 40 Storm Drainage Headwalls and Win walls 07/01/2011 Division 34 - Transportation 34- 4-V -0 Traffic Signals n�/1�� 44-03 '2,1 ,I�--r--r-10-.04- At, ael-ne.-A Gontraller Cabinet 122/1� 3 it il,�-r 1- �ro-.02 0 �0-2 �iz-vvJ r - At 04441-2 Y -'-244 T 1 1 /7i-n-c2/2n013 34-44-13 Reinevirw 03/11/2022 34-11-1Roadway0 Roadway rF�tiel��se-l- es l�nn/2nl� ->-r�o�=o-== '2 it iI�-T-r�cO.n--lr r i4erial LED 06/1 cvr 5/24 -5 '? it il� 1� 7Freeway06 cvTr✓ /P-04-5 34I it 1 �n 3 ��J� t' l LED Roadway T, Re3,rn S/- 06 �7n1 34 41 30 Aluminum Signs 11/12/2013 34 4k50 Since-i les e-Fib 0-2,96 2016 3471 13 Traffic Control 03/22/2021 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions 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 CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pn'oject # 30100-0800450-5330500-101649-004880-9999 Revised December 9, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 8 of 9 GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 30100-0800450-5330500-101649-004880-9999 Revised December 9, 2022 City of Fort Worth, Mayor and Texas Council Communication DATE: 12/13/22 M&C FILE NUMBER: M&C 22-1031 LOG NAME: 80PLAYGROUND REPLACEMENT AT 7 PARKS 101649 SUBJECT (CD 3, CD 6, and CD 9) Authorize Execution of a Contract with Northstar Construction, LLC, in the Amount of $2,049,896.00 for Playground Replacements for the FY21 Playgrounds (South) Project (City Project No. 101649) RECOMMENDATION: It is recommended that the City Council authorize execution of a contract with Northstar Construction, LLC, in the amount of $2,049,896.00, for construction of the FY21 Playgrounds (South) project (City Project No. 101649). DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize the award and execution of a construction contract with Northstar Construction, LLC, in the amount of $2,049,896.00 for the FY21 Playgrounds (South) project (City Project No.101649). On May 18, 2021 (M&C 21-0358) Council authorized an engineering agreement with Pacheco Koch Consulting Engineers, Inc., in the amount of $217,050.00 for survey, design, and preparation of construction documents for playground replacement at 14 parks throughout the City. For bidding and construction services it was determined that separating the 14 sites into 2 projects would allow for better cost and efficiency during construction phase. The design package was divided geographically with 7 playground replacements in the south and the remaining 7 in the north. This project consists of 7 playgrounds in the south part of the City in the following parks: C. P. Hadley, Candleridge, Daggett, Lake Como, Overton, Southwest, and Westcreek. The Park & Recreation Department's (PARD) Fiscal Year (FY) 2021 and 2022 Capital Improvement Program (CIP) allocated funding for playground replacements at 21 sites. The table below shows the budget breakdown for these initial 7 park sites. Playground Candleridge Park FY 2021 $250,000.00 FY 2022 $90,000 Total $340,000 C. P. Hadley Park $250,000.00 $90,000 $340,000 Daggett Park $307,300.00 $60,000 $367,300 Lake Como Park $259,008.00 $90,0001 $349,008 Overton Park $250,000.00 $90,000 $340,000 $340,000 Southwest Park L $250,000.001 $90,000 Westcree{< Park E $250,000.001 $90,000 $340,000 Total _]I $1,816,308.00 $600,000 $2,416,308.00 This project was advertised for bids on September 1, 2022 and September 8, 2022 in the Fort Worth Star -Telegram. On September 29, 2022, the following bids were received and tabulated: Bidders Base Bid Bid Alternate Total Construction, LLC truction, Inc. FICGC,Inc. $2,049,896.00 $2,082,037.16 N/A N/A $2,049,896.00 $2,082,037.16 $2,634,232.14 N/A $2,634,232.14 Base bid improvements include the following: removing and disposing of existing playground equipment and associated materials and the installation of new playground equipment, trash receptacles and park benches. Construction will begin in January 2023 and be completed by August 2023. Replacement of the 7 playgrounds is estimated to increase the department's annual maintenance by $10,250.00 beginning in FY 2024. As of October 31, 2022, the cumulative total of all previously approved M&Cs increased the departments estimated annual maintenance by $197,855.00. Funding is budgeted in the PARD's General Capital Projects Fund for the purpose of funding the FY21 Playgrounds (South) project, as a —J Northstar Construction, LLC is in compliance with the City's Business Equity Ordinance by committing to 6% Business Equity participation on this project. The City's Business Equity goal on this project is 6%. These 7 playgrounds are located in COUNCIL DISTRICTS 3,6, and 9. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the General Capital Projects Fund for the FY21 Playgrounds (South) project to support the approval of the above recommendation and execution of the construction contract. Prior to an expenditure being incurred, the Park & Recreation Department has the responsibility of verifying the availability of funds. Submitted for City Manager's Office by: Jesica L. McEachern 5804 Originating Business Unit Head: Dave Lewis 5717 Additional Information Contact: Patrick Vicknair 5967 Joel McElhany 5745 Pacheco Koch a Westuvood company September 6, 2022 PK No.: 5003-21.299 Mr. Patrick Vicknair Project Manager - Park Planner City of Fort Worth 4200 S. Freeway, Suite 2200 Fort Worth, Texas 76115 Re: Playground Replacement at 7 Park Sites: CP Hadley, Candleridge, Daggett, Lake Como, Overton, Southwest and Westcreek Parks Addendum no. 1 Fort Worth, Texas Bidders: In reference to the questions posed by bidders, this letter is to notify you that the attached Addendum to the Bid Issue Plan Set incorporates the following item(s) and enclosure(s): Contract Documents 1. Section 00 1113 Invitation to Bidders, Page 1 of 2, Attachment A. Plan Sheets 1. 02 CITY STANDARDS GENERAL NOTES 2. 03 CITY STANDARDS GENERAL NOTES 3. 07 LAYOUT PLAN 4. 10 LAYOUT PLAN S. 13 LAYOUT PLAN 6. 16 LAYOUT PLAN 7. 19 LAYOUT PLAN 8. 22 LAYOUT PLAN 9. 25 LAYOUT PLAN 10. 26 LAYOUT DETAILS — PLAYGROUND OPTION 1 11. 27 LAYOUT DETAILS — PLAYGROUND OPTION 2 12. 28 LAYOUT DETAILS — PLAYGROUND OPTION 13. 29 CITY DETAILS 14, 30 CITY DETAILS 15. 31 CITY DETAILS J4 Pacheco Koch a Westwood company All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force effect. If you have any questions or need any additional information, please call at your earliest convenience. Sincerely, -4 40� ��Jt7l,2 �e-- Dorothy Witmeyer, PLA Senior Project Manager DJW 5003-21.299 2022-09-06 City Project No. 30100-0800450-5330500-101649-004880-9999 Encl. JJ Pacheco Koch a I lesivuood company September 19, 2022 PK No.: 5003-21.299 Mr. Patrick Vicknair Project Manager - Park Planner City of Fort Worth 4200 S. Freeway, Suite 2200 Fort Worth, Texas 76115 Re: Playground Replacement at 7 Park Sites: CP Hadley, Candleridge, Daggett, Lake Como, Overton, Southwest and Westcreek Parks Addendum no. 2 Fort Worth, Texas Bidders: In reference to the questions posed by bidders, this letter is to notify you that the attached Addendum to the Bid Issue Plan Set incorporates the following item(s) and enclosure(s): Contract Documents 1. Section 00 42 43 Proposal Form, Attachment A. Plan Sheets 1. 14 DEMOLITION AND TREE PROTECTION PLAN — LAKE COMO 2. 15 GRADING AND DRAINAGE PLAN — LAKE COMO 3. 16 LAYOUT PLAN — LAKE COMO 4. 19 LAYOUT PLAN - OVERTON 5. 20 DEMOLITION AND TREE PROTECTION PLAN - SOUTHWEST 6. 21 GRADING AND DRAINAGE PLAN -SOUTHWEST 7. 22 LAYOUT PLAN - SOUTHWEST 8. 23 DEMOLTION AND TREE PROTECTION PLAN - WESTCREEK 9. 24 GRADING AND DRAIANGE PLAN - WESTCREEI< 10. 25 LAYOUT PLAN - WESTCREEI< 11. 29 CITY DETAILS All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force effect. If you have any questions or need any additional information, please call at your earliest convenience. Pacheco Koch a Westwood company Sincerely, Dorothy Witmeyer, PLA Senior Project Manager DJ W 5003-21.299 2022-09-19 City Project No. 30100-0800450-5330500-101649-004880-9999 Encl. Pacheco Koch a Westwood company September 26, 2022 PK No.: 5003-21.299 Mr. Patrick Vicicnair Project Manager - Park Planner City of Fort Worth 4200 S. Freeway, Suite 2200 Fort Worth, Texas 76115 Re: Playground Replacement at 7 Park Sites: CP Hadley, Candleridge, Daggett, Lake Como, Overton, Southwest and Westcreek Parks Addendum no. 3 Fort Worth, Texas Bidders: In reference to the questions posed by bidders, this letter is to notify you that the attached Addendum to the Bid Issue Plan Set incorporates the following item(s) and enclosure(s): &A Log Q: With the long lead times on playground equipment, how will the city approach contract days and liquidated damages due to those lead times? A: The project's completion timeline of 200 days was determined on the current expectations for delivery times for all specified products therefore the City does not expect any delays to the project contract days due to product delivery times. Any delays will be handled accordingly per the contract documents. All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force effect. If you have any questions or need any additional information, please call at your earliest convenience. Sincerely, -4 /X/J// Dorothy Witmeyer, PLA Senior Project Manager DJ W 5003-21.299 2022-09-26 City Project No. 30100-0800450-5330500-101649-004880-9999 0011 13 INVITATION TO BIDDERS Page 1 of 2 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of Playground Replacements at CP Hadley, Candleridge, Daggett, Lake Como, Overton, Southwest ad Westcreek Park, project #30100-0800450-5330500- 101649-004880-9999 ("Project") will be received by the City of Fort Worth Purchasing Office until 1:30 P.M. CST, Thursday, September 29, 2022, as further described below: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth, Texas 76102 Bids will be accepted by: US Mail, Courier, FedEx or hand delivery at the address above; Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: the demolition and removal of 7 playgrounds at 7 different sites and the installation of 7 new playgrounds at each site. Other scope items include site grading, playground drainage, concrete flatwork and the installation of steps, ramps and handrails is also included in the scope of work. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://rvww.fortwot-thtexas.gov/purchasing/ and clicking on the link to the advertised project folders on the City's electronic document management and collaboration system site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties are requested to email Expressions of Interest in this procurement to the City Project Manager and the Design Engineer. The email should include the company's name, contact person and that individual's email address and phone number. All Addenda will be distributed directly to those who have expressed an interest in the procurement and will also be posted in the City of Fort Worth's purchasing website at http://foi-twoi-thtexas.gov/purchasing/ PREBID CONFERENCE — Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: Thursday, September 15, 2022 TIME: 1:00 P.M. CST Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project # 30100-0800450-5330500-101649-004880-9999 Revised 7/19/2021 00 11 13 INVITATION TO BIDDERS Page 2 of 2 If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders can e-mail questions or comments in accordance with Section 6 of the Instructions to Bidders referenced above to the project manager(s) at the e-mail addresses listed below. Emailed questions will suffice as "questions in writing." If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. FUNDING Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from revenues generated from PAYGO and reserved by the City for the Project. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Patrick Vicknair, City of Fort Worth Email: Patrick.Vicknair@fortworthtexas.gov Phone: (682) 225-6819 AND/OR Attn: Dorothy Witmeyer, Pacheco Koch, a Westwood Company Email: dorothy.witmeyer@westwoodps.com Phone: (817) 412-7155 ADVERTISEMENT DATES September 1 ", 2022 September 8"', 2022 END OF SECTION CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project # 30100-0800450-5330500-101649-004880-9999 Revised 7/19/2021 SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms 0021 13 INSTRUCTIONS TO BIDDERS Page 1 of 10 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre -qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFI CATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: https:Happs.fortwoithtexas. og v/ProiectResources/ 3.1.1. Paving —Requirements document located at: CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project # 30100-0800450-5330500-101649-004880-9999 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 10 https:Hgpps.fortworthtexas. og v/PiojectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrequalification/TP W%2OPaving %20Contractor%2OPrequalification%2OProp-ram/PREQUALIFICATION%20REQ UIREMENTS %20FOR%2OPA V ING%2000NTRACTORS. pdf 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: https:Happs.foilwoitlitexas. og v/ProiectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2ORoadwa y%20and%2OPedestrian%2OLi lgMing%2OPrequalification%2OProgram/STREET% 20LIGHT%20PREQUAL%20REQMNTS.pdf 3.1.3. Water and Sanitary Sewer — Requirements document located at: littps:Happs.foi-tworthtexas. og v/ProjectResources/ResourcesP/02%20- %20Construction%2ODocLiments/Contractor%2OPrequalification/Water%20and%2 OSanitary%20 Sewer%2OContractor%2OPrequalification%2OProg-ram/W SS%20pre ,qual%20requiremen1s.pdf 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2. 1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project # 30100-0800450-5330500-101649-004880-9999 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 10 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4.Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.5. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.6. Should perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.7. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima -facie evidence that the Bidder has made the investigations, examinations and tests herein required. CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project # 30100-0800450-5330500-101649-004880-9999 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 10 4.1.8. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4.Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. CITY OF FORT WORTH Playgrotmd Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Cih, Project # 30100-0800450-5330500-101649-004880-9999 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 10 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the prof ect. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: Patrick Vicknair, Park & Recreation Department Email: Patrick.Vicknair@fortworthtexas.gov Phone: (682) 225-6819 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted via the City's electronic document management and collaboration system at https: //1t,lvlw.foi-hwortlitexas.gov/depot-tnietitslfi77ai?celpttrchasing CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project # 30100-0800450-5330500-101649-004880-9999 Revised/Updated November 2, 2021 7 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 10 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. Bid Security 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non -responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: https:Hcodelibrary.amlegal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593 CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project # 30100-0800450-5330500-101649-004880-9999 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 10 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. 12.2. All blanks on the Bid Form must be completed and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. All entries shall be legible. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project # 30100-0800450-5330500-101649-004880-9999 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 10 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Withdrawal of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office may be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing and delivered to the Purchasing Office to receive a time stamp prior to the opening of Bids. A timely withdrawn bid will be returned to the Bidder or, if the request is within one hour of bid opening, will not be read aloud and will thereafter be returned unopened. 14.2. In the event any Bid for which a withdrawal request has been timely filed has been inadvertently opened, said Bid and any record thereof will subsequently be marked "Withdrawn" and will be given no further consideration for the award of contract. 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. CITY OF FORT WORTH Playground Replacements at 7 Pai* Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project # 30100-0800450-5330500-101649-004880-9999 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 10 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project # 30100-0800450-5330500-101649-004880-9999 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 10 of 10 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project # 30100-0800450-5330500-101649-004880-9999 Revised/Updated November 2, 2021 0035 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 exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Locat..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. Form CIQ (Conflict of Interest Questionnaire) (state tx us) https://www.ethics.state.tx.us/data/forms/conflict/CIS.pd ❑ CIQ Form does not apply 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: Northstar Construction, LLC END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 By: Mic ael/(itA. HHeiimllichk.Lkll Signature: ����Lcc� , Title: President Park Imrpovements at 7 Park Sites City Project # 30100-0800450-5330500-101649-004880-9999 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: CP Hadley, Candleridge, Daggett, Lake Como, Overton, Southwest and Westcreek Park City Project No.: 30100-0800450-5330500-101649-004880-� Units/Sections: UNIT 1 BASE BID - CP HADLEY PARK: UNIT 2 BASE BID - CANDLERIDGE PARK UNIT 3 BASE BID - DAGGETT PARK; UNIT 4 BASE BID - LAKE CO& PARK UNIT 5 BASE BID - OVERTON PARK; UNIT 6 BASE BID - SOUTHWEST PARK UNIT 7 BASE BID - WEST CREEK PARK 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 913012021 Div 00-General Conditions-00 41 00 Bid Proposal Workbook.xlsx 00 41 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. N/A 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 200 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work (and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 'If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 Div 00-General Condifions_00 4100 Bid Proposal Workbook.xlsx 0041 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 this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid $ 2,049,896.00 7. Bid Submittal This Bid is submitted on 09/29/2022 Respectfully submitted, By. (Signature) Michael A. Heimlich (Printed Name) Title: President Company: Northstar Construction, LLC Address: 2112 Solona Street Fort Worth, Texas 76117 State of Incorporation: Texas Email: mike@northstar93.com Phone: 817-244-8885 END OF SECTION by the entity named below. Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: Mw- Addendum No. 2: 1MQ" Addendum No. 3: Addendum No. 4: Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 Div 00-General Conditions-00 41 00 Bid Proposal Workbook.xlsx SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 BID PROPOSAL Page I of 15 Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity BASE BIDS UNIT 1 BASE BID ITEM - CP HADLEY PARK 1 Mobilization (6% Maximum) 01 70 00 LS 1 1 $17,000.001 $17 000.00 Saw cutting, removal, hauling and disposal of existing 2 concrete pavement, all according to the plans, details and 02 41 13 SF 1,340 s oecifica lions- $3.00 $4,020.00 Unclassified Excavation By Plan, Finish Grading, Haul Off, 3 Disposal, Scarification, Clean Up and Turf Preparation. 31 2316 SF 12,260 $0.75 $9,195.00 Removal, hauling and disposal of existing playground 4 including equipment, foundations, containment edge and 0241 13 LS 1 st in $15.200.00 $15 200.00 Removal, hauling and disposal of existing site furnishings, 5 all according to the plans, details and specifications. 0241 13 LS 1 $200.00 $200.00 Furnish and Install tree protection fencing, including all 6 incidentals necessary to complete in place, all according to See Details LF 332 the plans. details, andspecifications. $3.00 $996.00 7 Clear, grub and dispose of all trees and stumps 6"-12" as 31 10 00 EA 3 noted in the plans or as directed b the City. $1,500.00 $4,500.00 Furnish, install, and removal of silt fence, including all 8 incidentals necessary to complete in place, all according to 31 25 00 LF 264 the plans, details, andspecifications. $3.00 $792.00 Furnish, install, and removal of erosion control logs, 9 including all incidentals necessary to complete in place, all 31 25 00 LF 7 according to the plans, details, andspecifications. $5.00 $35.00 Furnish, install, and removal of construction entrance, 10 including all incidentals necessary to complete in place. See Details EA 1 $2,000.00 $2,000.00 Furnish and install 4" 6:1 headwall with rodent screen, 11 including all incidentals necessary to complete in place, all See Details EA 1 according to the plans, details, and specifications. $200.001 $200.00 Furnish and install 4" pvc pipe, including all incidentals 12 necessary to complete in place, all according to the plans, See Details LF 110 details, and specifications. $33.00 $3,630.00 Furnish and install 4" perforated pipe, including all 13 incidentals necessary to complete in place, all according to See Details LF 95 the plans, details, and specifications. $38.00 $3,610.00 Install reinforced concrete and all other incidental 14 necessary to complete in place all according to the plans, 32 13 13 SY 175 specification and details. $72.00 $12,600.00 Furnish and install playground prototype #1 (custom 15 layout) - surfacing I equipment I edging, including all See Details LS 1 incidentals necessary to complete in place, all according to the plans, details, and specifications. $207,700.00 $207 700.00 CITY Ol' FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Parks Improvements at 7 Park Sires: City Project'30100-0800450-5330500-101649-004880-9999 Fomr Revised 20120120 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 004243 ❑IDPROPOSAL Page 2 or 15 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value Fumish ADA ramp into playground, including all 16 incidentals necessary to complete in place, all according to See Details EA 1 lh�plans. details, ands ecifica ions. $1,000.00 $1,000.00 Furnish and install benches, including all incidentals 17 necessary to complete in place, all according to the plans, 11 6713 EA 2 details, and specifications. $1.300.00 $2,600.00 Furnish and install trash receptacles including all 18 incidentals necessary to complete in place, all according to 11 6713 I EA I 1 1 the plans, details, and specifications. $1,100.00 $1,100.00 19 Bermuda sod, including fertilizer and sprinkling complete 32 92 13 SF 4,900 and in lace. $0.70 $3,430.00 Furnish and provide temporary irrigation to all turf areas, 20 including all incidentals necessary to complete in place, all 32 93 43 SF 4.900 according to the plans, details, and specifications. $0.30 $1,470.00 UNIT 1 BASE BID ITEM - CP HADLEY PARK J $291,278.00 CITY OF FORT WORTH Paris Improvcmcnts at 7 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS City Project It30100.O300450-5330500.1016,19-004330-9999 Fenn Revised 20120120 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 BID PROPOSAL Page 3 or 15 Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bids Quanb Unit Price Bid Value BASE BIDS UNIT 2 BASE BID ITEM - CANDLERIDGE PARK 1 Mobilization (6% Maximum) 01 70 00 LS 1 $17.000.00 $17,000.00 Saw cutting, removal, hauling and disposal of existing 2 concrete pavement, all according to the plans, details and 0241 13 SF 1,901 specifications. $3.00 $5 703.00 Unclassified Excavation By Plan, Finish Grading, Haul Off, 3 Disposal, Scarification, Clean Up and Turf Preparation. 31 23 16 SF 14,700 $0.50 $7,350.00 Removal, hauling and disposal of existing playground 4 including equipment, foundations, containment edge and 0241 13 LS 1 surfacing. $28,500.00 $28,500.00 Removal, hauling and disposal of existing site furnishings, 5 all according to the plans, details and specifications. 02 41 13 LS 1 $1,000.00 $1,000.00 Furnish and install tree protection fencing, including all 6 incidentals necessary to complete in place, all according to See Details LF 1,227 the plans. details andspecifications. $3.00 $3,681.00 Furnish, install, and removal of silt fence, including all 7 incidentals necessary to complete in place, all according to 31 25 00 LF 442 the plans. details andspecifications. $3.00 $1,326.00 Furnish, install, and removal of erosion control logs, 8 including all incidentals necessary to complete in place, all 31 2500 LF 55 F$5.00 accowhro to the Glans_ delails. eri sorrcafior $275.00 Furnish, install, and removal of construction entrance, 9 including all incidentals necessary to complete in place. See Details EA 1 $2,000.00 $2,000.00 Furnish and install 4" 6:1 headwall with rodent screen, 10 including all incidentals necessary to complete in place, all See Details EA 1 according to the plans, details, andspecifications. $200.00 $200.00 Furnish and install 4" pvc pipe, including all incidentals 11 necessary to complete In place, all according to the plans, See Details LF 145 details. andspecifications. $33.00 $4.785.00 Furnish and install 4" perforated pipe, including all 12 incidentals necessary to complete in place, all according to See Details LF 115 the plans, details, and specifications. $38.00 $4,370.00 Install reinforced concrete and all other incidental 13 necessary to complete in place all according to the plans, 32 13 13 SY 220 s ecificalion and details. $71.00 $15,620.00 Furnish and install playground prototype #2 (custom 14 layout) - surfacing / equipment / edging, including all See Details LS 1 incidentals necessary to complete in place, all according to lhe Ions deplaiJs$204,800.00 $204 800.00 Furnish ADA ramp into playground, including all 15 incidentals necessary to complete in place, all according to See Details EA 1 1 1 the plans, details, andspecifications. $1,000.001 $1 000.00 CITY Or FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Parks Improvements at 7 Park Sites: City Project f:30100-0300450-5330500-101649-004330-9999 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 BID PROPOSAL Page 4 or 15 Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity Furnish and install concrete retaining wall, including all 16 incidentals necessary to complete in place, all according to See Details LF 124 the plans, details and specifications. $260.00 $32.240.00 Furnish and install concrete steps and handrail, including 17 all incidentals necessary to complete in place, all See Details LS 1 according to the plans, details. andspecifications. $4,000.00 $4,000.00 Furnish and install benches, including all incidentals 18 necessary to complete in place, all according to the plans, 11 6713 EA 3 details, andspecifications. $1.300.00 $3,900.00 Furnish and install trash receptacles including all 19 incidentals necessary to complete in place, all according to 11 6713 EA 1 the plans, details, and specifications. $1.100.00 $1.100.00 20 Bermuda sod, including fertilizer and sprinkling complete 32 92 13 SF 5,250 and in lace. $0.70 $3.675.00 21 Ground cover, including compost and sprinkling complete 32 92 13 SF 1,025 and in lace. $2.00 $2,050.00 Furnish and provide temporary irrigation to all turf and 22 ground cover areas, including all incidentals necessary to 32 93 43 SF 6,275 complete in place, all according to the plans, details, and specifications. $0.40 $2,510.00 UNIT 2 BASE BID ITEM - CANDLERIDGE PARK $347,085.00 CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMLNTS Fomr Revised 20120120 Packs Improvements at 7 Park Sites: City Project Ii30100.0800450-5330500.101649.004880.9999 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 DID PROPOSAL Page 5 of 15 Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Unit Price I Bid Value Item No. Section No. Measure Quantity BASE BIDS UNIT 3 BASE BID ITEM - DAGGETT PARK 1 Mobilization (6% Maximum) 01 70 00 1 LS 1 $17, 000.00 $17 000.00 Saw cutting, removal, hauling and disposal of existing 2 concrete pavement, all according to the plans, details and 0241 13 SF 2,546 Icnifans$3.00 ,nFinif $7,638.00 Unclassified Excavation By Plan, Finish Grading, Haul Off, 3 Disposal, Scarification, Clean Up and Turf Preparation. 31 23 16 SF 8,000 $1.10 $8,800.00 Removal, hauling and disposal of existing playground 4 including equipment, foundations, containment edge and 0241 13 LS 1 1 ufarinn. $12.500.00 $12,5 00.00 Removal, hauling and disposal of existing site furnishings, 5 all according to the plans, details and specifications. 0241 13 LS 1 $500.00 $500.00 Furnish and install tree protection fencing, including all 6 incidentals necessary to complete in place, all according to See Details LF 581 the plans. details, andspecifications. $3.00 $1,743.00 Furnish, install, and removal of silt fence, including all 7 incidentals necessary to complete in place, all according to 31 2500 LF 145 the plans, details andspecifications. $3.00 $435.00 Furnish, install, and removal of erosion control logs, 8 including all incidentals necessary to complete in place, all 31 2500 LF 83 according to the plans, details andspecifications. $5.00 $415.00 Furnish, install, and removal of construction entrance, 9 including all incidentals necessary to complete in place. See Details EA 1 $2,000.00 $2,000.00 Furnish and install 4" 6:1 headwall with rodent screen, 10 including all incidentals necessary to complete in place, all See Details EA 1 according to the plans, details, andspecifications. $200.00 $200.00 Furnish and install 4" pvc pipe, including all incidentals 11 necessary to complete in place, all according to the plans, See Details LF 100 details andspecifications. $33.00 $3,300.00 Furnish and install 4" perforated pipe, including all 12 incidentals necessary to complete in place, all according to See Details LF 105 the plans, details, and specifications. $38.00 $3,990.00 Install reinforced concrete and all other incidental 13 necessary to complete in place all according to the plans, 32 13 13 SY 230 specification and details. $71.00 $16,330.00 Furnish and install concrete steps and handrail, including 14 all incidentals necessary to complete in place, all See Detail LS 1 according to the plans, details, andspecifications. $3,100.00 $3,100.00 Furnish and install playground prototype //2 - surfacing / 15 equipment / edging, including all incidentals necessary to See Details LS 1 complete in place, all according to the plans, details, and sneritir_alinns $195,400.00 $195,400.00 CITY OP FORT 1VOR:rH Parks Improvements at 7 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project''930100-0800450-5330500.101649-004380.9999 Form Revised 20120120 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 BID PROPOSAL Page 6 or 15 Bidder's Application Project Item Information Bidder's Proposal Bidlisl Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity Furnish ADA ramp into playground, including all 16 incidentals necessary to complete in place, all according to See Details EA 1 the plans, details andspecifications. $1,000.00 $1,000.00 Furnish and install benches, including all incidentals 17 �ecessary to complete in place, all according to the plans, 11 6713 EA 2 etails ,and specifications. I $1,300.00 $2,600.00 and install trash receptacles including all 18 [urnish ncidentals necessary to complete in place, all according to 11 6713 EA 1 e plans details -and specifications. $1,100.00 $1,100.00 19 �ermuda sod, Including terllllzer and sprinKling complete 32 92 13 I SF 2,650 nd in lace. $0.70 $1,855.00 urnish and provide temporary irrigation to all turf areas, 20 including all incidentals necessary to complete in place, all 32 93 43 SF 2,650Jaccording to the plans details -and specifications. $0.30 $795.00 UNIT 3 BASE BID ITEM - DAGGETT PARKI $280,701.00 CITY OF FORT WORTH Parks Improvements at 7 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 1g0100-0800450-5330500.101649.004880.9999 Fomt Revised 20120120 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 131D PROPOSAL Page 7 or 15 Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity 1BASE BIDS NIT 4 BASE BID ITEM - LAKE COMO PARK 1 Pobilization (6% Maximum) 01 70 00 LS 1 $17,000.00 $17 000.00 cutting, removal, hauling and disposal of existing 2 �aw oncrete pavement, all according to the plans, details and 0241 13 SF 1,294 oecifications $3.00 $3 82.00 JUnclassified Excavation By Plan, Finish Grading, Haul Off, 3 Disposal, Scarification, Clean Up and Turf Preparation, 31 2316 SF 18,950 $0.70 $13,265.00 Removal, hauling and disposal of existing playground 4 ncluding equipment, foundations, containment edge and 0241 13 LS 1 Isurfacina.$9,500.00 $9,500.00 hauling and disposal of existing site furnishings, j 5 JRemoval, all according to the plans, details and specifications. 0241 13 LS 1 $30.00 $30.00 umish and install tree protection fencing, including all 6 ncidentals necessary to complete in place, all according to See Details LF 649 he plans details and snPnifir`ati ns. $3.00 $1,947.00 urnish, install, and removal of silt fence, including all 7 ncidentals necessary to complete in place, all according to 31 25 00 LF 471 he nlans de• _ tails pnd specifications. Furnish, install, and removal of erosion control logs, $3.001 $1 413.00 8 including all incidentals necessary to complete in place, all 31 25 00 LF 6 .according to the plans. details andspecifications. $5.00 $30.00 Furnish, install, and removal of construction entrance, 9 ncluding all incidentals necessary to complete in place. See Details EA 1 $2,000.001 $2 000.00 urnish and install 4" pvc pipe and tie into existing 10 eadwall, including all incidentals necessary to complete in [Pecifications. See Details LF 80 lace, all according to the plans, details, and $33.00 $2,640.00 Furnish and install 4" perforated pipe, including all 11 ncidentals necessary to complete in place, all according to See Details LF 112 he plans, details and specifications. $38.00 $4,256.00 Install reinforced concrete and all other incidental 12 necessary to complete in place all according to the plans, 32 13 13 SY 66 De ificati n and ails. $77.00 $5,082.00 umish and install playground prototype #2 Custom 13 Layout - surfacing / equipment / edging, including all See Details LS 1 incidentals necessary to complete in place, all according to P 1a c etails andar•.i cnficationS $193,400.00 $193,400.00 urnish ADA ramp into playground, including all Ll4 ncidentals necessary to complete in place, all according to See Details EA 1 he Plans, details. ands ecifications. $1,000.00 $1,000.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNI[NTS Form Revised 20120120 Parks Improvements at 7 Park Sites: City Project 1130100.0800450.5330500-101649-004880-9999 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 00 42 43 BID PROPOSAL Pa,�c 8 or 15 Bidder's Application Project Item Information Bidder's Proposal Bidlisl Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity F3ish-and4nstalEs nsrete-fetaining-wall-and-guardrail- f sludin"IPRridentals-awessary-10 G mplete-in-place all- See -Details 6F sseFdin&-t& the-,alans-detailsand-s esifisatisns- I {Wish-and-install-handrail-iflslading alNnsidentals esessafyb GOmplete-ia-place; all-asceFdiag-to-Ihe plans,- See etails 6F i etails-anci—esi€rsations- umish and install benches, including all incidentals 17 Ir ecessary to complete in place, all according to the plans, 11 67 13 I EA 2 etails andspecifications. 1 $1 300.00 $2,600.00 18 ermudi sod, including fertilizer and sprinkling complete 32 92 13 SF 12,810 $A caa1 nn umish and provide temporary irrigation to all turf areas, 19 i icluding all incidentals necessary to complete in place, all 321343 SF 12,810 ccording to the plans details and specifications. I I $0,30 $3 843.00 UNIT 4 BASE BID ITEM - LAKE COMO PARK l $270,855.00 CITY OF FORT WORTH Parks Improvements at 7 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 030100-0800450-5330500-101649-004880-9999 Form Revised 20110120 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 DID PROPOSAL Page 9 of 15 Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity BASE BIDS UNIT 5 BASE BID ITEM - OVERTON PARK 1 Mobilization (6% Maximum) 01 7000 LS 1 $17,000.00 $17,000.00 Saw cutting, removal, hauling and disposal of existing 2 concrete pavement, all according to the plans, details and 0241 13 SF 987 specifications. 1 $3.00 $2,961.00 Unclassified Excavation By Plan, Finish Grading, Haul Off, 3 Disposal, Scarification, Clean Up and Turf Preparation. 31 2316 SF 13,400 $0.40 $5,360.00 Removal, hauling and disposal of existing playground 4 including equipment, foundations, containment edge and 0241 13 LS 1 1 surfacing. $15.300.00 $15,300.00 5 Removal, hauling and disposal of existing site furnishings, 0241 13 LS 1 all according to the plans, details andspecifications. $800.00 $800.00 Furnish and install tree protection fencing, including all 6 incidentals necessary to complete in place, all according to See Details LF 992 the plans, details, andspecifications, $3.00 $2, 976.00 7 Clear, grub and dispose of all trees and stumps 6"-12" as 31 1000 EA 1 noted in the plans or as directed by the City. $600.00 $600.00 8 Clear, grub and dispose of all trees and stumps 12"-18" as 321000 1 noted in the plans or as directed b the City. $1,100.00 $1,100.00 Furnish, install, and removal of silt fence, including all 9 incidentals necessary to complete in place, all according to 31 25 00 LF 150 the plans, details, andspecifications. $3.00 $450.00 Furnish, install, and removal of erosion contfol logs, 10 including all incidentals necessary to complete in place, all 31 2500 LF 9 according to the planSr details andspecifications. $5.00 $45.00 Furnish, install, and removal of construction entrance, 11 including all incidentals necessary to complete in place. See Details EA 1 $2,000.00 $2,000.00 Furnish and install 4" 6:1 headwall with rodent screen, 12 including all incidentals necessary to complete in place, all See Details EA 1 according to the plans, details, andspecifications. $200.00 $200.00 Furnish and install 4" pvc pipe, including all incidentals 13 necessary to complete in place, all according to the plans, See Details LF 85 details, andspecifications. $33.00 $2,805.00 Furnish and install 4" perforated pipe, including all 14 incidentals necessary to complete in place, all according to See Details LF 120 the plans, details andspecifications. $38.00 $4,560.00 Install reinforced concrete, CONCRETE CULVERT 15 CROSSING, and all other incidental necessary to 32 1313 SY 68 complete in place all according to the plans, specification and details. 1 $95.00 $6,460.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Forrn Revised 20120120 Parks Impromnenls at 7 Park Sites: City Project 030100-0800450-5330500.101649-00-1880-9999 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 00 42 43 BID PROPOSAL. Page 10 of 15 Bidder's Application Project Item Information Bidder's Proposal Bidlisl Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quanllty Furnish and install playground prototype #2 (custom 16 layout) - surfacing / equipment / edging, including all See Details LS 1 Incidentals necessary to complete in place, all according to the L)Jans- details- nnri rations. $197 200.00 $197 200.00 Furnish ADA ramp into playground, including all 17 incidentals necessary to complete in place, all according to See Details EA 1 the plans. details, andspecifications. $1,000.00 $1,000.00 Furnish and install benches, including all incidentals 18 necessary to complete in place, all according to the plans, 11 6713 EA 3 details ands ecifications. $1,300.00 $3,900.00 Furnish and install trash receptacles including all 19 incidentals necessary to complete in place, all according to 11 6713 EA 1 the pians, details andspecifications. $1,100.00 $1,100.00 20 Bermuda sod, including fertilizer and sprinkling complete 32 92 13 SF 8,000 and in lace. $0.70 $5,600.00 Furnish and provide temporary irrigation to all turf areas, 21 including all incidentals necessary to complete in place, all 32 93 43 SF 8,000 accordina to the olans. details. ands ecifications. $0.30 $2,400,00 UNIT 5 BASE BID ITEM - OVERTON PARK $273,817.00 CITY OF FORT wok:rtI Parks Improvements at 7 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCU<fENTS City Projectfl30100-0800450-5330500-101649.004880-9999 Fenn Revised 20120120 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 AID PROPOSAL Pagc I I or 15 Bidder's Application Project Item Information Bidders Proposal Bidlist Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity Project Item Information Bidders Proposal Bidlisl Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity BASE BIDS UNIT 6 BASE BID ITEM -SOUTHWEST PARK 1 Mobilization (6% Maximum) 01 7000 LS 1 $17.000.00 $17,000.00 Saw cutting, removal, hauling and disposal of existing 2 concrete pavement, all according to the plans, details and 0241 13 SF 839 specifications. $3.00 $2,517.00 Unclassified Excavation By Plan, Finish Grading, Haul Off, 3 Disposal, Scarification, Clean Up and Turf Preparation. 31 2316 SF 18,600 $0.35 $6, 510.00 Removal, hauling and disposal of existing playground 4 including equipment, foundations, containment edge and 0241 13 LS 1 .surfacing. $16,400.00 $16 400.00 Removal, hauling and disposal of existing site furnishings, 5 all according to the plans, details and specifications. 0241 13 LS 1 $100.00 $100.00 Furnish and install tree protection fencing, including all 6 incidentals necessary to complete in place, all according to See Details LF 705 the plans, details, andspecifications. $3.00 $2,115.00 Clear, grub and dispose of all trees and stumps 6"-12" as 7 noted in the plans or as directed by the City. 31 1000 EA 1 3 $570.00 $1,710.00 Furnish, install, and removal of silt fence, including all 8 incidentals necessary to complete in place, all according to 31 2500 LF 270 the plans, details, ands ecificatlons. $3.00 $810.00 Furnish, install, and removal of erosion control logs, 9 Including all incidentals necessary to complete in place, all 31 2500 LF 31 according to the plans, details, ands ecifications. $5.00 $155.00 Furnish, install, and removal of construction entrance, 10 including all incidentals necessary to complete in place. See Details EA 1 $2,000.00 $2,000.00 Furnish and install 4" 6:1 headwall with rodent screen, 11 including all incidentals necessary to complete in place, all See Details EA 1 according to the plans, details, andspecifications. $200.00 $200.00 Furnish and install 4" pvc pipe, including all incidentals 12 necessary to complete in place, all according to the plans, See Details 1 LF 85 details, andspecifications. $33.00 $2,805.00 Fumish and install 4" perforated pipe, including all 13 incidentals necessary to complete in place, all according to See Details LF 1 128 the plans, details, andspecifications. $38.00 $4,864.00 Install reinforced concrete and all other incidental 14 necessary to complete in place all according to the plans, 32 13 13 SY 145 specification and details. $73.00 $10.585.00 Fumish and install playground prototype #2 - surfacing ! 15 equipment! edging, including all incidentals necessary to See Details LS 1 complete in place, all according to the plans, details, and $195,300-ooL $195 300.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Reviscd 20120120 Parks Improvements at 7 Park Sites: CityProjec t :30100.0800450-5330500J 01 G49-004880-9999 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 00 42 43 BID PROPOSAL Page 12 of 15 Bidder's Application Project Item Information Bidder's Proposal Bidlisl Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity Furnish ADA ramp into playground, including all 16 incidentals necessary to complete in place, all according to See Details EA 1 the plans. details andspecifications. $1,000.00 $1,000.00 Furnish and install benches, including all incidentals 17 necessary to complete in place, all according to the plans, 1167 13 EA 2 details, andspecifications. $1,300.00 $2,600.00 Furnish and install trash receptacles including all 18 incidentals necessary to complete in place, all according to 1167 13 EA 1 the plans, details. ands ecifications. $1,100.00 $1,100.00 19 Bermuda sod, including fertilizer and sprinkling complete 32 92 13 SF 11,780 and in lace. $0.70 $8,246.00 Fumish and provide temporary irrigation to all turf areas, 20 including all incidentals necessary to complete in place, all 32 93 43 SF 11.780 accordingto the plans. details, andspecifications. $0,30 $3.534.00 UNIT 6 BASE BID ITEM - SOUTHWEST PARK $279,551.00 CITY OF FORT WORTH Parks Improvmwis at 7 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project N30100.0300450.5330500-101649-0043S0-9999 Fonn Revised 20120120 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 00 42 43 BID PROPOSAL Page 13 or 15 Bidder's Application Project Item Information Bidder's Proposal Bidlisl Description 1 Specification Unit of Bid Unit Price Bid Value Item No. -1 Section No. Measure Quantity Project Item Information Bidder's Proposal Bidlisl Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity BASE BIDS UNIT 7 BASE BID ITEM - WESTCREEK PARK 1 Mobilization (6% Maximum) 01 7000 LS 1 $17,000.00 $17,000.00 Saw cutting, removal, hauling and disposal of existing 2 concrete pavement, all according to the plans, details and 0241 13 SF 3,330 specifications. $3.00 $9.990.00 Unclassified Excavation By Plan, Finish Grading, Haul Off, 3 Disposal, Scarification, Clean Up and Turf Preparation. 31 2316 SF 14,900 $0.251 $3,725.00 Removal, hauling and disposal of existing playground 4 including equipment, foundations, containment edge and 0241 13 LS 1 surfacin $21,800.00 $21,800.00 5 Removal, hauling and disposal of existing site furnishings, 0241 13 LS 1 all according to the plans, details and specifications. $100.00 $100.00 Furnish and install tree protection fencing, including all 6 incidentals necessary to complete in place, all according to See Details LF 1,231 the plans, details, andspecifications. $3.00 $3,693.00 Furnish, install, and removal of silt fence, including all 7 incidentals necessary to complete in place, all according to 31 2500 I LF 290 1 the olans. details, andspecifications. I $3.00 $870.00 Furnish, install, and removal of construction entrance, B including all incidentals necessary to complete in place. See Details EA 1 $2,000.00 $2,000.00 Furnish and install 4" 6:1 headwall with rodent screen, 9 including all incidentals necessary to complete in place, all See Details EA 1 according to the plans, details, ands ecifications. $200.00 $200.00 Furnish and install 4" pvc pipe, including all incidentals 10 necessary to complete in place, all according to the plans, See Details LF 95 details andspecifications. $33.00 $3,135.00 Furnish and install 4" perforated pipe, including all 11 incidentals necessary to complete in place, all according to See Details LF 100 the plans, details, andspecifications. $38.00 $3,800.00 Install reinforced concrete and all other incidental 12 necessary to complete in place all according to the plans, 32 13 13 SY 277 specification and details. The turndown curb at the parking IOt q11h!zirIArvtorhia itRM I 1 1 $68.00 $18,836.00 Furnish and install playground prototype #1 - surfacing / 13 equipment /edging, including all incidentals necessary to See Details LS 1 1 1 complete in place, all according to the plans, details, and SnPrifrarinnC $208,300.00 $208,300.00 Furnish ADA ramp into playground, including all 14 incidentals necessary to complete in place, all according to See Details EA 1 the vlans, details, andspecifications. $1,000.00 $1,000.00 Furnish and install benches, including all incidentals 15 necessary to complete in place, all according to the plans, 11 6713 1 EA 3 1 detai s, and so cif a ions. $1,300.00 $3,900.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Parks Improvements at 7 Park Sites: City Project 430100.0800450-5330500.101&19.00•I880.9999 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 DIDPROPOSAL PaSe 14 of 15 Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity 16 Bermuda sod and ground cover, including fertilizer and 3292 13 SF 8,260 sprinkling complete and in lace. $0.70 $5,782.00 Furnish and provide temporary irrigation to all turf areas, 17 including all incidentals necessary to complete in place, all 32 93 43 SF , 8,260 according to the plans, details. andspecifications. $0.30 $2 478.00 1 1 L-L-L-L--] UNIT 7 BASE BID ITEM - WESTCREEK PARK $306,609.00 CITY OF FORT WORTH Parks Improvements at 7 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 1:30100-0900450-5330500-101649.004950.9999 Form Revised 20120120 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 -12 43 DID PROPOSAL Page 15 or 15 Bidder's Application Project Item Information Bidder's Proposal Bidlisl Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity BID SUMMARY BASE BIDS UNIT 1 BASE BID ITEM - CP HADLEY PARK $291,278.00 UNIT 2 BASE BID ITEM - CANDLERIDGE PARK $347,085.00 UNIT 3 BASE BID ITEM - DAGGETT PARK $280,701.00 UNIT 4 BASE BID ITEM - LAKE COMO PARK $270,855.00 UNIT 5 BASE BID ITEM - OVERTON PARK $273,817.00 UNIT 6 BASE BID ITEM - SOUTHWEST PARK $279,551.00 UNIT 7 BASE BID ITEM - WESTCREEK PARK $306,609.00 BASE BIDS TOTAL $2,049,896.00 END OF SECTION CITY OF FORT WORTH Potl;s Improvements at 7 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 030100.0800450.5330500-101649-004330-9999 Fonn Revised 20120120 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 004313 BID BOND Page 1 of 2 That we, Northstar Construction, LLC , known as "Bidder" herein and Argonaut Insurance Company a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as Construction of Playground Replacements at CP Hadley, Candleridge, Daggett, Lake Como, Overton, Southwest and Westcreek Park Project# 30100-0800450-533050-101649-004880-9999 NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 29th day of September 2022. ,ATTiEST' Witness as to Princi PRINCIPAL: A'Nlorthslltar Construction, LLC BY: /,1,Ljj a%UI �✓�^ Signature Michael A. Heimlich, President Name and Title Address: 2112 Solona Street Fort Worth, Texas 76117 CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION City Projocl$130100.OBOO450.5330500-101649.004880.9999 DOCUMENTS Form Revised 20170911 Witness a to Surety Attach Power of Attorney (Surety) for Attorney -in -Fact 0043 13 BID BOND Page 2 of 2 SURETY: Argonaut Insurance Company BY: Signature Sandra Lee Roney Name and Title Address; P.O. Box 469011 San Antonio, TX 78246 Telephone Number: 972-201-0100 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH Playground Roplacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 3ot00.OB0o450-5330500-101649 004880 9999 Form Revised 20170911 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of 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 our company or our parent company or majority owner is in the State of Texas. P BIDDER: Northstar Construction, LLC 2112 Solona Street 0 Fort Worth, Texas 76117 END OF SECTION By: Michael A. Heimlich (Signature) Title: President Date: 09/29/2022 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground replacements a 7 park sites. Form Revised 20110627 Project No. 101649 00 45 26 -1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 30100-0800450-5330500-101649-004880-9999. Contractor further certifies that, 6 pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its 7 subcontractor's certificates of compliance with worker's compensation coverage. 8 CONTRACTOR: E 10 Northstar Construction, LLC 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 Company 2112 Solona Street Address Fort Worth, Texas 76117 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § Michael A. Heimlich By: ����//%% (Please Print) Signature: f 1j a_ IILt ti., Title: President (Please Print) BEFORE ME, the•undersigned authority, on this day personally appeared Michael A. Heimlich , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Northstar Construction, LLC for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 28th day of September , 2022 `prrrnip -SANDY 0. MARTII'Irz _ 04 I C�'""" l f A %ff Notary Public Sl } .. caas - ':'• " o :,. -zoi- � 00-26-2022 i Notary Public in n for the St to of Texas Notary ID 6930327 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 END OF SECTION Playground Replacements at 7 Park Sites City Project ti:30100.0800450-5330500-101649-004880-9999 004540-1 Business Equity Goal Page 1 of 3 1 SECTION 00 45 40 2 Business Equity Goal 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable, 5 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 6 (M/WBEs). 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 10 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 11 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11- 12 2020 (codified at: https://codeIibrarV.amlegal.com/codes/`ftworth/latest/ftworth_tx/0-0-0_22593) apply 13 to this bid. 14 15 BUSINESS EQUITY PROJECT GOAL 16 The City's Business Equity goal on this project is 6% of the total bid value of the contract (Base bid 17 applies to Parks and Community Services). 18 19 METHODS TO COMPLY WITH THE GOAL 20 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 21 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 22 ordinance through one of the following methods: 1. Commercially useful services performed by a 23 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination of 24 Business Equity prime services and Business Equity subcontracting participation, 4. Business Equity 25 Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. Prime 26 contractor Waiver documentation. 27 28 SUBMITTAL OF REQUIRED DOCUMENTATION 29 Applicable documents (listed below) must be received by the Purchasing Division, OR the offeror shall 30 EMAIL the Business Equity documentation to the assigned City of Fort Worth Project Manager or 31 Department Designee. Documents are to be received no later than 2:00 p.m., on the third City 32 business day after the bid opening date, exclusive of the bid opening date. 33 CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project M 30100-0800450-5330500-101649-004880-9999 Revised October 27, 2021 004540-2 Business Equity Goal Page 2 of 3 1 The Offeror must submit one or more of the following documents: 2 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 3 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if participation is 4 less than stated goal, or no Business Equity participation is accomplished; 5 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform all 6 subcontracting/supplier opportunities; or 7 4. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor- 8 Protege participation. 9 10 These forms can be found at: 11 Business Equity Utilization Form and Letter of Intent 12 https://apps.fortworthtexas.gov/ProiectResources/ResourcesP/60%20- 13 %20MWBE/NEW%20Business%20Eguity%200rdinance/Business%20Eguity%20Utilization%20Form.pdf 14 15 Letter of Intent 16 https://apps.fortworthtexas.gov/ProwectResources/ResourcesP/60 - MWBE/NEW Business Equity 17 Ordinance/Letter of Intent-2021.pdf :, 19 Business Equity Good Faith Effort Form 20 https://apps.fortworthtexas.gov/ProiectResources/ResourcesP/60%20- 21 %20MWBE/NEW%20Business%20Eguity%200rdinance/Business%20Eguity%20Good%20Faith%20Effort 22 %20Form.pdf 23 24 Business Equity Prime Contractor Waiver Form 25 https://apps.fortworthtexas.gov/ProiectResources/ResourcesP/60°/a20- 26 %20MWBE/NEW%20Business%20Eguity%200rdinance/Business%20Equity%20Prime%20Contractor%20 27 Waiver.pdf 29 Business Equity Joint Venture Form CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project #. 30100-0800450-5330500-101649-004880-9999 Revised October 27, 2021 004540-3 1 2 3 4 5 6 7 8 Business Equity Goal Page 3 of 3 https://apps.fortworthtexas,Bov/ProjectResources/ResourcesP/60%20-. %20MWBE/NEW%20Business%20Equity%200rdinance/Business%20Equity%20Joint%20Venture,pdf. FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORIDNINACE WILL RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON-RESONSIVE AND THE BID REJECTED._ 9 FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUTY DOCUMENTATION OR OTHERWISE COMPLY 10 WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON -RESPONSIVE, THE BID, 11 REJECTED AND MAY SUBJECTTHE BIDDER/OFFEROR TO SANCTIONS AS DESCRIBED IN SEC. 20-373 OF 12 THE ORDINANCE. 13 14 For Questions, Please Contact The Business Equity Division of the Department of Diversity and 15 Inclusion at (817) 392-2674. 16 END OF SECTION 17 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 27, 2021 Playground Replacements at 7 Park Sites City Project N: 30100-0800450-5330500-101649-004880-9999 00 52 43 - 1 Agreement Pagel of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on December 13, 2022 is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and Northstar Construction LLC, authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Playground Replacement at 7 parks CP Hadley, Candleridge, Daggett, Lake Como, Overton, Southwest, Westereek. Project #101649 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current finds, of Two Million Forty -Nine Thousand Eight Hundred Ninety -Six Dollars ($2,049,896.00). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance within 200 days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Six Hundred Fifty Dollars ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. OFFICIAL RECORD CITY SECRETARY 2. Attachments to this Agreement: FT. WORTH, TX CITY OF FORT WORTH Playground Replacement at 7 Parks South STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project # 101649 Revised 8/22/2022 005243-2 Agreement Page 2 of 6 a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. M/WBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7, Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. CITY OF FORT WORTH Playground Replacement at 7 Parks South STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project # 101649 Revised 8/22/2022 005243-3 Agreement Page 3 of Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article I of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non -appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which finds have been appropriated. 7.8 Prohibition on Contracts with Companies Boycotting Israel. CITY OF FORT WORTH Playground Replacement at 7 Parks South STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project S 101649 Revised 8/22/2022 00 52 43 - 4 Agreement Page 4 of 6 Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time -employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2274 of the Texas Government Code -(as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2), the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 1,0 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1), the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. CITY OF TORT WORTH Playground Replacement at 7 Parks South STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project # 101649 Revised 8/22/2022 005243-5 Agreement Page 5 or6 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. CITY OF FORT WORTH Playground Replacement at 7 Parks South STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project t/ 101649 Revised 8/22/2022 005243-6 Agreement Page 6 of 6 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: City of Fort Worth By: By: M&I A h`eAr 14- � Michael A. Heimlich (Dec 13, 202215:43 CST) Signature Michael A. Heimlich (Printed Name) President Title 2112 Solona Street Address Haltom City, TX 76117 City/State/Zip Dec 13, 2022 Date Jesica McEachern, Assistant City Manager Feb 1, 2023 Date aa� FORr°nBa poA o,oa oo.09 Attest: pp$8g2d �aC �'BXASo4p nbnnuaa'�' Jannette Goodall, City Secretary (Seal) M&C: 22-1031 Date: December 13, 2022 Form 1295 No.: 2022-944609 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Patrick Vicknair, Project Manager Park & Recreation Department Approved as to Form and Legality: Jeremy Anato Mensah Assistant City Attorney APPROVAL RECOMMENDED: CfF SP Dave Lewis, Acting Director, Park & Recreation Department OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH Playground Replacement at 7 Parks South STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project # 101649 Revised 8/22/2022 006113-1 PERFORMANCE BOND Page 1 of 4 1 SECTION 00 6113 Bond No. SUR0075458 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Northstar Construction, LLC known as 8 "Principal" herein and Argonaut insurance Company , a corporate 9 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 11 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the 12 penal sum of, Two Million Forty Nine Thousand Eight Hundred Ninety Six Dollars 13 ($ 2,049,896.00 ), 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 to be made, we bind 15 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 16 firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the 14th day of October , 20 22 , which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, 20 equipment labor and other accessories defined by law, in the prosecution of the Work, including 21 any Change Orders, as provided for in said Contract designated as Playground Replacement at 7 22 Park Sites: CP Hadley, Candleridge, Daggett, Lake Como, Overton, Southwest and Westcreek 23 Parks, City Project #: 30100-0800450-5330500-101649-004880-9999 24 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall 25 faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 26 perform the Work, including Change Orders, under the Contract, according to the plans, 27 specifications, and contract documents therein referred to, and as well during any period of 28 extension of the Contract that may be granted on the part of the City, then this obligation shall 29 be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project #: 30100-0800450-5330500-101649-004880-9999 Revised July 1, 2011 006113-2 PERFORMANCE BOND Page 2 of 4 1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of 5 the Texas Government Code, as amended, and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Playground Replacements at 7 Park Sites City Project N: 30100.0800450-5330500.101649.004880-9999 006113-3 PERFORMANCE BOND Page 3 of 4 1 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 19th day of October 3 20 22 . 4 5 6 7 8 9 10 ATTEST: 11 12 13 (Principal) Secretary 14 15 16 17 18 Witness as to rincip 19 20 21 22 23 24 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PRINCIPAL: Northstar Construction, LLC BYAI�0 , / I Signature Michael A. Heimlich, President Name and Title Address: 2112 Solona Street Fort Worth, Texas 76117 SURETY: Argonaut Insurance Company BY:u►��t- Signature Playground Replocement> at 7 Park Sites City Project #: 30100-0800450.5330500-1C1649-004880-9995 1 f t u �_-r Troy Key 2 (Surety) Secretary 3 4 5 6 7 8 9 10 11 12 13 Debi Moon Witness as to Surety 006113-4 PERFORMANCE BOND Page 4 of 4 Sandra Lee Roney, Attorney in Fact Name and Title Address: P.O. Box 469011 San Antonio. TX 78246 Telephone Number: 800-470-7958 14 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 15 from the by-laws showing that this person has authority to sign such obligation. If 16 Surety's physical address is different from its mailing address, both must be provided. 17 The date of the bond shall not be prior to the date the Contract is awarded. 18 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 END OF SECTION Ployground Replacements at 7 Park Sites City Project #: 30100-0800450.5330500-101649-004880-9999 00 61 14 - 1 PAYMENTIiOND Page 1 of 4 1 SECTION 00 6114 Bond No. SUR0075458 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Northstar Construction, LLC known as 8 "Principal" herein, and Argonaut Insurance Company _ , a 9 corporate surety (sureties), duly authorized to do business in the State of Texas, known as 10 "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 the State of Texas, known as "City" 12 herein, in the penal sum of Two Million Forty Nine Thousand Eight Hundred Ninety Six Dollars 13 ($2049 896.00 ), 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 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 16 presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 14th day of October __ , 20.22 _, which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, 20 equipment, labor and other accessories as defined by law, in the prosecution of the Work as 21 provided for in said Contract and designated as Playground Replacement at 7 Park Sites: CP 22 Hadley, Candleridge, Daggett, Lake Como, Overton, Southwest and Westcreek Parks, City Project 23 4:30100-0800450-5330500-101649-004880-9999. 24 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall 25 pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of 26 the Texas Government Code, as amended) in the prosecution of the Work under the Contract, 27 then this obligation shall be and become null and void; otherwise to remain in full force and 28 effect. CITY OF FORT WORTH Playground Replacements of 7 Pork Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project N: 30100.0800450-S330S00-101649.004880.9999 July 1, 201 1 006114-2 PAYMENT BOND Page 2 of 4 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of 2 the Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute, CITY OF FORT WORTH Playground Replocements al 7 Pork Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project N: 30100.0800450.5330500.101649.004880-9999 July 1, 2011 006114-3 PAYMENT BOND Page 3 of 4 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 19th day of 3 October 2022 4 ATTEST: PRINCIPAL: Northstar Construction, LLC I 1 91. �. - wrqjll� Signature Michael A. Heimlich, President (Principal) Secretary Name and Title Address: 2112 Solona Street Fort Worth, Texas 76117 Witness as to incipal SURETY: Argonaut Insurance Company ATTEST: BY: Signature CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project ll: 30100-0800450•S330S00.101649.004880-9999 July 1, 2011 Troy Ke (Surety) Secretary Debi Moon Witness as to Surety 1 00 61 14 - 4 PAYMENT BOND Page 4 of 4 Sandra Lee Roney, Attorney in Fact Name and Title Address: P.O. Box 469011 San Antonio, TX 78246 Telephone Number: 800-470-7958 2 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 3 bylaws showing that this person has authority to sign such obligation. If Surety's physical 4 address is different from Its mailing address, both must be provided. S 6 The date of the bond shall not be prior to the date the Contract is awarded. 7 END OF SECTION CITY OF FORT WORTH Playground Replocements at 7 Pork Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project #: 30100-0800450-5330500.101649.004880.9999 July 1, 2011 006119-1 MAINTENANCE BOND Page 1 of 4 1 SECTION 00 6119 Bond No. SUR0075458 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we Northstar Construction, LLC known as 8 "Principal' herein and Argonaut Insurance Company , a corporate surety 9 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "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 the State of Texas, known as "City" 12 herein, in the surn of Two Million Forty Nine Thousand Eight Hundred Ninety Six Dollars 13 ($ 2,049,896.00 ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its 15 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, 16 jointly and severally, firmly by these presents, 17 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the 14th day of October , 20 22 , which Contract is hereby 20 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 21 materials, equipment labor and other accessories as defined by law, in the prosecution of the 22 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 23 the "Work") as provided for in said contract and designated as Playground Replacement at 7 24 Park Sites: CP Hadley, Candleridge, Daggett, Lake Como, Overton, Southwest and Westcreek 25 Parks, City Project #: 30100-0800450-5330500-101649-004880-9999; and 06 27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCIty Project #: 30100.08004S0.5330500-101649-004880-9999 Revised July 1, 2011 006119-2 MAINTENANCE BOND Page 2 of 4 1 remain free from defects in materials or workmanship for and during the period of two (2) years 2 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 3 4 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 5 receiving notice from the City of the need therefor at any time within the Maintenance Period. Cl 7 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy 8 any defective Work, for which timely notice was provided by City, to a completion satisfactory 9 to the City, then this obligation shall become null and void; otherwise to remain in full force and 10 effect. 11 12 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 13 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 14 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal 15 and the Surety under this Maintenance bond; and RU 17 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 18 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 19 Worth Division; and PTO 21 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive 22 recoveries may be had hereon for successive breaches. 23 CITY OF FORT WORTH Playground Replacements of 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCIty Project N: 30100-0800450.5330500-101649.004880.9999 Revised July 1, 2011 006119-3 MAINTENANCE BOND Page 3 of 4 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the �19th day of _October 3 _; 20 22 4 5 6 7 8 9 10 11 12 ATTEST: 13 14 15 (Principal) Secretary 16 17 18 19 20 Q �G 21 Witness as o Princl al 22 23 24 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PRINCIPAL: Northstar Construction, LLC BY: aij 0 . A,, 'U Signature Michael A. Heimlich, President Name and Title Address: 2112 Solona Street Fort Worth, Texas 76117 SURETY: Argonaut Insurance Company Playground Replacements at 7 Park Sites City Project tl: 30100-0800450-5330500.101649.004880-9999 1 2 3 4 5 6 ATTEST: 7 8 Tfoy K y 9 (Surety) Secretary 10 �—j 11 k_ {' i U /16 Debi Moon 12 Witness as to Surety 13 006119-4 MAINTENANCE BOND Page 4 of 4 BY:_:2�_Lh v _ �Qi71t�_Z Signature Sandra Lee Roney Name and Title Address: P.O. Box 469011 San Antonio, TX 78246 Telephone Number:_800-470-7958 14 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 15 from the by-laws showing that this person has authority to sign such obligation. If 16 Surety's physical address is different from its mailing address, both must be provided. 17 The date of the bond shall not be prior to the date the Contract is awarded. 18 CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project H: 30100.0800450-5330500.101649-004880.9999 Revised July 1, 2011 Argonaut Insurance Company Deliveries Only: 225 W. Washington, 24th Floor Chicago, IL 60606 United States Postal Service: P.O. Box 469011, San Antonio, TX 78246 POWER OF ATTORNEY KNOW ALL MEN BY TI IESE PRESENTS: That the Argonaut Insurance Company, a Corporation duly organized and existing under the laws of the Slate of Illinois and having its principal office in the County ol'Cook, Illinois does hereby nominate, constitute and appoint: Andrea Rose Crawford Troy Russell Key Debra Lee Moon John William Ncwby, Sandra Lee Roncv Joshua D. Trill, Suzanne Elizabeth Niedzwiedz Their true and lawful agent(s) and ulkrncy(s)-in-tact, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on its behal f as surely, and as its act and deed any and all bonds, contracts, agreements of indenmity and other undertakings in suretyship provided, however, that the penal stun of any one such instrument executed hereunder shall not exceed (lie sum of: $97,550,000.00 '['his Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of Argonaut Insurance Company: "RESOLVED, That the President, Senior Vice President, Vice President, Assistant Vice President, Secrelary,'freasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer or attorney, of the Company, qualifying the attorney or attorneys named in the given power of attorney, to execute in behall'of, and acknowledge as the act and deed of the Argonaut Insurance Company, all bond undertakings and contracts ol'surelyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Argonaut Insurance Company has caused its official seal to be hereunto affixed and these presents to be signed by its duly authorized offieer on the 191h day of November, 2021. Argonaut Insurance Company 0R4 by: 1948 2 STATE OF TEXAS COUNTY 01: HARRIS SS: Gary E. Grose , President On this 191h day of November, 2021 A.D., before tile, It Notary Public of the Slate of Texas, in and for the County of Harris, duly commissioned and qualified, cante'I'I IE ABOVE OFFICER OF TIIE COMPANY, to me personally known to be the individual and olficer described in, and who executed file preceding instrument, and he acknowledged the execution of same, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said corporation, and than Resolution adopted by the Board or Directors of said Company, referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the County of 1larris, the day and year first above written. A,r KATHLE EN M MEEKS A NOTARY PUBLIC • STATE C)F TEXAS MY COMM. EX P. 07l15l25 NC7 iA RY ID 55.....O (Notary Public) I, the undersigned Officer o1'the Argonaut Insurance Company, Illinois Corporation, do hereby certify that the original POWER OF ATTORNEY ofwhich the foregoing is a fill, true and correct copy is still in fill force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand, and affixed the Seal of said Company, on the day of (/ r"T n� �'�_, 2022 Austin W. King , Secretary IF YOU HAVE QUESTIONS ON AUTHENTICITY OF THIS DOCUMENT CALL (833) 820 - 9137. IMPORTANT NOTICE To obtain information or make a complaint: You may call Argonaut Insurance Company and its affiliates by telephone for information or to make a complaint: ARGONAUT INSURANCE COMPANY Please send all notices of claim on this bond to: Argo Surety Claims (413) 773-6359 Deliveries Only: 225 W. Washington, 24t" Floor, Chicago, IL 60606 United States Postal Service: P.O. Box 469011, San Antonio, TX 78246 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: (512) 490-1007 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: Cons umerProtection(atdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your agent or Argo Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements.