Loading...
HomeMy WebLinkAboutContract 58860CSC No. 58860 FORT WORTH CONTRACT FOR THE CONSTRUCTION OF Playground Replacement at 7 Park Sites: Arcadia Trail, Arcadia Trail South, Eugene McCray, Littlejohn, Marine, Quanah Parker and Wright -Tarlton Parks City Project No. 30100-0800450-5330500-102353-004880-9999 Mattie Parker Mayor David Cooke City Manager Dave Lewis, Acting Director, Park & Recreation Department Prepared for The City of Fort Worth Park & Recreation Department October 2022 Pacheco Koch a Weshi,00d Company ��4p,NDSCAP a (N O am A 3159 Q� 1 rF O 0F'+ 10/05/2022 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORTWORTH. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Pagel of 8 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 0011 13 Invitation to Bidders 07/19/2021 0021 13 Instructions to Bidders 11/02/2021 0035 13 Conflict of Interest Statement 02/24/2020 00 41 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 00115 11 Biddei-s N-equalir;,,a 08/i�a i3/20i l- nn� Pi-equaliricat; ,, St-a1 non��2021 0045-1-3 PrequalifIcation Applieati-an 0a/,a%��021 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 0133 00 Submittals 12/20/2012 0135 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 03/22/2021 0157 13 'Storm Water Pollution Prevention Plan 07/01/2011 0158 13 Temporary Project Signage 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 30100-0800450-5330500-102353-004880-9999 Revised December 9, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 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 - Existinu Conditions I Selective Site enio- tiet3 gi 4l 14 1 If 4ty n enioyaI / A baiideiime„r 0241 s PaRelneval b Division 03 - Concrete Division 11- Eauinment 1 11 1 67 131 3-&:tei4 rn;s -i g9 11 f 8-14 11-6 15 WeedIb D-i vygrec}ii`I�Suffi 4agg Division 26 - Electrical '- Division 31 - F,arthwork 34-10-09 4te-cle«l-ilig 3123 16 Unclassified Excavation 08/02/2022 31 23 a BeH eNN 31 ? 4 00 €14:11BA 11k n erlts 31 25 00 Erosi MI— nd-sedin,o„t Control 3-1 36 00 Gabietns 3137-00 Rip aln Division 32 - Exterior Tmnrovements 3101 17 Per}}}anentAr,phalr D.,, ing no,..,:,. rr 31 9-1-1 g Tefl Asphalt n.,, : ., n :,. 31 11 14 Alt, Base Ceta-ses 3? 11Z29 L*he -Ti eatecl-Base-Eetx=ses 32 11 33 ' T-fea-ted Base Cvota-ses 32 11-37 L4quid-TEea�eEl chi^ IrrrviiiTm�ef 32 12 A s.I..,It Paving b 32 12 73 Asphalt D.,ying t"ra I: Sealants 32 13 13 Cam^ "gin H� .7 19 13 20 c • l I I n,• I >� G to • . > p .-.vr'rEtvc�;cc;rrd-a-n:� 1�'v;:uj'u u1��. na:',ci=,-Fc���ic;;=r'p9 32 13 73 CeRef to !ayi.a,T T,,:,,t Sealants 32-1-4_1-6. CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 30100-0800450-5330500-102353-004880-9999 Revised December 9, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 3? 1 & 13 cvlicl to h ., 1 ! „+ram,• .,,,,1 Valley Gutter 32 1791 Pavemeat-�gs 32 1725 G,•h A ,1dress Painting b 22 —1 1 Z (`hail, >~'enees .,`ice 322 V iP—Feneesca d GateS 3231 29 Wood i omes and Gate 3-2-37 1 3 fast in Dlaee !`,,,,erete Retai,:,, T �U III 3291 19 Topsail Dl,,..emenr and Fitiish:.,n f Par1... a ys 32 92 11 ; H),dj-o NiliiTC e,eding, ,a e,.,a" 31 n3 d3 Trees at d Shrub Division 33 - Utilities z ; 01 30 Sewer acid nn.,.,h le Testinj, 33 01 3'1 Closed 23 03 1 0 $y(3;l�Ili,�p�Irg^ 2; nil 10 eiiit R,,,,a;,,,. and Glecti-ical isolation 33 04 l 11 1 Cort!esion Central Tort Stations 33-04 Q Magr>esftmAfiedde Garahodi 33-0-� 33 0=1 d0 Gleam,,,..,, AeeeptaneeJ7:, )fWate,—h,iai-»s 33 04 50 CGeanig�e„ro�,�r� i b 33 05 10 Utility Ti-eneh 1:,..,.,,,.,tioii R,,,ho,-Iment�. , -44 3305 12 Water LieTe • 113 05 j i r~ rame Goye...,,,,1 Grade R hilts Cast Ireii. 11 05 13 01 Frame, Goye..,,,,,1 made Riiigs C,,,,,,, site n 5 1 d A•�I;,�c s ing anh�T„ lets Valve Boxes andnd Other S i.,,etufcsiv tr ode 33 05 16 Genet-ete W to,• Vault 05� I� L1 Gen ete C n ,,.s �1 (7� 0520 • b r BQrirrg 33 05 21 Ttinffel Line, plate 33 0522 Stool C s:,,,, R* ZlDS-L2 Hand T.,,,,,ol;.,g 330524 T„II"I3tL117atieft of arrief-Pipe , Casing f T„ of T e DinZe- `Y 33_05-M Utility AA.flie,•. !1 oe tot- 3 i 05 i0 1 e atien of Exist;.,.. Utilities Ii_I1AE Belts, N it;fm4-C�iCets 3_ 13 1 10 Due41e4efi-Ape 33 11 11 Duet;le i,•.,,, Fittiyigs 33 11 12 Poiyvinyl-Crletile{ E} '�e�stx P-ice 3 CoRR: 1 a ,• o ete e, P Bar Wrapped, Cylintt i fT ype 33 1 1 14 Buried Stool Pipe ai 1 17 4tigs 3L12_14 WaterSel viees-l- c- e -14wh 33 -2 11 1,- 1 r be W ate, Metefs Res.:."tent Seated Gate Valve a3 12 21 AWW A R..hhe.o,• Seated R„ttet-fly Valves 33 12 25 C,,. nectioii t Existing txt.,ter Main 3-G G-embinatieli A if Valve Assemblies f r able Water Systems 33 1240 Fife-Myd+a.1 33 12 50 Water S^a"" eos CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 30100-0800450-5330500-102353-004880-9999 Revised December 9, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 33_1? 60 Stand FEI Blow -ef �� Valve Assembly 13 j j 5 iL--gh Detisit„ 104yethylene PE) Pipe-eof 33_3 L20 Po!5vinyl Chlori-de (PVC) �,..tLCe-wel-Pipe `�J 3-3 31 �� gem=rrr}�1 Gh1er-ide� Ir. �, 4esed��aTrofil Gravity yz,�z�=t,13 e� 33 31 29 Q :4.}r el lip Lire. eweu Cvefvieee Cennne-aelievri i aridS &L-L-ii-ie 3_11_70 Ee�fiea Aff Vfllve-for-Sarritafy-se I erc al s 33_19 10 Cast ; , Place f ., ,.oto AA h to 33 39 90 Preeast Doti ete Ti afAi le 3_3 39_30 € ber-&SS A I—h—les 33 3960 Eff' tf'nzetuf-ems ii4�� 1 1-0 R-L-H-1-f61'eed Ceiiei-ete-Biel r,-.- "8c=5 e Npe/Qt1N, S 33 41Ll.. Tlo.,�:t„ D.,l,.otl,.,lo.,o /IITIDG\ Pipe for- Ct�„•,rrr -Tr--�r'br'.1, am 1341 �LL4 Re ti e'••rced Polyethylene (CADET D-4pe 334600 C..bdm4m� 33-4.6_0_1 Sletted Stec-ix�I-atr�s a 6-Q? Ti-eiie i Dmki 334910 Cast i Alaee M,,,,1,oteszmd—A etioii-Bexce9 33 49 20 Curb and Dr , n4ets b Division 34 - Transportation Ti-af e+g+>&k 3441 1 inn 1 A-ttaehme-rrt-A� C--entro 4'. 3441 10 B? Attae-limei4 B Getitrellei-�Eatiar� '�l1 1 0 0-4 tt aelwieiit G So�N,ai L �l3eC-1{�I-C-EY11oFl 34 a l 1 1 Teti+p Fa13yRaffie Signals 3441 13 � D g T••^f�Signak 34d1 15 Reetatigulat- Rapid Flashhig4k-aeen 34-4-i--l-C Peede-s-"%i-- iid-�iagr 34 41 10 D,,.,d,, ay lll..,,,;,iatioii Assemblies 34 4 t )D non n t A Fterial LED n,.,,&,ay T ,,.,;iimire-s �4 41 20 (17 &,,=, y LED I ^,adway L-umkiaites 34 41?n n^ Do ideiit;.,l LED Dead 1 0 3441 30 Alutnkium C; 34 71-13 T-,-, a�� ie Contra] Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: http://fortworthtexas.goy/tllw/contractors/ or httlis:HaRlis.fortworthtexas.gov/ProjectResources CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 30100-0800450-5330500-102353-004880-9999 Revised December 9, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Division 02 - Existing Conditions Page 5 of 8 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 30 Cast 1„ Alaee Goiierete 0:3/1 1�-rriQ 02[ Goiit,,11ed „ A.terial (C�SN4;) �122V01 03 34t�--H : to R,so A,fo,,1 =vim T.o,,.h Ao,., 1'f/7z-rcoizoz? 03 80 Nbgd4fic-a-tionsto Exist' lli-TGAi erete Stmatifes �-�0,4241-2 Division 11- Equipment 11 66 12 Site Underdrain 11 67 13 Site Furnishings 11 68 14 Playground Equipment 11 69 15 Wood Fiber Playground Surfacing Division 26 - Electrical 160500 Goni f en t efk Resu4s-foi-E-le8tr-;—' 266--/O�S�--1�� moo. elideii for leet,.ieal Sy tems 26 05 33 Raee,, a s ,mil Boxes f ,- Eleet,-ieal Systems 12/7z--rz0QO12 76 05 d3 T iJ T11A Duets fe Systetns 07/n l,"o r19S o Pv cryrzicctl rcirl b oL,nd and s 26 05-50 Coii,,,,,,,,ie tiem Meld Dtiet (`..,,dai M/7o�z�/orwr�o Division 31- Earthwork 31 00 00 Site Clearing 03/22/2021 3123 16 Unclassified Excavation 01/28/2013 3 a 2 3?3 BetteNN 0442 & /) 04-3 31 24 nn E_b nents 0448 ?043 312500 Erosion and Sediment Control 04/29/2021 31 3600 Gabioll 4-40,L201" 3 37 nn rap 12Q)n/—� 01i Division 32 - Exterior Improvements � n 1 1 � PermatietAAspkalt P'aivifig, Repair 12 /,�, �0/2012 3 2 01-1$ 12 /,�0r 32 01 19 C . erete P ,.; ,r Ao,,.,,• 1'7/7012 31) 111 3 hlekible Rase C'oa-ses 12/'1—rw, Q12 3') 1 1 291 29 Lime Tr-eateu-Base-Got}rses 12,QOQO12 22 1 1 33 Eei„o„t Ti-e to d B e r Gorses 06,11W2022 z 31 11 37 Liquid Treated Sol Stabi l; 0u» ice_,_/=1p 1 c 32-12 Asphalt-P-avhig 1 a io4G As g ek Sealan--ts n/—�= 32 13 13 Concrete Paving 06/10/2022 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 12/09/2022 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32-14 16 R.•;,,1. 1 t,,;t Paving b 17/_r_ zO/2012 39, 16 1.3 Ce19 rote Gurb atid /:uaei•s ati d Valley Gat4erss 17/ni-09Q02 32 17 23 Pavement Markings 06/10/2022 2- 25. CUr-b Addre�-,Pat144 g 44/04QO13 CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 30100-0800450-5330500-102353-004880-9999 Revised December 9, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 8 32-3_L 3 C41ftinl Ft4wP_,; crag vir i.i 1 290/2042 32-34-26 AL�ees ffld-Gates 421304-042 32 31 29- WE)&d-Feiic-es a+id—G teS 12n�01 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 3192-14 Non Native EeEllt}g n c / i� 2 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 1 � � sit 1 ' - 1 , _ 1 1 1 1 - ERWERFAMIM �. - - - - 1 1 � � 1 - a ! • 1 - !' 1 .mem. . 1 ■ .. ■ R.- .. IRWIN= 1 ! 00. ,,. 1 •. 1 - ! , 1 � � 1 e1.s �- _ . n. CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 30100-0800450-5330500-102353-004880-9999 Revised December 9, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 .33-3-1-1-3 F4be� rgliass Reinf , eed Npefo, tat-y co, v� -1P30,�30-1-2 33.3.1-15 p�1�San �3ibt1-t7e1i5it3LP$lyetll�,le-ne�IfXF-IDUIX�mz efo ref OiIh�Z1-20=rl ;1 20 01101'ide WNW--) Gravity Sanitary SeNyer Pipe- -04Y,,:,,.,1 2 3 2 1 � 1 riC) Polyvinyl Gh-ler-ide (PVC) �e-ETrofi4e—Gravib, Sanit-aty cSi�1YeF �-vz�vo P* 1 7 /7, �, _a 2 o 1z 22 Sanit ry SeNyer Slip -Lin- : „ 12�201201 3- 31 2 12 nz-r�0Q 12 33 31 50 Sanitary-SewerSet-=`Lies C-enneetiens-and Ser-v4ee--L-ine 0A/26,12 33 31 70 F ,. c:t.,,.,, Sewe,• R, !`,,,,,I,in tion A;,. Val, Main 4-248,12012 e ree 3119 10 Ca ee Ge,ie ete MatAielos 12,90/2012 3_3_39 ?0 Precast r,,,,ereie n4,,,,1,,,1aS- 12n�_QO/2012 33 3930 I.,00 Fob g'' ' VTILfJJTYSQ� �e l� -T 12,120,9012, 33 39 40 Writ wa4e•. A eeess Qia kjef+W-Arl �l 12/�0//2012 ,_ 33 3960 Lit b , c :t ,, canr,rt f ct, e 04/3-9/2021 3341 10 Rein Feed r•,,, erete ct, rin Sewer Pipe/Ca1„ej4s 0� 01�o,Q011 33 41 I-L Higk-DeH5ity Polyethylene runU>�e4ep-Stertn-Dmm 12/�12 3341 2 iA &�•,_rrncri-eed_pol„etl,,,lene (S PE) 33a1 113 PolyprepyLleneTtpe for- Steft. 1aHl 06/1no 02022 33 46 00 Subdrainage 12/20/2012 33 46 01 Slotted Storm Drains 07/01/2011 33 46 01 Ti-en h FDrai,,.. 07011 3349 10 G-Ast : , Ul.;-e T41.,,,I,oles and Tu etioa4 eo S 1 �/�zTOQOi 33 49 20 ,m.... etS 03/1 1�n_1l )022 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - Transportation 34 4-1-10 T,•rnn;e Sig„a46 03/11/2022 3441 1 n 01 Attaeliment A e�rt: �'��1 r�=0e�oi�et 4- � /,1� — 344141 10fln ) Attaehinent13��+�ttellel Sp�fTeaTion 019012 3441 i n,nzn nz Attaeh+N-ent C Software Speeif eat-iai 01 20i 3441 11 Tempor-ary- 1, 22 O 13 34 4-1-13 pop,, , ing Ti-affie Sigga is n3 l nm-1 o�rl zo�= 4-4-1 10. Roadway ill,,,, ination A�s 1'7Y1i--rz QO12 3441 10 0101 Afte1•iaMLB &adivay &I aices s 34 4141 20 01 Free ,,ay LED Read„ . , Luminaire 8695404-5 34 41?n 03 Residential LED D.,.,dwa 1 06A G/'tn1- C � 34 41 30 Aluminum Signs 11/12/2013 3-4AI--'zz,G c;.�,,,gle "4ode-FjbeF9ptie Cable 02 26/201-6 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-6.06.1) 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 Project # 30100-0800450-5330500-102353-004880-9999 Revised December 9, 2022 GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 8 of 8 END OF SECTION CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 30100-0800450-5330500-102353-004880-9999 Revised December 9, 2022 City of Fort Worth, Texas Mayor and Council Communication DATE: 12/13/22 M&C FILE NUMBER: M&C 22-1033 LOG NAME: 80PLAYGROUND REPLACEMENT AT 7 PARKS 102353 SUBJECT (CD 2, CD 4, CD 5, and CD 7) Authorize Execution of a Contract with L.J. Design & Construction, LLC, in the Amount of $1,972,007.80 for Playground Replacements for the FY20 & FY21 Playgrounds (North) Projects RECOMMENDATION: It is recommended that the City Council authorize execution of a contract with L.J. Design & Construction, LLC, in the amount of $1,972,007.80 for FY20 & FY21 Playgrounds (North) projects (City Project Nos. 102353 &104574). DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize the award and execution of a construction contract with L.J. Design & Construction, LLC, in the amount of $1,972,007.80 for the FY20 & FY21 Playgrounds (North) projects (City Project No. 102353 & 104574). 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 two projects would allow for better cost and efficiency during construction phase. The design package was divided geographically with seven playground replacements in the south and the remaining seven in the north. This project consists of the seven playgrounds in the north part of the city in the following parks: Arcadia Trail, Arcadia Trail South, Eugene McCray, Littlejohn, Marine, Quanah Parker, and Wright Tarlton. The Park & Recreation Department's (PARD) Fiscal Year (FY) 2020 and 2022 Capital Improvement Program (CIP) allocated funding for playground replacements at 21 sites. The table below shows the budget breakdown for these seven park sites. Playground FY 2020 FY 2022 Total Arcadia Trail Park Arcadia Trail South Park $270,500.00 1 $270,500.001 $328,500.00 $328,500.00 Eugene McCray Park 11 $270,500.00 $58,000.00 $328,500.00 Littlejohn Park $270,500.00 $58,000.00 $328,500.00 Marine Park 11 $270,500.001 $328,500.00 Quanah Parker Park 11 $270,500.00 $58,000.00 $328,500.00 Wright Tar[ 1 $242,508.00 $52,000.00 $294,508.00 Total 11 $1,865,508.00 $400,000.00 $2,265,508.00 This project was advertised for bids on October 6, 2022 and October 13, 2022 in the Fort Worth Star -Telegram. On October 27, 2022, the following bids were received and tabulated: Bidders Base Bid Bid Alternate Total L. J. Design & Construction, LLC $1,921,426.60 $50,581.20 $1,972,007.80 Cole construction, Inc. $1,996,592.65 $49,028.17 $2,045,620.82 Northstar Construction, LLC $2 087,000.00 $43,922.00 $2,130,922.00 It is recommended that L.J. Design and Construction, LLC be awarded a contract for the Base Bid and Bid Alternate in the amount of $1,972,007.80. 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. Bid alternate improvements include: installation of silt fence, sod, temporary irrigation, and concrete sidewalk at existing playground site in Arcadia Trail South Park. Construction will begin in February 2023 and be completed by September 2023. Replacement of the seven playgrounds is estimated to increase the department's annual maintenance by $9,607.00 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 Park & Recreation Department's General Capital Projects Fund for the purpose of funding the FY20 Playgrounds (North) & FY21 Playgrounds North Ph 2 projects, as appropriated. L.J. Design and Construction, LLC. is in compliance with the City's Business Equity Ordinance by committing to 5% Business Equity participation on this project. The City's Business Equity goal on this project is 5%. These seven playgrounds are located in COUNCIL DISTRICTS 2,4,5, and 7. 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 FY20 Playgrounds (North) and FY21 Playgrounds North Ph 2 projects 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: Joel McElhany 5745 Patrick Vicknair 5967 JJ Pacheco Koch a Westwood company October 18, 2022 PK No.: 5003-21.299 Mr. Patrick Vlcknalr Project Manager - Park Planner City of Fart Worth 4200 S. Freeway, Suite 2200 Fort Worth, Texas 76115 Re: Playground Replacement at 7 Park Sites: Arcadia Trail, Arcadia Traft South, Eugene McCray, Littlejohn, Marine, Quanah Parker, Wright-Tct ton Park (Northern 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); Q: Have a question about Arcadia Trail South Park with the playground near the school. It shows us removing the playground and sidewalk, but it does not show pouring back the sidewalk to connect the 2 again. Do we need to pour back a connecting sidewalk? If we are not connecting the sidewalks or if we are, do we need to provide sod in that area to reestablish gross? Look forward to hearing from you. A: Providing a sidewalk connection is D-ol within the project scope. The city will redesign and connect those sidewalks, at a later date, with in house crews. Bids should include a cost to infill and reestablish with sod the area where the existing playground is being removed. See additional notes on plan sheet 8. 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 14�7— Dorothy Witmeyer, PLA Senior Project Manager DJW 5003-21.299 2,022-10-18 City Project No. 30100-0800450-5330500-102353-004880-9999 Encl. 4060 Bryant Irvin Rd Port Worth, TX 76109 M 817.412,7155 N pkce.corn 00 11 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 Arcadia Trail, Arcadia Trail South, Eugene McCray, Littlejohn, Marine, Quanah Parker, Wright -Tarlton Park, project #30100- 0800450-5330500-102353-004880-9999 ("Project") will be received by the City of Fort Worth Purchasing Office until 1:30 P.M. CST, Thursday, October 27th, 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 littp://www.fortworthtexas.gov/purchasing/ and clicking on the link to the advertised project folders on the City's electronic document management and collaboration system site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. 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 posted in the City of Fort Worth's purchasing website at http://fortwortlitexas.gov/ptuchasing/ PRE -BID CONFERENCE — Web Conference A pre -bid 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, October 20, 2022 TIME: 1: 00 P.M. CST Invitations with a link 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 9 30100-0800450-5330500-102353-004880-9999 Revised 7/19/2021 0011 13 INVITATION TO BIDDERS Page 2 of 2 Prospective bidders must 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." Any questions asked at the pre - bid conference or after the pre -bid will be answered via an Addendum to the call for bids. 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 PA ]'GO 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 October 61h, 2022 October 13th, 2022 END OF SECTION CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project # 30100-0800450-5330500-102353-004880-9999 Revised 7/19/2021 SECTION 00 21 13 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) 1. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre -qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: .1ittps://apps.foilwoi,tlitexas.gov/ProiectResoui-ces/ 3.1.1. Paving — Requirements document located at: CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project # 30100-0800450-5330500-102353-004880-9999 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 10 htti)s:Happs. f'ortwoi*thtexas. aov/Pro' ectResources/Resoui-cesP/02%20- %20Construction%2ODocuments/Contractor%2OPi-ecivalification/TPW%2OPavina %20Contractor%20Pregual ification%20Proaram/PREQUALIFICATION%20REQ UIREMENTS%20FOR%20PA VING%2000NTRACTORS.pdf 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: https://api)s.fortwortlitexas. aov/Pro i ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPreciual ification/TPW%20Roadwa y%20and%2OPedestrian%2OLiahtina%20Pregualification%2OP1'oai•am/STREET% 20LIGHT%20PREOUAL%20REQMNTS.pdf 3.1.3. Water and Sanitary Sewer — Requirements document located at: httos:Hai)ps. fortworthtexas.aov/ProiectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrecival ification/Water%20and%2 OSanitary%2OSewer%2OContractor%2OPregualification%2OProaram/WSS%20pre qual%20reguirements.0 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 # 30100-0800450-5330500-102353-004880-9999 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." 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 # 30100-0800450-5330500-102353-004880-9999 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 f'or 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 f'or performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project # 30100-0800450-5330500-102353-004880-9999 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 10 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City 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 hitps://ii,ii,ii,.fortrl,orlhlexas.gov/deperrinTents/fti7aiice/pan•chosing CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project # 30100-0800450-5330500-102353-004880-9999 Revised/Updated November 2, 2021 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. 7. Bid Security 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider B idder 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 01 25 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: htti)s:#codelibrary.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 # 30100-0800450-5330500-102353-004880-9999 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 # 30100-0800450-5330500-102353-004880-9999 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 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project # 30100-0800450-5330500-102353-004880-9999 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 httns://www.ethics.state.tx.us/data/forms/1295/1295.ndf 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 # 30100-0800450-5330500-102353-004880-9999 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 # 30100-0800450-5330500-102353-004880-9999 Revised/Updated November 2, 2021 0035 13 CONFLICT OF INTEREST AFFIDAVIT Page 1 of 1 SECTION 00 3513 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercises discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. https://www.ethics.state.tx.us/data/forms/conflict/C1Q.pdf littps://www.ethics.state.tx.us/data/forms/conflict/CIS.pdf Wf CIQ Form is on file with City Secretary 0 CIQ Form is being provided to the City Secretary CIS Form does not apply 0 CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: L. J. Design & Construction, LLC Company 6548 Peden Rd Address Fort Worth, TX 76179 City/State/Zip By: Greg Woolsey leas Print) Signature: END OF SECTION Manager (Please Print) CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 30100-0800450-5330500-102353-004880-9999 Revised February 24, 2020 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. .1J Name of vendor who has a business relationship with local governmental entity. Greg Woolsey, L. J. Design & Construction, LLC 2 ❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information is being disclosed. N/A Name of Officer AJ Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary. N/A A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? 1-1 Yes F-1 No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes F-1 No -5J Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. N/A 6 Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). 7 10-27-22 Signature of v6nddr doffig-busineks with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 00 41 00 BID FORM Page 1 of 3 FOR: Arcadia Trail, Arcadia Trail S, Eugene McCray, Littlejohn, Marine, Quanah Parker & Wright -Tarlton Park City Project No.: 30100-0800450-5330500-102353-004880-9999 Units/Sections: UNIT 1 BASE BID -Arcadia Trail Park ; UNIT 2 BASE BID - Arcadia Trail Park S #7 UNIT 3 BASE BID - Eugene McCray Park; UNIT 4 BASE BID - Littlejohn Park UNIT 5 BASE BID - Marine Park ; UNIT 6 BASE BID - Quanah Parker Park UNIT 7 BASE BID - Wright -Tarlton Park; UNIT 8 BID ALT - Arcadia Trail S Park #7 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 offtclal 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 Parks Improvements at 7 Park Sites: Revised 9/30/2021 City Project # 30100-0800450-5330500.102353-004880-9999 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 N/A 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 4100 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. Conflict of Interest Affidavit, Section 00 35 13 "If necessary, CIQ or CIS forms are to be provided directly to City Secretary g. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Parks Improvements at 7 Park Sites: RoAaed 9/3012021 City Projed N 30100-0800450.5330500-102353-004080.9090 00 41 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only 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 7. Bid Submittal This Bid is submitted on October 27, 2022 Respectf fl y s b itt , By: � ignature) Greg Woolsey (Printed Name) Title: Manager / Owner Company: L. J. Design & Construction, LLC Address: 6548 Peden Rd Fort Worth, TX 76179 State of Incorporation: Texas Email: I.j.design@eathlink.net Phone: 817-999-6025 END OF SECTION XKXX $1,972,007.80 by the entity named below. Receipt is acknowledged of the nitial following Addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Parks Improvements at 7 Park Sites: Revised 9130/2021 City Projectll 30100.0000450-5330500-102353-004880-9999 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 00 42 43 BB)PROPOSAL Page I of 17 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 -ARCADIA TRAIL PARK 1 Mobilization (6% Maximum) 01 7000 LS 1 $11,229.00 $11.229.00 Saw cutting, removal, hauling and disposal of existing 2 concrete pavement, all according to the plans, details and 0241 13 SF 2,079 specifications. $4.00 $8,316.00 Unclassified Excavation By Plan, Finish Grading, Haul Off, 3 Disposal, Scarification, Clean Up and Turf Preparation. 31 2316 SF 11,515 $0.75 $8,636.25 Removal, hauling and disposal of existing playground 4 including equipment, foundations, containment edge and 0241 13 LS 1 surfacing. $14,670.25 $14,670.25 Removal, hauling and disposal of existing site furnishings, 5 all according to the plans, details and specifications. 0241 13 LS 1 $1,314.50 $1,314.50 Furnish and install tree protection fencing, including all 6 incidentals necessary to complete in place, all according See Details LF 632 to the plans, details, and specifications. $3.00 $1.896.00 Furnish, install, and removal of silt fence, including all 7 incidentals necessary to complete in place, all according 31 2500 LF 211 to the plans, details, and specifications. $3.00 $633.00 Furnish, install, and removal of erosion control logs, 8 including all incidentals necessary to complete in place, all 31 25 00 LF 21 according to the plans, details, and specifications. $7.70 $161.70 Furnish, install, and removal of construction entrance, 9 including all incidentals necessary to complete in place. See Details EA 1 $4.443.00 $4,443.00 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, and specifications. $1,106.00 $1,106.00 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, and specifications. $29.64 $2,964.00 Furnish and install 4" perforated pipe, including all 12 incidentals necessary to complete in place, all according See Details LF 105 to the plans, details, and specifications. $33.94 $3,563.70 Install reinforced concrete and all other incidental 13 necessary to complete in place all according to the plans, 32 13 13 SY 222 specification and details. $72.00 $15,984.00 Furnish and install playground prototype #3 (custom layout) - surfacing / equipment / edging, including all 14 incidentals necessary to complete in place, all according See Details LS 1 to the plans, details, and specifications. $201.266.00 $201,266.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Parks Improvements at 7 Park Sites: City Project 11 30100-0800450-5330500-102353-004880-9999 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 00 42 43 BID PROPOSAL Page 2 of 17 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 ADA ramp into playground, including all 15 incidentals necessary to complete in place, all according See Details EA 1 $2,087.85 to the plans, details, and specifications. $2,087.85 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fonn Revised 20120120 Parks Improvements at 7 Park Sites: City Project# 30100-0800450-5330500-102353-004880-9999 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 00 42 43 BID PROPOSAL PaBc 3 of 17 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 trash receptacles including all 16 incidentals necessary to complete in place, all according 11 6713 EA 1 $1,348.48 to the plans, details, and specifications. $1,348.48 Bermuda sod, including fertilizer and sprinkling complete 17 and in place. 32 92 13 SF 5,800 $1.57 $9,106.00 Furnish and provide temporary irrigation to all turf areas, 18 including all incidentals necessary to complete in place, all 329343 SF 5,800 according to the plans, details, and specifications. $0.851 $4,930.00 CITY OF FORT NORTH STANDARD CONSIRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 UNIT 1 BASE BID ITEM - ARCADIA TRAIL PARK $293,655.73 Parks Improvements at 7 Park Sites: City Project 930100-0800450-5330500-1023 S3-004880-9999 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 00 42 43 BID PROPOSAL Page 4 of 17 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 2 BASE BID ITEM - ARCADIA TRAIL PARK SOUTH #7 1 Mobilization (6% Maximum) 01 70 00 LS 1 $11,582.20 $11,582.20 Saw cutting, removal, hauling and disposal of existing 2 concrete pavement, all according to the plans, details and 0241 13 SF 1,656 specifications. $4.00 $6,624.00 Unclassified Excavation By Plan, Finish Grading, Haul Off, Disposal, Scarification, Clean Up and Turf Preparation. To 3 include fill at the old playground location and excavaion at 312316 SF 13,300 the new location. $0.75 $9,975.00 Removal, hauling and disposal of existing playground 4 including equipment, foundations, containment edge and 0241 13 LS 1 surfacing. $21,814.56 $21,814.56 Removal, hauling and disposal of existing site furnishings, 5 all according to the plans, details and specifications. 0241 13 LS 1 $896.00 $896.00 Furnish and install tree protection fencing, including all 6 incidentals necessary to complete in place, all according See Details LF 530 to the plans, details, and specifications. $3.00 $1,590.00 Furnish, install, and removal of silt fence, including all 7 incidentals necessary to complete in place, all according 31 25 00 LF 498 to the plans, details, and specifications. $3.00 $1,494.00 Furnish, install, and removal of erosion control logs, 8 including all incidentals necessary to complete in place, all 31 25 00 LF 7 according to the plans, details, and specifications. $7.70 $53.90 Furnish, install, and removal of construction entrance, 9 including all incidentals necessary to complete in place. See Details EA 2 $4,443.00 $8,886.00 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, and specifications. $1,106.00 $1,106.00 Furnish and install 4" pvc pipe, including all incidentals 11 necessary to complete in place, all according to the plans, See Details LF 65 details, and specifications. $29.64 $1,926.60 Furnish and install 4" perforated pipe, including all 12 incidentals necessary to complete in place, all according See Details LF 105 to the plans, details, and specifications. $33.94 $3,563.70 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fonn Revised 20120120 Parks Improvements at 7 Park Sites: City Project# 30100-0800450-5330500-102353-004880-9999 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 00 42 43 BIDPROPOSAL Page 5 of 17 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 Install reinforced concrete and all other incidental 13 necessary to complete in place all according to the plans, 32 13 13 SY 42 specification and details. $72.00 $3,024.00 Furnish and install playground prototype #3 (custom layout) - surfacing / equipment / edging, including all 14 incidentals necessary to complete in place, all according See Details LS 1 to the plans, details, and specifications. $227.477.60 $227,477.60 Furnish ADA ramp into playground, including all 15 incidentals necessary to complete in place, all according See Details EA 1 $2,087.85 Ito the plans, details, and specifications. $2,087.85 Furnish and install benches, including all incidentals 16 necessary to complete in place, all according to the plans, 11 6713 EA 2 $2,101.12 details, and specifications. $4.202.24 Furnish and install trash receptacles including all 17 incidentals necessary to complete in place, all according 11 6713 E4 1 $1.348.48 to the plans, details, and specifications. $1.348.48 18 Bermuda sod, including fertilizer and sprinkling complete 32 92 13 SF 6,700 and in place. $1.53 $10,251.00 Furnish and provide temporary irrigation to all turf areas, 19 including all incidentals necessary to complete in place, all 32 93 43 SF 6,700 according to the plans, details, and specifications. $0.83 $5,561.00 $323,464.13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS UNIT 2 BASE BID ITEM - ARCADIA TRAIL PARK SOUTH #7 $323,464.13 Parks Improvements at 7 Park Sites: City Project# 30100-0800450-5330500.102353-004880-9999 Form Revised 20120120 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 BID PROPOSAL Page 6 of 17 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 3 BASE BID ITEM - EUGENE MCCRAY PARK 1 Mobilization (6% Maximum) 01 7000 LS 1 $10,026.58 $10,026.58 Saw cutting, removal, hauling and disposal of existing 2 concrete pavement, all according to the plans, details and 0241 13 SF 572 specifications. $4.00 $2,288.00 Unclassified Excavation By Plan, Finish Grading, Haul Off, 3 Disposal, Scarification, Clean Up and Turf Preparation. 31 2316 SF 8,800 $0.75 $6,600.00 Removal, hauling and disposal of existing playground 4 including equipment, foundations, containment edge and 0241 13 LS 1 surfacing. $18,695.00 $18,695.00 Removal, hauling and disposal of existing site furnishings, 5 all according to the plans, details and specifications. 0241 13 LS 1 $618.77 $618.77 Salvage and reolcate landscape boulders inccuding all 6 incidentals according to the plans, details and 0241 13 LS 1 specifications. $805.00 $805.00 Furnish and install tree protection fencing, including all 7 incidentals necessary to complete in place, all according See Details LF 196 to the plans, details, and specifications. $3.00 $588.00 Furnish, install, and removal of silt fence, including all 8 incidentals necessary to complete in place, all according 31 25 00 LF 133 to the plans, details, and specifications. $3.00 $399.00 Furnish, install, and removal of erosion control logs, 9 including all incidentals necessary to complete in place, all 31 2500 LF 8 according to the plans, details, and specifications. $7.70 $61.60 Furnish, install, and removal of construction entrance, 10 including all incidentals necessary to complete in place. See Details EA 1 $4,443.00 $4,443.00 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. $1,106.00 $1,106.00 Furnish and install 4" pvc pipe, including all incidentals 12 necessary to complete in place, all according to the plans, See Details LF 130 details, and specifications. $29.61 $3,849.30 Furnish and install 4" perforated pipe, including all 13 incidentals necessary to complete in place, all according See Details LF 110 to the plans, details, and specifications. $33.94 $3,733.40 Install reinforced concrete and all other incidental 14 necessary to complete in place all according to the plans, 32 13 13 SY 82 specification and details. $72.00 $5,904.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fonn Revised 20120120 Parks Improvements at 7 Park Sites: City Project 9 30100-0800450-5330500-102353-004880-9999 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 BIDPROPOSAL Page 7 of 17 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 Install reinforced vehicular paving to match with existing and all other incidentals necessary to complete in place all 15 according of the plans, specificatiosn and details. 3213 13 SY 15 $94.67 $1,420.05 Install pavement markings and all other incidental necessary to complete in place all according to the plans, 16 specification and details 321723 LS 1 $983.85 $983.85 Furnish and install playground prototype #2 - surfacing equipment /edging, including all incidentals necessary to 17 complete in place, all according to the plans, details, and See Details LS 1 specifications. 1 $170,722.72 $170,722.72 Furnish ADA ramp into playground, including all 18 incidentals necessary to complete in place, all according See Details EA 1 to the plans, details, and specifications. $2,087.85 $2,087.85 Furnish and install benches, including all incidentals 19 necessary to complete in place, all according to the plans, 11 6713 EA 2 details, and specifications. $2,101.12 $4,202.24 Furnish and install trash receptacles including all 20 incidentals necessary to complete in place, all according 11 6713 EA 1 to the plans, details, and specifications. $1,348.48 $1,348.48 21 Bermuda sod, including fertilizer and sprinkling complete 32 92 13 SF 2,550 and in place. $2.46 $6,273.00 Furnish and provide temporary irrigation to all turf areas, 22 including all incidentals necessary to complete in place, all 32 93 43 SF 2,550 according to the plans, details, and specifications. $2.11 $5,380.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 UNIT 3 BASE BID ITEM - EUGENE MCCRAY PARK — $251,536.34 Parks Improvements at 7 Park Sites: City Project 9 30100-0800450-5330500-102353-004880-9999 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 00 42 43 BID PROPOSAL Page 8 of 17 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 4 BASE BID ITEM - LITTLEJOHN PARK 1 Mobilization (6% Maximum) 01 7000 LS 1 $13,043.03 $13,043.03 Saw cutting, removal, hauling and disposal of existing 2 concrete pavement, all according to the plans, details and 0241 13 SF 1,248 specifications. $4.00 $4,992.00 Unclassified Excavation By Plan, Finish Grading, Haul Off, 3 Disposal, Scarification, Clean Up and Turf Preparation. 31 23 16 SF 11,400 $0.75 $8,550.00 Removal, hauling and disposal of existing playground 4 including equipment, foundations, containment edge and 02 41 13 LS 1 surfacing. $30,033.00 $30,033.00 Removal, hauling and disposal of existing site furnishings, 5 all according to the plans, details and specifications. 0241 13 LS 1 $371.26 $371.26 Furnish and install tree protection fencing, including all 6 incidentals necessary to complete in place, all according See Details LF 592 to the plans, details, and specifications. $3.00 $1,776.00 Furnish, install, and removal of silt fence, including all 7 incidentals necessary to complete in place, all according 31 2500 LF 238 to the plans, details, and specifications. $3.00 $714.00 Furnish, install, and removal of erosion control logs, 8 including all incidentals necessary to complete in place, all 31 2500 LF 36 according to the plans, details, and specifications. $7.70 $277.20 Furnish, install, and removal of construction entrance, 9 including all incidentals necessary to complete in place. See Details EA 1 $4,443.00 $4,443.00 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, and specifications. $1,106.00 $1,106.00 Furnish and install 4" pvc pipe, including all incidentals 11 necessary to complete in place, all according to the plans, See Details LF 105 details, and specifications. $29.61 $3,109.05 Furnish and install 4" perforated pipe, including all 12 incidentals necessary to complete in place, all according See Details LF 96 to the plans, details, and specifications. $33.94 $3,258.24 CITY OP PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Parks Improvements at 7 Park Sites: City Project 30100-0800450-5330500-102353-004880-9999 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 BIDPROPOSAL Page 9 of 17 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 Install reinforced concrete and all other incidental 13 necessary to complete in place all according to the plans, 32 13 13 SY 130 specification and details. $72.00 $9,360.00 Furnish and install playground prototype #1 - surfacing / 14 equipment / edging, including all incidentals necessary to See Details LS 1 complete in place, all according to the plans, details, and specifications. $181,873.44 $181,873.44 Furnish ADA ramp into playground, including all 15 incidentals necessary to complete in place, all according See Details EA 1 $2,087.85 to the plans, details, and specifications. $2,087.85 Furnish and install benches, including all incidentals 16 necessary to complete in place, all according to the plans, 11 6713 EA 2 details, and specifications. $2,101.12 $4,202.24 Furnish and install trash receptacles including all 17 incidentals necessary to complete in place, all according 11 6713 EA 1 to the plans, details, and specifications. $1,348.48 $1,348.48 Bermuda sod, including fertilizer and sprinkling complete 18 and in place, all according to the plans, details, and 32 92 13 SF 4,800 specifications. $1.64 $7,872.00 Furnish and provide temporary irrigation to all turf areas, 19 including all incidentals necessary to complete in place, all 32 93 43 SF 4,800 according to the plans, details, and specifications. $1.02 $4,896.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 UNIT 4 BASE BID ITEM - LITTLEJOHN PARK I $283,312.791 Parks Improvements at 7 Park Sites: City Project It 30100-0800450-5330500-102353-004980-9999 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 BID PROPOSAL Page 10 of 17 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 - MARINE PARK 1 Mobilization (6% Maximum) 01 7000 LS 1 $14,919.52 $14,919.52 Saw cutting, removal, hauling and disposal of existing 2 concrete pavement, all according to the plans, details and 0241 13 SF 1,131 specifications. $4.00 $4,524.00 Unclassified Excavation By Plan, Finish Grading, Haul Off, 3 Disposal, Scarification, Clean Up and Turf Preparation. To 31 23 16 SF 12,400 include fill at the old playground location and excavaion at the new location. $0.75 $9,300.00 Removal, hauling and disposal of existing playground 4 including equipment, foundations, containment edge and 0241 13 LS 1 surfacing. 1 $34,300.00 $34,300.00 Removal, hauling and disposal of existing site furnishings, 5 all according to the plans, details and specifications. 0241 13 LS 1 $1,527.00 $1,527.00 Furnish and install tree protection fencing, including all 6 incidentals necessary to complete in place, all according See Details LF 419 to the plans, details, and specifications. $3.00 $1,257.00 Furnish, install, and removal of silt fence, including all 7 incidentals necessary to complete in place, all according 31 2500 LF 190 to the plans, details, and specifications. $3.00 $570.00 Furnish, install, and removal of construction entrance, 8 including all incidentals necessary to complete in place. See Details EA 2 $4,443.00 $8,886.00 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, and specifications. $1,106.00 $1,106.00 Furnish and install 4" pvc pipe, including all incidentals 10 necessary to complete in place, all according to the plans, See Details LF 105 details, and specifications. $29.61 $3,109.05 Furnish and install 4" perforated pipe, including all 11 incidentals necessary to complete in place, all according See Details LF 100 to the plans, details, and specifications. $33.94 $3,394.00 Install reinforced concrete and all other incidental 12 necessary to complete in place all according to the plans, 321313 Sy 85 specification and details. $72.00 $6,120.00 Furnish and install playground prototype #3 - surfacing / 13 equipment / edging, including all incidentals necessary to See Details LS 1 complete in place, all according to the plans, details, and specifications. $227,372.32 $227,372.32 CITY OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fonn Revised 20120120 Parks Improvements at 7 Park Sites: City Project 30100-0800450-5330500-102353-004880-9999 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 00 42 43 BID PROPOSAL Page I l or 17 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 ADA ramp into playground, including all 14 incidentals necessary to complete in place, all according EA 1 $2,087.85 to the plans, details, and specifications. $2,087.85 Furnish and install benches, including all incidentals 15 necessary to complete in place, all according to the plans, 11 67 13 EA 2 details, and specifications. $2,101.12 $4,202.24 Furnish and install trash receptacles including all 16 incidentals necessary to complete in place, all according 11 67 13 EA 1 Ito the plans, details, and specifications. $1,348.48 $1,348.48 Bermuda sod, including fertilizer and sprinkling complete 17 and in place. At both playground locations (removed and 32 92 13 SF 5,600 installed). $1.60 $8,960.00 Furnish and provide temporary irrigation to all turf areas, 18 including all incidentals necessary to complete in place, all 32 93 43 SF 5,600 according to the plans, details, and specifications. 1 $0.88 $4,928,00 CrIY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS Foam Revised 20120120 UNIT 5 BASE BID ITEM -MARINE PARK $337.,91.46� Parks Improvements at 7 Park Situ: City Project # 30100.0800450-5330500-102353.004880-9999 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 00 4243 DID PROPOSAL Page 12 of 17 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 6 BASE BID ITEM - QUANAH PARKER PARK 1 Mobilization (6% Maximum) 01 7000 LS 1 $8,329.20 $8,329.20 Saw cutting, removal, hauling and disposal of existing 2 concrete pavement, all according to the plans, details and 0241 13 SF 360 specifications. $4.00 $1,440.00 Unclassified Excavation By Plan, Finish Grading, Haul Off, 3 Disposal, Scarification, Clean Up and Turf Preparation. 31 23 16 SF 8.550 $0.75 $6,412.50 Removal, hauling and disposal of existing playground 4 including equipment, foundations, containment edge and 0241 13 LS 1 surfacing. 1 $14,290.00 $14,290.00 Fumish, install, and removal of erosion control logs, 5 including all incidentals necessary to complete in place, all 31 250 LF 96 according to the plans, details, and specifications. $7.70 $739.20 Furnish, install, and removal of construction entrance, 6 including all incidentals necessary to complete in place. See Details EA 1 $4,443.00 $4,443.00 Furnish and install 4" 6:1 headwall with rodent screen, 7 including all incidentals necessary to complete in place, all See Details EA 1 according to the plans, details, and specifications. $1,106.00 $1,106.00 Furnish and install 4" pve pipe, including all incidentals 8 necessary to complete in place, all according to the plans, See Details LF 138 details, and specifications. $29.61 $4,086.18 Furnish and install 4" perforated pipe, including all 9 incidentals necessary to complete in place, all according See Details LF 150 to the plans, details, and specifications. $33.94 $5,091.00 Install reinforced concrete and all other incidental 10 necessary to complete in place all according to the plans, 32 13 13 SY 58 specification and details. $72.00 $4,176.00 Furnish and install playground prototype #2 - surfacing / 11 equipment / edging, including all incidentals necessary to See Details LS 1 complete in place, all according to the plans, details, and specifications. $171,142.72 $171,142.72 Furnish ADA ramp into playground, including all 12 incidentals necessary to complete in place, all according See Details EA 1 $2,087.85 to the plans, details, and specifications. $2,087.85 Furnish and install benches, including all incidentals 13 necessary to complete in place, all according to the plans, 11 6713 EA 2 details, and specifications. $2,101.12 $4,202.24 Furnish and install salvaged trash receptacle including all 14 incidentals necessary to complete in place, all according 11 67 13 EA 1 to the plans, details, and specifications. $1,348.48 $1,348.48 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUIvfENFS Form Revised 20120120 Parks Improvements at 7 Park Sites: City Projectlt 30100-0800450-5330500-102353-004880-9999 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 BID PROPOSAL Page 13 of 17 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 Bermuda sod, including fertilizer and sprinkling complete 15 and in place. 32 92 13 SF 2,335 $2.58 $6, 024.3 Furnish and provide temporary irrigation to all turf areas, 16 including all incidentals necessary to complete in place, all 32 93 43 SF 2,335 according to the plans, details, and specifications. $2.46 $5,744.10 UNIT 6 BASE BID ITEM - QUANAH PARKER PARKI $24 9EB2.771 Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item No. Description Section No. Measure Quantity Unit Price Bid Value CITY OF FORT WORTH Parks Improvements at 7 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 9 30100.0800450-5330500-102353-004880-9999 Form Revised 20120120 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 00 42 43 BID PROPOSAL Page 14 of 17 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 7 BASE BID ITEM - WRIGHT-TARLTON PARK 1 Mobilization (6% Maximum) 01 7000 LS 1 $9,190.49 $9,190.49 Saw cutting, removal, hauling and disposal of existing 2 concrete pavement, all according to the plans, details and 0241 13 SF 350 specifications. $4.00 $1,400.00 Unclassified Excavation By Plan, Finish Grading, Haul Off, 3 Disposal, Scarification, Clean Up and Turf Preparation. 312316 SF 3,600 $0.75 $2,700.00 Removal, hauling and disposal of existing playground 4 including equipment, foundations, containment edge and 0241 13 LS 1 surfacing. $21,813.00 $21,813.00 Removal, hauling and disposal of existing site furnishings, 5 all according to the plans, details and specifications. 0241 13 LS 1 $879.00 $879.00 Furnish and install tree protection fencing, including all 6 incidentals necessary to complete in place, all according See Details LF 454 to the plans, details, and specifications. $3.00 $1,362.00 Furnish, install, and removal of silt fence, including all 7 incidentals necessary to complete in place, all according 31 25 00 LF 44 to the plans, details, and specifications. $3.00 $132.00 Furnish, install, and removal of erosion control logs, 8 including all incidentals necessary to complete in place, all 31 2500 LF 41 according to the plans, details, and specifications. $7.70 $315.70 Furnish, install, and removal of construction entrance, 9 including all incidentals necessary to complete in place. See Details EA 1 $4,443.00 $4.443.00 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, and specifications. $1,106.00 $1,106.00 Furnish and install 4" pvc pipe, including all incidentals 11 necessary to complete in place, all according to the plans, See Details LF 105 details, and specifications. $29.61 $3.109.05 Furnish and install 4" perforated pipe, including all 12 incidentals necessary to complete in place, all according See Details LF 64 Ito the plans, details, and specifications. $33.94 $2,172.16 Furnish and install playground prototype #1 (custom 13 layout) - surfacing / equipment / edging, including all See Details LS 1 incidentals necessary to complete in place, all according to the plans, details, and specifications. $127,636.32 $127,636.32 Furnish ADA ramp into playground, including all 14 incidentals necessary to complete in place, all according See Details EA 2 to the plans, details, and specifications. $2,087.85 $4,175.70 CITY OF FORT WORTH STANDARD CONSIRUCTION SPECIFICATION DOCUNSNTS Fonn Revised 20120120 Parks Improvements at 7 Park Sites: City Project # 30100-0800450-5330500-102353-004880-9999 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 00 42 43 BID PROPOSAL Page IS of 17 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 trash receptacles including all 15 incidentals necessary to complete in place, all according 11 6713 EA 2 to the plans, details, and specifications. $1,348.48 $2,696.96 Bermuda sod, including fertilizer and sprinkling complete 16 and in place. 32 92 13 SF 800 $4.82 $3,856.00 Furnish and provide temporary irrigation to all turf and planted areas, including all incidentals necessary to 17 complete in place, all according to the plans, details, and 32 93 43 SF 800 specifications. $4.87 $3.896.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 UNIT 7 BASE BID ITEM - WRIGHT-TARLTON PARK $190,883.381 Parks Improvements at 7 Park Sites: City Project 9 30100.0800450-5330500-102353-004880-9999 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 00 42 43 RID PROPOSAL Page 16 of 17 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 BID ALTERNATES UNIT 8 BID ALT ITEM - ARCADIA TRAIL PARK SOUTH #7 1 Unclassified Excavation By Plan, Finish Grading, Haul Off, 31 2316 SF 9,500 Disposal, Scarification, Clean Up and Turf Preparation. $0.75 $7,125.00 Install reinforced concrete and all other incidental 2 necessary to complete in place all according to the plans, 32 1313 SY 415 specification and details. $72.00 $29,880.00 Bermuda sod, including fertilizer and sprinkling complete 3 and in place. 32 92 13 SF 3,250 $2.13 $6,922.50 Furnish and provide temporary irrigation to all turf areas, 4 including all incidentals necessary to complete in place, all 32 93 43 SF 5,750 according to the plans, details, and specifications. $0.96 $5,520.00 Furnish, install, and removal of silt fence, including all 5 incidentals necessary to complete in place, all according 31 2500 LF 324 to the plans, details, and specifications. $3.00 $972.00 Furnish, install, and removal of erosion control logs, 6 including all incidentals necessary to complete in place, all 31 2500 LF 21 according to the plans, details, and specifications. $7.70 $161.70 UNIT 8 BID ALT ITEM - ARCADIA TRAIL PARK SOUTH #71 $50,581. 2 BID SUMMARY BASE BIDS UNIT 1 BASE BID ITEM -ARCADIA TRAIL PARK 293,655.73 UNIT 2 BASE BID ITEM - ARCADIA TRAIL SOUTH PARK #7 323,464.13 UNIT 3 BASE BID ITEM - EUGENE MCCRAY PARK 251,536.34 UNIT 4 BASE BID ITEM - LITTLEJOHN PARK 283,312.79 UNIT 5 BASE BID ITEM - MARINE PARK 337,911.46 UNIT 6 BASE BID ITEM - QUANAH PARKER PARK 240,662.77 UNIT 7 BASE BID ITEM - WRIGHT-TARLTON PARK 190,883.38 BASE BIDS TOTAL 1,921,426.60 BID ALTERNATES f UNIT 8 BID ALT ITEM - ARCADIA TRAIL PARK SOUTH #7 1 50,581.201 ALTERNATE BID TOTAL[,50,581. 2 CITY OF FORT WORTH Parks Improvements at 7 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project ' 30100-0800450-5330500-102353-004880-9999 Form Revised 20120120 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 00 42 43 81DPROPOSAL Page 17 of 17 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 END OF SECTION CITY OF FORT WORTH Parks Improvements at 7 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 9 30100-0900450-5330500.102353-004930-9999 Form Revised 20120120 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 0043 13 BID BOND Page I of 2 That we, L.J. Design & Construction LLC known as "Bidder" herein and SureTee 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 Playground Replacement at Arcadia Trail, Arcadia Trail South, Eugene McCray, Littlejohn Marine, Quanah Parker, and Wright -Tarlton Park NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same. then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof,. and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the —27th day of _nrtnht-.r 2022. ATTEST } J� r Witness as to Principal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Foun Revised 9/11/2017 PRINCIPAL: L.J. Design & Construction LLC BY: 4flilQ i� Siv6hairi N me and Title Address: 6548 Peden Rd Fort Worth. TX 76179 Parks Improvements at 7 Park Sites: City Project 30100-0800450-5330500-102353-004880-9999 - v\,X\ .. Witness a�-to Surety Muni Rabah. Bond Account Manager Attach Power of Attorney (Surety) for Attorney -in -Fact SURETY: SureTec Insurance Company BY: Signature Jeremy Barnett . Attomev-in-Fact Name and Title Address: 2255 Ridee Rd., Ste. 333 Rockwall. TX 75087 Telephone Number: _972-772-7220 0043 13 BID BOND Page 2 or2 '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. ENU(5F-ET IUI CITY OF FORT WORTH Parks Improvements at 7 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 9 30100-0800.150-5330500-102353-004990.9999 Form Revised 9/11/2017 POA# 4221941 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That SureTec Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris, Texas and Markel Insurance Company (the "Company"), a corporation duly organized and existing under the laws of the state of Illinois, and having its principal administrative office in Glen Allen, Virginia, does by these presents make, constitute and appoint: Tony Fierro, Jay Jordan, Johnny Moss, Steven W. Searcey, Robert J. Shuya, Mistie Beck, Jeremy Barnett, Robert G. Kanuth, Jade Porter Jennifer Cisneros, Jarrett Willson, Jack Nottingham Their true and lawful agent(s) and attorney(s)-in-fad, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on their own behalf, individually as a surety orjointly, as co -sureties, and as their ad and deed any and all bonds and other undertaking in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: Twenty Million and 00/100 Dollars ($20,000,000.00) This Power of Attorney is granted and is signed and sealed under and by the authority ofthe following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED, Thatthe President, any Senior Vice President, Vice President, Assistant Vice President, Secretary, Assistant Secretary, Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer or attorney, of the company, qualifying the attorney or attorneys named in the given power of attorney, to execute in behalf of, and acknowledge as the act and deed of the SureTec Insurance Company and Markel Insurance Company, as the case may be, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Markel Insurance Company and SureTec Insurance Company have caused their official sea Ito be hereunto affixed and these presents to be signed by their duly authorized officers on the 15th day of February , 2022 . SureTec Insurance Company By: Michael C. Kelmig, Preside State of Texas County of Harris: Man Np pan suranceC 6�yfiA,BPS\ RANCwi� Y \af X FO car' 9` �� 'wi ° "":0' / diw SEAL i_ By •� d+ 1 ��`r ��'•.-2z ss,-'`2� ndeyJennings, Vice President On this 15th day of February , 2022 A. D., before me, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES, to me personally known to be the individuals and officers described in, who executed the preceding Instrument, and they acknowledged the execution of same, and being by me duly sworn, disposed and said that they are the officers of the said companies aforesaid, and that the seals affixed to the proceeding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said companies, and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now in force. INTESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the County of Harris, the day and year first above written. XENIA RIVAS Notary Public State of Texas Commission # 129117659 1� OF 0, Commission Expires 9/10/24 By: Xep f,'vas, No ry Public My cofrtmission expires 9/10/2024 We, the undersigned Officers of SureTec Insurance Company and Markel Insurance Company do herby certify that the original POWER OF ATTORNEY ofwhich the foregoing is a full, true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the Seals of said Companies, on the day of O(iTl7tyL Sj/reTeclnsuy nceCom pay� ' Mar elln 'ranceCompany f}lr/1J r By. l/ By: M. Br t Beaty, As scant Secretary A drew Warquis, Assistan ecretarV % V Any Instrument Issued in excessof the penalty stated above is totally void and without anyvalid ity. 4221941 For ve rification of the authority of this Power you may call (713)812.0800 on any business day between 830 AM and 5:00 PM CST. SureTec Insurance Company IMPORTANT NOTICE Statutory Complaint Notice/Filing of Claims To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, TX 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252- 3439. You may write the Texas Department of Insurance at: PO Box149104 Austin, TX 78714-9104 Fax#: 512-490-1007 Web: http://www.tdi.texas.gov Email: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Texas Rider 8/2019 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 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 o ur company or our parent company or majority owner is in the State of Texas. 1U7�7�:�1 L. J. Design & Construction, LLC 6548 Peden Rd Fort Worth, TX 76179 END OF SECTION By: Greg Woolsey (SignJ:ure) Title: Manager Date: October 27. 2022 CITY OF FORT WORTH Parks Improvements at 7 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 30100-0800450-5330500-102353-004880-9999 Form Revised 20110627 004526-1 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. 30100-0800450-5330500-102353-004880-9999. 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: 10% 10 L. J. Design & 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 Company 658 Peden Rd Address Fort Worth, TX 76179 By: Greg Woolsey (Please Print) Signature: Title: Manager / Owner City/State/Zip (Please Print) THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared Greg Woolsey known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the sarne as the act and deed of L. J. Design & construction, LLC for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 27th day of October 2022 SUSAN J. BODYCOMB Notary Public in and for the State of Texas 34 Notary Public, State of Texas Comm. Expires 05-31-2026 rN� Notary ID 6829785 fit 35 ; OF SECTION CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project It: 30100.0800,150-5330500-102353-004880-9999 Revised July 1, 2011 2 SECTION 00 45 40 Business Equity Goal IIILIG'i9=1 Business Equity Goal Page 1 of 3 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 6 Enterprises (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 10 Business Equity Firms when applicable, in the procurement of all goods and services. All 11 requirements and regulations stated in the City's Business Equity Ordinance No.25165- 12 10-2021, (replacing Ordinance No. 24534-11-2020 (codified at: 13 https://codelibra ry.amlegaLcom/codes/ftworth/latest/ftworth tx/0-0-0-22593) apply to 14 this bid. 15 16 BUSINESS EQUITY PROJECT GOAL 17 The City's Business Equity goal on this project is 5% of the total bid value of the contract 18 (Base bid applies to Parks and Community Services) . 19 20 METHODS TO COMPLY WITH THE GOAL 21 On City contracts where a Business Equity Goal is applied, offerors are required to 22 comply with the City's Business Equity Ordinance by meeting or exceeding the above 23 stated goal or otherwise comply with the ordinance through one of the following 24 methods: 1. Commercially useful services performed by a Business Equity prime 25 contractor, 2. Business Equity subcontracting participation, 3. Combination of Business 26 Equity prime services and Business Equity subcontracting participation, 4. Business 27 Equity Joint Venture/Mentor-Prot6g6 participation, 5. Good Faith Effort documentation, 28 or 6. Prime contractor Waiver documentation. 29 30 SUBMITTAL OF REQUIRED DOCUMENTATION 31 Applicable documents (listed below) must be received by the Purchasing Division, OR 32 the offeror shall EMAIL the Business Equity documentation to the assigned City of Fort 33 Worth Project Manager or Department Designee. Documents are to be received no CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 30100-0800450-5330500-102353-004880-9999 Revised October 27, 2021 004540-2 Business Equity Goal Page 2 of 3 1 later than 2:00 p.m., on the third City business day after the bid opening date, exclusive 2 of the bid opening date. 3 4 The Offeror must submit one or more of the following documents: 5 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 6 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if 7 participation is less than stated goal, or no Business Equity participation is 8 accomplished; 9 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror 10 will perform all subcontracting/supplier opportunities; or 11 4. Joint Venture/Mentor-Prot6g6 Form, if goal is met or exceeded with a Joint Venture 12 or Mentor-Prot6g6 participation. 13 14 These forms can be found at: 15 Business Equity Utilization Form and Letter of Intent 16 https://apps.fortwort htexas.qov/ProjectResources/ Resources P/60%20- 17 %20MWBE/ NEW%20Business%2OEquity%200rdinance/Business%20Equity%2OUtilization%20 18 FOrm.pdf S 20 Letter of Intent 21 htfps://apps.forfworthfexas.gov/Pro4ectResources/ResourcesP/60 - MWBE/NEW Business 22 Equity Ordinance/Letter of Intent-2021.pdf 23 24 Business Equity Good Faith Effort Form 25 https://apps.fortworthtexas.qov/Protect Resources/ Resources P/60%20- 26 %20MWBE/NEW%20Business%20Equity%200rdinance/Business%20Eauity%20Good%20Fait 27 h%20Effort%20Form. pdf 1► 29 Business Equity Prime Contractor Waiver Form CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 30100-0800450-5330500-102353-004880-9999 Revised October 27, 2021 004540-3 Business Equity Goal Page 3 of 3 1 https://apos.fortwort htexas.qov/ Prom ectResources/ Resources P/60%20- 2 %20MWBE/NEW%20Business%2OEguity%200rdinance/Business%20Eguity%20Prime%20Co 3 ntractor%20Waiver.Pdf 4 5 Business Equity Joint Venture Form 6 htfQs://apps.fortworthtexas.qov/ProjectResources/ Resources P/60%20- 7 %20MWBE/NEW%20Business%20Equity%200rdinance/Business%20Equity%20Joint%20Vent 8 ure.Pdf 9 HN 11 FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORIDNINACE 12 WILL RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON-RESONSIVE AND THE 13 BID REJECTED. 14 UP 16 FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUTY DOCUMENTATION OR 17 OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING 18 DECLARED NON -RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE 19 BIDDER/OFFEROR TO SANCTIONS AS DESCRIBED IN SEC. 20-373 OF THE 20 ORDINANCE. 21 22 For Questions, Please Contact The Business Equity Division of the Department of Diversity 23 and Inclusion at (817) 392-2674. 24 END OF SECTION 25 CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 30100-0800450-5330500-102353-004880-9999 Revised October 27, 2021 00 52 43 - 1 Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on January 25, 2023 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 L.J.Design & 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 Arcadia Trail, Arcadia Trail South, Eugene McCray, Littlejohn, Marine, Quanah Parker, Wright -Tarlton. CPN 102353 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of One Million Nine Hundred Seventy -Two Thousand Seven Dollars and Eighty Cents ($1,972,007.80). 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 S. 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 2. Attachments to this Agreement: CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH Playground Replacement at 7 Parks North STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project #102353 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. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 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 North STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project #102353 Revised 8/22/2022 005243-3 Agreement Page 3 of 6 Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non -appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 7.8 Prohibition on Contracts with Companies Boycotting Israel. CITY OF FORT WORTH Playground Replacement at 7 Parks North STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project #102353 Revised 8/22/2022 005243-4 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 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 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 FORT WORTH Playground Replacement at 7 Parks North STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project #102353 Revised 8/22/2022 005243-5 Agreement Page 5 of 6 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. CITY OF FORT WORTH Playground Replacement at 7 Parks North STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project 9102353 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: B• A13 k/ Signalbre Greg Woolsey (Printed Name) Manager / Owner Title 6548 Peden Rd Address Fort Worth, TX 76179 City/State/Zip January 25, 2023 Date City of Fort Worth By: cv�� Jesica McEachern, Assistant City Manager Feb 13, 2023 Dale FORt°n� poFo,000000 �yaao �9Ad (�Aa'.tmt�ens'tt::' ppaIln�X6gaa Jannette Goodall, City Secretary (Seal) M&C: 22-1033 Date: December 13, 2022 Form 1295 No.: 2022-950789 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: --� amk now, Jeremy Anato-Mensah Assistant City Attorney I APPROVAL RECOMMENDED: 5�2 4- J SP Dave Lewis, Acting Director, Park & Recreation Department OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH Playground Replacement at 7 Parks North STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project #102353 Revised 3/22/2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 W., THE STATE OF TEXAS § 106YOURM PERFORMANCE BOND Page 1 of 4 SECTION 00 61 13 PERFORMANCE BOND #4459612 § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, L.J. Design & Construction LLC known as "Principal" herein and SureTec Insurance Company , a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of, One Million Nine Hundred Seventy -Two Thousand Seven Dollars and 80/100's Dollars ($ 1,972,007.80 ), 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 entered into a certain written contract with the City awarded the 13th day of December 2022, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Playground Replacement at Arcadia Trail, Arcadia Trail South, Eugene McCray, Littlejohn, Marine, Quanah Parker and Wright -Tarlton Park, 30100-0800450-5330500-102353-004880-9999. NOW, THEREFORE, the condition of this obligation is such that if the said 27 Principal shall faithfully perform it obligations under the Contract and shall in all 28 respects duly and faithfully perform the Work, including Change Orders, under CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 30100-0800450-5330500-102353-004880-9999 Revised July 1, 2011 0061 13-2 PERFORMANCE BOND Page 2 of 4 1 the Contract, according to the plans, specifications, and contract documents 2 therein referred to, and as well during any period of extension of the Contract 3 that may be granted on the part of the City, then this obligation shall be and 4 become null and void, otherwise to remain in full force and effect. 5 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue 6 shall lie in Tarrant County, Texas or the United States District Court for the Northern 7 District of Texas, Fort Worth Division. 8 This bond is made and executed in compliance with the provisions of 9 Chapter 2253 of the Texas Government Code, as amended, and all liabilities on 10 this bond shall be determined in 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 # 30100-0800450-5330500-102353-004880-9999 0061 13-3 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 16th day of 3 December 20 22. 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 ATTEST: (Principal) Secretary Witness as to Principal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PRINCIPAL: L.J. Design & Construction LLC BY: Signature Name and Title Address: 9176 Hyde Rd. Fort Worth. Tx 76179 SURETY: SureTec Insurance Company Playground Replacements at 7 Park Sites City Project # 30100-0800450-5330500-102353-004880-9999 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 a Muni Rabah, Bond Account Manager Witness as to Surety 0061 13-4 ,NCEBOND Page 4 of 4 Signature Jeremy Barnett, Attorney -in -Fact Name and Title Address: 2255 Ridge Road, Ste 333 Rockwall,TX 75087 Telephone Number: 972.772.7220 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Playground Replacements at 7 Park Sites City Project # 30100-0800450-5330500-102353-004880-9999 006114-1 PAYMENT BOND Page I of 4 SECTION 00 61 14 2 PAYMENT BOND #4459612 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, L.J. Design & Construction LLC known as 8 "Principal" herein, and 9 SureTec Insurance Company a corporate surety 10 (sureties), duly authorized to do business in the State of Texas, known as "Surety" 11 herein (whether one or more), are held and firmly bound unto the City of Fort 12 Worth, a municipal corporation created pursuant to the laws of the State of 13 Texas, known as "City" herein, in the penal sum One Million Nine Hundred Seventy -Two Thousand 14 of -Seven Dollars and 80/100's Dollars ($_1,972,007.80 .), 15 lawful money of the United States, to be paid in Fort Worth, Tarrant County, 16 Texas, for the payment of which sum well and truly be made, we bind ourselves, 17 our heirs, executors, administrators, successors and assigns, jointly and severally, 18 firmly by these presents: 19 WHEREAS, Principal has entered into a certain written Contract with City, 20 awarded the _13th day of December , 20 22 , which Contract is 21 hereby referred to and made a part hereof for all purposes as if fully set forth 22 herein, to furnish all materials, equipment, labor and other accessories as defined 23 by law, in the prosecution of the Work as provided for in said Contract and 24 designated as Playground Replacement at Arcadia Trail, Arcadia Trail South, 25 Eugene McCray, Littlejohn, Marine, Quanah Parker and Wright -Tarlton Park, 26 30100-0800450-5330500-102353-004880-9999. 27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 28 Principal shall pay all monies owing to any (and all) payment bond beneficiary 29 (as defined in Chapter 2253 of the Texas Government Code, as amended) in the CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 30100-0800450-5330500-102353-004880-9999 Rev 7/ 1 /20 1 1 0061 14-2 PAYMENT BOND Page 2 of 4 1 prosecution of the Work under the Contract, then this obligation shall be and 2 become null and void; otherwise to remain in full force and effect. 3 This bond is made and executed in compliance with the provisions of 4 Chapter 2253 of the Texas Government Code, as amended, and all liabilities on 5 this bond shall be determined in accordance with the provisions of said statute. R CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 30100-0800450-5330500-102353-004880-9999 Rev 7/1/2011 0061 14-3 PAYMENT BOND Page 3 of 4 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and 2 SEALED this instrument by duly authorized agents and officers on this the 3 16th day of _December , 2p 22 _ El PRINCIPAL: L.J. Design & Construction LLC� ATTEST: BY: I X, w Sign rture (Principal) Secretary Witness as to Principal ATTEST: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rev 7111120111 Glec, Name and Title Address: 9176 Hyde Rd. Fort Worth, Tx 76179 SURETY: SureTec Insurance Company BY: tu �re Playground Replacements at 7 Park Sites City Project # 30100-0800450-5330500-102353-004880-9999 (Surety) Secretary Muni Rabah, Bond Account Manager Witness as to Surety 0061 14-4 PAYMENT BOND Page 4 of 4 Jeremy Barnett, Attorney -in -Fact Name and Title Address: 2255 Ridae Road. Ste 333 Rockwall.TX 75087 Telephone Number: 972.772.7220 2 Note: If signed by an officer of the Surety, there must be on file a certified 3 extract from the bylaws showing that this person has authority to sign such 4 obligation. If Surety's physical address is different from its mailing address, both 5 must be provided. 7 The date of the bond shall not be prior to the date the Contract is awarded. 8 END OF SECTION 90 CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 30100-0800450-5330500-102353-004880-9999 Rev 7/ 1 1 /20 1 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 I: 19 20 21 22 23 24 25 26 27 SECTION 00 61 19 MAINTENANCE BOND #4459612 THE STATE OF TEXAS § 0061 19-1 MAINTENANCE BOND Page 1 of 5 § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we L.J. Design & Construction LLC known as "Principal" herein and SureTec Insurance Company a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum One Million Nine Hundred Seventy -Two Thousand of Seven Dollars and 80/100's Dollars ($ 1,972,007.80 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the 13th day of December , 20 22, which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract and designated as Playground Replacement at Arcadia Trail, Arcadia Trail South, Eugene McCray, Littlejohn, Marine, Quanah Parker and Wright -Tarlton Park, 30100-0800450-5330500-102353-004880-9999; and CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 30100-0800450-5330500-102353-004880-9999 Revised July 1, 2011 0061 19-2 MAINTENANCE BOND Page 2 of 5 1 WHEREAS, Principal binds itself to use such materials and to so construct 2 the Work in accordance with the plans, specifications and Contract Documents 3 that the Work is and will remain free from defects in materials or workmanship for 4 and during the period of two (2) years after the date of Final Acceptance of the 5 Work by the City ("Maintenance Period"); and 0 7 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in 8 part upon receiving notice from the City of the need therefor at any time within 9 the Maintenance Period. H 11 NOW THEREFORE, the condition of this obligation is such that if Principal 12 shall remedy any defective Work, for which timely notice was provided by City, 13 to a completion satisfactory to the City, then this obligation shall become null 14 and void; otherwise to remain in full force and effect. 15 16 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any 17 timely noticed defective Work, it is agreed that the City may cause any and all 18 such defective Work to be repaired and/or reconstructed with all associated 19 costs thereof being borne by the Principal and the Surety under this 20 Maintenance bond; and 101 22 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue 23 shall lie in Tarrant County, Texas or the United States District Court for the Northern 24 District of Texas, Fort Worth Division; and 25 CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 30100-0800450-5330500-102353-004880-9999 Revised July 1, 2011 0061 19-3 �i�il�l�i��►I V[�l�:i�P►L�7 Page 3 of 5 PROVIDED FURTHER, that this obligation shall be continuous in nature and 2 successive recoveries may be had hereon for successive breaches. 3 4 5 CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 30100-0800450-5330500-102353-004880-9999 Revised July 1, 2011 0061 19-4 MAINTENANCE BOND Page 4 of 5 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and 2 SEALED this instrument by duly authorized agents and officers on this the 16th 3 day of December 2022. 4 5 6 7 8 9 10 11 12 13 14 ATTEST: (Principal) Secretary 15 16 17 18 19 Witness as to Principal 20 21 22 23 24 ATTEST: 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PRINCIPAL: L.J. Design & Construction LLC BY: tl) I, Z"'- Signature' Name and Title Address: 9176 Hyde Rd. Fort Worth, Tx 76179 SURETY: SureTec Insurance Corn BY: Signature Playground Replacements at 7 Park Sites City Project # 30100-0800450-5330500-102353-004880-9999 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 (Surety) Secretary Muni Ra ah, Bond Account Manager Witness as to Surety 0061 19-5 MAINTENANCE BOND Page 5 of 5 Jeremv Barnett, Attornev-in-Fact Name and Title Address: 2255 Ridge Road, Ste 333 Rockwall,TX 75087 Telephone Number: 972.772.7220 *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. 41!TZ*]&1; 14 4 111Eel ki1 CITY OF FORT WORTH Playground Replacements at 7 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 30100-0800450-5330500-102353-004880-9999 Revised July 1, 2011 POA# 4221941 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That SureTec Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris, Texas and Markel Insurance Company (the "Company"), a corporation duly organized and existing under the laws of the state of Illinois, and having its principal administrative office in Glen Allen, Virginia, does by these presents make, constitute and appoint: Tony Fierro, Jay Jordan, Johnny Moss, Steven W. Searcey, Robert J. Shuya, Mistie Beck, Jeremy Barnett, Robert G. Kanuth, Jade Porter, Jennifer Cisneros, Jarrett Willson, Jack Nottingham Their true and lawful agent(s) and attorneys) -in -fact, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on their own behalf, individually as a surety or jointly, as co -sureties, and as their act and deed any and all bonds and other undertaking in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: Twenty Million and 00/100 Dollars ($20,000,000.00) This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED, That the President, any Senior Vice President, Vice President, Assistant Vice President, Secretary, Assistant Secretary, Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer or attorney, of the company, qualifying the attorney or attorneys named in the given power of attorney, to execute in behalf of, and acknowledge as the act and deed of the SureTec Insurance Company and Markel Insurance Company, as the case may be, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be signed by their duly authorized officers on the 15th day of February , 2022 . SureTec Insurance Company By: Michael C. Keimig, Preside State of Texas County of Harris: BRAN ````Ut��rrrzx Markel surance C pany 6 C 5 C�. 011%iii WU? . X...gFOOZw.?baj+o�lir O: situ 5 �g SEAL '•0 i:r a /By Lindey Jen irtgs; Vlce resident i On this 15th day of February , 2022 A, D., before me, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES, tome personally known to be the individuals and officers described in, who executed the preceding instrument, and they acknowledged the execution of same, and being by me duly sworn, disposed and said that they are the officers of the said companies aforesaid, and that the seals affixed to the proceeding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said companies, and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the County of Harris, the day and year first above written. XENIA RIVAS Notary Public State of 'Texas By: i Commission # 129117659 x�p; as, Not ry Public Commission Expires 9/10/24 My co mission expires 9/10/2024 We, the undersigned Officers of SureTec Insurance Company and Markel Insurance Company do herby certify that the original POWER OF ATTORNEY of which the foregoing is a full, true and correct copy is still in full force and effect and has not been revoked. `Y& IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the Seals of said Companies, on the day S reTec Insu nce Comp y By: M. Br t Beaty, Ass stant Secre ry Ma el In rance Company By A drew arquis, Assistan ecretar Any Instrument Issued in excessof the penalty stated above is totally void and without anyvalidity. 4221941 For verification of the authority of this rower you may call (713)812-0800onany businessday between 8:30AM and 5:00 PM CST. SureTec Insurance Company IMPORTANT NOTICE Statutory Complaint Notice/FilingofClaims To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9500 Arboretum Blvd., Suite 400 Austin, TX 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at: PO Box 149104 Austin, TX 78714-9104 Fax#:512-490-1007 Web: httg://www.tdi.texas.gov Emil: ConsurrerProtectionMdi.texas.gcv PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. SIC TX Rider TDI Required Notices rev 09_2021 Page 1 of 1